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
20202336.tiff
Un�va a IU5(05'-� MEMORANDUM TO: Esther Gesick, CTB DATE: March 8, 2022 FROM: Erich Green, P.E., L.S.I. Public Works SUBJECT: 2020 Bridge Rehabilitation Services Agreement Renewal for 2022 Please place the attached contract renewal on the BOCC consent agenda for the earliest available BOCC hearing beginning March 16, 2022. This is the second renewal of the 2020 Bridge Rehabilitation Services Agreement with TLM Constructors, Inc. Please refer to the attached Pass -Around Review packet, which is being distributed to the BOCC for review. I will provide the signed version of the Pass -Around Review as soon as it is available. The original Contract ID Number is 4055 and the original Document Number is 2020-2336. The Contract ID Number for the renewal is 5654. The contract renewal is for an amount not to exceed $275,000, which matches the 2022 budget. The contractor does not require a wet -signed version of the contract renewal once it is executed. If a wet signed version of the contract renewal is needed, please let me know and I will provide it to you prior to the BOCC hearing date. ZU ZO- X3(O €cD07cl BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2020 Bridge Rehabilitation Services Agreement Renewal for 2022 DEPARTMENT: Public Works DATE: March 8, 2022 PERSON REQUESTING: Erich Green / Don Dunker Brief description of the problem/issue: In 2020 Weld County entered into a one (1) year Agreement for Construction Services (Original Contract) with TLM Constructors; Inc. (TLM) to provide rehabilitation services on existing Weld County bridges. The Original Contract indicates that at the option of Weld County, it may be extended for one (1) additional year a maximum of two (2) times. The First Renewal began on August 4, 2021 and will expire on August 3, 2022. Weld County Public Works wishes to extend the Original Contract for an additional year for the second time (Second Renewal). The Second Renewal is being moved up from the First Renewal expiration date to better line up the contract period to the budget period. TLM is a Weld County company with an office in Greeley. They provided quality construction services under the Original Contract and First Renewal, and completed all work on time/under budget. For the Second Renewal, TLM has proposed unit price increases within the terms of the Original Contract to account for increases in labor and materials costs. The increase to each unit price is 9%, which is the current year over year average between the Consumer Price Index (CPI) and the Engineering News Record (ENR) Construction Cost Index. Weld County Public Works staff has calculated and reviewed all unit price increases reflected in the 2022 Rate Schedule and believes the increases are fair to Weld County. Public Works staff recommends renewal of the Original Contract beginning March 16, 2022 and ending March 15, 2023. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approve the renewal of the Original Contract and allow it to be placed on the next available Consent Agenda Deny the renewal of the Original Contract and have staff rebid this work Recommendation: Public Works staff recommends approving renewal of the Original Contract and placing it on the next available Consent Agenda for approval. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck (. r (i; Mike Freeman, Pro -Tern w1� Scott K. James, Chair Steve Moreno Lori Saine CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TLM CONSTRUCTORS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into day of M QyU h , 2022, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and TLM Constructors. Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2336, Contract ID No. 4055, approved on August 31, 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement was extended for the first one-year period on August 4, 2021 under Contract ID 5112 and will end on August 3, 2022 ("First Renewal"). • The parties agree to extend the Original Agreement for a second one (1) -year period, which will begin March 16, 2022 and will end on March 15, 2023 ("Second Renewal"). • The Second Renewal, together with the Original Agreement and First Renewal, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Changes to 2021 Bridge Rehabilitation Services Rate Schedule is attached and identified as 2022 Bridge Rehabilitation Services Rate Schedule The total anticipated cost for the period from March 16, 2022 to March 15, 2023 is $275,000. • All other terms and conditions of the Original Agreement and First Renewal remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: TLM Constructors, Inc. Aaron L. Mills, President Printed e Signature BOARD F COUNTY COMMISSIONERS WEL OUN COLORADO ^'--- ATTI Welc BY: c20o2 -a 6, 2022 BRIDGE REHABILITATION SERVICES RATE SCHEDULE ITEM NO. ITEM DESCRIPTION UNIT UNIT PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 16.35 202-00009 REMOVAL OF DEBRIS CY 49.05 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 6.54 202-00127 REMOVAL OF RIPRAP CY 39.20 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (1 INCH -12 INCHES THICK) SY 17.40 202-01000 REMOVAL OF FENCE LF 3.27 203-00000 UNCLASSIFIED EXCAVATION CY 45.75 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 54.50 203-00050 UNSUITABLE MATERIAL (MUCK) CY 109.00 203-00060 EMBANKMENT (COMPLETE IN PLACE) CY 54.50 203-01100 PROOF ROLLING HOUR 114.45 203-01598 POTHOLING (SPECIAL) EA 272.50 206-00068 FLOW FILL (WELD COUNTY MIX) CY 190.75 207-00210 STOCKPILE TOPSOIL CY 14.15 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 26.15 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 2,180.00 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 3,270.00 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 163.50 208-00207 EROSION CONTROL MANAGEMENT DAY 163.50 210-00810 RESET GROUND SIGN EA 381.50 210-00815 RESET SIGN PANEL EA 218.00 211-03009 DEWATERING DAY 1,062.75 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 0.28 212-00002 SEEDING (NATIVE) (SOUTH OF WCR 68) SY 0.28 212-00003 SEEDING (STERILE WHEAT) SY 0.16 212-00712 HYDRAULIC GROWTH MEDIUM SY 1.14 213-00010 MULCHING (WEED FREE STRAW) SY 0.33 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 3.54 216-00305 SOIL FILLED TURF REINFORCEMENT MAT (LANDLOK 450) SY 6.54 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 18.50 240-00010 REMOVAL OF NESTS HR 109.00 240-00020 NETTING SY 16.35 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 59.95 304-08000 AGGREGATE BASE COURSE (SHOULDERING) TON 59.95 304-10000 AGREGGATE BASE COURSE (SURFACE GRAVEL) TON 59.95 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 190.75 403-34841 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) TON 192.90 403-34842 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) (PATCHING) SY 94.80 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 202.70 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 2,016.50 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 4.36 501-00100 STEEL SHEET PILING (TYPE I) (COFFERDAM) SF 81.75 506-00409 SOIL RIPRAP (9 INCH) CY 207.10 506-00412 SOIL RIPRAP (12 INCH) CY 207.10 Page 1 a� ITEM NO. ITEM DESCRIPTION UNIT UNIT PRICE (DOLLARS) 508-00418 SOIL RIPRAP (18 INCH) CY 207.10 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 735.75 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 381.50 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CY 545.00 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 272.50 509-08300 FIELD WELDING (AWS CERTIFIED) (AWS O1.5 ENDORSEMENT) HOUR 119.90 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 1.80 512-00125 MAINTENANCE OF BEARING DEVICE HOUR 81.75 518-04010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE (STRIP SEAL) LF 27.25 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 817.50 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT (ASPHALTIC PLUG) (THORMA-JOINT) (3 INCHES -8 INCHES THICK) LF 190.75 518-04030 BRIDGE EXPANSION DEVICE REPLACEMENT (STRIP SEAL) LF 327.00 518-04031 BRIDGE EXPANSION DEVICE REPAIR (STRIP SEAL) (NEOPRENE GLAND ONLY) LF 87.20 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 1,090.00 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 1,073.65 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 599.50 601-06021 CONCRETE CRACK REPAIR (HORIZONTAUVERTICAL/OVERHEAD) (DAYTON SUPERIOR SURE ANCHOR I J51) LF 163.50 601-06151 CONCRETE PATCHING (HORIZONTAL) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 50) SF 71.90 601-06152 CONCRETE PATCHING (VERTICAUOVERHEAD) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 25 VO) SF 113.35 601-06500 CLEANING AND PLUGGING OF BEARING PLATE BOLT ACCESS HOLE EA 201.65 601-40303 FIELD CLEANING AND PAINTING OF EXISTING CONCRETE SF 1.80 601-41000 CLEANING AND SEALING OF VERTICAL CONCRETE JOINT (0-3 INCHES WIDE) (6-10 FEET LONG) EA 1,220.80 602-00000 REINFORCING STEEL LB 2.45 602-00020 REINFORCING STEEL (EPDXY COATED) LB 2.73 607-01015 FENCE (5 -STRAND BARBED WIRE) (TEMPORARY) LF 5.45 607-01020 FENCE (5 -STRAND BARBED WIRE) (PERMANENT) LF 6.54 607-11525 FENCE (PLASTIC) LF 3.27 612-00000 RETROREFLECTOR TAB EA 16.35 612-00001 DELINEATOR (TYPE I) EA 27.25 612-00002 DELINEATOR (TYPE II) EA 32.70 612-00003 DELINEATOR (TYPE III) EA 38.15 614-00011 SIGN PANEL (CLASS I) SF 27.25 614-00218 STEEL SIGN POST (2-1/4 INCH x 2-1/4 INCH SQUARE POST) LF 30.50 620-00020 SANITARY FACILITY EA 1,362.50 625-00001 CONSTRUCTION SURVEYING LS 9,265.00 626-00008 MOBILIZATION EA 627-00001 PAVEMENT MARKING PAINT GAL 163.50 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 272.50 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 1,117.25 630-00101 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (ROAD CLOSURE) DAY 1079.10 , 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 2,452.50 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 245.25 700-70010 F/A MINOR CONTRACT REVISIONS FA $25,000' Page 2 �w� ITEM NO. ITEM DESCRIPTION UNIT UNIT PRICE (DOLLARS) 700-70380 F/A EROSION CONTROL FA $15,000* 700-74000 F/A IRRIGATION FA $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA $20,000* *These amounts shall be utilized for the second contract renewal period. **Mobilization unit price for each bridge rehabilitation will be paid in accordance with Table 1 below. Refer to Revision of 626 — Mobilization, Subsection 626.02. "Original Contract Amount" in Table 1 shall mean the total amount for rehabilitating a specific bridge as determined from the plan summary of quantities and contract unit prices excluding mobilization, or as defined in the Internal Accounting (IA) Form excluding mobilization. Table I Mobilization Price Based on Original Contract Amount Original Contract Amount Mobilization Price Less Than $10,000 $1,500 $10,000 to Less Than $75,000 15% of Original Contract Amount $75,000 to Less Than $112,500 $11,250 $112,500 and Greater 10% of Original Contract Amount Page 3 h`,� New Contract Request Entity Information Entity Name * Entity ID * ❑ New Entity? TLM CONSTRUCTORS, INC '00015325 Contract Name * Contract ID Parent Contract ID 2020 BRIDGE REHABILITATION SERVICES (2022 RENEWAL) 5654 4055 Contract Status Contract Lead * Requires Board Approval CTB REVIEW EGREEN YES Contract Lead Email Department Project # egreen9co.weld.co.us AN -1 Contract Description * SECOND RENEWAL OF AGREEMENT FOR CONSTRUCTION SERVICES FOR ANNUAL BRIDGE REHABILITATIONS Contract Description 2 PLEASE PLACE ON CONSENT AGENDA. Contract Type * Department Requested BOCC Agenda Due Date RENEWAL PUBLIC WORKS Date * 03 1212022 03:'16x2022 Amount* Department Email $275,000.00 CM- Will a work session with BOCC be required?* PublicWorksC weldgov.com NO Renewable* NO Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- NO Automatic Renewal DeptHeadPweldgov.com NO County Attorney Grant KARIN MCDOUGAL ICA County Attorney Email KMCDOUGAL sCO.WELD.CO. US If this is a renewal enter previous Contract ID 5112 If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver CONSENT Approval Process Department Head JAY MCDONALD DH Approved Date 0309/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03162022 Originator EGREEN Contact Type Review Date 02/15/2023 Committed Delivery Date C "'WrI 1] Renewal Date Expiration Date= 03,15/2023 Contact Phone 1 Contact Phone 2 Purchasing Approved Date 03 092022 Finance Approver CONSENT Finance Approved Date 03,'09/2022 Tyler Ref # AG 031422 Legal Counsel CONSENT Legal Counsel Approved Date 0309/2022 /22 MEMORANDUM TO: Esther Gesick, CTB DATE: July 29, 2021 FROM: Erich Green, P.E., L.S.I. Public Works SUBJECT: 2020 Bridge Rehabilitation Services Agreement Renewal for 2021 Please place the attached contract renewal on the BOCC consent agenda for the earliest available BOCC hearing. This is the first renewal of the 2020 Bridge Rehabilitation Services Agreement with TLM Constructors, Inc. The BOCC unanimously approved the recommendation to renew the contract on July 29, 2021. Please refer to the attached Pass -Around Review packet. The original Contract ID Number is 4055 and the original Document Number is 2020-2336. The Contract ID Number for the renewal is 5112. The contract renewal is for an amount not to exceed $275,000. The contractor does not require a wet -signed version of the contract renewal once it is executed. The contractor is providing a wet signed version of the contract renewal for our use, so please let me know if this is needed and I will provide it to you prior to the BOCC hearing date. Page l of I(�) M:\ —Active Projects\2021 Bridge Rehab\Contract Renewal\BOCC Pass Around\2020 Bridge Rehabilitation Services Agreement Renewal for 2021 Memo to to�J CTB.docx 7� - c f �� " 6 ( Y f`7- c 1 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2020 Bridge Rehabilitation Services Agreement Renewal for 2021 DEPARTMENT: Public Works DATE: July 28, 2021 PERSON REQUESTING: Erich Green / Don Dunker Brief description of the problem/issue: In 2020 Weld County entered into a one (1) year Agreement for Construction Services (Original Contract) with TLM Constructors, Inc. (TLM) to provide rehabilitation services on existing Weld County bridges. The Original Contract indicates that at the option of Weld County, it may be extended for one (1) additional year a maximum of two (2) times. The Original Contract will expire on August 31, 2021, and Weld County Public Works wishes to extend it for an additional year for the first time. The first renewal is being moved up from the Original Contract expiration date to include work related to the emergency repair of Bridge 20.513B. TLM is a Weld County company with an office in Greeley. They provided quality construction services under the Original Contract and completed all work on time and under budget. TLM has agreed to utilize the same unit prices in the first renewal as were bid for the Original Contract, except for mobilization. At Public Works' staff request, mobilization price was re -negotiated with TLM so that it is based on percentage of work value rather than a flat rate as in the Original Contract. This will result in a substantial reduction in mobilization costs for Weld County on smaller rehabilitation projects, while still being fair to the contractor. Public Works staff recommends renewal of the Original Contract beginning August 4, 2021 and ending August 3, 2022. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approve the renewal of the Original Contract and allow it to be placed on the next available Consent Agenda Deny the renewal of the Original Contract and have staff rebid this work Recommendation: Public Works staff recommends approving renewal of the Original Contract and placing it on the next available Consent Agenda for approval Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck C Mike Freeman Scott K. James, Pro -Tern Steve Moreno, Chair Lori Saine Vin__I__I'Y� _ L From: Sent: To: Subject: yes Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: IsaineCweldav,corv� Website: www.co.weld.co.us In God We Trust Lori Saine Thursday, July 29, 2021 8:06 AM Karla Ford RE: Please Reply - 2020 Bridge Rehabilitation Services Agreement Renewal for 2021 (Pass -Around) Confidentiality Notice: This elect'onic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford <kford@weldgov.com> Sent: Thursday, July 29, 2O21 651 AM To: Lori Saine <Isaine@weldgov.com> Subject: Please Reply - 2020 Bridge Rehabilitation Services Agreement Renewal for 2021 (Pass -Around) Importance: High Please advise if you approve recommendation. Thanks! Karla Ford A Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, C3Iorado 80632 :: 970.336-7204 :: kford weldgov.com :: www.weldgoy.com **Tease note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** 1 \.VIV 11\1 L I HVRCCIVICIV I CA I CIVJIVIV/lAtlVtVVHL bt 1 VVttIV THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND TLM CONSTRUCTORS, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into day of , 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of ublic Works, hereinafter referred to as the "Department", and TLM Constructors, Inc., hereinafter referred to as the " ntractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2336, Contract ID No. 4055, approved on August 31, 2020. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on August 31, 2021. • The parties agree to extend the Original Agreement for the first one (1) -year period, which will begin August 4, 2021 and will end on August 3, 2022. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change to Exhibit A: Request for Bid is hereby made to the Contract Documents: 1. Revision of Section 626, Mobilization is completely removed and replaced with the version attached hereto The total anticipated cost for the period from August 4, 2021 to August 3, 2022 is $275,000. • Changes to Exhibit B: 2020 Bridge Rehabilitation Services Bid Schedule is attached and identified as 2021 Bridge Rehabilitation Services Rate Schedule. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: TLM Constructors, Inc. Aaron L. Mills, President Printed Name /� Aaron L. i I I s Digitally signed by Aaron L. Mills Date: 2021.07.29 10:17:41 -0600' Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair ATTEST: � f '" ••�C�1o; y Weld C,pinty Clerk to the�Board 1861 i BY:Ctthvl ° l O LO i s kXL Deputy Clerk to the Board O'p o2aao--O.336 Pages 156-157 of the Contract Documents is completely removed and replaced with the following: I REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows: Subsection 626.01 shall be revised to include the following: 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. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS: The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County prior to Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The County has acquired Temporary Construction Easements (TCE) for work on the project. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCE's. All agreements made between the Contractor and the private property owners for additional TCE's shall be made in writing and a copy of all written agreements shall be furnished to the County prior to any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCE's obtained by the Contractor and shall modify the Erosion and Sediment Control Plans to include TCE's. The Contractor shall inform the property owners and the tenants at the properties prior to construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All disturbances outside the Project Limits shall be pre - approved by the County and secured by the Contractor, at Contractor's expense. In addition, the Contractor will be required to secure Right of Entry for property owner access that extends beyond the Right of Way Line. No separate payment will be made. Contractor to review the access plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry prior to entry. Subsection 626.02, delete the second paragraph and replace with the following: For the purpose of this Section the term "original contract amount" shall mean the total amount for rehabilitating a specific bridge as determined from the plan summary of quantities and contract unit prices excluding mobilization, or as defined in the Internal Accounting (IA) Form excluding mobilization. For the purpose of this Section the term "project" shall mean the rehabilitation work for a specific bridge as defined in the plans or IA Form. Payments for materials on hand, as described in subsection 109.07, will not be included as a percent of the amount earned until said materials on hand have been incorporated into the work and accepted and paid for as contract items. Subsection 626.02 shall be revised to include the following: Payment for mobilization will be made for the rehabilitation of each bridge independent of its location and based on Table 1 below. BID NO. B2000137 Page 156 2 REVISION OF SECTION 626 MOBILIZATION Table I Mobilization Price Based on Original Contract Amount Original Contract Amount Mobilization Price Less Than $10,000 $1,500 $10,000 to Less Than $75,000 15% of Original Contract Amount $75,000 to Less Than $112,500 $11,250 $112,500 and Greater 10% of Original Contract Amount Mobilization will be considered full compensation for all contract items included in the plans or IA Form; no items included in the contract will receive separate compensation for mobilization. Payment will be made under: Pay Item Pay Unit Mobilization Each END OF SECTION BID NO. B2000137 Page 157 2021 BRIDGE REHABILITATION SERVICES RATE SCHEDULE Information with strikethrough indicates a change from the 2020 Bridge Rehabilitation Services Bid Schedule (Original Agreement) ITEM NO. ITEM DESCRIPTION UNIT UNIT PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 15.00 202-00009 REMOVAL OF DEBRIS CY 45.00 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 6.00 202-00127 REMOVAL OF RIPRAP CY 36.00 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (1 INCH -12 INCHES THICK) SY 16.00 202-01000 REMOVAL OF FENCE LF 3.00 203-00000 UNCLASSIFIED EXCAVATION CY 42.00 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 50.00 203-00050 UNSUITABLE MATERIAL (MUCK) CY 100.00 203-00060 EMBANKMENT (COMPLETE IN PLACE) CY 50.00 203-01100 PROOF ROLLING HOUR 105.00 203-01598 POTHOLING (SPECIAL) EA 250.00 206-00068 FLOW FILL (WELD COUNTY MIX) CY 175.00 207-00210 STOCKPILE TOPSOIL CY 13.00 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 24.00 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 2,000.00 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 3,000.00 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 150.00 208-00207 EROSION CONTROL MANAGEMENT DAY 150.00 210-00810 RESET GROUND SIGN EA 350.00 210-00815 RESET SIGN PANEL EA 200.00 211-03009 DEWATERING DAY 975.00 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 0.26 212-00002 SEEDING (NATIVE) (SOUTH OF WCR 68) SY 0.26 212-00003 SEEDING (STERILE WHEAT) SY 0.15 212-00712 HYDRAULIC GROWTH MEDIUM SY 1.05 213-00010 MULCHING (WEED FREE STRAW) SY 0.30 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 3.25 216-00305 SOIL FILLED TURF REINFORCEMENT MAT (LANDLOK 450) SY 6.00 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 17.00 240-00010 REMOVAL OF NESTS HR 100.00 240-00020 NETTING SY 15.00 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 55.00 304-08000 AGGREGATE BASE COURSE (SHOULDERING) TON 55.00 304-10000 AGREGGATE BASE COURSE (SURFACE GRAVEL) TON 55.00 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 175.00 403-34841 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) TON 177.00 403-34842 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) (PATCHING) SY 87.00 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 186.00 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 1,850.00 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 4.00 Page 1 ITEM NO. ITEM DESCRIPTION UNIT UNIT PRICE (DOLLARS) 501-00100 STEEL SHEET PILING (TYPE I) (COFFERDAM) SF 75.00 506-00409 SOIL RIPRAP (9 INCH) CY 190.00 506-00412 SOIL RIPRAP (12 INCH) CY 190.00 506-00418 SOIL RIPRAP (18 INCH) CY 190.00 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 675.00 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 350.00 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CY 500.00 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 250.00 509-08300 FIELD WELDING (AWS CERTIFIED) (AWS D1.5 ENDORSEMENT) HOUR 110.00 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 1.65 512-00125 MAINTENANCE OF BEARING DEVICE HOUR 75.00 518-04010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE (STRIP SEAL) LF 25.00 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 750.00 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT (ASPHALTIC PLUG) (THORMA-JOINT) 3 INCHES -8 INCHES THICK) LF 175.00 518-04030 BRIDGE EXPANSION DEVICE REPLACEMENT (STRIP SEAL) LF 300.00 518-04031 BRIDGE EXPANSION DEVICE REPAIR (STRIP SEAL) (NEOPRENE GLAND ONLY) LF 80.00 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 1,000.00 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 985.00 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 550.00 601-06021 CONCRETE CRACK REPAIR (HORIZONTALNERTICAL/OVERHEAD) (DAYTON SUPERIOR SURE ANCHOR I J51) LF 150.00 601-06151 CONCRETE PATCHING (HORIZONTAL) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 50) SF 66.00 601-06152 CONCRETE PATCHING (VERTICAL/OVERHEAD) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 25 VO) SF 104.00 602-00000 REINFORCING STEEL LB 2.25 602-00020 REINFORCING STEEL (EPDXY COATED) LB 2.50 607-01015 FENCE (5 -STRAND BARBED WIRE) (TEMPORARY) LF 5.00 607-01020 FENCE (5 -STRAND BARBED WIRE) (PERMANENT) LF 6.00 607-11525 FENCE (PLASTIC) LF 3.00 612-00000 RETROREFLECTOR TAB EA 15.00 612-00001 DELINEATOR (TYPE I) EA 25.00 612-00002 DELINEATOR (TYPE II) EA 30.00 612-00003 DELINEATOR (TYPE III) EA 35.00 614-00011 SIGN PANEL (CLASS I) SF 25.00 614-00218 STEEL SIGN POST (2-1/4 INCH x 2-1/4 INCH SQUARE POST) LF 28.00 620-00020 SANITARY FACILITY EA 1,250.00 625-00001 CONSTRUCTION SURVEYING LS 8,500.00 626-00008 MOBILIZATION EA 22,,000.90 "" 626 00009 €A 22,000.00 627-00001 PAVEMENT MARKING PAINT GAL 150.00 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 250.00 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR DAY AY 1,025.00 630-00101 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (ROAD CLOSURE) DAY 990.00 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 2,250.00 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 225.00 Page 2 ITEM NO. ITEM DESCRIPTION UNIT UNIT PRICE (DOLLARS) 700-70010 F/A MINOR CONTRACT REVISIONS FA $25,000* 700-70380 F/A EROSION CONTROL FA $15,000* 700-74000 F/A IRRIGATION FA $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA $20,000* *These amounts shall be utilized for the first contract renewal period. It is anticipated that the potential future second contract renewal period will utilize the same amounts or less. **Refer to Revision of 626 — Mobilization, Subsection 626.02, Table 1. Mobilization unit price for each bridge rehabilitation will be paid in accordance with Table 1. Page 3 New Contract Request Entity Information Entity Name* Entity tD * ❑ New Entity? TLM CONSTRUCTORS, INC 9"0001 5325 Contract Name* Contract ID Parent Contract ID 2020 BRIDGE REHABILITATION SERVICES (2021 RENEWAL) 5112 4055 Contract Status Contract Lead * Requires Board Approval CTB REVIEW EGREEN YES Contract Lead Email Department Project t egreen �co.weld.co.us AN -I Contract Description FIRST RENEWAL OF AGREEMENT FOR CONSTRUCTION SERVICES FOR ANNUAL BRIDGE REHABILITATIONS. Contract Description 2 PLEASE PLACE ON CONSENT AGENDA. Contract Type * Department Requested 8OCC Agenda Due Date RENEWAL PUBLIC WORKS Date* 0713112021 08x04;2021 Amount"* Department Email $275,000.00 CM- Will a work session with BOCC be required?* PubiicWorksiiweIdgov.corn NO Renewable* YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PubiicWorks- NO Automatic Renewal Dept Head weldgov.corn NO Counter Attorney Grant ROE CHOATE IGA County Attorney Email BCI-OATEL CO.WELD.CO.US If this is a renewal enter previous Contract ID 4055 if this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 07.042022 0804:2022 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasrng Purchasing Approver Purchasing Approved Date CONSENT 07/2g2021 Approval Process Department Head Finance Approver Legal Counsel JAY MCDUNALD CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 071,29/2021 0729/2O21 07/29/2021 Final Approval ROCC Approved Tyler Ref # AG 080421 ROCC Signed Date BOCC Agenda Date 0804/2021 Originator EGREEN MEMORANDUM TO: Esther Gesick, CTB DATE: August 24, 2020 FROM: Erich Green, P.E., Public Works SUBJECT: Contract for B2000137 (2020 Bridge Rehabilitation Services) Attached is the contract and exhibits for the above referenced project. Please place the contract on the BOCC Consent Agenda. The BOCC approved the award of this contract to TLM Constructors, Inc. on August 12, 2020. In addition to the signed contract, the contractor has provided a performance bond and a labor & materials payment bond. The BOCC is asked to sign this contract so the work can be completed prior to December 31, 2020. The contractor does not require a wet -signed version of the contract once it is executed. I will plan on attending the BOCC meeting to answer any questions that the Board may have regarding this contract. : c /31/0 2020-2336 FI-0O 76 Page I of I M:\ —Active Projects\2020 Bridge Rehab\4-Contracts\Signed Contract Forms_Bonds_Insurance\Contract - Signed\2020 Bridge Rehab Contract Memo to BOCC.docx WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TLM CONSTRUCTORS, INC. 2020 BRIDGE REHABILITATION SER CES THIS AGREEMENT is made and entered into thisbll day of , 020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by nd through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 8063 ,hereinafter referred to as "County," and TLM Constructors, Inc., whose address is 3000 W. "F" Street, Greeley, Colorado 80631, hereinafter referred to as "Contractor". WHEREAS, Weld County Public Works is in need of bridge rehabilitation services throughout the County, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake rehabilitation of several County bridges during the 2020 calendar year, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in Exhibit B; WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000137". The RFB 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. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. In its sole discretion, the County, by the Director of the Department of Public Works or his/her designee may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. At the option of County, this Agreement may be extended for one (1) additional year a maximum of two (2) times. Price changes for items in the bid schedules will be negotiated by and agreed to by both parties for each extension and any increases shall not exceed the Denver -Aurora -Lakewood Consumer Price Index (CPI) and the Engineering News -Record (ENR) Construction Cost Index. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County 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." 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. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $537,963.68, 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. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County 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. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractors workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force 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"Vlll or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies be 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. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: WorkersCompensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. The policy shall be endorsed to include 1) the Additional Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; $500,000 error and omissions; and $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 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 said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name "Weld County, Colorado, its officers, and employees" as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All 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 coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, 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/her designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: Address: Address: E-mail: Facsimile: With copy to: Name: Adam Coonts Position: Project Manager Address: P.O. Box 336638, Greeley, CO 80633 Address: 3000 W. F Street, Greeley, CO 80631 E-mail: adam@tlmconstructors.com Facsimile: (970) 346-8324 TLM Constructors, Inc. Aaron L. Mills, President P.O. Box 336638, Greeley, CO 80633 3000 W. F Street, Greeley, CO 80631 amills@tlmconstructors.com (970) 346-8324 County: Name: Position: Address: Address: E-mail: Facsimile Erich Green, P.E., L.S.I. Project Engineer P.O. Box 758 1111 H St, Greeley, CO 80632 egreen@weldgov.com (970) 304-6497 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21.Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of 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 acknowledges 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. 30. 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 Bid, and is a part this Agreement.) 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. �{ sT t NESS W REOF, the parties hereto have signed this Agreement this ojf day of 2020. CONTR TOR: TLM CONS UCTORS, INC. By: 44 Name: Title: S�- Date �Gcgtssi !