HomeMy WebLinkAbout20101283.tiff RESOLUTION
RE: APPROVE AGREEMENT FOR 2010 BRIDGE EXPANSION JOINT REPAIRS AND
AUTHORIZE CHAIR TO SIGN -TLM CONSTRUCTORS, INC.
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS,the Board has been presented with an Agreement for 2010 Bridge Expansion
Joint Repairs between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Department of Public Works, and TLM
Constructors, Inc., commencing upon full execution, with further terms and conditions being as
stated in said agreement, and
WHEREAS,after review,the Board deems it advisable to approve said agreement, a copy of
which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County, Colorado,that the Agreement for 2010 Bridge Expansion Joint Repairs between the County
of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on
behalf of the Department of Public Works, and TLM Constructors, Inc., be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said agreement.
The above and foregoing Resolution was, on motion duly made and seconded, adopted by
the following vote on the 14th day of June, A.D., 2010.
BOARD OF COUNTY COMMISSIONERS
WELD C• - COLORADO
ATTEST: "Si
I=s Rademacher C a'
r a f . r�y
Weld County Clerk to the Boa , 1861 1'� � • �;:
ara Kirkmeyer, Pro em
B
Dep t Clerk o the Board
Sean P. C "' y C /
APPROI5ED A RM: Y:a/Z7K
Willkam F. Garcia
l � ``
ounty Attorney ,l ( 0C
David E. Long
Date of signature: (D 17 bp
. 9(3, co4r6t,tdor 2010-1283
1e -l7'l0
EG0062
ricte ‘.-
MEMORANDUM
lUReTO: Clerk to the Board DATE: June 8, 2010
COLORADO
FROM: Wayne Howard, County Engineer, CIP
SUBJECT: Consent Agenda Item
Attached are two original signed Contracts Agreements for the 2010 Bridge Expansion Joint Repairs
with TLM in the amount of$47,520.00.
Please return one original to Public Works.
M:AFrancicAAgendaChairSignature.doc
2010-1283
BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: 2010 Bridge Expansion Joint Repairs Contract
DEPARTMENT: PUBLIC WORKS DATE: 5/24/10
PERSON REQUESTING: Wayne Howard, County Engineer/CIP
Brief description of the problem/issue:
Public Works has developed a list of three bridges in need of expansion joint replacement. This is specialized
work that our bridge maintenance crews are not certified or qualified to complete. Therefore, we are requesting
to award a sole-source contract for $47,520.00 to a well qualified contractor which we have used to accomplish
this type of work in the past. TLM Constructors is a local company and the only contractor in Colorado
certified for installation of the Thorma Joint system, which is a joint replacement system used successfully on
past bridges in Weld County. The unit prices for this contract are on average $10.96/L.F. higher than last year's
prices. This cost is justified due to the extra joint material required to replace the joint on the three bridges in
this contract versus what was accomplished previously.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
Public Works requests permission to award a sole-source contract because the standard low bid process is not
feasible in this case. By doing so, it will ensure we have a contractor capable of performing this specialized
work and who is familiar with Weld County's needs. Funding for the work will come from our 2010 Bridge
Rehabilitations project. The Board may choose to not award this contract or postpone the work, in which case it
is likely the work would cost more to complete in the future and the existing joints will deteriorate even further.
The Board may choose to award this contract, in which case the work is planned to be completed this summer.
Recommendation to the Board:
I recommend entering into the sole-source contract with TLM Constructors. We have confirmed unit costs are
reasonable and had success in the past with this contractor completing this type of work for us. We believe we
can complete all the current needs within the approved 2010 budget.
Approve Schedule
Recommendation Work Session Comments
Douglas Rademacher, Chair
Barbara Kirkmeyer
Sean P. Conway �1 J
William F. Garcia
David E. Long J
4
t ,
WELD COUNTY
DEPARTMENT OF PUBLIC WORKS
CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
2010 BRIDGE EXPANSION JOINT REPAIRS
Kit ce 0
"ilC.
COLORADO
May 2010
Weld County Public Works
Division of Engineering
P.O.Box 758
1111 H Street
Greeley,Colorado 80632
970-356-4000
•
TABLE OF CONTENTS
The following provisions take precedence over Specifications or Plans and supplement the 2005 edition of the Colorado Department
of Transportation "Standard Specifications for Road and Bridge Construction" (Standard Specifications)which is to be used to
control construction of this project.
CONTRACT FORMS PAGE NO.
Payment Schedule 3
Agreement 4-5
Change Order Form 6
Notice of Acceptance/Warranty 7
SCOPE OF WORK AND SPECIAL PROVISIONS
Project Scope of Work Description 8
Project Special Provisions 9-14
APPENDIX
Bridge Locations Map
Bridge Inspection Sketches
Typical Lane Closure with Flaggers
TLM Constructors, Inc.Cost Quotes
Thorma Joint Installation Specifications
Page 2
PAYMENT SCHEDULE
Nth DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE
1 3" Depth Expansion Joint 64 LF $105.00 $6,720.00
2 4" Depth Expansion Joint 260 LF $115.00 $29,900.00
3 Traffic Control 6 DAY $1,150.00 $6,900.00
4 Minor Contract Revisions 1 FA $4,000.00 $4,000.00
TOTAL SUM: $ 47,520.00
NOTE: The following are items of work to be completed by Weld County:
• Asphalt Milling, Patching, and Overlays
• Construction Inspection
Contractor agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Pay Schedule.
Payment will be based on the actual quantities furnished, installed or constructed.
SIGNATURES:
Dated this 18th day of May ,2010.
FIRM NAME: TLM Constructors, Inc.
BY: Aaron L . Mills
TITLE: President
BIDDER'S LEGAL SIGNATURE:
STATE OF INCORPORATION: Co l or ado
ADDRESS: PO Box 33638
Greeley , CO 80633
TELEPHONE NO: 970 -346 -8323
FAX NO: 970 -346 -8324
Page 3
AGREEMENT
2010 Bridge Expansion Joint Repairs
THIS AGREEMENT,made this day of ,2010,by and
between Weld County,Colorado,hereinafter called "Owner"and
TLM Constructors, Inc. doing business as(an
individual,) or (a partnership,) or (a corporation)hereinafter called"Contractor".
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:
1. The Contractor will commence and complete the following:2010 Bridge Expansion Joint Repairs as described
in these contract documents.
2. The Contractor will furnish all of the material,supplies,tools,equipment,labor and other services necessary
for the construction and completion of the Project described herein.
3. The Contractor will commence the work required by the Contract Documents within thirty (30)
calendar days after the Agreement has been signed by the Board and will complete the work within 120
calendar days unless the period for completion is extended otherwise by the Contract Documents.
4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the
terms therein for the sum of$47,520.00 , or as shown in the Payment Schedule.
5. The term "Contract Documents" means and includes the following:
(A) Payment Schedule
(B) Statement of Qualifications and Subcontractors(N/A)
(C) Agreement
(D) Labor and Materials Payment Bond(N/A)
(E) Performance Bond(N/A)
(F) Change Order Form
(G) Notice of Acceptance
(H) Specifications issued by the Weld County Public Works Department.
(1) CDOT"Standard Specifications for Road and Bridge Construction"
(Q) CDOT Standard Plans"M& S Standards"
6. The Owner will pay to the Contractor in the manner and at such times as set forth by the Contract Documents,
or otherwise agreed upon in writing.
7, This Agreement shall be binding upon all parties hereto and their respective heirs,executors,administrators,
successors, and assigns.
8. Contract Appropriations: The Owner hereby states and affirms that the amount of money appropriated for this
Contract is equal to or in excess of the Contract amount. No change order to this Contract requiring additional
compensable work to be performed,which work causes the aggregate amount payable under the Contract to
exceed the amount appropriated for the original Contract shall be issued by the Owner unless the Owner
assures the Contractor,in writing,that lawful appropriations to cover the costs of the additional work has been
made or unless such work is covered under a remedy-granting provision contained in the Contract.
Page 4
IN WITNESS WHEREOF,the parties hereto have executed,or caused to be executed by their duly authorized officials,
this Agreement in two(2)copies each of which shall be deemed an original on the date first above written.
ORDERED BY: ACCEPTED BY:
THE BOARD OF WELD COUNTY COMMISSIONERS CONTRACT
BY g sf,, J BY M Constructors,Inc.
NAME Douglas Rademacher NAME Aaron L . Mills
(Please Print)
TITLE Chair TITLE President
Date MAY 1 4 2010 ADDRESS P O Box 3 3 6 6 3 8
Greeley , CO 80633
(SEAL)
,` (SEAL)
ATTEST: 9( f ATTEST:
r •
,{Weld County' u Clerk to the Board� /J �� ` .
BY A"// /Y&.a Ievil U/c} BY Michelle R . Darnell
Deputy Cle to the Board (J (Please Print)
TITLE Assistant Secretary
Page 5
020/0- ia6'."
CHANGE ORDER NO.(BLANK)
2010 Bridge Expansion Joint Repairs
Date:
Project: 2010 Bridge Expansion Joint Repairs
Owner: Weld County,Colorado
Contractor: TLM Constructors,Inc.