� P_vZO WELD T: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld C91nt Q*k to the Q and \ WELD COUNTY, COLORADO _ Ir. ►.ice . � Request for Taxpayer Give Form to the Form (Rev. October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. I Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above m3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to rn a following seven boxes. certain entities, not individuals; see ❑ IndividuaVsole proprietor or El C Corporation El S Corporation ❑ Partnership ❑ Trust/estate Instructions on page 3): o single -member LLC Exempt payee code (if arty) u ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note; Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting E 'C LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC that is disregarded from the for federal code if an ( y) another not owner U.S. tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. tl ❑ Other (see instructions) ► (Naffsmwnn rr.k0k d a,mde me U.S,) y6 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 6 City, state, and ZIP code 7 List account number(s) here (optional) iftentitication Number (1 Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer Number To Give the Requester for guidelines on whose number to enter. I T-1 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign I Signature of Here U.S. person ► Date ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) BID NO. B2000137 Page 23 EXHIBIT A BID REQUEST NO. B2000137 WELD COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT BID DOCUMENTS AND SPECIFICATIONS FOR: 2020 BRIDGE REHABILITATION SERVICES (with options for 2021-2022) July 2020 Weld County Public Works Division of Engineering P.O. Box 758 1111 H Street Greeley, Colorado 80632 970-304-6496 BID NO. B2000137 Page 1 TABLE OF CONTENTS The following checked forms and provisions take precedence over plan drawings and supplement the 2019 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. Noticeto Bidders................................................................................................................................3 Invitationto Bid...................................................................................................................................5 Instructionsto Bidders...................................................................................................................5-14 BidProposal................................................................................................................................15-16 *Bid Schedule..............................................................................................................................17-19 *Receipt of Addenda.........................................................................................................................20 *Bid Bond.....................................................................................................................................21-22 *IRS Form W-9.................................................................................................................................23 *Statement of Qualifications and Subcontractors........................................................................24-27 *Anti Collusion Affidavit (CDOT Form #606).....................................................................................28 WELD COUNTY CONTRACT FORMS: **Most cost-effective Bidder must submit these forms by 4:30pm on the third calendar day following the bid opening. *Most cost-effective Bidder must submit these forms prior to Contract Award. **Contractor's Performance Capability Statement (CDOT Form #605) ............................................ 29 **Assignment of Antitrust Claims (CDOT Form #621)....................................................:................ 30 *Notice of Award............................................................................................................................... 31 *Sample Agreement.....................................................................................................................32-41 *Performance Bond.....................................................................................................................42-43 *Labor and Materials Payment Bond...........................................................................................44-45 Noticeto Proceed.............................................................................................................................46 ChangeOrder (Example).................................................................................................................. 47 Certificate of Substantial Completion................................................................................................48 Lien Waiver (General Contractor)..................................................................................................... 49 Final Lien Waiver (Subcontractors)...................................................................................................50 Notice of Final Acceptance............................................................................................................... 51 WELD COUNTY PROJECT SPECIAL PROVISIONS: Project Special Provisions Index.................................................................................................... 52-53 Project Special Provisions.......................................................................................................... 54-166 CDOT STANDARD SPECIAL PROVISIONS: Standard Special Provisions Index................................................................................................... 167 Recently Revised Standard Special Provisions.........................................................................168-193 EXHIBITS: Exhibit 1 — 2020 Bridge Rehabilitation Services Bid Tabulations ..............................................194-196 Exhibit 2 — 86-33A Bridge Rehabilitation Plans (8 Sheets) Exhibit 3 — 29-68A Bridge Rehabilitation Plans (5 Sheets) Exhibit 4 — Typical Details (4 Sheets) Exhibit 5 — Standard Plans List (1 Sheet) BID NO. B2000137 Page 2 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: JULY 1, 2020 BID NUMBER: B2000137 DESCRIPTION: 2020 BRIDGE REHABILITATION SERVICES MANDATORY PRE -BID CONFERENCE DATE: JULY 15, 2020 (10:00am) BID OPENING DATE: JULY 24, 2020 (10:00am) **PLEASE NOTE: Due to the recent events surrounding COVID-19, the Mandatory Pre -Bid Conference will be held via a Skype for Business meeting and the Bid Opening will be held via a Skype for Business conference call. Hard copies of bids will not be accepted. Refer to additional information under NOTICE TO BIDDERS and REVISION OF SECTION 102, BIDDING REQUIREMENTS AND CONDITIONS below. Mandatory Pre -Bid Conference: Join Skype Meeting Trouble Joining? Try Skype Web App Dial -in Phone Number: 1 (720) 439-5261 Conference ID Number: 601828411# Bid Opening: Dial -in Phone Number: 1 (720) 439-5261 Conference ID Number: 828790848# 1. NOTICE TO BIDDERS The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: 2020 Bridge Rehabilitation Services The project in general consists of performing rehabilitation services on and around Weld County bridges throughout the county. Examples of the services required to support the project include but are not limited to: • Reinforced structural concrete encasement of existing steel bridge abutments and wingwalls • Construction of new reinforced structural concrete wingwalls, aprons, and toe walls • Concrete crack and surface repair • Removal and installation of bridge expansion devices • Maintenance of bridge bearing devices • Removal and installation of fencing • Removal and installation of permanent signage and pavement markings • Field welding of steel (AWS certified) • Field cleaning and painting of steel • Removal of asphalt mat • Asphalt paving and patching • Rehabilitation and construction of irrigation appurtenances • Dewatering • Debris removal • Excavation and embankment BID NO. B2000137 Page 3 • Ditch/channel bank stabilization • Erosion control and native seeding • Temporary traffic control • Construction surveying • Subsurface utility investigation At the option of Weld County, the project contract may be extended for one (1) additional year a maximum of two (2) times. It is anticipated that during each one-year contract period, between one (1) and ten (10) bridges will be rehabilitated. Some of the rehabilitations will require Detailed Plans, while many will contain work that is fully defined by Internal Accounting (IA) Forms, Standard Plans and Project Specifications. The cost of the work performed during each one-year contract period will not exceed the budget for that period. The initial contract period budget will be $550,000, and contract period budgets thereafter will be $275,000. The submitted bid unit prices, along with the submitted costs for the bid tabulations provided in Exhibit 1, will be used by Weld County to select the most cost-effective bid for the contract. The bid tabulations provided in Exhibit I must be submitted with the bid schedule and must utilize the same unit prices shown in the bid schedule, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. Quantities for each contract period will be based on Detailed Plans and/or IA Forms that will be provided by Weld County. Price changes for items in the bid schedule will be negotiated by and agreed to by both parties for each potential future renewal period, and any increases shall not exceed the Denver -Aurora - Lakewood Consumer Price Index (CPI) and the Engineering News -Record (ENR) Construction Cost Index. Agreements have not been finalized with the irrigation ditch companies for the 86-33A Bridge Rehabilitation and 29-68A Bridge Rehabilitation projects as shown in the attached plans. These agreements will be finalized by Weld County prior to the end of the agriculture irrigating season and prior to issuance of the Notice to Proceed to the Contractor. A mandatory pre -bid conference will be held via a Skype for Business meeting at 10:00am on July 15, 2020. The information for this meeting is provided below. Contractors attending the mandatory pre -bid conference and wanting to bid on the project shall have until 3:00pm on July 15, 2020 to email their company name and contact information to egreen(a)weldgov.com. If Weld County does not receive an email by this time, your attendance at the mandatory pre -bid conference will not be counted and your company will not be allowed to bid on the project. You can attend a Skype for Business meeting as long as you have access to a phone and/or the internet. You may want to try this ahead of time to make sure you are set up correctly. The instructions are found at 02:01 within the following link: https://sur)port.microsoft.com/en-us/office/video-ioin- a-skype-for-business-meeting-fd562278-6c26-4c90-9444-4f6972182e10?u i=en-us&rs=en-us&ad=us Join Skype Meeting Trouble Joining? Try Skype Web App Join by phone Toll number: +1720-439-5261, 601828411# (Dial -in Number) English (United States) Conference ID: 601828411 Bids for the above stated merchandise, equipment, and/or services will be received by the Weld County Purchasing Department via email as described under Invitation to Bid below until: 10:00am on July 24. 2020 (Weld County Purchasing Time Clock). The bid opening will occur via a Skype for Business conference call. To join call: 1 (720) 439-5261 and enter Conference ID: 828790848# BID NO. B2000137 Page 4 PAGES 1 -14 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 14 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 14. INVITATION TO BID Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request on the Bidnet Direct website at hftr)s://www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: Bids must be emailed; paper copies of bids (provided in -person or mailed) are not being accepted at this time. Email bids to: bidsa-weldaov.com. If your bid exceeds 25MB, please upload your bid to hftps://www.bidnetdirect.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. BID NO. B2000137 Page 5 In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. 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. 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. 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: 1. Experience and performance records on similar work. 2. Ability to complete the Work within the Contract Time. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. BID NO. B2000137 Page 6 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the most cost-effective bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the most cost-effective bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The 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 County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name "Weld County, Colorado, its officers, and employees" 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 County may reject all Bids or call for other Bids. Within ten (10) days of receipt of acceptable Performance Bond, Labor & Materials Payment Bond, and signed Contract from the successful Bidder, as long as the necessary irrigation ditch company agreements are finalized, the County will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all the documents of the Request for Bid (RFB) contained herein (including, but not limited to, project specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, ga�elephone, 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. BID NO. B2000137 Page 7 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: • Nature and location of the site where the Work is to be performed. • Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. • Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminatethe subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. BID NO. B2000137 Page 8 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions,of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities 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 (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. BID NO. B2000137 Page 9 G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, the successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of BID NO. B2000137 Page 10 this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any 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 the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. BID NO. B2000137 Page 11 U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis- Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment 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. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force 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 Controller/Purchasing Director 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 Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. BID NO. B2000137 Page 12 INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain 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 the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured — owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured — owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; $500,000 errors and omissions; and $5,000 Medical payments one person BID NO. B2000137 Page 13 Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 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. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name "Weld County, Colorado, its officers, and employees" as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All 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 coverages required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to 'the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID NO. B2000137 Page 14 BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 'O" Street Greeley, Colorado 80632 Attention: Rob Turf, Purchasing Director Bid Proposal for: 2020 BRIDGE REHABILITATION SERVICES 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 themselves 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 submitted costs of the 2020 bridge rehabilitation projects as per Exhibit 1. 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 their best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, they 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. BID NO. B2000137 Page 15 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. All mathematics will be checked and the correct total used for determining the most cost-effective bidder. BID NO. B2000137 Page 16 2020 BRIDGE REHABILITATION SERVICES BID SCHEDULE The submitted bid unit prices, along with the submitted costs for the bid tabulations provided in Exhibit 1, will be used by Weld County to select the most cost-effective bid for the contract. The bid tabulations provided in Exhibit I must be submitted with the bid schedule below and must utilize the same unit prices shown below, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 1 202-00009 REMOVAL OF DEBRIS CY 1 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 1 202-00127 REMOVAL OF RIPRAP CY 1 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (1 INCH -12 INCHES THICK) SY 1 202-01000 REMOVAL OF FENCE LF 1 203-00000 UNCLASSIFIED EXCAVATION CY 1 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 1 203-00050 UNSUITABLE MATERIAL (MUCK) CY 1 203-00060 EMBANKMENT (COMPLETE IN PLACE) CY 1 203-01100 PROOF ROLLING HOUR 1 203-01598 POTHOLING (SPECIAL) EA 1 206-00068 FLOW FILL (WELD COUNTY MIX) CY 1 207-00210 STOCKPILE TOPSOIL CY 1 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 1 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 1 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 1 208-00207 EROSION CONTROL MANAGEMENT DAY 1 210-00810 RESET GROUND SIGN EA 1 210-00815 RESET SIGN PANEL EA 1 211-03009 DEWATERING DAY 1 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 1 212-00002 SEEDING (NATIVE) (SOUTH OF WCR 68) SY 1 212-00003 SEEDING (STERILE WHEAT) SY 1 212-00712 HYDRAULIC GROWTH MEDIUM SY 1 213-00010 MULCHING (WEED FREE STRAW) SY 1 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 1 216-00305 SOIL FILLED TURF REINFORCEMENT MAT (LANDLOK 450) SY 1 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 1 240-00010 REMOVAL OF NESTS HR 1 240-00020 NETTING SY 1 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 1 304-08000 AGGREGATE BASE COURSE (SHOULDERING) TON 1 304-10000 AGREGGATE BASE COURSE (SURFACE GRAVEL) TON 1 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 1 BID NO. B2000137 Page 17 ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE DOLLARS 403-34841 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) TON 1 403-34842 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) (PATCHING) SY 1 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 1 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 1 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 1 506-00409 SOIL RIPRAP (9 INCH) CY 1 506-00412 SOIL RIPRAP (12 INCH) CY 1 506-00418 SOIL RIPRAP (18 INCH) CY 1 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 1 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 1 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CY 1 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 1 509-08300 FIELD WELDING (AWS CERTIFIED) (AWS D1.5 ENDORSEMENT) HOUR 1 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 1 512-00125 MAINTENANCE OF BEARING DEVICE HOUR 1 518-04010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE (STRIP SEAL) LF 1 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 1 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT (ASPHALTIC PLUG) (THORMA-JOINT) (3 INCHES -8 INCHES THICK) LF 1 518-04030 BRIDGE EXPANSION DEVICE REPLACEMENT (STRIP SEAL) LF 1 518-04031 BRIDGE EXPANSION DEVICE REPAIR (STRIP SEAL) (NEOPRENE GLAND ONLY) LF 1 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 1 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 1 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 1 601-06021 CONCRETE CRACK REPAIR (HORIZONTALNERTICAUOVERHEAD) (DAYTON SUPERIOR SURE ANCHOR I J51) LF 1 601-06151 CONCRETE PATCHING (HORIZONTAL) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 50) SF 1 601-06152 CONCRETE PATCHING (VERTICAL/OVERHEAD) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 25 VO) SF 1 602-00000 REINFORCING STEEL LB 1 602-00020 REINFORCING STEEL (EPDXY COATED) LB 1 607-01015 FENCE (5 -STRAND BARBED WIRE) (TEMPORARY) LF 1 607-01020 FENCE (5 -STRAND BARBED WIRE) (PERMANENT) LF 1 607-11525 FENCE (PLASTIC) LF 1 612-00000 RETROREFLECTOR TAB EA 1 612-00001 DELINEATOR (TYPE I) EA 1 612-00002 DELINEATOR (TYPE II) EA 1 612-00003 DELINEATOR (TYPE III) EA 1 614-00011 SIGN PANEL (CLASS I) SF 1 614-00218 STEEL SIGN POST (2-1/4 INCH x 2-1/4 INCH SQUARE POST) LF 1 620-00020 SANITARY FACILITY EA 1 625-00001 CONSTRUCTION SURVEYING LS 1 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 626-00009 MOBILIZATION (SOUTH OF US 34) EA 1 627-00001 PAVEMENT MARKING PAINT GAL 1 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 1 BID NO. B2000137 Page 18 ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 1 630-00101 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (ROAD CLOSURE) DAY 1 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 1 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25,000* $25,000* 700-70380 F/A EROSION CONTROL FA 1 $15,000* $15,000* 700-74000 F/A IRRIGATION FA 1 $7,000* $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA 1 $20,000* $20,000* *These amounts shall be utilized for the initial contract period. It is anticipated that potential future renewal periods will utilize the same amounts or less. BID NO. B2000137 Page 19 NOTE: The following are items of work to be completed by Weld County: Construction Administration Materials Owner 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. Addendum No. Addendum No. Date: Date: Date: 0 LM By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. B2000137. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, project specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-16. BID NO. B2000137 Page 20 BID BOND PROJECT: 2020 BRIDGE REHABILITATION SERVICES 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 , 2020 for the PROJECT: 2020 BRIDGE REHABILITATION SERVICES 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 (which shall be based on the total submitted costs of the 2020 bridge rehabilitation projects as per Exhibit 1) 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 , 2020 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 Address ATTEST: By: BID NO. B2000137 Page 21 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. B2000137 Page 22 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. 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 in 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. BID NO. B2000137 Page 24 8. List all contracts within the last 3 years during which or after which the Company filed a protest with the owner. 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: BID NO. B2000137 Page 25 Project Name: Location: Owner's Representative: Completion Date: Project Nam Location: Owner's Representative: Completion Date: Supt:_ Phone: Contract Amount: Contract Amou Supt: Phone: 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. B2000137 Page 26 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 NOTARY day of Bidder: Company By: Signature Name: (Please Type) Title: County of ) ) ss. State of ) deposes and says that he is (Title) (Company Name) , 2020. being duly sworn, of, and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn before me this day of, 2020. (SEAL) Commission Expires Notary Public BID NO. B2000137 Page 27 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ANTI -COLLUSION AFFIDAVIT LOCATION I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1 The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contractor's firm or company name By Dme Title 2nd contractor's firm or company name. (If joint venture.) By Date Title Sworn to before me this day of, 20 Notary Public My commission expires NOTE: This document must be signed in ink. COOT Form #606 1102 BID NO. B2000137 Page 28 COLORADO DEPARTMENT OF TRANSPORTATION Project# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT 1. List names of partnerships or joint ventures 1 none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to COOT. (Attach additional sheets if necessary.) a. Key personnel changes 0 none b. Key equipment changes p none c. Fiscal capability changes (legal actions, etc.) p none d. Other changes that may effect the contractors ability to perform work. p none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name By Date Title 2nd Contractor's firm or company name (if joint venture) By Date Title COOT Form 9505 1192 BID NO. B2000137 Page 29 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO. ASSIGNMENT OF ANTITRUST CLAIMS Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by CDOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. or company name I By I Date Title or company name. (It joint venture.) I By I Date Title CDOT Form 1621 12/91 BID NO. B2000137 Page 30 1►[elILd=[e]y_\'AF :7107 PROJECT: 2020 BRIDGE REHABILITATION SERVICES To: Project Description: 2020 BRIDGE REHABILITATION SERVICES The project in general consists of performing rehabilitation services on and around Weld County bridges throughout the county. Examples of the services required to support the project include but are not limited to: Reinforced structural concrete encasement of existing steel bridge abutments and wingwalls, construction of new reinforced structural concrete wingwalls, aprons, and toe walls, concrete crack and surface repair, removal and installation of bridge expansion devices, maintenance of bridge bearing devices, removal and installation of fencing, removal and installation of permanent signage and pavement markings, field welding of steel (AWS certified), field cleaning and painting of steel, removal of asphalt mat, asphalt paving and patching, rehabilitation and construction of irrigation appurtenances, dewatering, debris removal, excavation and embankment, ditch/channel bank stabilization, erosion control and native seeding, temporary traffic control, construction surveying, and subsurface utility investigation. The Owner has considered the Bid submitted by you for the above described Work in response to its Invitation for Bids and Instructions to Bidders. You are hereby notified that your Bid has been accepted in the amount of $ or as shown in the Bid Schedule. You are required by the Instructions to Bidders to execute the Agreement and furnish the required Performance Bond, Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 2020 Weld County, Colorado, Owner By: Erich Green, Project Engineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by: Contractor) Dated this day of , 2020 Title: BID NO. B2000137 Page 31 WELD COUNTY AGREEMENT (SAMPLE) FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & 2020 BRIDGE REHABILITATION SERVICES (SAMPLE) THIS AGREEMENT is made and entered into this _ day of , 2020, 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 , whose address is hereinafter referred to as "Contractor". WHEREAS, Weld County Public Works is in need of bridge rehabilitation services throughout the County, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake rehabilitation of several County bridges during the 2020 calendar year, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in Exhibit B; WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000137". The RFB 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. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. In its sole discretion, the County, by the Director of the Department of Public Works or his/her designee may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. BID NO. B2000137 Page 32 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. At the option of County, this Agreement may be extended for one (1) additional year a maximum of two (2) times. Price changes for items in the bid schedules will be negotiated by and agreed to by both parties for each extension and any increases shall not exceed the Denver -Aurora -Lakewood Consumer Price Index (CPI) and the Engineering News -Record (ENR) Construction Cost Index. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County 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." 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. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the bid set forth in Exhibit B. Contractor acknowledges no payment 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 BID NO. B2000137 Page 33 be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County 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. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. BID NO. B2000137 Page 34 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractors workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force 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 be 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. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. BID NO. B2000137 Page 35 Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The Contractor in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain 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 the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. The policy shall be endorsed to include 1) the Additional Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; $500,000 error and omissions; and $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID NO. B2000137 Page 36 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 said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name "Weld County, Colorado, its officers, and employees" as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All 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 coverages required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, 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/her designee. All notices or other communications (including annual maintenance made by one party to the other BID NO. B2000137 Page 37 concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: County: Name: Position: Address: Address: E-mail: Facsimile: Erich Green, P.E., L.S.I. Project Engineer P.O. Box 758 1111 H St, Greeley, CO 80632 egreen@weldgov.com (970) 304-6497 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21.Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. BID NO. B2000137 Page 38 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State BID NO. B2000137 Page 39 of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Official Engineering Publications. Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of 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 acknowledges 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. 30. 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 Bid, and is a part this Agreement.) 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 33. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor' means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. BID NO. B2000137 Page 40 IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board M Deputy Clerk to the Board Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair 2020. BID NO. B2000137 Page 41 PERFORMANCE BOND (PAGE 1 OF 2) PROJECT: 2020 BRIDGE REHABILITATION SERVICES KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County. Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ) in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2020, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137 NOW THEREFORE, if the Contractor shall well, truly and faithfully perform its duties, all of the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the Work or to the Specifications. BID NO. B2000137 Page 42 PERFORMANCE BOND (PAGE 2 OF 2) PROJECT: 2020 BRIDGE REHABILITATION SERVICES PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this day of Contractor (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) ATTEST: (SEAL) (Surety) Secretary (Witness as to Surety) (Address) By (Address) (Attorney -in -Fact) (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. B2000137 Page 43 LABOR & MATERIALS PAYMENT BOND (PAGE 1 OF 2) PROJECT: 2020 BRIDGE REHABILITATION SERVICES KNOW ALL MEN BY THE PRESENTS; that (Name of Contractor) (Address of Contractor) hereinafter called Contractor, and a (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called surety, are held and firmly bound unto Weld County, Colorado (Name of Owner) P.O. Box 758, 1111 H Street, Greeley, Colorado 80632 (Address of Owner) hereinafter called Owner, in the penal sum of Dollars, ($ ) in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Contractor entered into a certain Contract with the Owner, dated the day of , 2020, a copy of which is hereto attached and made a part hereof for the construction of: PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. NOW, THEREFORE, if the Contractor shall promptly make payment to all persons, firms, Subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by Subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder of the Specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. BID NO. B2000137 Page 44 LABOR & MATERIALS PAYMENT BOND (PAGE 2 OF 2) PROJECT: 2020 BRIDGE REHABILITATION SERVICES PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in two (2) counterparts, each one of which shall be deemed an original, this Contractor day of , 2020. (Contractor) Secretary (SEAL) (Witness as to Contractor) (Address) ATTEST: (Surety) Secretary (SEAL) (Witness as to Surety) (Address) By M, (Address) (Attorney -in -Fact) (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. B2000137 Page 45 NOTICE TO PROCEED PROJECT: 2020 BRIDGE REHABILITATION SERVICES To: Name of Project: Date: PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. You are hereby notified to commence Work in accordance with the Agreement dated The date of completion of all Work is therefore By Erich Green, Project Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by: (Contractor) Dated this day of , 2020. By Title BID NO. B2000137 Page 46 CHANGE ORDER NO. (EXAMPLE) PROJECT: 2020 BRIDGE REHABILITATION SERVICES Date: PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137 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: Erich Green (Project Engineer) APPROVALS: CONTRACTOR: Date: Name: Date: Title: WELD COUNTY: BOARD OF COUNTY COMMISSIONERS ATTEST: WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board Chairperson BID NO. B2000137 Page 47 CERTIFICATE OF SUBSTANTIAL COMPLETION PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. Contractor: Contract For: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. Contract Dated: This Certificate of Substantial Completion applies to all Work that has been sufficiently completed in accordance with the Contract Documents and as modified by any change orders agreed to by the parties, so that the County and/or Owner can utilize the project for the use for which it was intended, except for the following specified parts thereof: 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 14 days of the above date of Substantial Completion. To be effective, this form must be signed by the Owner, the Engineer, and the Contractor. Owner: Date: Engineer: Date: Contractor: Date: BID NO. B2000137 Page 48 LIEN WAIVER (GENERAL CONTRACTOR) PROJECT: 2020 BRIDGE REHABILITATION SERVICES TO: Weld County Public Works Attn: Erich Green, Project Engineer P.O. Box 758 Greeley, Colorado 80632 Gentlemen: For a valuable consideration paid by the Board of County Commissioners of Weld County, the receipt and sufficiency of which is hereby acknowledged, the undersigned hereby, releases unto Weld County and to its heirs, executors, administrators or assigns, all rights of the undersigned to claim a mechanic's lien for material heretofore furnished for use in and for labor heretofore performed upon the construction, alteration, addition to or repair of the structures or improvements described in the Contract Documents as: PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. 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 , 2020, by My commission expires: Notary Public BID NO. B2000137 Page 49 FINAL LIEN WAIVER (SUBCONTRACTORS) PROJECT: 2020 BRIDGE REHABILITATION SERVICES 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 2020, 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. B2000137 Page 50 NOTICE OF FINAL ACCEPTANCE PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. TO: Date: RE: PROJECT: 2020 BRIDGE REHABILITATION SERVICES described in the Invitation for Bids, Bid No. B2000137. 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 in the amount of $ . By signing this Notice of Final Acceptance, the Contractor accepts the final pay estimate as full and complete. The Contractor releases Weld County from all disputes and claims that notice has not already been submitted per the Contract provisions. 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. By: Erich Green, Project Engineer Weld County, Colorado, Owner ACCEPTANCE OF NOTICE Receipt of the above Notice of Final Acceptance is hereby acknowledged by: Dated this day of By. (Contractor) Title 2020. BID NO. B2000137 Page 51 PROJECT SPECIAL PROVISIONS WELD COUNTY PUBLIC WORKS DEPARTMENT The Colorado Department of Transportation 2019 Standard Specifications for Road and Bridge Construction (as amended), the latest edition of the CDOT Field Materials Manual (as amended), and the latest edition of the CDOT Construction Manual (as amended) provide the standards and specifications for the construction of this project. The latest revisions to formerly issued Standard Special Provisions (SSP) that modify the CDOT 2019 Standard Specifications for Road and Bridge Construction are hereby incorporated by reference. The following Weld County Project Special Provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS INDEX Date Pages Notice to Bidders (June 2020) 54-55 Commencement and Completion of Work (June 2020) 56 Revision of Section 101 — Definition of Terms (June 2020) 57 Revision of Section 102 — Bidding Requirements and Conditions (June 2020) 58 Revision of Section 103 — Consideration of Proposals (June 2020) 59 Revision of Section 104 — Scope of Work (June 2020) 60-61 Revision of Section 105 — Control of Work (June 2020) 62-65 Revision of Section 106 — Control of Material (June 2020) 66 Revision of Section 107 — Legal Relations and Responsibility to Public (June 2020) 67-69 Revision of Section 108 — Prosecution and Progress (June 2020) 70-71 Revision of Section 109 — Measurement and Payment (June 2020) 72-74 Revision of Section 201 — Clearing and Grubbing (June 2020) 75 Revision of Section 202 — Removal of Structures and Obstructions (June 2020) 76-78 Revision of Section 203 — Excavation and Embankment (June 2020) 79-81 Revision of Section 206 — Excavation and Backfill for Structures (June 2020) 82 Revision of Section 207 — Topsoil (June 2020) 83-84 Revision of Section 208 — Erosion Control (June 2020) 85-112 Revision of Section 209 — Watering and Dust Palliatives (June 2020) 113 Revision of Section 210 — Reset Structures (June 2020) 114 Revision of Section 211 — Dewatering and Stream Diversion (June 2020) 115-117 Revision of Section 212 — Seeding, Fertilizer, Soil Conditioner and Sodding (June 2020) 118-120 Revision of Section 213— Mulching (June 2020) 121 Revision of Section 216— Soil Retention Covering (June 2020) 122-123 Addition of Section 240 — Protection of Migratory Birds (June 2020) 124-126 Revision of Sections 304 and 703 — Aggregate Base Course (June 2020) 127-128 Revision of Section 401 — Plant Mix Pavements - General (June 2020) 129 Revision of Section 403 — Hot Mix Asphalt (June 2020) 130-132 Revision of Section 411 — Bituminous Materials (June 2020) 133 Revision of Sections 420 and 712 — Geosynthetics (June 2020) 134-137 Revision of Section 506 — Riprap (June 2020) 138 Revision of Section 509 — Steel Structures (June 2020) 139-140 Revision of Section 512 — Bearing Device (June 2020) 141 Revision of Section 518— Waterstops and Expansion Joints (June 2020) 142-145 Revision of Section 601 — Structural Concrete (June 2020) 146-148 Revision of Section 603 — Reinforced Concrete Pipe (June 2020) 149 Revision of Section 607 — Fences (June 2020) 150 BID NO. B2000137 Page 52 PROJECT SPECIAL PROVISIONS INDEX Date Pages Revision of Section 612 — Delineators and Reflectors (June 2020) 151 Revision of Section 614 — Traffic Control Devices (Ground Sign Posts) (June 2020) 152 Revision of Section 624 — Drainage Pipe (June 2020) 153 Revision of Section 625 — Construction Surveying (June 2020) 154-155 Revision of Section 626 — Mobilization (June 2020) 156-157 Revision of Section 630 — Construction Zone Traffic Control (June 2020) 158-159 Revision of Section 632 — Night Work Lighting (June 2020) 160-162 Revision of Section 709 — Reinforcing Steel and Wire Rope (June 2020) 163 Force Account Items (June 2020) 164 Traffic Control Plan - General (June 2020) 165 Utilities Coordination (June 2020) 166 BID NO. B2000137 Page 53 I NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 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 with an authorized Department representative. Prospective bidders shall contact one of the following listed authorized Department representatives at least 24 hours in advance of the time they wish to go over the project. Information regarding the project may be obtained from the following authorized representatives. Erich Green, P.E. Project Engineer Don Dunker, P.E. County Engineer Weld County Public Works Department Weld County Public Works Department 1111 H Street 1111 H Street Greeley, CO 80632 Greeley, CO 80632 Office Phone: 970-304-6496, ext. 3742 Office Phone: 970-304-6496, ext. 3749 egreen weldgov.com ddunker(a)weldgov.com 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. A mandatory pre -bid conference will be held on Wednesday July 15, 2020 beginning at 10 a.m. via a Skype for Business meeting (information provided below). Bids will be accepted only from pre -qualified bidders who attend the mandatory pre -bid conference. Contractors attending the mandatory pre -bid conference and wanting to bid on the project shall have until 3:00pm on July 15, 2020 to email their company name and contact information to egreen _weldgov.com. If Weld County does not receive an email by this time, your attendance at the mandatory pre -bid conference will not be counted and your company will not be allowed to bid on the project. Join Skype Meeting Trouble Joining? Try Skype Web App Join by phone Toll number: +1720-439-5261, 601828411# (Dial -in Number) English (United States) Conference ID: 601828411 Questions received from bidders along with Weld County responses will be posted on the Bidnet Direct website at www.bidnetdirect.com in the form of addenda. If the bidder has a question or requests clarification that involves the bidder's innovative or proprietary means and methods, phasing, scheduling, or other aspects of construction of the project, the Project Engineer will address the question or clarification. The Engineer will keep the bidder's innovation confidential and will not share this information with other bidders. The Engineer will determine whether questions are innovative or proprietary in nature. If the Engineer determines that a question does not warrant confidentiality, the bidder may withdraw the question. If the bidder withdraws the question, the Engineer will not answer the question and the question will not be documented on the web site. If the bidder does not withdraw the question, the question will be answered, and both the question and answer will be posted on the web site. If the Engineer agrees that a question warrants confidentiality, the Engineer will answer the question, and keep both question and answer confidential. Weld County will keep a record of both question and answer in their confidential file. BID NO. B2000137 Page 54 2 NOTICE TO BIDDERS All questions shall be directed to the contacts listed above no later than 5:00 P.M. on Friday July 17, 2020. Final questions and answers will be posted no later than 5:00pm on Wednesday July 22, 2020. END OF SECTION BID NO. B2000137 Page 55 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract as required in the "Notice to Proceed" letter and will complete all work by December 31. 2020 unless the period for completion is extended otherwise by the County. The work is a completion date contract. Work on Saturdays, Sundays, and holidays will not be allowed (except with written approval). No weather days or less than full time charges days will be granted in this contract. Section 108 of the Standard Specifications is hereby revised for this project as follows: Salient features to be shown on the Contractor's Progress Schedule are: 1. Mobilization 2. Traffic Control 3. Dewatering 4. Excavation 5. Concrete Placement 6. Joint Replacement 7. Hot Mix Asphalt Paving 8. Permanent Fencing 9. Striping and Signage END OF SECTION BID NO. B2000137 Page 56 1 REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work required under this contract shall consist of the "Colorado Department of Transportation, Standard Specifications for Road and Bridge Construction" dated 2019. Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.09 "CDOT Resident Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.28: "Department" shall mean the Weld County Public Works Department. Subsection 101.29: "Chief Engineer" shall mean the Weld County Public Works Director or designated representative. Subsection 101.36: Holidays recognized by Weld County are: New Year's Day Washington/Lincoln Day Memorial Day *Independence Day Labor Day Veterans Day Thanksgiving (includes an extra day to replace Martin Luther King Day) Christmas (includes an extra day to replace Columbus Day) *New Year's Eve (to replace Colorado Day) *Verify with the project manager which days are considered the extra days. When one of the holidays falls on a Sunday, the following Monday shall be considered a holiday. When one of the holidays falls on a Saturday, the preceding Friday shall be considered a holiday. Subsection 101.37: "Inspector" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.48: "Pre -construction Conference" shall mean a meeting of Weld County personnel, Contractor project personnel, and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. Subsection 101.51 "Project Engineer" shall mean an employee designated as such by the Weld County Public Works Department. Subsection 101.58: "Region Transportation Director" shall mean Weld County Public Works Director or designated representative. Subsection 101.65: "Roadway Prism" shall be defined as the prism of embankment extending from toe of embankment slope to the opposite toe of embankment slope. Subsection 101.76: "State" shall mean Weld County. Subsection 101.96: "Substantial completion" shall mean the completion of all payable work as shown on the pay application. Only non -payable or minor items, as determined by Weld County, may be placed on the punch list. All references to State, CDOT, and the Department of Transportation shall be defined as Weld County acting directly or through its duly authorized representative or agent. END OF SECTION BID NO. B2000137 Page 57 1 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.02 shall be revised as follows: In the first paragraph, delete "The Department will publish bidding opportunities to prospective bidders on the CDOT Business Center website." and replace with "The Department will publish bidding opportunities to prospective bidders on the Bidnet Direct website at https://www.bidnetdirect.com." Delete the second paragraph and replace with: All bidders on projects shall submit bids by the following method: Bid Delivery to Weld County: Bids must be emailed; paper copies of bids (provided in -person or mailed) are not being accepted at this time. Email bids to: bids(c�weldgov.com. If your bid exceeds 25MB, please upload your bid to https://www.bidnetdirect.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. Subsection 102.05 shall include the following: Weld County does not warrant any CAD data. This information is not considered to be part of the Contract and is provided to the Contractor as a courtesy. If the bidders use the CAD data in preparing a proposal or planning and prosecuting the work, it is at their own risk, and bidders are responsible for all conclusions, deductions, and inferences drawn from the CAD data. The CAD data shall not be used in relation to any request for additional time or compensation. After the proposals have been opened, the winning bidder may obtain electronic sets of plans and special provisions (PDF, CAD files) at no cost from Weld County. Subcontractors and suppliers may obtain plans from the successful bidder. END OF SECTION BID NO. B2000137 Page 58 1 REVISION OF SECTION 103 CONSIDERATION OF PROPOSALS Section 103 of the Standard Specifications is hereby revised for this project as follows Delete subsection 103.01 and replace with the following: 103.01 Consideration of Proposals. After the proposals (bids) are opened and read, they will be evaluated and the Contract awarded or rejected in accordance with the "Rules" referenced in subsection 102.01 The most cost-effective bidder shall submit a completed CONTRACTORS PERFORMANCE CAPABILITY STATEMENT, Form 605, and a completed ASSIGNMENT OF ANTITRUST CLAIMS, Form 621 to the Award Officer prior to 4:30 P.M. on the third calendar day after the bid opening. Failure to submit the Forms 605 and 621 may result in the denial of award to the most cost-effective bidder and forfeiture of the proposal guaranty. END OF SECTION BID NO. B2000137 Page 59 I REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows Delete Subsection 104.02(a) and replace as follows: It is the County's expectation to complete this project with no change orders resulting in additional cost unless such change orders are initiated by the County. Change orders for differing site conditions will be entertained by the County in the event of extraordinary circumstances. However, the County is under no obligation to approve said change orders. No cost change orders, reduction in cost change orders, and County initiated change orders may occur. The Contractor shall not be entitled to a to a change order for Differing Site Conditions. By way of example, Differing Site Conditions not eligible for a change order include but are not limited to: 1. Encountering groundwater. 2. Discovery of debris (buried or unburied within the ROW). 3. Existing asphalt thicknesses that are different than expected. 4. Lack of on -site appropriate strength materials. 5. Increased costs due to relocations of utilities and/or oil and gas facilities. 6. Increased costs due to ROW or easement acquisitions. 7. Discovery of septic systems, leach fields, or other ancillary wastewater infrastructure. 8. Discovery of unknown irrigation facilities, landscape irrigation systems, or water wells. 9. On -site soils not suitable for structural foundations or embankments. 10. Unsuitable materials excavation. 11. High water levels in the river due to stormwater runoff or snowmelt. The Contractor shall be expected to manage the risks associated with flows in the river in order to meet the project completion date. During the progress of work, if extraordinary conditions are discovered, the party discovering such conditions shall promptly notify the other party in writing of the specific conditions before the site is disturbed and the affected work is performed. The Contractor shall bear the burden of proving that a Differing Site Condition is an extraordinary circumstance, and that it could not have reasonably worked around the condition so as to avoid additional costs. Each request for a change order relating to a differing site condition shall be accompanied by a statement signed by a qualified professional setting forth all relevant assumptions made by the Contractor with respect to the condition of the Site, justifying the basis for such assumptions, explaining exactly how the existing conditions are eligible for a change order under the terms of the Contract, and stating the efforts undertaken by the Contractor to find alternative design or construction solutions to eliminate or minimize the problem and the associated costs. Upon written notifications, the Engineer will investigate the conditions, and determine if an extraordinary condition exists that will cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment, excluding anticipated profits will be made and the Contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether or not an adjustment of the Contract is warranted. No Contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. Subsection 104.02(c) shall be revised as follows: (1) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction, and (2) When a major item of work is increased in excess of 150 percent or decreased below 25 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 150 percent of original contract item quantity, or in case of a decrease below 25 percent, to the actual amount of work performed. A major item is defined to be any item having an original contract value in excess of 10 percent of the original contract amount. BID NO. B2000137 Page 60 2 REVISION OF SECTION 104 SCOPE OF WORK Delete Subsection 104.05 and replace with the following: The Contractor shall not excavate or remove any Material from within the roadway, which is not within the grading limits, as indicated by the slope and grade lines, without authorization from the Inspector. Subsection 104.06 shall be revised to include the following: Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled to a disposal site approved by the Engineer. Backfill areas 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 jobsite on a daily basis. Any construction debris and trash which may be washed away shall be located, removed, and disposed of away from the site at a certified landfill location. Any petroleum products accidentally spilled or leaked shall be cleaned up and disposed of immediately. The Contractor shall be held liable for any damages resulting from the spillage or leakage of any hazardous materials channel. Subsection 104.07 paragraph 5, starting with "Net cost savings..." shall be revised as follows: Net cost savings on VECPs shall be split equally between the Contractor and Weld County as determined in the Basis of Payment section of this specification. VECPs shall be submitted prior to the start of construction activities relating to the VECP. Subsection 104.07(d)(2) shall be deleted and replaced as follows: 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) — (gross cost of added work) = (gross savings) (gross savings) — (Contractor's engineering costs) — (Weld County's engineering costs) = (net savings) Contractor's total incentive = (net savings)/2 Lost opportunity shall not be considered part of the calculations. The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. Weld County's engineering costs shall be actual consultant costs billed to Weld County and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of $100.00 per hour per employee. Project personnel assigned to the field office or who work on the project on a regular basis shall not be included in Weld County's portion of the costs. END OF SECTION BID NO. B2000137 Page 61 1 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for the project as follows: Subsection 105.01 shall be revised to include the following: Weld County has the authority by written order to suspend the Work wholly or in part for the reasons delineated in the Contract Documents. All employees shall have the skill and experience and any licenses or certifications required to perform the Work assigned to them. If the County determines in its sole discretion that any Person employed by the Contractor or by any Subcontractor is not performing the Work properly and skillfully, then, at the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s) or fails to furnish skilled and experienced personnel for the proper performance of the Work, then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Weld County in its sole discretion may require the Contractor to replace project management staff (Project Manager, Superintendent, Project Engineer, etc.) for any reason. This will also apply to all the Contractor's subcontractors. At the written request of the County, the Contractor or such Subcontractor shall remove such Person and such Person shall not be re-employed on the Project without the prior written approval of the County. If the Contractor or the Subcontractor fails to remove such Person(s), then the County may, in its sole discretion, suspend the affected portion of the Work by delivery of written notice of such suspension to the Contractor. Such suspension shall in no way relieve the Contractor of any obligation contained in the Contract Documents or entitle the Contractor to a Change Order. Subsection 105.02 shall include the following paragraphs prior to Subsection 105.02(a): Provisions regarding plans, shop drawings, working drawings and construction documents are set forth in the Contract Documents. For the purposes of review, working drawings are the same as shop drawings and shall be reviewed in the same manner. Subsection 105.02(f), paragraph 3 shall be revised to include the following: The Contractor shall provide "As -Constructed" drawings prior to final payment. The As -Constructed drawings shall be completed in accordance with Section 121.2.3 of the CDOT Construction Manual and CDOT Procedural Directive 508.1 — Professional Engineer's Stamp. The As -Constructed drawings shall be stamped, signed, and dated by a licensed professional engineer or professional land surveyor registered in the State of Colorado. References in Section 121.2.3 of the CDOT Construction Manual to the Project Engineer shall apply to the Contractor. Delete Subsection 105.03, paragraph 5 and replace with the following: When the Engineer or Inspector finds the Materials furnished, Work performed, or the finished product are not in conformity with the Contract Documents, and Weld County determines, in its sole discretion, that it has resulted in an inferior or unsatisfactory product, the Work or Materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. BID NO. B2000137 Page 62 2 REVISION OF SECTION 105 CONTROL OF WORK Delete Subsection 105.03, paragraph 7 and replace with the following: Materials will be sampled and tested by the Contractor in accordance with the sampling and testing schedules and procedures contained in the Contract Documents. The quantity represented by five consecutive random samples will constitute a lot whenever production schedules and material continuity permit. The Engineer may establish a lot consisting of the quantity represented by any number of consecutive random samples from one to seven inclusive when it is necessary to represent short production runs, significant Material changes, or other unusual characteristics of the Work. Tests that are determined to have sampling or testing errors will not be used. The Contractor will not have the option of accepting a price reduction in lieu of producing Material that complies with the Contract Documents. Continued production of nonconforming Material will not be permitted. Material, which is obviously defective, may be isolated and rejected by Weld County without regard to sampling sequence or location within a lot. Rejected material shall be removed at the Contractor's expense. Subsection 105.03 the two paragraphs following the TABLE OF PRICE REDUCTION FACTORS and starting with "If P is less ..." shall be deleted and replaced as follows: If P is a negative number quantity, the material will be accepted as being in conformity. In cases where one or more elements show a positive P value, such positive values will be added and the resulting sum will be used to determine the total P value. If the total P value is between 0 (zero) and 25, the Engineer may require correction or may accept the material at a reduced price. If P is greater than 25, the Engineer may: (1) require complete removal and replacement with specification material at no additional cost to the Department; (2) require corrective action to bring the material into conformity at no additional cost to the Department; or (3) where the finished product is found to be capable of performing the intended purpose and the value of the finished product is not affected, permit the Contractor to leave the material in place with an appropriate price reduction to be based on engineering evaluation but not to be less than that which have occurred had a reduction been made where P=25. If the P for aggregate gradation for items 206, 304, or the gradation of hydrated lime for item 403 is 0 (zero) or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table: Table 105-5, "V" Factors and Incentive Payments — Flexural Strength Criteria shall be revised as follows: The Lower Tolerance Limit, TL shall be 650 psi. Subsection 105.07(b)(1) shall be revised as follows: Delete the last sentence of the twelfth paragraph and replace with the following: "Within 24 hours after each profile is collected, the Contractor shall submit the data electronically to the Engineer and Inspector." Subsection 105.07(e) shall be revised as follows: Delete paragraph 1 and replace with the following The Department will analyze the SA testing for acceptance and indicate areas requiring corrective work in accordance with subsection 105.07(b). The Engineer, at their sole discretion, shall determine the most effective corrective action outlined in items 1-3 below. The Contractor shall provide a detailed method statement describing the corrective actions to be taken for the corrective work. Corrective work shall not be performed until the method statement has been approved in writing by the Engineer. The Contractor shall perform corrective work in the areas indicated by the Department based on the SA testing. Subsection 105.07(e)(3), paragraph 5 shall be revised as follows: Delete paragraph 5 and replace with the following: For HMA pavements, the entire ground area of the final pavement surface shall be covered in a chip seal conforming to Section 409 of the Specifications when grinding is complete and after final SA testing is complete. In instances where diamond grinding is minimal, the Engineer, at their sole discretion, may allow the final pavement surface to be covered with a Tack Coat conforming to Section 407 of the Specifications when grinding is complete and after final SA testing is complete. BID NO. B2000137 Page 63 3 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.09 shall be revised as follows: Delete subsection 105.09 and replace with the following: These specifications, the supplemental specifications, the plans, special provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In the event of a discrepancy, the order of precedence is as follows: (a) Contract Documents including Exhibits, Addenda, and Appendices (b) Special Provisions i. Weld County Special Provisions ii. CDOT Project Special Provisions iii. CDOT Standard Special Provisions iv. CDOT Field Materials Manual (Latest Edition) v. CDOT Construction Manual (Latest Edition) (c) CDOT Standard Specifications (d) Plans i. Detailed Plans ii. Standard Plans Calculated dimensions will govern over scaled dimensions Where the Contract Documents, Project Special Provisions, or the CDOT Specifications contradict one another, the more stringent specification shall apply. Notwithstanding the foregoing, in the event of conflicting requirements involving any requirement within the Contract Documents, Project Special Provisions, or the CDOT Specifications, the County shall have the right to determine, in its sole discretion, which requirement(s) apply. The Contractor shall request the County's determination respecting the order of precedence among conflicting provisions promptly upon becoming aware of any such conflict. The Contractor shall not take advantage of any apparent error or omission in the Contract. Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or explained in the Contract Documents, the Contractor shall immediately notify the Project Manager in writing for further written explanations as may be necessary and shall conform to the explanation provided. The Contractor shall promptly notify the Project Manager of all errors which it may discover in the Contract Documents and shall obtain specific instructions in writing regarding any such error before proceeding with the work affected thereby. The Project Manager will make corrections and interpretations as necessary to fulfill the intent of the Contract. The fact that the Contract Documents omit or mis-describe any details of any work which is necessary to carry out the intent of the Contract Documents, that are customarily performed under similar circumstances, stall not relieve the Contractor from performing such omitted work or mis-described details of the work, and they shall be performed as if fully and correctly set forth and described in the Contract Documents, without entitlement to a change order except as specifically allowed. Subsection 105.10 shall be amended to include the following after the first paragraph: Failure to provide a competent superintendent with the authorization to act for the Contractor on the project shall result in a payment deduction as outlined in the Weld County Revision to Section 108.09, Liquidated Damages Table. The Engineer shall have the sole discretion of determining when/if to assess the payment deduction. The payment deduction shall be documented on a Form 105, Speed Memo. Subsection 105.22 shall be revised to include the following: The Colorado Department of Transportation (CDOT) will not participate in the resolution process for any claims filed by the Contractor. Weld County will be the responsible party to such claims. Subsection 105.24 shall be amended as follows: Delete all references to CDOT and replace with Weld County. BID NO. B2000137 Page 64 4 REVISION OF SECTION 105 CONTROL OF WORK Delete the fourth paragraph and replace with the following: Non -binding arbitration or litigation proceedings must commence with 180 -calendar days of the Chief Engineer's decision, absent written agreement otherwise by both parties. Delete the fifth paragraph and replace with the following: The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court for Weld County. Subsection 105.24(c) is amended as follows: Delete: CDOT Audit Unit Replace with: Weld County Board of Commissioners, 1150 O Street, Greeley, Co. 80632 Delete Subsection 105.24(f) and replace with the following: If the Contractor disagrees with the Chief Engineer's decision, the Contractor may initiate de novo litigation or non -binding arbitration to finally resolve the claim that the Contractor submitted to Weld County. Such litigation or arbitration shall be strictly limited to those claims that were previously submitted and decided in the contractual dispute and claims processes outlined herein. This does not preclude the joining in one litigation or arbitration of multiple claims from the same project provided that each claim has gone through the dispute and claim process specified in subsections 105.22 through 105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative dispute resolution. Any offer made by the Contractor or the Department at any stage of the claims process, as set forth in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408 and therefore inadmissible in any litigation or arbitration. If the Contractor selected litigation, then de novo litigation shall proceed in accordance with the Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and for Weld County, unless both parties agree to the use of arbitration. If the Contractor selected non -binding arbitration, or if both parties subsequently agreed to merit binding arbitration, arbitration shall be governed by the modified version of ARBITRATION PROVIDER'S Construction Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (R35 through R39), the arbitrators shall issue a decision with regard to entitlement and a non -binding decision with regard to quantum. If either party disagrees with the decision on quantum, the disagreeing party may seek a trial de novo in Weld County District Court with regard to quantum only. END OF SECTION BID NO. B2000137 Page 65 I REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall be revised as follows: If the project is not utilizing CDOT's B2GNow software system, delete Subsection 106.01, paragraph 4 Subsection 106.05 shall include the following: (h) Sampling and testing of small quantities. At the Engineer's discretion, materials listed below may be accepted without further sampling and testing on the basis of visual examination, provided the quantity is less than stated and the source has recently furnished or is currently furnishing similar material found to be satisfactory under normal CDOT sampling and testing procedures. Gradation acceptance shall be used unless otherwise approved by the Engineer. Item 403 - Hot Mix Asphalt: 500 Tons or less, visually inspect and document in project file, all tests >500 Tons or more, See QA Testing Frequency Guide in CDOT Field Materials Manual normal minimum testing Material test results indicating nonconformance with project requirements when tested in small quantity frequency, will be price reduced according to subsection 105.05 for the quantity that the sample represents. Additional Assurance testing (Voids, Lottman) may be performed on samples if test results on gradation and/or asphalt content indicate problems in mix properties. Material will be rejected or engineer will require a written corrective action by the Contractor when Percent Air Voids are not within 2.5-6.5% or the Lottman susceptibility (CPL -5109 Method B) is less than 75%. Reduction in testing and sampling in no way relieves contractor of submitting construction method statements, quality control plans or supplying specification materials. For this project, Contractor process control testing of hot mix asphalt is mandatory Subsection 106.11(a) shall be revised as follows: If the project is not Federally funded, delete Subsection 106.11(a) and replace with the following (a) Federal Buy America requirements for iron and steel do not apply to this project. END OF SECTION BID NO. B2000137 Page 66 1 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Section 107 of the Standard Specifications is hereby revised for the project as follows Subsection 107.06 shall be revised to include the following: The Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the Contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Rules and Regulations of the Federal Occupational Safety and Health Act of 1970 (OSHA) and as amended). All facilities and work conditions shall comply with the Colorado and Local Health Department Regulations and with OSHA requirements. Add subsection 107.06(j) immediately following subsection 107.06 as follows: 107.06(j) Performance of Safety Critical Work. The following work elements are considered safety critical work for this project: (1) Work near active vehicular traffic lanes (2) Overhead structure construction or repair (3) Temporary works: falsework, shoring that exceeds 5 feet in height, and cofferdams (4) Work requiring the use of cranes or other heavy lifting equipment to set guardrail or bridge rail from outside of active vehicular traffic lanes, to make overhead repairs, or including special provisions for Removal of Portion of Bridge. Also, when construction materials are being lifted that may fall onto active vehicular traffic lanes. (5) Excavation and embankment adjacent to the roadway or a bridge structure, especially if it requires shoring (6) Work operations such as pile driving and jack hammering which may create vibration and cause debris to fall into traffic. The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe construction of each of the safety critical elements. When the specifications already require an erection plan, a bridge removal plan, or a removal of portion of bridge plan, it shall be included as a part of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical element conference described below. The construction plan shall be stamped "Approved for Construction" and signed by the Contractor. The construction plan will not be approved by the Engineer. The Construction Plan shall include the following: (1) Safety Critical Element for which the plan is being prepared and submitted. (2) Contractor or subcontractor responsible for the plan preparation and the work. (3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour limitations (4) Temporary works required: falsework, bracing, shoring, etc. (5) Additional actions that will be taken to ensure that the work will be performed safely. (6) Names and qualifications of workers who will be in responsible charge of the work: a. Years of experience performing similar work b. Training taken in performing similar work c. Certifications earned in performing similar work (7) Names and qualifications of workers operating cranes or other lifting equipment a. Years of experience performing similar work b. Training taken in performing similar work c. Certifications earned in performing similar work (8) The construction plan shall address how the Contractor will handle contingencies such as: a. Unplanned events (storms, traffic accidents, etc.) b. Structural elements that don't fit or line up c. Work that cannot be completed in time for the roadway to be reopened to traffic d. Replacement of workers who don't perform the work safely BID NO. B2000137 Page 67 2 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC e. Equipment failure f. Other potential difficulties inherent in the type of work being performed (9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in writing when it is safe to open a route to traffic after it has been closed for safety critical work. (10)Erection plan or bridge removal plan when submitted as required elsewhere by the specifications. Plan requirements that overlap with above requirements may be submitted only once. A safety critical element conference shall be held two weeks prior to beginning construction on each safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor's Engineer shall attend the conference. Required pre -erection conferences or bridge removal conferences may be included as a part of this conference. After the safety critical element conference, and prior to beginning work on the safety critical element, the Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor's Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to construction plans for the safety critical elements, (3) Removal of Bridge, (4) Removal of Portion of Bridge and (5) Temporary Works. The final construction plan shall be stamped "Approved for Construction" and signed by the Contractor. The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor's Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not be on site during the actual performance of safety critical work, but shall be present to conduct inspection for written approval of the safety critical work. When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of the work. When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the safety critical work in a manner that creates an unsafe situation for the public in accordance with subsection 108.06. Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations. All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately but shall be included in the work. Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the Department. Subsection 107.15(b) shall be revised to include the following: If the project has State or Federal funding, the insurance certificates shall name "Weld County, Colorado, its officers, and employees" and CDOT as additionally insured parties. Depending upon the funding source, it may be necessary to include additional insured parties. If the project has no State or Federal funding, the insurance certificates shall name "Weld County, Colorado, its officers, and employees" as an additional insured party. Subsection 107.17 shall be revised to include the following before the first paragraph: When working in a waterway, the Contractor shall assess and understand the risk of working within waterways. Such risks include but are not limited to: floods, high groundwater, and fluctuation in flows. The Contractor BID NO. B2000137 Page 68 3 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC shall be responsible for constructing and maintaining all temporary facilities within the waterway such as cofferdams and diversion of channel flows. Such work shall be subsidiary to other items of work. Subsection 107.17 — Delete the fifth paragraph beginning with "Loss, injury, or damage to the work..." and replace with the following: Loss, injury, or damage to the work due to unforeseeable causes beyond the control of and without fault or negligence of the Contractor, including but not restricted to acts of God, such as flood, earthquake, tornado, or other cataclysmic phenomenon or nature shall be restored by the Contractor at no cost to the County. Subsection 107.19 shall be revised to include the following: The Contractor shall be required to obtain permission to conduct any work, store materials or stockpiles, or park any construction equipment or vehicles on private property. The Contractor shall conduct their work within the right-of-way and easement boundaries shown on the Contract Drawings. If working in the County right-of- way, the Contractor shall obtain a right-of-way permit from the Public Works Right -of -Way Permitting Technician, 970-304-6496. The Contractor's attention is directed to this subsection: Subsection 107.25 shall be revised to include the following prior to the first sentence: The requirements as called out in this subsection will be strictly enforced. Subsection 107.25(c), paragraph one shall be deleted and replaced with the following: The Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) shall be obtained by the Contractor. A CDPS-SCP is required for all bridge rehabilitation projects where ground disturbance will occur, including projects disturbing less than one acre. The Contractor and Weld County will be co- permittees. The Contractor shall coordinate with Weld County to become the Operator permittee of the respective permit upon award of the Contract. The Contractor shall provide a copy of permit certification as the Operator to the Engineer prior to or at the Pre -construction Conference. No work shall begin until the CDPS- SCP permit with Owner and Operator has been approved by CDPHE. A copy of the permit shall be placed in the project SWMP. The Contractor shall be responsible for complying with the applicable requirements of this permit. Per 107.25(d)(2), should any fines be levied by CDPHE, the Contractor shall be responsible for all such fines. The Contractor shall provide an Erosion Control Supervisor (ECS) for this project. END OF SECTION BID NO. B2000137 Page 69 1 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete the sixth paragraph of Subsection 108.01. Delete Subsection 108.02 and replace with the following: The Contractor shall not commence work prior to the issuance of a Notice to Proceed. The Notice to Proceed will stipulate the date on which contract time commences. When the Contractor proceeds with work prior to that date, contract time will commence on the date work actually begins. The Contractor shall commence work under the Contract on or prior to the 10th day following the issuance of the Notice to Procced. Subsection 108.03(b) shall include the following after the first paragraph: The Bar Chart or Initial Schedule shall be submitted at least 10 working days prior to the start of the work. The Engineer's review of the Schedule will not exceed two working days. Work shall not begin until the Schedule is accepted in writing, unless otherwise approved by the Engineer. Subsection 108.03 shall include the following after 108.03(i): (j) Method Statements. A Method Statement shall be prepared for the controlling activities in the CPM, salient features listed in the Commencement and Completion of Work special provision, or as directed by the Engineer. The Method Statement shall include any additional activity or feature that the Engineer considers to be a controlling factor for timely completion. The Method Statement shall be a detailed narrative describing each activity or feature and all work necessary to complete it. The Contractor shall include the following information in the Method Statement: (1) Feature name; (2) Who is responsible for the feature work (Contractor, subcontractor, supplier, utility, etc.); (3) Detailed description of the planned work procedures. The procedures to be used shall include information such as forming, excavation, pouring, heating and curing, backfill and embankment, trenching, protecting the work, etc. When separate or different procedures are to be employed due to seasonal or project phasing requirements, such differing procedures shall be described in the statement; (4) The planned quantity of work per day for each feature using the same units of measure as the applicable pay item; (5) The anticipated labor force required by labor type; (6) The number, types, and capacities of equipment planned for the work; and (7) The planned time for the work including the number of work days per week, number of shifts per day, and the number of hours per shift. At the Engineer's discretion, the Contractor shall update the Method Statement or any part thereof and resubmit it to the Engineer for review and approval. Delete the second paragraph starting with "The Contractor shall not carry on construction..." in subsection 108.08 and replace with the following: The Contractor shall not carry on construction operations on Saturdays, Sundays, or holidays unless previously arranged and approved by the Project Manager and Inspector Supervisor. The Contractor shall not perform construction operations on any three or four -day holiday weekend without prior written approval. Requests for weekend construction operations shall be presented in writing to the Project Manager and Inspector Supervisor no later than Wednesday at 5 p.m. prior to the weekend in which the work will be performed. Written requests received after the deadline will be reviewed on a case by case basis. The Project Manager and Inspector Supervisor are not required to provide written approval for weekend inspectable construction operations requests. In the event, the weekend construction operations involve inspectable work or require project management decisions (operations requiring a construction inspector or Engineer), the Contractor shall provide a credit on the next pay application to the County. The amount credited shall be $400.00 for the first four hours (four hour BID NO. B2000137 Page 70 2 REVISION OF SECTION 108 PROSECUTION AND PROGRESS minimum) and $100.00 per hour per day thereafter for each Inspector or Engineer required to perform inspections on the inspectable work or make project management decisions. Construction operations shall stop at 5 p.m. the day before the start of the holiday weekend. Construction operations may resume after the holiday weekend has passed. The Contractor shall only make emergency repairs and provide proper protection of the work and the traveling public on the holiday weekend days. Delete subsection 108.08(a)(2), and replace with the following: Calendar Day Contract. When the work is on a calendar day basis, one calendar day of contract time will be assessed for each calendar day from the date that Contract time starts. Calendar Day Contracts have been adjusted prior to bid advertisement to account for no work on Saturdays, Sundays, and holidays by increasing the calendar days by the appropriate number of days. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No weather days or less than full time charges days will be granted in this contract. Delete subsection 108.08(b), and replace with the following: When the Contract specifies a completion date, all work under the Contract shall be completed on or before the date specified. As stated in subsection 108.08, no inspectable construction operations shall occur on Saturdays, Sundays, and holidays unless prior approval has been granted. No extension of the completion date will be allowed for inclement weather, foreseeable causes, or conditions under the control of the Contractor. If all work under the Contract is not completed on or before the specified completion date, contract time will be assessed for each additional calendar day in accordance with subsection 108.8(a)(2) and liquidated damages will be assessed to the Contractor per day, per the table in subsection 108.09 until the completion of the project. Completion Date Contracts have been adjusted prior to bid advertisement to account for Saturdays, Sundays, and holidays by adjusting the completion date by the appropriate number of days. No weather days shall be given. Subsection 108.09 shall include the following after the first paragraph: Upon issuance of the Notice of Final Acceptance, the Contractor shall submit all required paperwork required to close out the project within 20 days. Failure to provide the required paperwork will result in the assessment of liquidated damages as outlined below. In subsection 108.09 delete the schedule of liquidated damages and replace with the following: Original Contract Amount ($) Liquidated Damages per Calendar Day ($) From More Than To and Including 500,000 800:. 500';000 "' 1;000,000 .. 1,600 . 1 1,000,000 2,000,000 2,300 2000',000 5,000,000. 4,100. 5,000,000 10,000,000 5,800 10,000,000, _ -- - —_— 7,000 plus 400 Per Each Additional 1,000,000 Contract Amount or Part Thereof Over 10000,000 END OF SECTION BID NO. B2000137 Page 71 1 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for the project as follows: In subsection 109.01 add the following paragraph after the 17"' paragraph: All materials (304 - Class 6 Base Course, 403 HMA, etc.) delivered to the project site that have been weighed by a certified scale, will be issued tickets by the source certified weigh master. These tickets will be collected and compiled by a representative of the Contractor at the project's placement site. Tickets will be made available for inspection during placement to the Engineer or Inspector at all times. The Contractor will submit, in an envelope, within 48 hours of material placement, the following: -Truck Tare List -Original Scale Tickets -Weld County Materials Quantity Reconciliation Sheet, signed by Contractor's representative Material quantity discrepancies, such as waste or rejected loads will be tracked on the reconciliation sheet submitted by the contractor. Contractor will be made aware of any discrepancy immediately by the inspector. Ticket package will be submitted to the inspector or engineer within 48 hours of placement. For material quantity submittals beyond this 48 hours, a price reduction on the material in question will occur as follows: less than 24 hours 2% 24 hours to less than 48 hours 5% 48 hours to less than 72 hours 25% 72 hours or greater 100% In Subsection 109.01 after the last paragraph add the following: The following work will not be measured and paid for separately but shall be included in applicable unit prices for which the work is required. The list below is not all-inclusive and there may be other items which are considered incidental to the project: 1. Earthwork requiring more than one handling 2. New materials (if required) for resetting fences 3. Fine grading 4. Soil conditioner 5. Fertilizer 6. Staging areas 7. Additional temporary construction easements if desired by the Contractor 8. Coordination with utility companies 9. All water Subsection 109.06(a) — Delete the second sentence beginning with "The amount retained......", and replace with the following: The amount retained will be 5% of the value of the completed work, to a maximum of 5% of the contract amount. No retainage shall be released prior to Final Acceptance. Delete subsection 109.06(e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant BID NO. B2000137 Page 72 2 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT subcontractor until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors. Delete subsection 109.06(f)5 and replace with the following: 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower -tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. Delete subsection 109.06(f)8 and replace with the following: 8. If additional quantities of a particular item of work are required at a later date after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. Delete subsection 109.06(f)9 and replace with the following: 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection 105.21(a), the Contractor shall release all subcontractors' retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor's retainage on work that has been partially accepted in accordance with subsection 105.21(a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor's retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. Delete subsection 109.06(g) and replace with the following: (g) Good Cause Exception. If the Contractor has "good cause" to delay or withhold a subcontractor's progress payment, the Contractor shall notify the LPA and the subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. "Good cause" shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Delete subsection 109.06(h) and replace with the following: (h) Monthly Reporting. On a monthly basis, the Contractor shall submit the Form 1418, Monthly Payment Report, to the Engineer along with the project schedule updates, in accordance with subsections 108.03(g). Failure to submit a complete and accurate Form 1418 shall be grounds for LPA to withhold subsequent payments or retainage from the Contractor. The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates, in accordance with subsections 108.03 (b) or 108.03 (c)(3). Failure to submit a complete and BID NO. B2000137 Page 73 3 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT accurate Form 1418 shall be grounds for County to withhold subsequent payments or retainage to the Contractor. In Subsection 109.07 — Delete and replace with the following: Partial monthly payments to the Contractor for completed work will include payment only for materials actually incorporated in the work unless otherwise approved by the Engineer. END OF SECTION BID NO. B2000137 Page 74 I REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall be revised to include the following: This work shall include removal and disposal of tree stumps, bushes, roots, sod, and any other vegetation or organics that interferes with the work. This work shall include removal and disposal of all minor items for which there is no specific "removal bid item", including but not limited to wooden posts, metal posts, fence posts, concrete and metal drainage items. Also included in this bid item is the removal of the following items: This work shall include removal of: 1. All trash, glass, cans, barrels, construction materials, and any other non -organic materials that interferes with the work. 2. All foundations, pavements, utility poles, fences, underground utilities, and other deleterious materials. 3. Sediment from existing pipes. 4. Delineators. 5. Gravel from access roads, and 6. Trees smaller than 2" Diameter at Breast Height (DBH). Trees and shrubs designated to be removed shall include the entire root ball and all roots larger than '/" diameter. Subsection 201.04 (a) shall be deleted and replaced with the following: (a) Area Basis. The quantities will be paid for at the contract unit price bid per square yard for each pay item that appears in the bid schedule. Subsection 201.04 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Clearing and Grubbing Square Yard Any dump fees or other fees associated with Clearing and Grubbing shall be considered subsidiary to this bid item. Removal of delineators shall be included as part of the work and will not be paid for separately. END OF SECTION BID NO. B2000137 Page 75 1 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows Delete subsection 202.09, and replace it with the following: 202.09 Removal of Asphalt Mat (Planing). The Contractor shall not commence planing operations until the hot mix asphalt (HMA) Mix Design (CDOT Form 43) has been approved and signed. Prior to beginning planing operations, the Contractor shall submit a planing plan and a Process Control Plan (PCP) for approval by the Engineer. The planing plan shall include at a minimum: The number, types and sizes of planers to be used. The width and location of each planing pass. The number and types of brooms to be used and their locations with respect to the planers. The Contractor shall have at least one backup broom on the project at all times in case one of the operating brooms breaks down. The proposed method for planing and wedging around existing structures such as manholes, valve boxes and inlets. The longitudinal and transverse typical sections for tie-ins at the end of the day. If requested by the Engineer, a plan sheet showing the milling passes. The PCP shall include as a minimum: 1. The schedule for replacing the cutting teeth. 2. The daily preventive maintenance schedule and checklist. 3. Proposed use of automatic grade controls. 4. The surface testing schedule for smoothness. 5. The process for filling distressed areas. 6. The schedule for testing macrotexture of the milled surface. 7. Corrective procedures if the milled surface does not meet the minimum macrotexture specification. 8. Corrective procedures if the milled surface does not meet the minimum transverse or longitudinal surface finish when measured with a 10 -foot straightedge. The existing pavement shall be milled to the cross -slope as shown on the plans and shall have a surface finish that does not vary longitudinally or transversely more than % inch from a 10 -foot straightedge. A 10 -foot straightedge shall be supplied by the Contractor. All milled surfaces shall be broomed with a pick-up broom, unless otherwise specified, before being opened to traffic. A sufficient number of brooms shall be used immediately after planing to remove all milled material remaining in the roadway. If the Contractor fails to adequately clean the roadway, work shall cease until the Engineer has approved the Contractor's revised written proposal to adequately clean the roadway. The milled surface shall have a macrotexture equal to or less than 0.170 inches for single -lift overlays and 0.215 inches for multiple -lift overlays as tested in accordance with CP 77. Milled surfaces that do not meet these criteria shall require corrective action in accordance with the PCP. The Contractor shall be responsible for testing the macrotexture of the milled surface at the location directed by the Engineer in accordance with CP 77 at a stratified random frequency of one test per 10,000 square yards or a minimum of once per work day. At the completion of each day's work, longitudinal vertical edges greater than 1 inch shall be tapered. No transverse vertical edges will be allowed. Longitudinal milled surface tie-ins to existing pavement shall be tapered to not less than a 3:1 slope, transverse milled surface tie-ins to existing pavement shall be tapered to not less than a 50:1 slope. Transverse tapered joints may be tapered with the planing machine, a temporary asphalt ramp, or other methods approved by the Engineer. No longitudinal joint between the milled and existing surfaces shall fall between 1 to 5 feet of any lane line. BID NO. B2000137 Page 76 2 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS If the transverse joint is tapered with a temporary asphalt ramp, the milled surface at the joint shall be constructed as a butt joint the full depth of the lift of asphalt to be placed on the milled surface. The Contractor shall be responsible for maintaining this asphalt ramp until all corresponding HMA is placed. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. If the transverse joint is tapered with a planing machine, a butt joint shall be cut into the taper the full depth of the lift of asphalt to be placed on the milled surface prior to commencement of resurfacing. All work associated with this joint will not be paid for separately but shall be included in the cost of planing. Other approved transverse joint tapers shall be maintained at the expense of the Contractor, and at a minimum shall incorporate a butt joint the full depth of the lift of asphalt to be placed on the milled surface prior to commencement of resurfacing. Distressed or irregular areas identified in the planed surface by the Engineer shall be patched. The roadway shall be left in a safe and usable condition at the end of each work day. The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water. All required pavement markings removed by the planing shall be restored before the roadway is opened to traffic. All planing shall be completed full width and parallel to the travel lanes before resurfacing commences unless otherwise directed by the Engineer. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. Each planer shall conform to the following: The planer shall have sufficient power, traction and stability to maintain an accurate depth of cut. The propulsion and guidance system of the planer shall be maintained in such condition that the planer may be operated to straight and true lines. Operation with broken or missing teeth will not be allowed. Worn teeth shall be replaced if the planer does not produce a uniform surface. The planer shall be capable of operating with automatic grade controls (contact or non -contact) on both sides of the machine using a 30 -foot averaging system or other approved grade control systems. The use of such controls shall be described in the Contractor's PCP. The planer shall be capable of picking up the removed material in a single operation. A self -loading conveyor shall be an integral part of the planer. Windrows will not be allowed. All material generated by the planing operation shall become the property of the Contractor unless otherwise noted in the Contract. If the planning operation damages the waterproofing membrane of a bridge, the Contractor shall remove and replace the membrane in accordance with the specifications and to the satisfaction of the Engineer. The entire waterproofing membrane may need to be removed and replaced at the sole discretion of the Engineer, and any such removal and replacement shall be performed at the expense of the Contractor. Subsection 202.11 shall be revised to include the following: Removal of Debris will be measured by the cubic yard, completed and accepted. Disposal of debris will not be measured and paid separately but shall be subsidiary to the work. Removal of Retroreflector Tab will be measured by the number of retroreflector tabs removed and accepted. Removal of Riprap will be measured by the cubic yard, completed and accepted. If the Project Plans indicate incorporation of the removed riprap into the project, incorporation of the removed riprap into the project will not BID NO. B2000137 Page 77 3 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS be measured and paid separately but shall be subsidiary to the work. If the Project Plans do not indicate incorporation of the removed riprap into the project, the riprap materials remain the property of the Contractor unless the Contractor and landowner agree that the riprap be provided to the landowner, or the Contractor and Engineer agree that the riprap can be incorporated into the project. Disposal or incorporation of the removed riprap into the project as approved by the Engineer will not be measured and paid separately but shall be subsidiary to the work. Removal of Fence will be measured by the linear foot, completed and accepted. No portion of the posts shall be left in the ground. The fencing materials remain the property of the Contractor unless the Contractor and landowner agree that the fencing materials be provided to the landowner. Removal of all fencing materials from the site and backfill/compaction of post holes with insitu material or other material as approved by the Engineer will not be measured and paid separately but shall be subsidiary to the work. Subsection 202.12 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Removal of Debris Cubic Yard Removal of Retroreflector Tab Each Removal of Riprap Cubic Yard Removal of Asphalt Mat (Planing) (1 Inch -12 Inches Thick) Square Yard Removal of Fence Linear Foot Macrotexture testing, macrotexture corrective actions, planers, brooms and all other work necessary to complete the item will not be measured and paid for separately but shall be included in the work. Lighting required for nighttime operations will not be measured and paid for separately but shall be included in the work. END OF SECTION BID NO. B2000137 Page 78 1 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.01 shall be revised to include the following: Imported material used for backfilling pipes shall be tested for compatibility with the selected pipe material. When non -Reinforced Concrete Pipe or Reinforced Concrete Pipe is used, the imported material shall be tested for sulfates and PH to ensure that it is compatible with the selected pipe material. When Corrugated Steel Pipe, Bituminous Coated Corrugated Steel Pipe, or Precoated Corrugated Steel Pipe is used, the imported materials shall be tested for sulfates, chlorides, pH, and resistivity. When Aramid Fiber Bonded Corrugated Steel Pipe or Corrugated Aluminum Pipe is used, the imported material shall be tested for pH and resistivity. When Plastic Pipe is selected, the imported material does not need to be tested for sulfates, chlorides, pH, and resistivity. Sulfates, chlorides, pH, and resistivity shall be determined by the following procedures: 1. Water soluble sulfates using CP-L2103 Method B. 2. Chlorides using CPL 2104. 