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:
Page 6
NOTICE OF ACCEPTANCE/WARRANTY
2010 Bridge Expansion Joint Repairs
TO: TLM Constructors Date:
P.O.Box 336638
Greeley, CO 80633-0611
RE: 2010 Bridge Expansion Joint Repairs
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:
Michael Bedell P.E., Senior Engineer
Page 7
2010 BRIDGE EXPANSION JOINT REPAIRS
SCOPE OF WORK DESCRIPTION
The purpose of this project is to replace defective bridge expansion joints on three bridges maintained by
Weld County;20.5/3B,34/17A,and 35/62A. Traffic Control is an associated pay item. It has been
determined that such specialty work cannot be performed by Weld County crews,and requires the assistance
of a Contractor who has the required knowledge and skills to complete the work. TLM Constructors is the
only Contractor in the State of Colorado certified for installation of the Thorma Joint system.
The contract unit prices for Expansion Joint Replacement and Traffic Control are similar to those agreed
upon in a contract between CDOT and TLM Constructors,Inc. for this type of work.
Expansion Joint Replacement
The specific work involves repair of a bridge expansion joint by removing the existing expansion joint system and
replacing with a pre-engineered Thorma Joint system. All work is to be done to CDOT specifications, unless
otherwise modified by the contract documents, and with the approval of the Engineer.
Work must be accomplished during daylight hours from 8:00 A.M. to 6:00 P.M. Monday through Friday, unless
otherwise approved by the Engineer.
The Contractor shall supply any traffic control needed to accomplish the work, in accordance with the MUTCD.
The Contractor shall provide all labor, materials, and equipment required to accomplish the work. The Contractor
shall insure that the work site is cleaned and that debris involved in performing the work is removed.
Page 8
2010 BRIDGE EXPANSION JOINT REPAIRS
REVISION OF SECTION 101
DEFINITION OF TERMS
Section 101 —Definition and Terms is hereby revised for this project as follows:
Subsection 101.27 Department delete first sentence and replace with Weld County Department of Public Works. A
department within the Government of Weld County Colorado
Subsectionl01.28 Replace Chief Engineer of the Department with Director of Weld County Public Works
Department
Subsection101.36 Laboratory—replace Department with Weld County
Subsection 101.54 Replace Regional Transportation Director with Director of Weld County Public Works
Department
Subsection 101.70 Replace State with Weld County
All references to State, CDOT and the Department of Transportation shall be defined as Weld County acting
directly on or through its duly authorized representative or agent.
Page 9
2010 BRIDGE EXPANSION JOINT REPAIRS
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 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 unless otherwise approved by the Engineer.
Page 10
2010 BRIDGE EXPANSION JOINT REPAIRS
REVISION OF SECTION 202
REMOVAL/REPLACEMENT OF EXPANSION DEVICE
Section 202 of the Standard Specification is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work shall consist of removing and replacing existing bridge expansion devices at locations shown on
the Bridge Inspection Sketches or as directed by the Engineer.
Subsection 202.02 shall include the following:
Removal operations shall be coordinated with Traffic Control Plans to be provided by the Contractor.
Contractor shall obtain a Weld County Construction Permit(at no cost)prior to starting the work.
The methods and equipment used for the existing joint removal shall be approved by the Engineer. The
Contractor shall take all steps necessary to avoid damage to all reinforcing steel designated to remain in
place. Any reinforcing bars damaged by the Contractor's operation shall be repaired or replaced at the
Contractor's expense with no allowance for contract time extension.
Following the removal of the concrete, all exposed reinforcing steel to remain in place, shall be straightened
as required and thoroughly cleaned to sound metal by sandblasting. Any structural steel (top of girders and
top of diaphragms)damaged by the Contractor during joint removal, shall be repaired at the Contractors
expense. Exposed concrete surfaces within the removal limits shall be sandblasted to remove all fractured or
loose particles in order to promote good bond with the new concrete.
The replacement expansion joint shall be installed according to the attached"SPECIFICATION FOR THE
INSTALLATION OF THE THORMA JOINT ASPHALTIC PLUG EXPANSION JOINT SYSTEM", dated
June 2009(6 pages). Any deviation from these manufactures specifications shall be approved by the
Engineer.
Subsection 202.12 shall include the following:
Payment shall be made at the contract unit price per linear foot for the accepted quantity of expansion joint
removed and replaced.
Payment will be made under:
Pay Item Pay Unit
3"Depth Expansion Joint Linear Foot(LF)
4"Depth Expansion Joint Linear Foot(LF)
Payment will be full compensation for all work necessary to complete the item including saw cutting,
disposal of materials, sandblasting,providing and installing a new expansion joint.
Page I I
2010 BRIDGE EXPANSION JOINT REPAIRS
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.13, delete paragraph three (3), sub-paragraph (b), beginning with "Reimbursement for
flagging shall ....", and replace with the following:
Flagging will not be measured.
Subsection 630.14 shall be revised to include the following:
All work necessary for Flagging will not be paid for separately, but shall be considered subsidiary to
the Traffic Control Item.
Payment shall be made at the contract unit price per day the required traffic control.
Payment will be made under:
Pay Item Pay Unit
Traffic Control Day
Payment will be full compensation for all work necessary to complete the item.
Page 12
2010 BRIDGE EXPANSION JOINT REPAIRS
TRAFFIC CONTROL PLAN- GENERAL
Special Traffic Control Plan requirements for this project are as follows:
Subsection 104.04 and Section 630 of the CDOT specifications.
Typical Lane Closure using Flaggers(included in these bid documents).
Prior to commencing work at each bridge site, the Contractor shall review the traffic control setup with the
Construction Inspector, and receive verbal approval to proceed with construction.
The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
unless directed.
The Contractor and his subcontractors shall equip their construction vehicles with flashing amber lights.
Flashing amber lights on vehicles shall be visible from all directions.
The Contractor shall be responsible for providing all required traffic control devices necessary to construct
the project in accordance with the guidelines set forth within the most recent version of the Manual on
Uniform Traffic Control Devices, and the CDOT M&S Standards.
All costs incidental to the foregoing requirements shall be included in the original contract prices for the
project.
There shall be no individual payment for a Traffic Control Supervisor or Traffic Control Inspector, but the
work shall be included in the Traffic Control item.
Resetting, repairing, or replacing Traffic Control Devices is considered maintenance of the devices.
Cleaning and maintenance of Traffic Control Devices shall not be paid for separately, but shall be included
in the work.
Page 13
2010 BRIDGE EXPANSION JOINT REPAIRS
FORCE ACCOUNT ITEMS
DESCRIPTION
The estimated amounts marked with an asterisk will be added to the total contract amount. Force Account
work shall be performed as directed by the Engineer.
Minor Contract Revisions (FA): This work consists of minor unforeseen work authorized and approved by
the Engineer. Such work shall not be included in the contract drawings or specifications, but has been
deemed necessary to accomplish the scope of work of this contract.
BASIS OF PAYMENT
Payment will constitute full compensation for all work necessary to complete the item.
Force Account Item Quantity Amount
*FA Minor Contract Revisions FA $4,000.00
Page 14
2010 BRIDGE EXPANSION JOINT REPAIRS
APPENDIX
Item No. of Pages
Bridge Locations Map 1
Bridge Inspection Sketches 3
Typical Lane Closure using Flaggers 1
TLM Constructors, Inc. Cost Quotes 3
Thorma Joint Installation Specifications 6
Page 15
• �'� • .!. '..L........ f' -
1 • ♦ 1 1
•
♦ .. 4 1 .,. I.a. .+..•.. • . •• ` ,., /�-� ♦ -'t-: ••F• ••}•}-
L� ..4.r.y • �.r•z.., Q ♦ •.1.�..f.5
•v } rn...C• _ _ ,� . r l�L 1 l •
• ;' . , • - m .f,.4;..r I_..$•..i•. ..,.... C }- 1 p
♦ .;.• •J F-1 ..T' • 41 I .}.k...._ co -{1 . uNi:
♦♦ r, . 1•._4 - • "*,•••••h-• •}•,� 1.I
. , ., 1 • S■-_ u 1 '.! . .
/1111—� . • � ✓ • r G • •••• L � v- : . • • i it
1 � •
zF T ..r ®� �1 � •�� ,�,.__L r '� .7T • - j . . , 1-1--.• in i! - p
LaN'10.0. .10•• - O Y... .G'1.-.�.p. �.• T ' 1 ■1 , L A yam.
>mmao .. .• Wnrr� r` mm u> 'n !m� r I ,,1 s °�u .w
1 .
03 awl .nom . N .. . • I
N Ca O V M 0,CO°ICON NN N CO CO V
CO .LO . -
M
47
07
'4
O
N
0 0 O `4
�n � a Lu N
Z Q � Lu N
Q cc 2 LU
> z � z tt
d d
WW 0 al .ce
_ ill m
H D D 3
O - U ° Uaim `°
W
CYW O co
CO I— U) Nam
_O Z_ W co C 'n
o O ~/ u) inLi F M 01 N O
N n c7ir N CO
leAmbc.E ss 1621
. laGD. INC
fre14‘
be*. Typ acc
ap app cone slab
Pier 2 ro
---M-11 I , 1
o ; I _ ,_+�__--_— o_____
—a�g_o�- f 35th Avenue i i
NgC H
I H- --J---6.11 I Y
�
LEJe
L
WINGS:
18• Thick
Concrete (typ.)
ELAN
127-0• Back Face to Bads Face
P2 A3
Al
C N 03
co
n Y N n O DS
rt
10'-0•
20' (typ) 10'-0'
59,-. 59'-5•
Clear Span Clear Span
1" Neoprene
Pad (Typ.)