3. Resistivity using ASTM G57 4. pH using ASTM G51. Delete Subsection 203.02(a) and replace with the following: (a) Unclassified Excavation. Unclassified excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the temporary construction easement as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Any excess soil materials generated from excavation shall become the property of the Contractor and shall be hauled out of the project site and disposed of at a disposal site approved by the Weld County Inspector. Unclassified Excavation (Complete in Place): Complete -in -place excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the temporary construction easement as shown on the plans, including surface boulders and excavation for ditches and channels that is not removed under some other item. Approved in -place excavation material shall be placed in embankments per the Plans and Specifications. Delete Subsection 203.02(c) and replace with the following: (c) Removal of Unsuitable Material. The removal of unsuitable material shall only be completed as directed by the County and shall be considered muck excavation. The replacement material for areas of muck excavation shall meet the requirements of Embankment with a minimum R -value of 20, Asphalt Pavement Millings, Aggregate Base Course (Class 6), and/or Geotextile (Reinforcement). Subsection 203.03 replace the first sentence with the following: All embankment material shall consist of material that has been obtained from required excavation or from an approved source. The Contractor shall not obtain embankment material, other than the material developed from suitable materials excavated on site, without written approval of the Project Inspector. Material excavated at the project site may be used if approved by Weld County Inspector or Engineer. Subsection 203.03 replace all references to CDOT's lab with Weld County Lab BID NO. B2000137 Page 79 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT In Subsection 203.06 delete the 4th paragraph and replace with the following: The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 8 inches or as specified in the contract, the moisture content increased or decreased as necessary, and compacted to the specified embankment density for the material type present. In subsection 203.07 add the following: It is anticipated that some of the soil excavated on this project may be placed within the roadway prism or hauled off -site. However, the Project Inspector has the authority to order that certain material be placed within the embankment side slopes. Unsuitable excavation materials produced from muck excavation and pipe installation shall not be used for embankment and shall be hauled off the jobsite. Topsoil which has been stripped and stockpiled shall be placed on the top of embankment slopes. In subsection 203.07(a), paragraph 2, add the following: A Sheepsfoot compactor shall not be used on A-1 material containing less than 30% retained on the %-inch sieve. Based on the Western Alliance for Quality Transportation Construction (WAQTC) inspection guidelines, the appropriate equipment to use on granular soils such as an A-1 soil, a steel vibratory roller or pneumatic rubber -tired roller. Sheepsfoot rollers are appropriate for materials composed of cohesive soils and clay rich non -durable bedrock. In subsection 203.08 Proof Rolling, delete the third paragraph and replace with the following: The proof roller shall be operated in a systematic manner so that a record may be readily kept of the area tested and the working time required for the testing. Repair to the satisfaction of Engineer shall be made in areas that are observed to have soft spots in the.subgrade or where deflection is not uniform or is deemed excessive as determined by the Engineer. The repair may involve muck excavation, geogrid reinforcement, replacement of excavated materials, or other methods as directed by the Engineer. After replacement and re - compaction, these areas may be proof rolled again if deemed necessary by the Engineer. The surface shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. After the subgrade has been stabilized, the Contractor shall perform proof rolling in accordance with subsection 203.08. Final proof rolling will take place a maximum of two days (48 hours) after all mechanical stabilization or unbound aggregate work has been completed, unless otherwise approved by the Engineer. Final proof rolling will take place a minimum of two days after all lime or other chemical stabilization work has been completed, unless otherwise approved by the Engineer. Add the following paragraph as subsection 203.08(a) Finishing: The finished surface shall be smooth and uniform conforming to the typical sections. Variation from the stabilized subgrade plan elevations shall not exceed. 0.04 feet. All irregularities, depressions, or weak spots, which develop, shall be corrected at the Contractor's expense. The surface shall be maintained in a smooth condition, free from undulations and ruts until other work is placed thereon or the work is accepted. No separate payment will be made for areas of unsuitable material excavation, geogrid reinforcement, or replacement of excavated materials. Subsection 203.11 shall be revised to include the following: The quantities for Embankment (Complete in Place) will not be measured, but will be the quantity designated in the Contract, unless field changes are ordered. If field changes are ordered, the quantities will be calculated using the revised dimensions and the additional volume of material shall be approved in writing by the Project Inspector prior to beginning the work. No allowances shall be made for shrinkage, swell, subsidence due to compaction of the existing ground or any other losses. BID NO. B2000137 Page 80 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Delete Subsection 203.11(e) and replace with the following: (e) Potholing (Special). Potholing will be measured by the actual number of potholes completed and accepted by the Inspector or Engineer. All other related work, including removal of existing pavement, backfilling, shoring, and labor will not be measured and paid for separately, but shall be included in the work. Subsection 203.12 shall be revised to include the following: Payment for Embankment (Complete in Place) shall be full compensation for all work necessary to complete the earthwork to the lines and grades when on the Plans. This includes scarification, wetting and drying of soils to obtain optimum moisture content, compaction, testing, and hauling and disposal of excess or unsuitable materials off the jobsite. Payment will be made under: Pay Item Pay Unit Unsuitable Material (Muck) Cubic Yard Embankment (Complete in Place) Cubic Yard Potholing (Special) Each END OF SECTION BID NO. B2000137 Page 81 I REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES Section 206 of the Standard Specifications is hereby revised for this project as follows: Section 206.01 shall include the following: Structure excavation, structure backfill, filter material and bedding material required for all pipes, culverts and pipe culvert extensions, inlets, storm sewer pipes, manholes and other drainage structures, will not be paid for separately but shall be included in the work. Unless specified separately in the contract, compaction, water, pumping, bailing, draining, de -watering, sheeting, bracing and all other work necessary to complete the above items will not be measured and paid for separately, but shall be included in the work. Delete Subsection 206.02(a)(2) and replace with the following: Flow fill shall be a self -leveling concrete material with the following specifications: Slump of 7 to 10 inches when tested in accordance with ASTM C143. Compressive strength F'C = 1,000 psi at 28 days when tested in accordance with ASTM D4832. Weight of a minimum of 329 pounds ASTM 150 Type I -II. Course aggregates when tested in accordance with ASTM-33 shall be a minimum of 1,000 pounds Fine Aggregate when tested in accordance with ASTM-33 shall be a minimum of 2,000 pounds. Air Entraining Agent (Sika Air) shall be a minimum of 1.0 ounces per cubic yard when measured in accordance with ASTM C260 Water shall be a minimum of 150 pounds Flash fill shall not be used in lieu of Flow Fill unless approved by the Engineer. The Contractor shall submit a Structure Backfill (Flow -Fill) mix design for approval prior to placement. The mix design shall include the following laboratory test data: 1. ASTM C321, Air Content 2. ASTM D6023, Unit Weight 3. ASTM C143, Slump or ASTM D6103, Flow Consistency 4. ASTM D4832, 28 -day Compressive Strength The Contractor shall submit a Process Control (PC) Plan with the mix design to the Engineer. The PC Plan shall address batching, mixing, testing, and placement of the Structure Backfill (Flow -Fill). Delete Subsection 206.03, paragraph 3 and replace with the following: Rock, hardpan, or other unyielding material encountered in trenches for culvert pipe or conduit shall be removed below the designed grade for a minimum of 12 inches. This extra depth excavation shall be backfilled with loose Structure Backfill (Class 1) or other approved material. The subgrade beneath any structural element shall be scarified to the depth specified in Section 203.07 of the Specifications or as directed by the Engineer. The type of compaction shall be the same as that required for Structure Backfill (Class 2), as specified below. Subsection 206.07 shall include the following: Excavate and replace within same working day the structural excavation and structural backfill that is located below retaining walls. Excavations shall not be left open for extended periods of time. Excavations left open overnight shall be surrounded by orange construction safety fence. Payment will be made under: Pay Item Pay Unit Flow Fill (Weld County Mix) Cubic Yard END OF SECTION BID NO. B2000137 Page 82 1 REVISION OF SECTION 207 TOPSOIL Section 207 of the Standard Specifications is hereby revised for this project as follows: Subsection 207.01 shall be revised to include the following: This work consists of removing existing on -site topsoil material, stockpiling the existing topsoil material and redistributing the existing topsoil material onto the re -graded slopes at a depth of four (4) inches minimum. The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project. Subsection 207.02(a) shall be added immediately after Section 207.02: The source of topsoil for this project is undesignated. Topsoil can be salvaged from the project site or imported. Imported topsoil shall be approved by the County before use. The Contractor shall submit a 1 - pound sample of the product four (4) weeks before its use on the project site for the County's approval. A Certificate of Compliance shall be provided to the County to verify the organic matter content, pH and carbon matter to nitrogen ratio. Soil tests shall be the method of Soil Analysis used at the Colorado State University Soil Testing Laboratory. Topsoil salvaged from the project site must be amended/conditioned to meet the requirements of this specification. The topsoil shall have an acidic reaction of 6.0 to 7.5 pH and shall contain between 1 and 4 percent well composted organic matter. Any organic amendments shall include the following: An organic product containing a mixture of well-rotted/composted cow or sheep manure and or composted aspen humus or wood residue or approved equal (sphagnum or native mountain peat is not acceptable). Organic product that has been aerobically and naturally processed in such a manner as to maintain a consistent temperature of 140 degrees Fahrenheit (60 degrees Celsius) or greater for a period of time that is long enough to accomplish the following specifications: 1. The windrows of composted organic amendment (cow or sheep manure) have to be composted for 70 to 90 days. Certification must be provided to prove the product has gone through this process. 2. Eradicate harmful pathogens including coliform bacteria. 3. Free from noxious weeds or their seeds or any plant, root or seeds that would be toxic or harmful to growth. 4. Create a carbon to nitrogen ratio of no less than 15/1 to 25/1. 5. Contain no solid particle greater than 13 mm 1/" in diameter. 6. Have a non -offensive smell like fresh turned soil. 7. Contain no significant level of dirt or soil and contain a maximum of 30% composted wood residue (pine or aspen wood) (saw dust is unacceptable). 8. The pH after composting shall be between 5.0 and 7.5 with an organic matter content of not less than 30%. 9. Soluble salts shall not be greater than 3mmhos/cm. Topsoil shall contain the following minimum ammonium DTPA (chelate) extractable nutrients (this is the extracting solution used by CSU Soil Testing Laboratory). Nitrogen 5 ppm Air Dried Basis Phosphorus 5 ppm P 30 ppm Ir5 ppm BID NO. B2000137 Page 83 2 REVISION OF SECTION 207 TOPSOIL Topsoil shall not include any minerals or elements detrimental to plant growth. Soluble salts measured in saturation extract shall be less than 3 mmhos/cm. Subsection 207.04 delete the last paragraph and replace with the following: Imported Topsoil and Topsoil salvaged from the roadways that meets the requirements of Section 207 will be measured by the cubic yard. The volume of Topsoil will be determined by measuring the area in which the Topsoil is placed and multiplying the area by 0.33 feet. Subsection 207.04 shall be revised to include the following: The addition of manure or soil amendments needed to bring the topsoil into conformance with the specifications will not be measured and paid for separately but shall be included in the work. Stockpile topsoil activities shall be included in the price of the work. Soil analysis shall not be paid for separately but shall be included in the cost of the work. Topsoil will not be re -measured, but payment shall be based on the quantity identified in the bid tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved Change Order. Loading and hauling to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately, but shall be included in the work. Subsection 207.05 shall be revised to include the following: Payment for Topsoil shall include imported Topsoil and Topsoil salvaged from the roadways and placed in stockpiles or windrows, and subsequently placed upon completed cut and fill slopes. Salvaged Topsoil shall meet the requirements of this specification. All materials and work required to amend salvaged Topsoil so that it meets the requirements of Section 207 shall be included in the unit price bid for Topsoil. All work required for Topsoil shall be included in the unit price bid.. Payment will be made under: Pay Item Pay Unit Stockpile Topsoil Cubic Yard Redistribute Topsoil (4 Inches Thick) Cubic Yard END OF SECTION BID NO. B2000137 Page 84 I REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION 208.01 This work consists of constructing, installing, maintaining, and removing when required, control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any State waters as defined in subsection 107.25, including wetlands. Stormwater runoff from all disturbed areas and soil storage areas for which permanent or interim stabilization is not implemented, must flow to at least one control measure to minimize sediment in the discharge. This shall be accomplished through filtering, settling, or straining. The control measure shall be selected, designed, installed, and adequately sized in accordance with good engineering, hydrologic, and pollution control practices. The control measures shall contain or filter flows in order to prevent the bypass of flows without treatment and shall be appropriate for stormwater runoff from disturbed areas and for the expected flow rate, duration, and flow conditions (i.e., sheet or concentrated flow). The Contractor shall coordinate the construction of temporary control measures with the construction of permanent control measures to assure economical, effective, and continuous erosion and sediment control throughout the construction period. When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin affecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) requirements. If immediate corrective actions cannot be taken, the Contractor shall immediately ask for a deferment by providing the information outlined in Section 208.09(c) for review by the Engineer. MATERIALS 208.02 Erosion control materials are subject to acceptance in accordance with subsection 106.01. Erosion control materials shall be subject to the following approval process: Material Approval Notes: Process The Contractor shall provide a transit certificate Erosion Bales (Weed Free) COC number, or a copy of the transit certificate as supplied from the producer. Silt Fence COC Silt Berm APL Erosion Log (Type 1, Type 2, and Type 3) COC Silt Dikes COC Pre -fabricated Concrete Washout Structures APL above ground) Pre -fabricated Vehicle Tracking Pad APL Aggregate Bag COC Storm Drain Inlet Protection (Type I, II, and III) APL COC = Certificate of Compliance; APL= Approved Product List The material for control measures shall conform to the following: BID NO. B2000137 Page 85 2 REVISION OF SECTION 208 EROSION CONTROL (a) Erosion Bales. Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall be identified by blue and orange twine binding the bales. The Contractor shall not place certified weed free erosion bales or remove their identifying twine until the Engineer has inspected them. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the Colorado Department of Agriculture, Weed Free Forage Program, 305 Interlocken Pkwy, Broomfield, CO 80021. Contact the Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.gov/ag/csd. Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 2 inch by 2 inch nominal. (b) Silt Fence. Silt fence posts shall be wood with a minimum length of 46 inches. Wood posts shall be 1.5 inch width by 1.5 inch thickness actual dimensions with 1/8 inch tolerance. Geotextile shall be attached to wood posts with three or more staples per post. Silt fence geotextile shall conform to the following requirements: Physical Requirements for Silt Fence Geotextiles Wire Fence . Self -Supported Property Supported Requirements Test Method Requirements Geotextile Elongation <50% Grab Stren th,-lbs- . .: 90 minimum` - .124 minimum: : • ASTM D4632 Permittivity sec -1 0.05 0.05 ASTM D4491 Ultraviolet Stability Minimum 70% Minimum 70% . ASTM D4355 Strength Retained. - .StrengthRetained Silt Fence (Reinforced). Silt fence posts shall be metal "studded tee" T -post with a minimum length of 66 inches. Metal posts shall be "studded tee" with 0.095 inch minimum wall thickness. Wire fabric reinforcement for the silt fence geotextile shall be a minimum of 14 gauge with a maximum mesh spacing of 6 inches. Geotextile shall be attached to welded wire fabric with ties or nylon cable ties at 12 inches on center at top, middle and bottom wire. Welded wire fabric shall be attached to the post with a minimum three 12 gauge wire ties per post. Vinyl or rubber safety caps shall be installed on all T -post. (c) Temporary Berms. Temporary berms shall be constructed out of embankment (subsoil) and not out of salvaged topsoil. (d) Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half round pipe, metal or plastic pipe, wood flume, flexible rubber, or other materials suitable to carry accumulated water down the slopes. Outlet protection riprap shall conform to Section 506. Erosion control geotextile shall be a minimum Class 2, conforming to subsection 712.08. (e) Silt Berm. Silt berm shall consist of permeable multi -use material consisting of ultraviolet (UV) stabilized high - density polyethylene or other approved material effective in reducing water velocity. Designed and tested system shall be installed on a Turf Reinforcement Mat or Soil Retention Blanket in accordance with Section 216. The segment shall be secured to the ground with either metal or wood stakes. Minimum requirements for securing stakes shall be in accordance with the plans. Dimensions of individual segments shall meet the following criteria: BID NO. B2000137 Page 86 3 REVISION OF SECTION 208 EROSION CONTROL Width 6- 11 inches' Height 6 - 10 inches Weight > 0.25 lbs./s : ft. Percent Open Area 20 — 50% (f) Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the requirements of Section 506. (g) Sediment Trap. In constructing an excavated sediment trap, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of subsection 203.03. Outlet protection riprap shall be the size specified in the Contract and shall conform to Section 506. Erosion control geotextile shall be a minimum Class 1, conforming to subsection 712.08. (h) Erosion Logs. Erosion logs shall be one of the following types unless otherwise shown on the plans: (1) Erosion Log (Type 1) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photo - degradable tube netting. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. (2) Erosion Log (Type 2) shall consist of cylinder casings filled with Erosion Log (Type 2) Compost in accordance with subsection 212.02. The compost -wood chip blend may be pneumatically shot into a geotextile cylindrical casing or be pre -manufactured. The geotextile casing shall consist of HDPE or polypropylene mesh (knitted, not extruded) with openings of % to % inch and contain the compost -wood chip material while not limiting water infiltration. (3) Erosion Log (Type 3) shall consist of cylinder casings filled with curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, 100 percent natural fiber cylinder netting (compostable) and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log shown on the plans. Netting shall be a woven cotton or cellulose base mesh that has an approval to compost certification with a maximum mesh size of 0.075 inches and index values as shown in Table 208-2. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances. Natural compostable fiber netting shall not contain any synthetic material woven into the netting such as polypropylene, nylon, polyethylene, or polyester dyes. Oxo-degradable or oxo-biodegradable petrochemical -based fiber shall not be part of the netting material. Burlap netting material shall not be used for Erosion Log (Type 3). Erosion Log (Type 1, Type 2, and Type 3) shall have minimum dimensions as shown in Table 208-1, based on the specified diameter of the log. Table 208-1 Dimensions of Erosion Logs Diameter Type 1 & 3 (Inches) Diameter Type 2 (Inches) Length (feet) Weight (minimum) (pounds/foot) Stake Dimensions (Inches) Min. Max. 9 8 . 12 10 180 . 1.6 - % thickness by,'/, width by 18 long 1.5 thickness by 1.25 width by 24 long 1.5 thickness b -1.25 width by 30 long 12 10 180 2.5 20 18 10 100 . ` -4.0 Wood stake acceptable tolerance +/- 1/8 inch. BID NO. B2000137 Page 87 4 REVISION OF SECTION 208 EROSION CONTROL Table 208-2 Index Values for Natural Fiber Netting Property Requirement Test Method Fabric Tensile'Strength >70 lbs.- _ ASTM D3822 Biodegradable 100% Rib ASTM D5988 Mesh Pattern ' Stakes to secure erosion logs shall consist of pinewood or hardwood. (i) Silt Dikes. Silt dikes shall be pre -manufactured flexible sediment barrier that will fully rebound when driven over by heavy equipment. Material shall consist of outer geotextile fabric covering closed cell urethane or polyethylene foam core. The geotextile fabric aprons shall extend beyond the foam core a minimum of 8 inches on both sides. Table 208-3 Geotextile Requirements Property Requirement Test Method Water Flow Rate, 100-150 gallons per minute/square foot - . ;'ASTM D4491, Grab Breaking Load 200 lbs. minimum in each direction ASTM D4632 Ultraviolet Degradation 70% of on ina unexposed grab breaking load after 500 hours ASTM D4595 Each silt dike segment shall have the following dimensions: Dimension Length Vertical height after installation >5 inches Geotextile sleeve, section to interlock segments >8 inches Silt dike segments shall be anchored down using the minimum requirements shown in Table 208-4 Table 208-4 Silt Dike Segment Requirements Surface Nail Washers Soil Surface. Installed in 4 inchdeep trench with 6 inch nails `1 inch washers _ no more than 4 feet O:C. (on center) 1 inch concrete nails no more than 4 feet O.C. Hard Surface 1 inch washers and solvent -free adhesive (j) Concrete Washout Structure. The Contractor shall construct a washout structure that will contain washout from concrete placement, construction equipment cleaning operations, and residue from cutting, coring, grinding, grooving, and hydro -concrete demolition. Embankment required for the concrete washout structure may be excavated material, provided that this material meets the requirements of Section 203 for embankment. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5. BID NO. B2000137 Page 88 5 REVISION OF SECTION 208 EROSION CONTROL Table 208-5 Impermeable Synthetic Liner Requirements Tested Property Test Method Units Value .Thickness ASTM D5199 mil >30 +/- 1.5 Tear Strength ASTM D1004 lbs >8 Low Temperature Im act ASTM D1790 °F Pass at -20 (k) Pre -Fabricated Concrete Washout Structure. Pre -Fabricated Concrete Washout Structures shall be one of the following types unless otherwise shown on the plans: (1) Pre:Fabricated Concrete Washout Structure (Type 1). Type 1 portable bins shall be used only when specified in the Contract. It shall consist of a watertight multi -use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. Minimum capacity including freeboard shall be 440 gallons. (2) Pre -Fabricated Concrete Washout Structure (Type 2). Type 2 portable bins shall be used only when specified in the Contract. It shall consist of a watertight one-time use container designed to contain liquid concrete washout wastewater, solid residual concrete waste from washout operations, and residue from saw cutting, coring, grinding, grooving, and hydro -concrete demolition. The structure shall have a system to secure to the ground. Minimum capacity including freeboard shall be 50 gallons. (3) The use of disposable plastic swimming pools shall not be allowed. (I) Vehicle Tracking Pad (VTP). Aggregate for the vehicle tracking pad shall be crushed natural aggregate with at least two fractured faces that meets the following gradation requirements: Sieve size Percent by weight Passing Square Mesh Sieves 7 .5 mm.(3inch) 100 _ 50 mm (2 inch) 0-25 1.19.0 mm ('/ inch) 0-15 Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads. Erosion control geotextile shall be a minimum Class 2, conforming to subsection 712.08. Pre -Fabricated or manufactured vehicle tracking pads shall only be used if specified in the Contract. Multi -use pads shall consist of industrial grade materials and shall be designed to minimize sediment leaving the project. Minimum dimensions of the modular systems shall be: Width 12 feet Length ofpad , . 35 feet, To accommodate construction traffic turning radii between the tracking pad and a stabilized surface, additional flared sections. of approved pads or aggregate in accordance with this specification shall be used at no additional cost to CDOT. Weight (min.) 8 Ibs./s . ft.) Crush strength 400` (min.) (p(psi) BID NO. B2000137 Page 89 6 REVISION OF SECTION 208 EROSION CONTROL If pads weigh less than 8 pounds per square foot, an anchoring system approved by the manufacturer shall be used for pads placed on soil and hard surfaces. A thin layer of stone, geotextile, or other stable surface may be required to stop rutting under the pad or area where the vehicles mount or dismount the manufactured trackout control device. (m) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties: Diameter inches(pounds Weight (minimum) perfoot 6-8 6 10 10 12 Rubber used in bags shall be clean, 95 percent free of metal and particulates. Crushed stone contained in the aggregate bags shall conform to Table 703-1 for Coarse Aggregate No. 6. The aggregate bag shall consist of a woven geotextile fabric with the following properties: Property Requirement Test Method • Grab Tensile Strength 90 lbs.. min. ASTM D4632. Trapezoid Tear Strength 25 lbs. min. ASTM D4533 Mullen Burst 300 psi ASTM D3786 Ultraviolet Resistance 70% ASTM D4355 (n) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions: Storm Drain Inlet' Protection Types. - Protection Properties Type I' . Type 112 Type 1113. Diameter 4 in. 4 in. N/A .Minimum Section 7 ft. 5 ft. 5 ft: Length Apron Insert 30 in. or sized 30 in or sized to grate to grate ?Type I protection shall be used with Inlet Type e R. ?Type II. protection shall.be used with Combination Inlet. Option A or B 3Type III protection shall be used with Vane Grate Inlet only. Option A or B Note: Options A and B are shown on Standard Plan .M-208-1. The Storm Drain Inlet Protection (Type I, II and III) shall consist of a woven geotextile fabric with the following properties: BID NO. B2000137 Page 90 7 REVISION OF SECTION 208 EROSION CONTROL • Property Test Method .. Unit Requirement Grab tensile strength ASTM D4632 lbs. minimum 150X200 Mullen Burst Strength ASTM D3786 lbs. 400. - Trapezoid Tear Strength ASTM D4533 lbs. minimum 60X60 Percent Open Area ,. COE-22125-86 % ≥20, Water Flow Rate ASTM D4491 gal./min./sq. ft. ≥100 Ultraviolet Resistance ASTM O4355 ' % ≥70 Curb roll for Storm Drain Inlet Protection (Type I and II) shall have a weight >4 pounds per linear foot of device. The device shall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming Table 703-1 for Coarse Aggregate No. 6. CONSTRUCTION REQUIREMENTS 208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction, an on -site Environmental Pre -construction Conference shall be held. The Conference shall be attended by: (1) The Engineer. (2) The Superintendent. (3) The Contractor's Stormwater Management Plan (SWMP) Administrator. The SWMP Administrator is equivalent to the CDPS-SCP Qualified Stormwater Manager. (4) Supervisors or Foremen of subcontractors working on the project. At this Conference, the attendees shall discuss the SWMP, CDPS-SCP, sensitive habitats on -site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification. Prior to beginning construction, the Contractor shall evaluate the project site for storm water draining into or through the site. When such drainage is identified, control measures shall be used if possible, to divert stormwater from running on -site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate control measures shall be employed. The SWMP Administrator shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, control measures shall be used to protect off -site water from becoming contaminated with sediment or other pollutants. The SWMP Administrator shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented control measure added to the SWMP site map. Prior to construction, the Contractor shall implement appropriate control measures for protection of wetlands, sensitive habitat, and existing vegetation from ground disturbance and other pollutant sources, in accordance with the approved project schedule as described in subsection 208.03(b). When additional control measures are required and approved by the Engineer, the Contractor shall implement the additional control measures and the SWMP Administrator shall record and describe them on the SWMP site map. The approved control measures will be measured and paid for in accordance with subsections 208.11 and 208.12. BID NO. B2000137 Page 91 8 REVISION OF SECTION 208 EROSION CONTROL (a) Project Review. The Contractor shall submit modifications to the Contractor's control measures or SWMP in a written proposal to the Engineer. The written proposal shall include the following information: (1) Reasons for changing the control measures. (2) Diagrams showing details and locations of all proposed changes. (3) List of appropriate pay items indicating new and revised quantities. (4) Schedules for accomplishing all erosion and sediment control work. (5) Effects on permits or certifications caused by the proposed changes. The Engineer will approve or reject the written proposal in writing within seven days after receipt of the submittal. The Engineer may require additional control measures prior to approving the proposed modifications. Additional modifications and additional control measures will be paid for at the Contract Unit Price for the specific items involved. If no items exist, they will be paid for as extra work in accordance with subsection 109.04. (b) Erosion and Sediment Control Activities. The erosion and sediment control activities shall be included in the weekly meeting update. The project schedule shall specifically indicate the sequence of clearing and grubbing, earthwork operations, and construction of temporary and permanent erosion control features and stabilization. The project schedule shall include erosion and sediment control work for haul roads, borrow pits, storage and asphalt or concrete batch sites, and all areas within the project limits. If during construction the Contractor proposes changes which would affect the Contract's control measures, the Contractor shall propose revised control measures to the Engineer for approval in writing. If necessary, the SWMP Administrator shall update proposed sequencing of major activities in the SWMP. Revisions shall not be implemented until the proposed measures have been approved in writing by the Engineer. (c) Erosion Control Management (ECM). Erosion Control Management for this project shall consist of SWMP Administration and Erosion Control Inspection. All ECM staff shall have working knowledge and experience in construction and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training (TECS) as provided by CDOT. The Superintendent will not be permitted to serve in an ECM role. The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects with not more than 40 acres of disturbed area. The ECI and the SWMP Administrator are equivalent to the CDPS-SCP Qualified Stormwater Manager. 1. SWMP Administration. The SWMP shall be maintained by a SWMP Administrator. The name of the SWMP Administrator shall be recorded on the SWMP Section 3.B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify to the Superintendent critical action items needed to conform to the CDPS-SCP as follows: (1) Complete the SWMP as described in subsection 208.03(d). (2) Participate in the Environmental Pre -construction Conference. (3) Attend weekly erosion and sediment control meetings. (4) Attend all water quality control inspections. (5) Coordinate with the Superintendent to implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities. (6) Coordinate with the Superintendent to ensure that all labor, material, and equipment needed to install, maintain, and remove control measures are available as needed. BID NO. B2000137 Page 92 9 REVISION OF SECTION 208 EROSION CONTROL (7) During construction, the SWMP site map shall be updated to reflect current field conditions and include, at a minimum, the following: (i) Limits of Construction (LOC). (ii) Areas of disturbance (AD), including areas of borrow and fill. (iii) Limits of Disturbance (LDA). (iv) Areas used for storage of construction materials, equipment, soils, or wastes. (v) Location of dedicated asphalt, concrete batch plants, and masonry mixing stations. (vi) Location of construction offices and staging areas. (vii) Location of work access routes during construction. (viii) Location of waste accumulation areas, including areas for liquid, concrete, masonry, and asphalt. (ix) Location of temporary, interim and permanent stabilization. (x) Location of outfalls. (xi) Flow arrows that depict stormwater flow directions on -site and runoff direction. (xii) Location of structural and non-structural control measures. (xiii) Location of springs, streams, wetlands, and other State waters, including areas that require pre- existing vegetation be maintained within 50 horizontal feet of a receiving water, unless infeasible. (xiv) Location of stream crossings located within the construction site boundary. (8) The SWMP shall reflect the field conditions and shall be amended to reflect control measures. (i) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised control measures; or (ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (iii) Changes when control measures are no longer necessary and are removed. (9) Complete vegetative survey transects when required in accordance with CDOT Erosion Control and Stormwater Quality Guide. (10)Start a new site map before the current one becomes illegible. All site maps shall remain as part of the SWMP. (11)Document all inspection and maintenance activities. The SWMP and documentation shall be kept on the project site. (12)When adding or revising control measures in the SWMP, add a narrative explaining what, when, where, why, and how the control measure is being used, and add a detail to the SWMP. (i) How to install and inspect the control measure. BID NO. B2000137 Page 93 10 REVISION OF SECTION 208 EROSION CONTROL (ii) Where to install the control measure. (iii) When to maintain the control measure. (13)lf using existing topography, vegetation, etc. as a control measure, label it as such on the SWMP site map; add a narrative as to when, where, why, and how the control measure is being used. (14)Indicate control measures in use or not in use by recording them on Standard Plans M-208-1, M-216-1, and M-615-1 in the SWMP. (15)Record on the SWMP, the approved Method Statement for Containing Pollutant Byproducts. (16)Update the Potential Pollutants list in the SWMP and Spill Response Plan throughout construction. (17)Vegetative buffers shall not be used as a sole control measure. They shall only be used as the final stage of a treatment train. 2. Erosion Control Inspector. One ECI is required for every 40 acres of total disturbed area which is currently receiving temporary and interim stabilization measures as defined in subsection 208.04(e). An ECI shall not be responsible for more than 40 acres in the project. Accepted permanent stabilization methods as defined in subsection 208.04(e) will not be included in the 40 acres. (1) ECI duties shall be as follows: Coordinate with the SWMP Administrator on reporting the results of inspections. How to install and inspect the control measure. Review the construction site for compliance with the Stormwater Construction Permit. (iii) Inspect with the Superintendent and the Engineer (or their designated representatives) the stormwater management system at least every seven days. Post -storm event inspections shall be conducted within 24 hours after the end of any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur following a storm event, post -storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. The occurrence of delay in inspections shall be documented in the inspection report. Form 1176 (Stormwater Field Inspection Report — Active Construction) shall be used for all seven-day inspections and inspections following storm events. The Contractor shall notify the ECI when a storm event occurs. Inspections are not required at sites when construction activities are temporarily halted, when snow cover exists over the entire site for an extended period and melting conditions do not pose a risk of surface erosion. This exception shall be applicable only during the period where melting conditions do not exist, and applies to the routine seven-day, as well as the post -storm event inspections. The following information shall be documented on Form 1176 for use of this exclusion: dates when snow cover occurred, date when construction activities ceased, and date melting conditions began. (2) The order of precedence for required inspections shall be as follows: (i) Post -storm event inspections (ii) Seven-day inspections When one of the listed inspections is performed, the inspections listed below it need not be performed on that day if the required Owner and Contractor personnel participated in the BID NO. B2000137 Page 94 11 REVISION OF SECTION 208 EROSION CONTROL inspection. A seven-day inspection is not required on the same day a water quality routine audit is conducted, as long as all of the inspection scope requirements for a seven-day and post -storm event inspection are met. A sheet shall be placed in the inspections area of the SWMP to refer to the date the inspection was performed. (3) Seven-day inspections and post -storm inspections shall include inspection of the following areas, if applicable, for evidence of, or the potential for, pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to State waters: (i) Construction site perimeter (ii) Disturbed areas (iii) Designated haul routes (iv) Material and waste storage areas exposed to precipitation (v) Locations where stormwater has the potential to discharge offsite (vi) Locations where vehicles exit the site (4) Inspections shall include the following: (i) Visually verify whether all implemented control measures are in effective operational condition and are working as designed in their specifications to minimize pollutant discharges. (ii) Determine if there are new potential sources of pollutants. (iii) Assess the adequacy of control measures at the site to identify areas requiring new or modified control measures to minimize pollutant discharges. (iv) Identify all areas of non-compliance with the permit requirements and, if necessary, implement corrective action in accordance with the CDPS-SCP. Follow all other agency Stormwater requirements and inspections unless a waiver or other agreement has been made. (5) The Contractor shall report the following circumstances orally to the Engineer, CDPHE, the Contractor's Superintendent, and the SWMP Administrator within 24 hours from the time the permittee becomes aware of the circumstances, and shall mail to CDPHE a written report containing the information requested within five working days after becoming aware of the following circumstances: (i) Noncompliance which may endanger health or the environment, regardless of the cause of the incident. (ii) Unanticipated bypass which exceeds any effluent limitations in accordance with the CDPS-SCP. (iii) Upset conditions which causes an exceedance of any effluent limitation in accordance with the CDPS-SCP. (iv) Daily maximum violations for any of the pollutants limited by the permit. This includes any toxic pollutant or hazardous substance, or any pollutant specifically identified as the method to control any toxic pollutant or hazardous substance. The written report shall also be provided to the Engineer and a copy shall be placed in the SWMP BID NO. B2000137 Page 95 12 REVISION OF SECTION 208 EROSION CONTROL notebook. (6) Document spills, leaks, or overflows that result in the discharge of pollutants on the Form 1176. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated. (d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the CDOT field office during construction: SWMP. The Engineer will provide an approved SWMP design at the Pre -construction Conference, which is and shall remain the property of Weld County. Prior to construction, Weld County will provide the documentation for items (1) through (4), and (18) as listed below, when available. The Contractor shall provide the contents required for items (5) through (17). The SWMP shall be stored in the Weld County field office or at another on -site location approved by the Division. The SWMP Administrator shall modify and update the SWMP as needed to reflect actual site conditions prior to the change or as soon as practicable, but in no case more than 72 hours after the change. The following Contract documents and reports shall be kept, maintained, and updated in the SWMP under the appropriate items by the SWMP Administrator: (1) SWMP Plan Sheets — Notes, tabulation, site description. The SWMP shall include a site description which includes, at a minimum, the following: (i) The nature of the construction activity at the site. (ii) The proposed schedule for the sequence for major construction activities and the planned implementation of control measures for each phase. (e.g. clearing, grading, utilities, vertical, etc.) (iii) Estimates of the total acreage of the site, and the acreage expected to be disturbed by clearing, excavation, grading, or any other construction activities. (iv) A summary of any existing data used in the development of the construction site plans or SWMP that describe the soil or existing potential for soil erosion. (v) A description of the percent of existing vegetative ground cover relative to the entire site and the method for determining the percentage, in accordance with CDOT Erosion Control and Stormwater Quality Guide. (vi) A description of any allowable non-stormwater discharges at the site, including those being discharged under a division low risk discharge guidance policy. (vii) A description of areas receiving discharge from the site. Including a description of the immediate source receiving the discharge. If the stormwater discharge is to a municipal separate storm sewer system, the name of the entity owning the system, the location of the storm sewer discharge, and the ultimate receiving water(s). (viii) A description of all stream crossings located within the construction site boundary. (2) SWMP Site Maps and Project Plan Title Sheet (3) Specifications — Standard and project special provisions related to stormwater and erosion control. (4) Standard Plans M-208-1, M-216-1 and M-615-1. (5) Control measure Details not in Standard Plan M-208-1 — Non-standard details. (6) Weekly meeting sign in sheet and weekly meeting notes. (7) Calendar of Inspections — Calendar of inspections marking when all inspections take place. BID NO. B2000137 Page 96 13 REVISION OF SECTION 208 EROSION CONTROL (8) Contractor Stormwater Field Inspection Reports (Forms 1176, 1177, 1388). (9) All Water Quality Audit Reports and Form 105(s) relating to Water Quality. (10)Description of Inspection and Maintenance Methods — Description of inspection and maintenance methods implemented at the site to maintain all control measures identified in the SWMP and items not addressed in the design. (11)Spill Response Plan — Reports of reportable spills submitted to CDPHE. (12)List and Evaluation of Potential Pollutants — List of potential pollutants as described in subsection 107.25 and approved Method Statement for Containing Pollutant Byproducts. (13)Other Correspondence including agreements with other MS4s, approved deferral request, CDPHE audit documentation, Water Quality Permit Transfer to Maintenance Punch List, and other miscellaneous documentation such as documented use agreements for areas outside of the permitted area. (14)TECS Certifications of the SWMP Administrator and all ECIs, kept current through the life of the project. (15)Environmental Pre -construction Conference — Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. The certification shall be signed by all attendees. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Pre - construction Conference has been held. (16)AII Project Environmental Permits —All project environmental permits and associated applications and certifications, including, CDPS-SCP, Senate Bill 40, USACE 404, temporary stream crossings, dewatering, biological opinions, and all other permits applicable to the project, including any separate CDPS-SCP obtained by the Contractor for staging area on private property, asphalt or concrete batch plant, etc. (17)Photographs Documenting Existing Vegetation — Project photographs shall include the following information with the record: project number, project code, name of the person who took the picture, date and time the picture was taken, and location and approximate station number or mile marker. The Contractor shall submit photographs documenting existing vegetation, prior to construction commencing, on paper with a maximum of four colored images per side of 8 % inch by 11 inch sheet or a digital copy on CD-ROM/Flash Drive (JPG format) as directed by the Engineer. (18)Permanent Water Quality Plan Sheets — Plan sheets and specifications for permanent water quality structures and riprap. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. The SWMP Administrator shall finalize the SWMP for Weld County use upon completion of the project. SWMP completeness shall be approved by the Engineer. Corrections to the SWMP shall be made at the Contractor's expense. 2. Reference Materials. The following Reference materials shall be used: (1) CDOT Erosion Control and Stormwater Quality Guide. (2) CDOT Erosion Control and Stormwater Quality Field Guide. (e) Weekly Meetings: The Engineer, the Superintendent, and the SWMP Administrator shall conduct a weekly meeting with supervisors involved in construction activities that could adversely affect water quality. The meeting shall follow an agenda prepared by the Engineer, or a designated representative, and have a sign in sheet on which the names of all attendees shall be recorded. The SWMP Administrator shall take notes of BID NO. B2000137 Page 97 14 REVISION OF SECTION 208 EROSION CONTROL water quality comments and action items at each weekly meeting and place the agenda and sign in sheet in the SWMP. At this meeting the following shall be discussed and recorded in tab 6 of the SWMP: 1. Recalcitrant, chronic, and severe inspection findings. 2. Unresolved issues from previous inspections. 3. Requirements of the SWMP. 4. Problems that may have arisen in implementing the site specific SWMP or maintaining control measures. 5. Control measures that are to be installed, removed, modified, or maintained, and associated SWMP modifications. 6. Planned activities that will affect stormwater in order to proactively phase control measures. All subcontractors not in attendance at the Environment Pre -construction Conference shall be briefed on the project by the Engineer, Superintendent, and the SWMP Administrator prior to start of work. The SWMP Administrator shall record the names of these subcontractors as an addendum to the list of attendees, and add it to the SWMP. 208.04 Control Measures for Stormwater. The SWMP Administrator shall modify the SWMP to clearly describe and locate all control measures implemented at the site to control potential sediment discharges. Vehicle tracking pads shall be used at all vehicle and equipment exit points from the site or roadway to prevent sediment exiting the limits of construction (LOC) of the project site. Access shall be provided only at locations approved by the Engineer. The SWMP Administrator shall record vehicle tracking pad locations on the SWMP site map. New inlets and culverts shall be protected during their construction. Appropriate protection of each culvert and inlet shall be installed immediately. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours of completion of each pipe. The Contractor shall remove sediment, millings. debris, and other pollutants from within the newly constructed drainage system in accordance with the CDPS- SCP, prior to use, at the Contractor's expense. All removed sediment shall be disposed of outside the project limits in accordance with all applicable regulations. Concrete products wasted on the ground during construction including, but not limited to, excess concrete removed from forms, spills, slop, and all other unused concrete are potential pollutants that shall be removed from the site or contained at a pre -approved containment area that has been identified in the SWMP. The concrete shall be picked up and recycled in accordance with 6 CCR 1007-2 (CDPHE Regulations Pertaining to Solid Waste Sites and Facilities) at regular intervals, as needed, or as directed by the Engineer. The uses of recycled concrete from permitted recycling facilities shall be in accordance with Section 203. (a) Unforeseen Conditions. The Contractor shall design and implement erosion and sediment control measures for correcting conditions unforeseen during the design of the project, or for emergency situations, that develop during construction. The CDOT Erosion Control and Stormwater Quality Guide shall be used as a reference document for the purpose of designing erosion and sediment control measures. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation. (b) OtherAgencies. If CDPHE, US Army Corps of Engineers (USACE), the Environmental Protection Agency (EPA), or a Local Agency reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect BID NO. B2000137 Page 98 15 REVISION OF SECTION 208 EROSION CONTROL the neighboring MS4, including installing additional measures. Implementation of these additional measures will be paid for at contract unit prices. (c) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside Weld County ROW and outside easements acquired by Weld County for construction, are the responsibility of the Contractor. These areas shall be subject to a separate CDPS-SCP and all other necessary permits, as they are considered a common plan of development if within a'/. mile of the construction site. The Contractor shall acquire these permits and submit copies to the Engineer prior to any disturbance. These permits, shall be acquired and all erosion and sediment control work performed at the Contractor's expense. These areas are subject to inspections by Weld County or any other agency. A documented use agreement between the permittee and the owner or operator of any control measures located outside of the permitted area that are utilized by the permittee's construction site for compliance with the CDPS-SCP, but not under the direct control of the permittee shall be placed in the project's SWMP. (d) Construction Implementation. The Contractor shall incorporate control measures into the project as outlined in the accepted schedule. (e) Stabilization. Once earthwork has started, the Contractor shall maintain erosion control measures until permanent stabilization of the area has been completed and accepted. Clearing, grubbing and slope stabilization measures shall be performed regularly to ensure final stabilization. Failure to properly maintain erosion control and stabilization methods, either through improper phasing or sequencing will require the Contractor to repair or replace sections of earthwork at the Contractor's expense. The Contractor shall schedule and implement the following stabilization measures during the course of the project: Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation or underlying soil of a site, such as clearing, grading, road bed preparation, soil compaction, and movement and stockpiling of sediment and materials. Designated topsoil distributed on the surface or in stockpiles shall not receive temporary stabilization. Other stabilization measures may be implemented, as approved. The maximum area of temporary stabilization (excluding areas of designated topsoil) shall not exceed 20 acres. 2. Interim Stabilization. As soon as it is known with reasonable certainty that work will be temporarily halted for 14 days or more, sediment and material stockpiles and disturbed areas shall be stabilized using one or more of the specified following methods: (1) Application of 1.5 tons per acres of mechanically crimped certified weed free hay or straw in combination with an approved organic mulch tackifier. (2) Placement of bonded fiber matrix in accordance with Section 213. (3) Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, in accordance with Section 213. (4) Application of spray -on mulch blanket in accordance with Section 213. Magnesium Chloride, Potassium Chloride and Sodium Chloride, or other salt products, shall not be used as a stabilization method. (5) Topsoil stockpiles shall receive interim stabilization unless specified in accordance with Section 207 as a different material than the other disturbed areas on -site. 3. Summer and Winter Stabilization. Summer and winter stabilization is defined as stabilization during months when seeding will not be permitted. As soon as the Contractor knows shutdown is to occur, interim stabilization shall be applied to the disturbed area. Protection of the interim stabilization method is required. Reapplication of interim stabilization may be required as directed. BID NO. B2000137 Page 99 16 REVISION OF SECTION 208 EROSION CONTROL 4. Permanent Stabilization. Permanent stabilization is defined as the covering of disturbed areas with topsoil, seeding, mulching with tackifier, soil retention coverings, and such non -erodible methods as riprap, road shouldering, etc., or a combination thereof as required by the Contract. Other permanent stabilization techniques may be proposed by the Contractor, in writing, and shall be used when approved in writing by the Engineer. All permanent stabilization requirements shown on the plans shall be completed within four working days of the placement of the topsoil in accordance with Section 207. 5. Final Stabilization. Final stabilization is achieved when all ground disturbing activities at the site have been completed, and uniform vegetative cover has been established with an individual plant density of at least 70 percent of pre -disturbance levels, or equivalent permanent physical erosion reduction methods have been employed. (f) Maintenance. Erosion and sediment control practices and other protective measures identified in the SWMP as control measures for stormwater pollution prevention shall be maintained in effective operating condition until the CDPS-SCP has been transferred to Weld County. Control measures shall be continuously maintained in accordance with good engineering, hydrologic, and pollution control practices, including removal of collected sediment when silt depth is 50 percent or more of the effective height of the erosion control device. When possible, the Contractor shall use equipment with an operator rather than labor alone to remove the sediment. Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain control measures shall be repaired at the Contactor's expense. Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures to assess the adequacy of control measures at the site and the necessity of changes to those control measures to ensure continued effective performance. Where site assessment results in the determination that new or replacement control measures are necessary, the control measures shall be installed to ensure continuous effectiveness. When identified, control measures shall be maintained, added, modified or replaced as soon as possible, immediately in most cases. Approved new or replaced control measures will be measured and paid for in accordance with subsections 208.11 and 208.12. Devices damaged due to the Contractor's negligence shall be replaced at the Contractor's expense. From the time seeding and mulching work begins until project acceptance the Contractor shall maintain all seeded areas. Damage to seeded areas or to mulch materials shall be immediately restored. Damage to seeded areas or to mulch materials due to Contractor negligence shall be immediately restored at the Contractor's expense. Restoration of other damaged areas will be measured and paid for under the appropriate bid item. Temporary control measures may be removed upon completion of the project, as determined by the Water Quality Partial Acceptance walk-through. If removed, the area in which these control measures were constructed shall be returned to a condition similar to that which existed prior to its disturbance. Removed control measures shall become the property of the Contractor. If the Contractor fails to complete construction within the approved contract time, the Contractor shall continue erosion and sediment control operations at its expense until acceptance of the work. Sediment removed during maintenance of control measures and material from street sweeping may be used in or on embankment, provided it meets the requirements of Section 203 and is distributed evenly across the embankment. Whenever sediment collects on the paved surface, the surface shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping BID NO. B2000137 Page 100 17 REVISION OF SECTION 208 EROSION CONTROL shall be completed with a pickup broom or equipment capable of collecting sediment. Sweeping with a kick broom will not be allowed. Material from pavement saw cutting operations shall be cleaned from the roadway surface during operations using a vacuum. A control measure, such as a berm, shall be placed to contain slurry from joint flushing operations until the residue can be removed from the soil surface. Aggregate bags, erosion logs or other permeable control measures shall not be used. Residue shall not flow into driving lanes. It shall be removed and disposed of in accordance with subsection 107.25(b). Material containment and removal will not be paid for separately, but shall be included in the work. 208.05 Construction of Control Measures. Control measures shall be constructed in accordance with Standard Plans M-208-1 and M-216-1, and with the following: (a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket installation shall be performed in accordance with Sections 212, 213, and 216. (b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes. (c) Silt Fence. Silt fence shall be installed in locations specified in the Contract. (d) Temporary Berms. Berms shall be constructed to the dimensions shown in the Contract, and sufficiently compacted to prevent erosion or failure. If the berm erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. (e) Temporary Diversion. Diversions shall be constructed to the dimensions shown in the Contract and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. If the diversion erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense. (f) Temporary Slope Drains. Temporary slope drains shall be installed prior to installation of permanent facilities or growth of adequate ground cover on the slopes. All temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion. (g) Silt Berm. Prior to installation of silt berms, the Contractor shall prepare the surface of the areas in which the berms are to be installed such that are they free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt berms, as approved. Silt berms shall be secured with spikes. The Contractor shall install the silt berm in a manner that will prevent water from going around or under the silt berm. Silt berms shall be installed on top of soil retention blanket or turf reinforcement blanket. (h) Rock Check Dam. Rock shall be installed at locations shown on the plans. Rock check dams shall conform to the dimensions shown on the plans. (i) Rip rap Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 foot minimum. Riprap size shall be as shown on the plans. (j) Storm Drain Inlet Protection. Prior to installation, the Contractor shall sweep the surface of the area in which the storm drain inlet protection devices are to be installed such that the pavement is free of sediment and debris. The ends of the inlet protection Type 1 and Type 2 shall extend a minimum of 1 foot past each end of the inlet. The Contractor shall remove all accumulated sediment and debris from the surface surrounding all storm drain inlet protection devices after each rain event or as directed. The Contractor shall remove accumulated sediment from each Type II and III containment area when it is more than one third full of sediment, or as directed. The Contractor shall protect storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. BID NO. B2000137 Page 101 18 REVISION OF SECTION 208 EROSION CONTROL (k) Sediment Trap. Sediment traps shall be installed to collect sediment laden water and to minimize the potential of pollutants leaving the project site. Locations shall be as shown on the plans or as directed. Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed areas can be diverted into the trap. The area under the embankment shall be cleared, grubbed, and stripped of any vegetation and roots. Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material. Sediment shall be removed from the trap when it has accumulated to one half of the wet storage depth of the trap and shall be disposed of in accordance with subsection 208.04(f). (I) Erosion Logs. Erosion logs shall be embedded 2 inches into the soil. Stakes shall be embedded so that the top of the stake does not extend past the top erosion log more than 2 inches, at the discretion of the Engineer, a shallower stake depth may be permitted if adverse site conditions are encountered, e.g. rock or frozen ground. The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs. (m) Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the silt dikes are to be installed such that they are free of materials greater than two inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. (n) Concrete Washout Structure. The concrete washout structure shall meet or exceed the dimensions shown on the plans. Work on this structure shall not begin until written acceptance of location is provided by the Engineer. Control measures designed for concrete washout waste shall be implemented. If the bottom of the excavated structure is within 5 feet of anticipated high ground water elevation or the soil does not have adequate buffering capacity to meet water quality standards, an impermeable synthetic liner shall be installed with the minimum properties shown in Table 208-5 or use a prefabricated washout. The following requirements shall be met: (1) The structure shall contain all washout water. (2) Stormwater shall not carry wastes from washout and disposal locations. (3) The site shall be located a minimum of 50 horizontal feet away from State waters and shall meet all requirements for containment and disposal as defined in subsection 107.25. (4) The site shall be signed as "Concrete Washout". (5) The site shall be accessible to appropriate vehicles. (6) Freeboard capacity shall be included in the structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. (7) The Contractor shall prevent tracking of washout material out of the washout structure. (8) Solvents, flocculants, and acid shall not be added to wash water. (9) The structure shall be surrounded on three sides by a compacted berm. BID NO. B2000137 Page 102 19 REVISION OF SECTION 208 EROSION CONTROL (10)The structure shall be fenced with orange plastic construction fencing to provide a barrier to construction equipment and to aid in identification of the concrete washout area. (11)Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. (o) Pre -fabricated concrete washout structures (Type I and Type 2). Structures and sites shall meet the following requirements: (1) Structure shall contain all washout water. If bins are determined to be leaking, the Contractor shall replace the bin on -site and clean up the spilled material. (2) Structure shall be located a minimum of 50 horizontal feet away from State waters and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be as approved by the Engineer. The pre -fabricated structure shall be signed as "Concrete Washout". Sign can be on portable bin. (3) The site shall be accessible to appropriate vehicles. (4) Washout bins shall be covered with a tarp tied down to the structure or staked to the ground when a storm event is anticipated. (5) Solvents, flocculants, and acid shall not be added to wash water. (6) Concrete waste, liquid and solid, shall not exceed % the storage capacity of the washout structure. (7) Prefabricated structures cannot be moved when they contain liquid, unless otherwise approved. (8) The concrete washout structure shall be installed and ready for use prior to concrete placement operations. (9) Washout areas shall be checked and maintained as required. On site permanent disposal of concrete washout waste is not allowed. All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site and disposed of properly at the Contractor's expense. Delivery to the site shall not occur until written acceptance is provided by the Engineer for both the product and the concrete waste disposal facility. (p) Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area. The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance and will be not paid for separately. (q) Detention Pond. Permanent detention ponds shown on the construction plans may be used as temporary control measures if all the following conditions are met: (1) The pond is designated as a construction control measure in the SWMP. (2) The pond outfall and outlet are designed and implemented for use as a control measure during construction in accordance with good engineering, hydrologic, and pollution control practices. The stormwater discharges from the outfall shall not cause degradation or pollution of State waters, and shall have control measures, as appropriate. BID NO. B2000137 Page 103 20 REVISION OF SECTION 208 EROSION CONTROL (3) All silt shall be removed and the pond returned to the design grade and contour prior to project acceptance. (r) Aggregate Bag. Aggregate bags shall be placed on a stable surface, consisting of hardscape or compacted gravel. If approved by the Engineer, the aggregate bag may be placed on compacted dirt areas, where bags conform to the surface and can effectively minimize sediment transport. Aggregate bags shall not be placed in concentrated flow areas. Aggregate bags shall be placed to conform to the surface without gaps to ensure that discharge water does not cause erosion. (s) Surface roughening. Surface roughening creates horizontal grooves along the contour of the slope. Roughening may be accomplished by furrowing, scarifying, ripping, or disking the soil surface to create a 2 to 4 inch minimum variation in soil surface. (t) Vertical Tracking. Vertical tracking involves driving a tracked vehicle up and down the soil surface and creating horizontal grooves and ridges along the contour of the slope. Sandy soils or soils that are primarily rock need not be tracked. 208.06 Materials Handling and Spill Prevention. The SWMP Administrator shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in place as specified in subsections 107.25(b) or 208.06(c). Construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any State waters or more if the Contractor determines necessary. Equipment fueling and servicing shall occur only within approved designated areas. (a) Bulk storage structures. Bulk storage structures for petroleum products and other chemicals shall have impervious secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering State waters. Secondary containment shall be capable of containing the combined volume of all the storage containers plus at least 10 percent freeboard. For secondary containment that is used and may result in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of all accumulated stormwater which is deemed to be contaminated (e.g., has an unusual odor or sheen). (b) Lubricant Leaks. The Contractor shall inspect equipment, vehicles, and repair areas daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. The Contractor shall inform all Spill Response Coordinators in accordance with the Spill Response Plan if unforeseen leakage is encountered. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. Control, cleanup, and removal of by-products resulting from POL leaks shall be performed at the Contractor's expense. (c) Spill Response Plan. A spill Response Plan shall be developed and implemented to establish operating procedures for handling potential pollutants and preventing spills. The Response Plan shall contain the following information: (1) Identification and contact information of each Spill Response Coordinator. (2) Locations of areas on the project site where equipment fueling and servicing operations are permitted. (3) Location of cleanup kits. (4) Quantities of chemicals and locations stored on site. (5) Label system for chemicals and Safety Data Sheets (SDS) for products. BID NO. B2000137 Page 104 21 REVISION OF SECTION 208 EROSION CONTROL (6) Clean up procedures to be implemented in the event of a spill that does not enter State waters or ground water. (7) Procedures for spills of any size that enter surface waters or ground water or have the potential to do so. CDOT's Erosion Control and Stormwater Quality Guide contains spill notification contacts and phone numbers required in the Spill Response Plan. (8) A summary of the employee training provided. Information in items (1) through (8) shall be updated in the SWMP when they change. 208.07 Stockpile Management. Material stockpiles shall be located 50 horizontal feet away from State waters, and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained with acceptable control measures at the toe (or within 20 feet of the toe) throughout construction. Control measures shall be approved by the Engineer. The SWMP Administrator shall describe, detail, and record the sediment control devices on the SWMP. 208.08 Limits of Disturbance. The Contractor shall limit construction activities to those areas within the limits of disturbance shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and all other activities which would disturb existing soil conditions. Staging areas within the LDA shall be as approved by the Engineer. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor's expense. The SWMP Administrator shall tabulate additional disturbances not identified in the CDPS-SCP application and indicate changes to locations and quantities on the SWMP. The Contractor shall report the changes and additional disturbances to the Engineer, Water Quality Control Division of CDPHE, and all other involved agencies. The Contractor shall pursue stabilization of all disturbances to completion 208.09 Regulatory Mechanism for Water Quality. The Engineer will identify and document findings not in compliance with the Water Quality Specifications, as specified in subsection 208.09(a)(7), during water quality control inspections or observation by the Engineer. The Engineer will immediately notify the Contractor of these findings by issuing Form 105. Failure by the Contractor to clarify a finding location with the Engineer shall not interrupt the timelines noted in subsection 208.09(b). Timelines noted in subsection 208.09(b) do not indemnify the Contractor from failing to comply with CDPS-SCP timelines for corrective actions. (a) Definitions. 1. Compliance Assistance. A low risk event as determined by the Engineer or MS4 Coordinator. Compliance assistance events are not considered Findings and not subject to the Regulatory Mechanism noted in subsection 208.09(b). 2. Deferment. A request from the Contractor to the Engineer to delay implementation of corrective actions for Regular Findings pertaining to Water Quality Specifications. Deferments may only be granted due to extraordinary circumstances. However, it is at the Engineer's discretion to approve or reject these requests. 3. Finding. An incident discovered through inspection by Weld County or by Engineer observation, which is noncompliant with the Water Quality Specifications. A Finding will be classified as one of the following: BID NO. B2000137 Page 105 22 REVISION OF SECTION 208 EROSION CONTROL (1) Regular Finding. A situation upon inspection that is in noncompliance with the Water Quality Specifications. (2) Severe Finding. A discharge outside the project's Limits of Construction (LOC), subsection 107.25(a), to State waters or to a live inlet where the pollutant cannot be reclaimed. (3) Chronic Finding. A Chronic Finding is assessed when the same Regular Finding at the same location is documented twice in the last three Headquarters or Region water quality control inspections. Engineer observed findings outside these inspections will not apply. 4. Inspection Form 105. The Form 105 issued by the Engineer documenting findings from water quality inspections in accordance with subsection 208.03(c). 5. Location. The place where the finding was observed; can be a document (e.g., stormwater management plan [SWMP]) or physical location. A physical location must be described with enough detail to guide an independent party to the spot of the finding. Physical locations must be supported with at least one photograph. 6. Recalcitrance. Contractor has shown willful negligence or misrepresentation or unwillingness to adhere to the Water Quality Specifications. 7. Water Quality Specifications. Subsection 107.25, Sections 208, 213 and 216, and Standard Plans M-208-1 and M-216-1. (b) Liquidated Damages and Stop Work Orders. The Contractor will be subject to Liquidated Damages for incidents of failure to comply with the Water Quality Specifications and implement corrective actions to resolve noncompliance in the time frame established in subsection 208.09(b and c). Liquidated damages are for the Contractor's failure to comply with the Water Quality Specifications. Liquidated damages will accumulate for each finding, for each cumulative day that the finding remains uncorrected. Liquidated damages associated with incidents pertaining to this subsection do not indemnify the Contractor of other Liquidated Damages associated with this project. In addition to Liquidated Damages, the Contractor will be subject to a project -wide Stop Work Order for recalcitrance and the Engineer may, in writing, issue a Stop Work Order for Chronic and Severe Findings in accordance with subsection 105.01. A Stop Work Order shall not result in the stopping of the Contract Time. Issuance of a Stop Work Order shall not be considered a valid reason for the Contractor asking for additional Contract Time. Findings are closed when the corrective action is complete, reported to the Engineer and accepted by the Engineer. The Engineer will notify the Contractor when the corrective action is accepted or denied. Liquidated damages will be assessed by the type of finding as follows and will continue until the corrective action is approved by the Engineer. 1. Regular Finding. The time required to repair a Regular Finding shall begin at 11:59 PM on the date the Inspection Form 105 is issued. The Contractor shall have no more than a 24 -hour grace period to correct the Regular Finding before Liquidated Damages are assessed. The grace period extends until 11:59 PM on the day after the Inspection Form 105 was issued. The Engineer will issue a Form 105 notifying the Contractor that Liquidated Damages are accruing at $1,500 per day per finding for each full or partial calendar day a Regular Finding remains uncorrected after the 24 - hour grace period. At 11:59 PM on the 2"d day after the Form 105 was issued, each uncorrected, undeferred Regular Finding will be assessed as recalcitrant and the Engineer will issue a project -wide stop work order. The Contractor shall fix each recalcitrant finding and submit a plan to avoid future instances of each recalcitrance to the Engineer for approval. The recalcitrance plan shall be in writing, signed by the Contractor and shall include: BID NO. B2000137 Page 106 23 REVISION OF SECTION 208 EROSION CONTROL (1) Each Recalcitrant Finding. (2) Why the corrective action for each Recalcitrant Finding was not implemented within 2 days. (3) How the Contractor will avoid future recalcitrance. The Engineer will discuss the recalcitrance plan and may meet with the Superintendent to recommend modifications, if needed. The Engineer will issue a Form 105 accepting or rejecting the recalcitrance plan within 24 hours of the Contractor submitting a plan or resubmitting a modified plan. The Contractor will neither be reimbursed for costs incurred to fix each Recalcitrant Finding pertaining to a control measure in the SWMP plan nor costs to prepare the recalcitrance plan. The Contractor shall propose additional control measures, if needed, according to subsection 208.04(a). The project -wide Stop Work Order and Liquidated Damages will be assessed until approval of the corrective action for each Recalcitrant Finding and approval of the Contractor's recalcitrance plan by the Engineer is given. After written approval by the Engineer, the project -wide Stop Work Order will be lifted, and accrual of Liquidated Damages will cease. If the Contractor fails to perform corrective work by the end of the second day, the County shall have the option of utilizing a third -party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. 2. Severe Finding. In response to a Severe Finding, the Engineer will issue Inspection Form 105 and immediately assess Liquidated Damages of $3,500 per Severe Finding. Severe Findings shall not be eligible for the twenty -four-hour grace period (subsection 208.09(b)1). Liquidated damages will accrue at $3,500 per Severe Finding per calendar day beginning at 11:59 PM of day the Inspection Form 105 is issued. A. If the Severe Finding is a discharge to State waters, the Contractor shall prevent any further discharge and shall reclaim discharge which has not yet entered State waters. The Contractor shall report the discharge to CDPHE in accordance with CDPS-SCP requirements. B. If the Severe Finding is a discharge outside the LOC that does not enter State waters, the Contractor shall fully reclaim the discharge before it enters State waters and implement relevant CDPS-SCP noncompliance notification procedures. The Engineer may require the Contractor to submit a plan for permanent stabilization of disturbed areas outside the LOC per 208.04(e)4 for approval. Permanent stabilization plans pertaining to Severe Findings and subsequent stabilization activities are not subject to 208.09(b). The Contractor shall not be reimbursed for activities undertaken to reclaim the discharge, stabilize areas outside the LOC and implement relevant CDPS-SCP noncompliancenotification procedures. If the Contractor fails to immediately perform corrective work, the County shall have the option of utilizing a third -party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. If the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will BID NO. B2000137 Page 107 24 REVISION OF SECTION 208 EROSION CONTROL not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. 3. Chronic Finding. In response to a Chronic Finding, the Engineer will issue Inspection Form 105 and immediately assess Liquidated Damages of $1,500 per Chronic Finding. Chronic Findings shall not be eligible for the twenty- four -hour grace period (subsection 208.09(b)). Liquidated damages will accrue at $1,500 per Chronic Finding per day beginning at 11:59 PM of day the Inspection Form 105 is issued. When the Chronic Finding is comprised of two Severe Findings, the Engineer will assess Liquidated Damages in accordance with this specification. If the Contractor fails to immediately perform corrective work, the County shall have the option of utilizing a third - party to complete the corrective work. The Contractor shall be responsible for reimbursing the County the cost of utilizing a third -party to complete the corrective work. The cost for utilizing a third -party to complete the corrective work will be deducted from the month's pay application. If only the retainage release pay application is left to close out the project, the cost of corrective work will be deducted from the retainage release payment. Ii the retainage release payment does not cover the cost of the corrective work, the Contractor will be invoiced for the outstanding balance. The project acceptance and warranty period will not start until the Contractor has reimbursed the County for the entire cost of the corrective work. Failure by the Contractor to perform corrective work shall be grounds for withholding progress payments. (c) Deferment. If the Contractor seeks deferment, the Superintendent shall submit a deferment request to the Engineer by 11:59 PM of the day after the issuance of Inspection Form 105. Chronic and Severe Findings are not eligible for deferment. The deferment request shall be in writing, signed by the Superintendent and shall include: (1) Regular Findings to be deferred (2) The reasons why the Findings cannot be corrected in twenty-four hours (3) An action plan containing: (i) Methodology to protect water quality until each deferred Finding is corrected and accepted (ii) Milestones to measure progress toward completion (iii) Additional control measures to be implemented until each deferred Finding is corrected and accepted (iv) Corrective completion dates for each Finding The Engineer will discuss the deferment request and may meet with the Superintendent to recommend modifications to the action plan. The Engineer will issue a Form 105 accepting or rejecting the deferment request by 11:59 PM of the second day after the Inspection Form 105 documenting the Regular Finding is issued. The County will not accept a deferment for operational error, improperly installed control measures, inadequate control measures, lack of preventative maintenance, careless or improper operation, or other non - proactive reason. Preparation of deferment documentation and additional materials, including additional control measures, required to complete the action plan shall be at the Contractor's expense. Time frames noted in subsection 208.09(b)1 will not be stopped during the deferment review period, therefore, Liquidated Damages will be assessed beginning 11:59 PM on calendar day two if the deferment request is rejected and, furthermore, a rejected deferment plan (subsection 208.09(c)) shall not absolve the Contractor from recalcitrance. The Engineer will assess Liquidated Damages in the amount of $1,500 per calendar day, and partial day, for each uncorrected Deferred Finding. These Liquidated Damages will start on the date the uncorrected work was deferred to be completed (subsection 208.09(c)(3)). In addition, Liquidated Damages of $1,500 per calendar day BID NO. B2000137 Page 108 25 REVISION OF SECTION 208 EROSION CONTROL will be assessed retroactively to 11:59 PM of the day the finding was originally noted on the Inspection Form 105. (d) Conflict Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which the parties (Weld County and the Contractor) agree to resolve any issue that may result in a dispute. (e) Exemptions. The Engineer will exempt from subsection 208.09(b) situations of Compliance Assistance, Documented Upset Conditions, Documented Reportable Spills and Documented Winter Exemptions. Release from subsection 208.09(b) does not exempt the Contractor from compliance with CDPS-SCP. 1. Documented Upset Condition. The Contractor shall report, both verbally and in writing, the Upset Condition to CDPHE per CDPS-SCP Part II.L.6 and subsection 208.03(c) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Upset Condition. 2. Documented Reportable Spills. The Contractor shall report, both verbally and in writing, the Reportable Spill to CDPHE per subsection 107.25(b) and provide written documentation to the Engineer. The Engineer will issue a Form 105 and recognize the exemption to the Regulatory Mechanism. The Contractor shall also update the SWMP with the Form 105 and the documented Reportable Spill. 3. Winter Exemptions. The Contractor is unable to address findings noted on the Headquarters or Region led water quality control inspection due to: (1) Snow covers the entire site for an extended period and; (2) No construction activity and; (3) Melting conditions posing a risk of surface erosion do not exist. The Contractor shall request a Winter Exemption to the Engineer. If approved, the Engineer will issue a Form 105 and recognize the exemption to subsection 208.09(b). The Contractor shall also update the SWMP with the Form 105 and the documented Winter Exemption. Liquidated Damages, if assessed, will only accrue up to the point where the Winter Exemptions are approved. 208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work. (a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in accordance with subsection 208.05(n) at the Contractor's expense. (b) Survey. When Permanent Water Quality control measures are required on the project, the Contractor shall survey the control measures to confirm that they conform to the configuration and grade shown on the Plans. The survey shall conform to Section 625. The results of the survey shall be submitted as CAD drawing files and PDF files, showing both designed and final elevations and configurations. Paper versions of the drawings shall be submitted with the stamp and seal of the Contractor's Surveyor. The Engineer will perform a walkthrough of the Permanent control measures to confirm conformance to material requirements, locations, and dimensions of the Permanent control measures. Permanent control measures not meeting the Contract requirements will be identified in writing by the Engineer and shall be repaired or replaced at the Contractor's expense. Correction surveys shall be performed at the Contractor's expense to confirm the locations and dimensions of each Permanent control measure. Final as -built plans of the Permanent control measures shall be provided to the Engineer for their records. (c) Locations of Temporary Control Measures. The Engineer will identify locations where modification, cleaning, or removal of temporary control measures are required and will provide these in writing to the Contractor. Upon completion of work required, the SWMP Administrator shall modify the SWMP to provide an accurate depiction of control measures to remain on the project site. BID NO. B2000137 Page 109 26 REVISION OF SECTION 208 EROSION CONTROL All punch list and walkthrough items shall be completed and approved by the Engineer and Maintenance. METHOD OF MEASUREMENT 208.11 Erosion Control Management will be measured as the actual number of days of ECM work performed, regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and the preparation of the SWMP. Erosion bales and rock check dams will be measured by the actual number installed and accepted. Silt fence, silt berms, erosion logs, aggregate bags, silt dikes, temporary berms, temporary diversions, and temporary slope drains, will be measured by the actual number of linear feet that are installed and accepted as measured along the centerline of the BMP. Measured length will not include required overlap. All BMPs measured by the Square Yard (SY) shall not include the required overlap. Concrete washout structures will be measured by the actual number of structures that are installed and accepted. Pre -fabricated concrete washout structures will be measured by the actual number of structures delivered to the site. It shall not include structures moved on -site. Storm drain inlet protection will be measured by the linear foot or actual number of devices that are installed and accepted. Sediment trap quantities will be measured by the actual number installed and accepted. Removal of trash that is not generated by construction activities will be measured by the actual number of hours that Contractor workers actively remove trash from the project. Each week the Contractor shall submit to the Engineer a list of workers and the hours spent collecting such trash. Removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. Vehicle tracking pads will be measured by the actual number constructed and accepted. Additional aggregate required for maintaining vehicle tracking pads will be measured as the actual number of cubic yards installed and accepted. Pre -fabricated vehicle tracking pads will be measured by the actual number of pads delivered to the site and set up to the minimum dimensions. It shall not include pads moved on -site. BASIS OF PAYMENT 208.12 ECM and control measures will be paid for at the Contract unit price for each of the items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Aggregate Bag Linear Foot Erosion Bales (Weed Free) Each Erosion Control Management Day Erosion Log (Type 1) (9 Inch) (10 Foot) Linear Foot Pre -Fabricated Concrete Washout Structure (Type 1) Each BID NO. B2000137 Page 110 27 REVISION OF SECTION 208 EROSION CONTROL Pre -Fabricated Vehicle Tracking Pad Each Removal and Disposal of Sediment (Equipment) Hour Removal and Disposal of Sediment (Labor) Hour Silt Fence Linear Foot Sweeping (Sediment Removal) Hour Temporary Berm Linear Foot Payment for Erosion Control Management (ECM) will be full compensation for all labor, materials and equipment necessary for the SWMP Administrator and Erosion Control Inspectors to perform all the work described in this specification. This includes assembling items (5) to (18) in subsection 208.03(d)1 and required updates to the SWMP. The SWMP Administrator and ECI's commute times will not be measured and paid for separately but shall be included in the work. Modifications to the SWMP due to construction errors or survey errors by the Contractor shall be made at the Contractor's expense. Surface roughening and vertical tracking (temporary stabilization) will not be measured and paid for separately but shall be included in the work. Payment for each control measure item will be full compensation for all work and materials required to furnish, install, maintain, and remove the control measure when directed. Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, including the operator. Payment for Removal and Disposal of Sediment (Labor) will be full compensation for use of the labor. Payment for concrete washout structure, whether constructed or prefabricated, will be full compensation for all work and materials required to install, maintain, and remove the item. Maintenance and relocation, as required, of these structures throughout the duration of the project will not be measured and paid for separately but shall be included in the work. Silt berm spikes and wood spikes will not be measured and paid for separately but shall be included in the work. When required, soil retention blankets will be measured and paid for in accordance with Section 216. Compost and wood stakes for Erosion Log (Type 2) will not be measured and paid for separately but shall be included in the work. Spray -on mulch blankets required by the Contract, including those used in both interim and final stabilization, will be measured and paid for in accordance with Section 213. Payment for storm drain inlet protection will be full compensation for all work, materials, and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of the work. Aggregate will not be measured and paid for separately but shall be included in the work. Sweeping, when used as a control measure as shown in the Contract, will be measured by the number of hours that a pickup broom or equipment capable of collecting sediment, authorized by the Engineer, is used to remove sediment from the roadway or other paved surfaces. Each week the Contractor shall submit to the Engineer a statement detailing the type of sweeping equipment used and the number of hours it was used to pick up sediment. The operator will not be measured and paid for separately, but shall be included in the work. Stakes, anchors, connections, geotextile, riprap, and tie downs used for temporary slope drains will not be measured and paid for separately but shall be included in the work. Payment for pre -fabricated vehicle tracking pad will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the work. BID NO. B2000137 Page 111 28 REVISION OF SECTION 208 EROSION CONTROL Seeding, sod, mulching, soil retention blanket, and riprap will be measured and paid for in accordance with Sections 212, 213, 216, and 506. All work and materials required to perform the permanent control measure survey and furnish the electronic files shall be included in the original unit price bid for surveying. Surveying will be measured and paid for in accordance with Section 625. Payment will be made for control measures replaced as approved by the Engineer. Temporary erosion and sediment control measures required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor's expense. If the Contractor fails to complete construction within the contract time, payment will not be made for Section 208 pay items for the period of time after expiration of the contract time. These items shall be provided at the Contractor's expense. END OF SECTION BID NO. B2000137 Page 112 1 REVISION OF SECTION 209 WATERING AND DUST PALLIATIVES Section 209 of the Standard Specifications is hereby revised for this project as follows Subsection 209.01 shall be revised to include the following: Application of dust palliative to detour roadways must be completed prior to detouring traffic onto those roadways. Subsection 209.02 shall be revised to include the following: The Contractor is responsible for obtaining a legal source for water to complete the work as specified in the Contract Documents, including any necessary permits or fees. Delete Subsection 209.05 and replace with the following: The Contractor shall furnish and apply a dust palliative on portions of the roadway and on haul roads at the locations and in the amounts as provided in the Contract. Dust palliative shall consist of magnesium chloride (or equivalent as approved by the Engineer) and water. Application of dust palliative shall be done with acceptable sprinkling equipment at an appropriate rate as approved by the Engineer. Magnesium Chloride (or equivalent) dust palliative shall be applied as follows: 1. Weld County crews will prepare the existing roadway surface. 2. Contractor will apply the magnesium chloride dust palliative in two applications of 0.25 gallon per square yard in each application. 3. Allow to soak for 30 minutes after each application. 4. Roll the surface with a pneumatic tire roller, as specified in the Contract. 5. Do not permit traffic on the treated surface until approved. Subsection 209.07, paragraph I shall be deleted and replaced with the following: Water required for all work covered under the Contract will not be measured and paid for separately but shall be incidental to the work. BID NO. B2000137 Page 113 1 REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.07 shall be deleted and replaced with the following: 210.07(a) Ground Sign. Existing ground signs designated to be reset shall be removed, cleaned, and reset at locations shown in the plans or at the direction of the Engineer. If an existing ground sign is damaged during removal, as determined by the Engineer or Inspector, the Contractor shall provide a new ground sign or replace the damaged ground sign components at no additional cost to Weld County. 