TYPICAL SECTION
Looking West
BY: DATE: 5/12/08 SHEET 1 OF 2
STRUCTURE NO.: WEL035.0-0820A
cuENr: Weld County
CK: DATE:
• LQ\flD ibawraE. '3y(n A
z."..''” ll T `a a
a. °
n CO o_ ; a
L 7^9y < —I r P�'u 0
L -7 c=a° •
i • . x
e ,.
N 00
tit I T x 03
v0 o
n03O.
0
NISH i ,S.'
}-42r-42ro-
9 iWd
i 200
I I* £'9 4%1 \ilk 0
S Id 16 x
D-----I----ff to
a i Jr.
03
11 o 133
v
re
L`i 4 .BL C 03
O )
o .c
C I u o Py 0
0
m t'L «0 Z lif‘ill �,r� w�__ v I }Ee
1 � UC idn -A
+wP IS i t m r
1 0'8 x n
1 ~ 6 N 3
a
lie I a 6'6
a I #
fl- --�
£ Aid
I
ts Ico
1h.
9'£1
Ia
I ,t'£1
44, N }
a
~ z lwd
m T's
a
i 1
r -�
t W < it.
aooa
goowddy
.0—,tl
STRUCTURE NO.: WEL034.0-017.W BY: DATE: 5/14/08 SHEET 1 OF 2
CUM WELD COUNTY CK: DATE:
• LtIIXIO IC. 4SR\tXte 1.0.6 13e)
ettiatts
a�a
tb
eit
JL
�r
I
04 � I
e o i I I E County Road 20.5
_u — —r u
. 8 I IJ-
I ae
y l
" I 01
I
lanowalkc
l8' thick C.I.P Concrete
ELAN (tyM)
132'-6' Back Face to Back Face
Al P2 A3
. ..
. a
~ P.
m o di •.•
" id V:-
+ o o
ttc: : .-
r
I62'-5' Clear Span I I 62'-0. Clear Span
tl ATAMIn
Concrete ckwaua
Looking North
STRUCTURE NO.: WEL020.5-1103.08 BY: DATE 6/4/08 SHEET 1 OF 2
CLIENT: Weld County CK: DATE
t2im
r I ° N
0
O gg9,
r—• E wEct Q
ri . C z
\ LL D z p
O g O 0 I o
z - m
U o v o cJ o
r► Li_ 0 z o c
O —10°C- U O Q
O to w`(i'�w*I .. . ,
C CO
1 m O
gt
w 0 I I � � lP
/ D 0
W f <r� IIi
W
C o W w =
Ly O > p p Z
LLI = JzEa,
z z c O O - pLL .-
J = Q
o oQQcQc
N LL _ ~ (/J C W O
Li
O ti O # - OCnZU r
0 q� ,- h = wZ7_ O - p 0Y
.�� # o WmgQ , a
z > — roc cQ � o
O I OPozo > oo
cn I LLc > opm 'g �
I-I._ U Q J O m W mLU Z
Uj
E.
m � oNJgoo
O = _ �- C Q Z
� OZ ' w
C r 0 J a o
J z O 0 r 5 -
O 2 0 C o_ = LL
W C9LLLLL zLC = - LLc
w Q _ z
L.L. p ic O ic 4 9c 94
•
QUOTATION
To: Weld County Public Works Dept. Date: May 10, 2010
® Attn: Michael Bedell, P.E.
pe 1111 H Street
9Y Greeley, CO 80632
S
Job or Project: 2010 Bridge Expansion Joint Repairs
Structure WEL035.0-062.0A/Cache La Poudre River
R
U TLM Constructors, Inc., will furnish all labor, material and equipment to complete the
following scope of work at the following unit prices.
T Scope of Work:
® Quoted unit price includes removal of existing asphalt, steel and debris down to the
concrete deck, installation of 4 Inch Depth Thorma-Joint 0-2 Inch Asphaltic Plug Joint
System, Mobilization and associated insurance and overhead costs.
S Item# Description Quantity Unit Unit Price Total
1 Str. WEL035.0-062.0A/Cache La Poudre 120 LF $ 115.00 $ 13,800.00
2 Traffic Control 2 DAY $ 1,150.00 $ 2,300.00
Total $ 16,100.00
N EXCLUSIONS:
�+ No Environmental Management No Asphalt Patching
No Bond (Add 1.5% if required) No Engineering
No Permits or Fees No Shoring or Structural Support
Terms: A 1.5%FINANCE CHARGE(which is an ANNUAL PERCENTAGE RATE OF 18%)will be added
each month to all past due accounts.
Conditions: 1.Prices quoted herein include Sales,Use and Transportation taxes.(NA,Exempt Project)
2.This quotation may be withdrawn or modified by TLM Constructors,Inc.if not accepted
within 10 days from date.
3.Delivery of products or performance of services herein quoted is subject to delays
occasioned by circumstances beyond our control.
:7C2rL!1I
d �
P.rc Signed
Greeley Office Date 5 f vA it O Name Aaron L. Mills
P.O.Box 336638 Title President
Greeley,CO 80633
PH:(970)346-6323 If quote is acceptable,please sign in the space provided above and return a copy to us.
FAX(970)346-8324
Swink Office
P.O.Box 505
Swink,CO 81077
PH:(719)384-5956
FAX(719)384-5959
AN EQUAL OPPORTUNITY EMPLOYER
TIMM
C QUOTATION
® To: Weld County Public Works Dept. Date: May 10, 2010
Attn: Michael Bedell, P.E.
N 1111 H Street
�+ Greeley, CO 80632
Job or Project: 2010 Bridge Expansion Joint Repairs
Structure WEL034.0-017-0A 1St Vrain Creek
TLM Constructors, Inc., will furnish all labor, material and equipment to complete the
following scope of work at the following unit prices.
Scope of Work:
0 Quoted unit price includes removal of existing asphalt, steel and debris down to the
concrete deck, installation of 4 Inch Depth Thorma-Joint 0-2 Inch Asphaltic Plug Joint
R System, Mobilization and associated insurance and overhead costs.
S Item# Description Quantity Unit Unit Price Total
1 Str.WEL034.0-017-0A/St Vrain Creek 140 LF $ 115.00 $ 16,100.00
2 Traffic Control 2 DAY $ 1,150.00 $ 2,300.00
Total $ 18,400.00
N EXCLUSIONS:
C No Environmental Management No Asphalt Patching
No Bond (Add 1.5% if required) No Engineering
No Permits or Fees No Shoring or Structural Support
Terms: A 1.5%FINANCE CHARGE(which is an ANNUAL PERCENTAGE RATE OF 18%)will be added
each month to all past due accounts.
Conditions: 1.Prices quoted herein include Sales,Use and Transportation taxes.(NA,Exempt Project)
2.This quotation may be withdrawn or modified by TLM Constructors,Inc.if not accepted
within 10 days from date.
3.Delivery of products or performance of services herein quoted is subject to delays
occasioned by circumstances beyond our control.
Accepted Yctow .Z. tOC.C.. P?PRAVAI. TLM Constructor nc.
By M-116 %-gaSa I T.E. • Signed
Greeley Office Date SIN Iia Name Aaron L. Mills
P.O.Box 336638 Title President
Greeley.CO 80633
PH:(970)346.8323
FAX(970)346-8324 If quote is acceptable,please sign in the space provided above and return a copy to us.
Swink Office
P.O.Box 505
Swink,CO 81077
PH:(719)384-5956
FAX(7191 384-5959
AN EQUAL OPPORTUNITY EMPLOYER
tLM
QUOTATION
To: Weld County Public Works Dept. Date: May 10,2010
® Attn: Michael Bedell, P.E.
p� 1111 H Street
�+ Greeley, CO 80632
'r Job or Project: 2010 Bridge Expansion Joint Repairs
Structure WEL020.5-003.0B/Boulder Creek
R
U TLM Constructors, Inc., will furnish all labor, material and equipment to complete the
following scope of work at the following unit prices.
Scope of Work:
O Quoted unit price includes removal of existing asphalt, steel and debris down to the
concrete deck, installation of 3 Inch Depth Thorma-Joint 0-2 Inch Asphaltic Plug Joint
R System, Mobilization and associated insurance and overhead costs.
S Item# Description Quantity Unit Unit Price Total
1 Str. WEL020.5-003.0B/Bouler Creek 64 LF $ 105.00 $ 6,720.00
2 Traffic Control 2 DAY $ 1,150.00 $ 2,300.00
Total $ 9,020.00
N EXCLUSIONS:
C No Environmental Management No Asphalt Patching
No Bond (Add 1.5% if required) No Engineering
No Permits or Fees No Shoring or Structural Support
Terms: A 1.5%FINANCE CHARGE(which is an ANNUAL PERCENTAGE RATE OF 18%)will be added
each month to all past due accounts.
Conditions: 1. Prices quoted herein include Sales,Use and Transportation taxes.(NA,Exempt Project)
2.This quotation may be withdrawn or modified by TLM Constructors,Inc.if not accepted
within 10 days from date.
3. Delivery of products or performance of services herein quoted is subject to delays
occasioned by circumstances beyond our control.
Accepted VEt4Du16. 'CCC. $t?RDIAL— TLM Constructo , Inc.
By M.?i4b . ,?•€ • Signed
Date 5(S 14/10 Name Aaron L. Mills
Greeley Office
P.O.Box 336638 Title President
Greeley,CO 80633
PH:(970)346-8323 If quote is acceptable,please sign in the space provided above and return a copy to us.
FAX(970)346-8324
Swink Office
P.O.Box 505
Swink,CO 81077
PH:(719)384-5956
FAX(719)384-5959
AN EQUAL OPPORTUNITY EMPLOYER
o o o
ti
SG •
trace Ap9v:Co-
‘
SPECIFICA SPHAOR THE INSTALLATION OF THE A-JOINT®
LLTIC PLUG EXPANSION JOINT SYS EM
SCOPE
This work shall consist of supplying and installing a binder and aggregate system composed of
specially blended polymer modified asphalt and specific aggregate placed in layers into a
prepared expansion joint block-out. When properly installed,the THORMA-JOINT system by
DSA will provide a flexible waterproof bridge joint,which will allow for a joint movement of 1"in
expansion and 1" in compression.
MATERIAL SPECIFICATIONS
BJ SuperTM Binder
The bridge joint binder shall be a polymer modified asphalt, as manufactured by Dynamic Surface
Applications, and shall meet the following requirements as set forth is ASTM D6297-01 and when
independently tested according to those standards.
TEST METHOD TYPICAL VALUES
ASTM D5/D3407 7.5 Max
Cone Penetration @ 07 F ASTM D5/D3407 1.0 Minimum
Cone Penetration @ ASTM D3407 3.0 Max
Non-Immersed
@ 1407, 5 Hours,d@(MM)20?, ASTM D3405 Pass 3 cycles
Non-Immersed Bond @ 20`F,
Three Cycles ASTM D3407 40-70
Aspha Comm 77� ASTM D3407 Pass
Asphalt Compatibility ASTM D36 180 Minimum
Softening Point ASTM D5329 Pass
Ductility
Pliability @-10F ASTM D113 400 Minimum
se dhesF ASTM D5329 700 Minimum
Tensile Adhesion @ 77°= 390°F (199°C )
Recommended Pouring Temperature 390°F (210°C)
19
Safe Heating Temperature
1
Revised June 2009
I •
Aggregate
The stone used shall primarily consist of Granite, Basalt, Gabbro, Porphyry or Gritstones. The
specified aggregate shall be crushed, double washed, and shall meet the following gradation
requirements:
GRADATION
Sieve Size %" Percent Passing
7/8 95-100
5/8 40-60
1/2 15-40
3/8 0-15
y 0-7
#8 -
Backer Rod
The backer rod shall be a closed cell,foam expansion joint filler, capable of withstanding the
elevated temperature of the polymeric binder. The backer rod shall have the following typical
physical properties using a 2"specimen and test method ASTM D545:
Density: 2.0Lbs/Cu.Ft, min
Tensile Strength: 30 psi, min.
Compression: 5 psi @ 25%, min o
Water Absorption: 0.03 g/cc by weight, min (1% Max)
Temperature @ 410F (2101) No Melti ng
Bridging Plate
The bridging plate shall be a mild steel plate, Y" thick by 8"wide, cut in 4' lengths. Spike holes
shall be drilled on a longitudinal centerline at 1' intervals.
INSTALLATION CREWS
The THORMA-JOINT system is to be installed only by factory trained and certified installation
professionals.
EQUIPMENT
The equipment will consist of:
1. Small walk-behind dry cut saw
2. Pneumatic compressor of 185 CFM capacity.
3. One Hot-Compressed Air Lance(HCA Lance), capable of delivering flame retarded air
stream with a temperature of 3,000°F (1648°C), at a speed of 3,000 feet per second.
4. Rotating vented or un-vented drum type mixers with a Hot-Compressed Air Lance(HCA
Lance), or a pressure—air injection torch (PAT torch).
2
Revised June 2009
5. Melter unit equipped with agitation and an automatic temperature control which can
accurately maintain the material temperature from 1007-650F (38t - 3430. A
thermometer to monitor the material temperature must be provided. The burner system
shall have a safety pilot capable of shutting off the gas supply in the event of a flame-out.
6. 100 lb. bottles of propane
7. Vibratory roller or plate capable of compacting up to 1"in one pass.
8. Hand held calibrated digital temperature sensor.
9. Chop-saw with carbide blade, if needed.
10. Sandblasting equipment.
11. Safety clothing and equipment as required by OSHA.
INSTALLATION PROCEDURE
The following procedures are to be followed to ensure a successful installation:
Note: Thorma-Joint must be installed at a minimum depth of two inches (2") in order to
perform correctly.
Marking out: The Thorma-Joint system shall be located centrally over the deck expansion
gap or fixed joint and marked out to the recommended width of 20".
Excavation: The joint shall be excavated by the use of saws and pneumatic hand tools.
Where possible, saws shall be set to cut the full required depth of the wearing surface and
any membrane present. Variations in the depth of the wearing surface across the road
should be considered to insure, where possible,that the deck is not damaged. All debris
from the excavation channel shall be removed to allow the full volume of new joint to be
installed.
Cleaning: The entire channel must be thoroughly cleaned and dried. Small debris will be
removed by using compressed air. A sandblaster will then be applied throughout the length
of the channel,to clean any remaining debris on the vertical walls and adjacent deck area.
Repairs: Spelled and defective concrete should be repaired with an approved material as
agreed upon by the Project Engineer.
Caulking: The gap shall be caulked with the backer rod, allowing for approximately 1" of
binder in the gap on top of the rod. If the previous caulking is intact and will hold the binder,it
may be used to take the place of the backer rod. A small amount of hot binder should be
placed onto the caulking to insure that the gap is adequately plugged.
Tanking: Immediately after cleaning and caulking,the entire channel shall be coated with a
thin layer of hot binder. If significant delay occurs,the channel shall be inspected to
determine if re-cleaning is necessary.
3
Revised June 2009
•
Plating: The gap shall be bridged with the steel plates centered over the gap by placing
locating pins in the centerline of the plate. There must be at least 2" between the edge of the
steel plate and the wall of the channel. Once the locating pins are in place, the top of the
plate shall be coated with a thin layer of hot binder.
Aggregate: The aggregate must be heated in a vented (preferred)or un-vented rotating
drum mixer by the use of a hot compressed air lance (HCA Lance), or a pressure air injection
torch (PAT torch). Once the aggregate has been heated to a temperature of 370°-380°F
(188°- 193°C), it is then coated with a small qua ntity of binder. One gallon of binder per 100
lbs.of stone should be sufficient to coat the stone.
Binder: The binder shall be heated to the recommended pouring temperature, 370°-385°F
(188°- 196°C). At no time shall the recommended safe heating temperature of 400°F(204°
C)be exceeded.
Material Installation: Layers of hot pre-coated aggregate not more than 2"thick shall be
placed in the channel and immediately covered to the level of the coated aggregate. This will
ensure that the 3:1 weight ratio of aggregate to binder has been achieved. Layers shall be
raked to insure the aggregate is completely coated and that all air pockets are eliminated.
This process shall cease approximately three-quarters of an inch (3/4")from the top of the
channel.
Surface Layer: The surface layer shall be applied as other layers except that the pre-coated
aggregate is not flooded with binder. The pre-coated aggregate shall be transferred to the
joint and leveled slightly higher than the adjacent road surface. On a standard 2"deep joint,
the topcoat should be one quarter inch(1/4")higher than the road surface. Deeper joints will
require higher levels before tamping.
Compaction: Compaction should take place after the joint has cooled to approximately 225°
F(107°C). The joint surface shall be made approximately level with the existing road
surface by using the vibratory plate or roller.
Top Coating: After compaction, lines of 3"tape are placed one inch beyond the joint width
on each side of the joint to insure evenness of appearance. The joint and at least one inch of
the road surface shall be top-coated with the hot binder until the surface is smooth and
absent of voids.
Note: If it is impossible to topcoat the joint during the same working day/night, it is allowable
that the topcoat step be completed on the next working day/night. However,the surface must
be cleaned, dried, and heated with the HCA Lance.
Surface Dressing: Immediately after top-coating, an anti-skid material is spread evenly over
the joint to eliminate material tracking.
Final Preparation: Prior to departure the crew will insure that the entire work area is clean
of debris.
Temporary Joint: In the event of a work stoppage while constructing a joint,the following
procedure can be used for low ADT roadways(<20,000). Fill the cavity with cold uncoated
aggregate to the level of the road surface and top the aggregate with binder to form a
temporary riding surface. Roadways with an ADT greater than 20,000 will require materials
similar to a cold patch asphalt. Be sure whatever is used is approved by the controlling
agency.
4
Revised June 2009
•
QUALITY CONTROL
Upon request, certifications of the materials will be provided.
The Project Engineer may require the contractor to provide samples during the course of the
work for laboratory test of any or all of the properties specified.
Quality of every THORMA-JOINT system will reflect the quality put forth by Dynamic Surface
Applications and shall receive the highest priority in contractual obligation.
EVIDENCE OF COMPLIANCE
Dynamic Surface Applications is prepared to provide with its bid evidence of successful
installations of this system over the past several years.
5
Revised June 2009
Z
in 0
A W —
re
N
'S}; c w
A rrt Z � C3Zf
.I 1J ,, X zo mos Z
ni � � ti
' --/
It mW �
«, c'r
fir£ �4.•.1v
X U -rai.30
o _c5 0 •
rYJ• ^.� Z 4
-61 m . Sao,
,,e7.
x_n,� m J
yri frV
w
I;RI yi co
. s
x1 fi-
— i r 1
,r
` 7i �� A
iriki
4
fr
W re
J ! 4-._-3
Q V k, 7/ Q
o 5r 4.
W
YJ F r '
l �� o
fr
zl ':2;c:,w J
t +
o I �
✓n ,fr1
L11 .
0 • - -
o - •
CD • -
Z
cc
0
Hello