210.07(b) Sign Panel. Existing sign panels designated to be reset shall be removed, cleaned, and reset at locations shown in the plans or at the direction of the Engineer. If an existing sign panel is damaged during removal, as determined by the Engineer or Inspector, the Contractor shall provide a new sign panel at no additional cost to Weld County. Subsection 210.13 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Reset Ground Sign Each Reset Sign Panel Each All equipment and materials required to remove/reset ground signs and remove/reset sign panels shall not be paid for separately but shall be included in the cost of the work END OF SECTION BID NO. B2000137 Page 114 1 REVISION OF SECTION 211 DEWATERING AND STREAM DIVERSION Section 211 of the Standard Specifications is hereby added for this project as follows: Subsection 211.01 shall be revised to include the following: This work consists of dewatering temporary excavations required to control groundwater, site drainage, storm flows, and irrigation flows for the construction of bridge improvements. All other dewatering work is to be incidental to the work as specified in Subsection 206. Contractor is cautioned that the work involves construction in and around irrigation ditches, drainage channels, local rivers, and areas of local drainage. These areas are subject to frequent periodic inundation. Subsection 211.02 Materials shall include the following: On -site materials may be used within the limits of construction to construct temporary dams and berms. Materials such as plastic sheeting, sand bags, inflatable devices and storm sewer pipe may also be used if desired by Contractor. Subsection 211.03 Construction Requirements shall include the following: Requirements for controlling surface and groundwater during construction are as follows: A. General. For all excavation, Contractor shall provide suitable equipment and labor to remove water and shall keep the excavation dewatered so construction can be carried on under dewatered conditions. The Contractor's method of dewatering and water disposal, including pumping and discharge equipment, shall be approved by the Engineer prior to implementation. Water Disposal shall be in accordance with Subsection 107.25 - "Water Quality Control". The Contractor shall submit a written Dewatering/Water Disposal Plan for review and approval 15 calendar days prior to implementation in accordance with Subsection 105.02. The Dewatering/Disposal Plan shall include the following: a. Method Statement addressing all requirements including copies of the relevant permits and written landowner/ditch company permissions required for dewatering as obtained by the Contractor; and b. On a case -by -case basis as determined by the Engineer, Plans and Design Calculations sealed and signed by a Professional Engineer licensed in the State of Colorado, supporting the Dewatering/Water Disposal plan including but not limited to: i. Method for determining design flow; ii. Map showing location of discharge points; iii. Phasing Plans; and iv. Site restoration plans showing how to return the area to its original configuration. The Contractor shall dewater, by pumping or by excavating trenches leading to a positive gravity outlet, to a depth of at least three feet below the underside of any permanent structural element including but not limited to footings, cutoff walls, headwalls, etc. prior to exposing their proposed bearing surfaces. The dewatering process shall be commenced a sufficient amount of time in advance of placing excavation equipment thereon to prevent undue disturbance of the foundation soil. If in the opinion of the Engineer, equipment is causing undue disturbance, the Engineer may require further drying of the bearing area or place limitations on the type of equipment permitted on the bearing area. The Engineer may require the Contractor to place (at the Contractor's expense) additional filter material beyond any limits that may be shown on the plans to compensate for the loss of bearing capacity. The water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. Water control shall be accomplished such that no damage is done to adjacent channel banks or structures. Contractor is responsible for investigating and becoming familiar with all site conditions that may affect the work including surface water, potential flooding conditions, level of groundwater and the BID NO. B2000137 Page 115 2 REVISION OF SECTION 211 DEWATERING AND STREAM DIVERSION time of year the work is to be done. All excavations made as part of dewatering operations shall be backfilled with the same type material as was removed and compacted to ninety five percent (95%) of Maximum Standard Proctor Density (ASTM D698) except where replacement by other materials and/or methods are required. Contractor shall conduct operations in such a manner that storm or other waters may proceed uninterrupted along their existing drainage courses. By submitting a bid, Contractor acknowledges that Contractor has investigated the risk arising from such waters and has prepared his bid accordingly, and assumes all of said risk. At no time during construction shall Contractor affect existing surface or subsurface drainage patterns of adjacent property. Any damage to adjacent property resulting from Contractor's alteration of surface or subsurface drainage patterns shall be repaired by Contractor at no additional cost to the Owner. Contractor shall remove all temporary water control facilities when they are no longer needed or at the completion of the Project. Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices. B. Surface Water Control. Surface water control generally falls into the following categories: 1. Normal low flows along the channel or ditch 2. Storm/flood/irrigation flows along the channel or ditch 3. Flows from existing storm drain pipelines; and 4. Local surface inflows not conveyed by pipelines Contractor shall coordinate, evaluate, design, construct, and maintain temporary water conveyance systems. These systems shall not worsen flooding, alter major flow paths, worsen flow characteristics, or reduce irrigation flows during construction. Contractor is responsible to ensure that any such worsening of flooding or reduction of irrigation flows does not occur. Contractor is solely responsible for determining the methods and adequacy of water control measures. At a minimum, Contractor shall be responsible for diverting the quantity of surface flow around the construction area so that the excavations will remain free of surface water for the time it takes to install these materials, and the time required for curing of any concrete or grout. Contractor is cautioned that the minimum quantity of water to be diverted is for erosion control and construction purposes and not for general protection of the construction -site. It shall be Contractor's responsibility to determine the quantity of water which shall be diverted to protect the Work from damage caused by stormwater. Contractor shall, at all times, maintain a flow path for all channels and ditches. Temporary structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel or ditch flow, as long as such measures are not a major obstruction to flows, do not worsen flooding, do not alter historic flow routes, and do not reduce irrigation flows. The Contractor's method of diverting the surface water shall be approved by the Engineer prior to implementation. The Contractor shall submit a Diversion Plan for review and approval 30 calendar days prior to implementation in accordance with Subsection 105.02. The diversion plan shall include the following: a. Method Statement addressing all requirements including copies of the relevant permits and written landowner/ditch company permissions required for stream diversion as obtained by the Contractor; and b. On a case -by -case basis as determined by the Engineer, Plans and Design Calculations sealed and signed by a Professional Engineer licensed in the State of Colorado, supporting the Diversion Plan including but not limited to: BID NO. B2000137 Page 116 3 REVISION OF SECTION 211 DEWATERING AND STREAM DIVERSION i. Method for determining design flow; ii. Surface water profiling and conveyance calculations; iii. Phasing Plans; and iv. Site restoration plans showing how to return the stream bed to its original configuration as it was prior to construction. C. Groundwater Control. Contractor shall install adequate measures to maintain the level of groundwater below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, earthwork, and rock work. Such measures may include, but are not limited to, installation of perimeter sub -drains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. Dewatering from within the foundation excavations shall not be allowed. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. Disturbance of foundation subgrade by Contractor operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at Contractor's expense. Any temporary dewatering trenches or well points shall be restored following dewatering operations to reduce permeability in those areas as approved by Engineer. Subsection 211.04 Method of Measurement shall include the following: The quantity measured will be for each day that dewatering activities take place including installing and removing Water Control and Dewatering items. In order to construct the bridge improvements, it is possible that the Contractor will need to maintain flow in a channel or ditch. If needed, diverting flows in the channel or ditch shall be included as part of the Dewatering pay item. No separate measurement for payment will be made for any labor, equipment, and materials required for this item. The price will include all of Contractor's costs. This BID item includes: 1. Implementing measures to control surface water and groundwater 2. Obtaining and transferring all required permits, upon approval. 3. Providing temporary power as required. 4. Evaluating, designing, constructing, maintaining, and monitoring dewatering measures 5. Installing check dams, pumps, dewater bags, earth embankments, diversion channels, sheet pile, wells, or any other material necessary for dewatering. 6. Monitoring, sampling, analysis, and water quality reports if required. 7. Protecting work from base flows and storm events. 8. Providing all other related and necessary labor, equipment, and materials to complete the WORK. Subsection 211.05 Basis of Payment shall include the following: Payment will be on a daily basis for the time that the Contractor starts to put his Water Control and Dewatering in place to the time it is removed, as accepted by the Project Engineer. Dewatering operations shall be terminated as quickly as possible and shall not continue beyond the time needed for the construction activity. Dewatering requires pre -approval by the Engineer. Payment will be made under: Pay Item Pay Unit Dewatering Day Repair of the dewatering system and/or other site repairs required due to the frequent periodic inundation described in Section 211.01 will not be paid separately but shall be considered subsidiary to the work. END OF SECTION BID NO. B2000137 Page 117 I REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby added for this project as follows: In Subsection 212.02(a) delete second paragraph beginning with "Seed types..." and replace with: SEEDING Mycorrhiza shall be added to the seed mix at time of seeding as a seed coating. The rate will be at two (2) pounds per acre of seed, unless specified otherwise. The Contractor will supply the Project Manager with information on the source and type of Mycorrhiza being used. The Contractor shall provide a COC for the Mycorrhiza. Cost to add Mycorrhiza shall be incidental to the cost of seeding and shall not be paid for separately. TEED MIXTURE (AREAS NORTH OF COUNTY ROAD 68 Common Name Pounds PLS/Acre Buffalo Grass (Texoka, Sharps Improved) 1.50 Little Bluestem (Blaze, Cimarron, Camper) 1.50 Sideoats Grama (Vaughn, Butte, Niner, El Reno, Haskell) 2.00 Blue Grama (Hachital, Lovington) 3.50 Western Wheatgrass (Arriba, Barton, Rosana) 3.00 Switchgrass (Nebraska 28, Blackwell) 1.50 Perennial Ryegrass (Calibra or Garibaldi Tetraploid) 0.75 Sand Dropseed 0.25 Total 14.00 SEED MIXTURE (AREAS SOUTH OF COUNTY ROAD 681 Common Name Pounds PLS/Acre Western Wheatgrass (Arriba, Barton, Rosana) 2.50 Blue Grama (Hachital, Lovington) 1.50 Sideoats Grama (Vaughn, Butte, Niner, El Reno, Haskell) 2.25 Smooth Brome (Lincoln, Manchar) 2.00 Sand Dropseed 0.25 Perennial Ryegrass (Calibra or Garibaldi Tetraploid) 0.75 Slender Wheatgrass (Pryor, Revenue, or San Luis) 2.50 Alkaligrass (Fults II, Salt on Sea) 1.25 Switchgrass (Nebraska 28, Blackwell) 1.00 Total 14.00 Sterile Wheat will be added to the Seed Mixtures as a nurse crop at a rate of 15 PLS per acre. Seeding rates shall be doubled when placed by hand broadcasting or by Hydraulic Seeding (if approved by the Engineer). Native grass seeding shall be done using a Native Grass Drill: The sterile wheat shall be done using a Grain Drill. In subsection 212.03 delete the seeding seasons table and replace it with the following: Zone I Spring Seeding I Fall Seeding .Below 6000' April 1St.or:spring thaw to June 15th. ' September 15th until consistent ground freeze Delete Section 212.06 and replace with the following: All areas shall be seeded in accordance with subsection 213.03. (a) Soil Preparation. Slopes flatter than 2:1, shall be tilled into an even and loose seed bed 4 inches deep. Slopes 2:1 or steeper shall be left in a roughened condition. Slopes shall be free of clods, sticks, stones, BID NO. B2000137 Page 118 2 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING debris, concrete, and asphalt in excess of 4 inches in any dimension and brought to the desired line and grade. (b) Fertilizing and Soil Conditioning. Soil in all areas to receive native seed shall be fertilized and conditioned. For soil preparation of native grass areas, the fertilizer shall be a complete starter fertilizer having the chemical analysis of 8% Nitrogen, 2% Phosphoric Acid, and 1% Potassium or an approved equivalent. The soil conditioner shall be an approved hydraulic growth medium (HGM) as outlined in this section. The HGM shall be Biotic Earth Black or approved equivalent. Submittals The Contractor shall submit the Application Rates Guide, Installation and Mixing Instructions, and Product Specifications to the Engineer for approval. The Contractor shall submit a letter of certification from the Manufacturer or Representative that the products meet or exceed all material composition requirements, laboratory testing properties, and product packaging requirements. Certification shall detail that the straw or fiber was processed at over 160 degrees Fahrenheit to ensure material is weed free. Delivery, Storage, and Handling All materials shall be delivered in ultraviolet and weather resistant factory labeled packages. Material shall be store in a cool dry place away from open flames ensuring strict adherence to manufacturer recommendations. Installation A. Strictly comply with manufacturer's installation instructions and recommendations. B. Mixing: 1. Fill tank with water to a level where the paddles are % covered and may be activated. 2. Activate the mechanical agitation system. 3. Prime pump and any discharge hoses before adding any HGMs. 4. Add the appropriate amount and type of soil stabilizer and tackifier as recommended for the site -specific application. Allow soil stabilizer and tackifier and water to mix for 5 minutes prior to adding HGMs. See manufacturer application rate chart for amounts of specific Soil Stabilizer & Tackifier and HGMs. 5. Continue filling tank with water to approximately 3/. full and begin adding bags of HGMs. 6. All quantity of HGMs should be added before the water level reaches 85% of the tank's capacity. 7. Add seed and/or other amendments to slurry as required. 8. Completely fill tank with water and allow slurry to mix for a minimum of 5 minutes or until all HGMs are mixed into a consistent slurry. C. Application: 1. Prior to application and mixing of the HGM, the site shall be measured and marked to known areas to ensure appropriate seed, amendment, and HGMs application rates. 2. Bring sprayer to appropriate operating speed and agitator speed for slurry application. 3. Apply in a consistent and even manner across soil surface. 4. Apply from opposite directions to ensure the highest level of coverage, effectiveness, and performance. 5. If spraying is stopped at any time, close the spray nozzle at the end of the hose to avoid water draining from the hose. If a tower applicator is being used, stop normally and upon restart remove the spray tip, discharge a small amount of HGMs, replace the tip and return to applying the product. Cleaning Clean equipment per the equipment manufacturer's recommendations. BID NO. B2000137 Page 119 3 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Fertilizer and soil conditioner shall be scarified and turned under the area designated to be seeded to a depth of four inches (4") to free seeds and other plants. Apply the specific fertilizer in the native grass area at the recommended rate and work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. Apply the soil conditioner in the native grass area at the recommended rate and work it into the soil to a depth of four inches (4") with a disc, spring tooth harrow or other suitable equipment. All seeded areas will then be raked and rolled to the desired finished grades with gently sloping surfaces to adequately drain all surface water runoff. (c) Seeding. Grade seeding areas to a smooth, even surface with a loose, uniformly fine texture. Roll, rake and remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas that can be planted within 24 hours after fine grading has been completed. No additional payment will be made if the Contractor has to complete fine grading or for fine grading more than one time. If strips greater than 7 inches between rows have been left unplanted or other areas skipped, the Engineer will require additional seeding at the Contractor's expense. Hydraulic seeding shall not be allowed unless approved in advance by the Engineer. If hydraulic seeding is approved, it shall be completed at twice the rate specified in the Contract at no additional cost to the project. If hydraulic seeding is approved, the hydraulic seeding equipment and accessories shall conform to the equipment and accessories described in section 212.04(c). All seed sown by broadcast type seeders shall be "raked in" or covered with soil to a depth of at least W. Broadcasting seed will be permitted only on small areas that are not accessible to machine methods. Seeded area damaged due to circumstances beyond the Contractor's control shall be repaired and reseeded as ordered. Payment for this corrective work, when ordered shall be at the contract prices. Multiple seeding operations shall be anticipated as portions of the job are completed in order to take advantage of growing conditions and to comply with Section 208 and subsection 212.03. Subsection 212.07 shall be revised to include the following: No separate measurement and payment will be made for fine grading, fertilizer, and soil conditioning for seeding. This work shall be included in the Unit Price bid for seeding. The unit price paid for seeding shall include all the Contractor's costs including all labor, material, equipment and incidentals required to install seed, mulch, and mulch tackifier. Subsection 212.08 shall be revised to include the following: Payment for seeding shall be full compensation for all work necessary to complete the seeding. The actual quantity will be measured in -place by the County. Payment will be made under: Pay Item Pay Unit Seeding (Native) (North of WCR 68) Square Yard Seeding (Native) (South of WCR 68) Square Yard Seeding (Sterile Wheat) Square Yard Hydraulic Growth Medium Square Yard END OF SECTION BID NO. B2000137 Page 120 1 REVISION OF SECTION 213 MULCHING Section 213 of the Standard Specifications is hereby revised for this project as follows: Subsection 213.04, delete paragraph 2 and replace with the following: The quantity of hydro -mulch and tackifier will not be measured separately but will be included in the measurement for seeding. Subsection 213.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Mulching (Weed Free Straw) Square Yard Mulching (Hydro -mulch with Tackifier) shall be considered incidental to seeding (native). END OF SECTION BID NO. B2000137 Page 121 I REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby deleted for this project and replaced with the following: Delete Subsection 216.01 and replace with the following: This work consists of furnishing, preparing, applying, placing, and securing soil retention blankets and turf reinforcement mats for erosion control on roadway ditches, slopes, or channels as designated in the Contract or as directed. In Subsection 216.02(a) delete Table 216-2 and replace with the following: Table 216-2 PERFORMANCE REQUIREMENTS FOR SOIL RETENTION BLANKET - PHOTODEGRADABLE OR BIODEGRADABLE BLANKETS Product Slope Application Channel Application Minimum Tensile "C" Factor' Permissible Shear Stress2 Strength Class ASTM D 6459 (Un-vegetated) ASTM D 6460 ASTM D 6818 1 <0'.10@3:1 2.00 Ibs/sf. 1001bs/ft 2 < 0.10 3:1 2.25 lbs/sf 125 lbs/ft Notes; C" Factor calculated as ratio of soil loss from soil retention blanket protected slope (tested at specified or' greater gradient, h:v) to,ratio of soil loss from unprotected (control) plot inaarge-scale testing. Permissible shear stress is the minimum shear stress thata product must be able to sustain without physical damage or excess: soilloss when it is installed on a bare soil channel. -Failure is defined as 1/2 inch of soil loss during a 30 -minute` flow event in large scale testing.. Subsection 216.02(b) shall be revised to include the following: Prior to installation, topsoil shall be placed and amended with soil conditioning in accordance with Section 207 and Section 212. Then one-half of the specified seed shall be applied by hand broadcasting at the broadcast rate and raked into the soil in accordance with Section 212. After installation, the TRM shall be covered with 0.5 inches of topsoil in accordance with Section 207. After the topsoil has been placed, the remaining one-half of the seed shall be hand broadcast at the broadcast rate and raked into the soil in accordance with Section 212. In Subsection 216.02(b) delete Table 216-4 and replace with the following: BID NO. B2000137 Page 122 2 REVISION OF SECTION 216 SOIL RETENTION COVERING Table 216-4 PERFORMANCE REQUIREMENTS FOR TURF REINFORCEMENT MAT Specification Product Name' 2 LandLok 450 Pyramat 25 Pryama± 50 Pryamat 75 Thickness ASTM D-6525 (in) 0.50 0.25 0.30 0.40 Tensile Strength ASTM D-6818 (lbs/ft) 425 x 350 2000 x 1800 3200 x 3000 4000 x 3000 Elongation ASTM D-6818 (%) 50 20x20 30x30 40x35 Resiliency ASTM D-6524 (%) 90 70 70 80 Flexibility ASTM D-6576 in-Ib 0.026 0.195 0.195 0.534 UV Resistance % Retained @ 1,000 Hours ASTM 80 90 90 90 D-4355 Velocity (Vegetated) ft/sec 18 20 22 25 Permissible Shear Stress3 (Vegetated) ASTM D 10 12 14 16 6460 Ibs/ftz Manning's n (Unvegetated) 0.025 0.028 0.028 0.028 Seeding Emergence ASTM D-7322 % 409 255 - 619 Roll Sizes (ft x ft) 8 x 140 8.5 x 120 8.5 x 120 8.5 x 120 16x140 15x120 15x120 16x348.75 Notes: ' In the event that the product name is not called out in the plans, Pyramat 75 shall be installed. 2 Approved equivalent products may be used if approved by the Engineer. An approved equivalent product must meet or exceed all specifications listed above. 3 Permissible shear stress is the minimum shear stress that a product must be able to sustain when placed on a fully vegetated channel without physical damage or excess soil loss. Failure is defined as 1/2 inch of soil loss during a 30 - minute flow event in large scale testing. In Subsection 216.02(c) delete paragraph one and replace with the following: Staples. Staples shall be made of ductile steel wire. For use in Channel: 0.165 inch, "U" shaped staples shall be 8 inches long and have a 1 -inch crown. For use on Slope: 0.165 inch, "U" shaped staples shall be 8 inches long and have a 1 -inch crown. "T" shaped pins shall not be used. Subsection 216.08 shall be revised as follows: Payment will be made under: Pay Item Pay Unit Soil Retention Blanket (S -C) (BioD CL 2) Square Yard Soil Filled Turf Reinforcement Mat (LandLok 450) Square Yard Soil Filled Turf Reinforcement Mat (Pyramat 75) Square Yard In Subsection 216.08 delete all paragraphs following the payment table and replace with the following: Preparation of seedbed, placement of topsoil, fertilizing, soil conditioning, and seeding shall not be paid for separately but shall be incidental to the Soil Filled TRM. Where Landlok S2 ECB is required as the top layer for Landlok and Pyramat Soil Filled Turf Reinforcement Mat products based on manufacturer installation details, the Landlok S2 ECB shall not be paid for separately but shall be incidental to the Soil Filled TRM. Staples will not be paid for separately but shall be included in the work. END OF SECTION BID NO. B2000137 Page 123 I SECTION 240 PROTECTION OF MIGRATORY BIRDS Section 240 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 240.01 This work consists of protecting migratory birds during construction. MATERIALS AND CONSTRUCTION REQUIREMENTS 240.02 The Contractor shall schedule clearing and grubbing operations and work on structures to avoid taking (pursue, hunt, take, capture or kill; attempt to take, capture, kill or possess) migratory birds protected by the Migratory Bird Treaty Act (MBTA). The Contractor shall follow direction from Weld County's wildlife biologist regarding protection of migratory birds during clearing and grubbing operations and other work. The Contractor shall adjust their schedule to account for the necessary wildlife surveys as described in this subsection. a) Tree and Shrub Removal or Trimming. Tree and shrub removal or trimming shall occur after September 20 and before April 1 if possible. If tree and shrub removal or trimming will occur between April 1 and September 20, a survey for active nest sites shall be conducted by Weld County's wildlife biologist within the seven (7) to ten (10) days immediately prior to the beginning of work in each area of tree and shrub removal or trimming. The survey shall be conducted for each phase of tree and shrub removal or trimming. If an active nest containing eggs or young birds is found, the tree or shrub containing the active nest shall remain undisturbed and protected until the nest becomes inactive. Each nest shall be protected by placing fence (plastic) at a minimum distance of 50 feet away. This buffer dimension may be changed if determined appropriate by the Weld County's wildlife biologist and approved by the Engineer. Work shall not proceed within the fenced buffer area until the young have fledged or the nests have become inactive, at the sole discretion of Weld County's wildlife biologist. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the work, wholly or in part, until the fence is satisfactorily repaired at the Contractor's expense. Time lost due to such suspension will not be considered a basis for adjustment of time charges, but will be charged as contract time. b) Grasses and Other Vegetation Management. Due to the potential for encountering ground nesting birds' habitat, if work occurs between April 1 and September 20, the area shall be surveyed by Weld County's wildlife biologist within the seven (7) to ten (10) days immediately prior to ground disturbing activities. Once the area has been surveyed by Weld County's wildlife biologist, the undisturbed ground cover to 50 feet beyond the planned disturbance (or to the right of way line, whichever is less), shall be maintained at a height of 6 inches or less. This maintenance shall be performed for the duration of all ground disturbance work occurring between April 1 and September 20. Frequent mowing or vegetation cutting will discourage birds from nesting in a particular area and allows for planned work to commence. If an active nest containing eggs or young birds is found within the survey area, an appropriate buffer of 50 feet will be established around the nest by Weld County's wildlife biologist. Each nest shall be protected by placing fence (plastic) at a minimum distance of 50 feet away. This buffer dimension may be changed if determined appropriate by the Weld County's wildlife biologist and approved by the Engineer. Work shall not proceed within the fenced buffer area until the young have fledged or the nests have become inactive, at the sole discretion of Weld County's wildlife biologist. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the work, wholly or in part, until the fence is satisfactorily repaired at the Contractor's expense. Time lost due to such suspension will not be considered a basis for adjustment of time charges, but will be charged as contract time. BID NO. B2000137 Page 124 2 SECTION 240 PROTECTION OF MIGRATORY BIRDS c) Work on Structures. The Contractor shall prosecute work on structures in a manner that does not result in a taking of or harassment of migratory birds protected by the Migratory Bird Treaty Act (MBTA). Unless work on and around the structure will occur between September 21 and December 31 (during which time migratory birds will have either left the area or, if still present, will not be nesting, laying eggs, or fledging young), the structure shall be surveyed by Weld County's wildlife biologist within the seven (7) to ten (10) days immediately prior to the beginning of work. The Contractor shall be aware of and adhere to the following conditions: 1. The Contractor shall remove existing swallow mud nests on structures after September 20 and prior to April 1. 2. If Weld County has removed existing swallow mud nests prior to April 1, then the monitoring of swallow mud nest building from April 1 through September 20 (or until work is completed, if completed before September 20) shall become the Contractor's responsibility upon Notice to Proceed. For work occurring between January 1 and March 31, Weld County's wildlife biologist will check the structure for nesting birds -of -prey. If no birds -of -prey are observed, the work on and around the structure can commence. If an active nest belonging to birds -of -prey, like owls, is discovered by Weld County's wildlife biologist, a timing restriction will be imposed on the work until the birds fledge their young, at the sole discretion of Weld County's wildlife biologist. The Contractor shall prevent construction activity from displacing birds after they have laid their eggs and before the young have fledged. 4. Installation of netting may be used to prevent nest building. The netting must be installed prior to the birds building their nests and must be maintained to discourage birds from building nests, laying eggs, and generally occupying old nest sites. The netting shall be monitored and repaired or replaced as needed. Netting shall consist of a mesh with openings that are' inch by' inch or less. If the project continues into one of the above described date ranges in a different calendar year, the requirements specific to that date range shall be repeated. When work on the structure is complete, the Contractor shall remove and properly dispose of netting used on the structure. d) Taking of a Migratory Bird. The taking of a migratory bird shall be reported to the U.S. Fish and Wildlife Service (USFWS). The Contractor shall be responsible for all penalties levied by the USFWS for the taking of a migratory bird. Penalties can be imposed up to $15,000 per violation and/or up to one year in prison per violation. METHOD OF MEASUREMENT Nests shall not be removed during the nesting, egg laying, and fledging of young periods unless a Depredation Permit is obtained from the USFWS. If a permit is obtained, removal of nests will be measured by the actual number of man-hours spent removing inactive nests just prior to and during the breeding season, April 1 through September 20. During this period, the Contractor shall submit to the Engineer each week for approval a list of workers who removed nests and the number of hours each worker spent removing nests. Netting will be measured by the square yard of material placed to keep birds from nesting on the structure. Square yards will be calculated using the length of netting measured where it is attached to the ground and the average height of the netting where it is attached to the structure. BID NO. B2000137 Page 125 3 SECTION 240 PROTECTION OF MIGRATORY BIRDS BASIS OF PAYMENT 240.04 The accepted quantities measured as provided above will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Removal of Nests Hour Netting Square Yard Payment for Removal of Nests will be full compensation for all work and materials required to complete the item. Payment for Netting will be full compensation for all work and materials required to complete the item. Overlaps of netting will not be measured and paid for separately but shall be included in the work. Maintenance and replacement, removal, and disposal of netting will not be measured and paid for separately but shall be included in the work. Clearing and grubbing will be measured and paid for in accordance with Section 201. Mowing will not be measured and paid for separately but shall be included in the work. Removal and trimming of trees will be measured and paid for in accordance with Section 202. Fence (Plastic) will be measured and paid for in accordance with Section 607. END OF SECTION BID NO. B2000137 Page 126 1 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows Subsection 304.01 shall include the following: This work consists of furnishing and placing aggregate as shouldering material adjacent to the edges of pavement. This work consists of furnishing and placing aggregate as surface material on the gravel roadways as designated in the plans. Aggregate Base Course (RAP) consists of hauling to the site and placing one or more courses of asphalt millings on a prepared surface in conformity with the lines, grades, and typical sections shown on the plans or established. Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 6) as shown in Subsection 703.03. The Aggregate Base Course (Class 6) must meet the gradation requirements and have a resistance value of at least 69 when tested by the Hveem Stabilometer method. Materials for Aggregate Base Course (Shouldering) shall meet all the requirements for Class 6. Materials for Aggregate Base Course (Surface Gravel) shall meet all the requirements in Subsection 703.03. Approval of the surface gravel will be contingent on material meeting the requirements in Table 703-2. If shown on the plans or specified by the Engineer, materials for Aggregate Base Course (RAP) may be generated on site from item 202 — Removal of Asphalt Mat (Planing). Should the Contractor elect to supply any or all the Aggregate Base Course (RAP) from a Contractor source, then this material shall meet the requirements of Subsection 703.03 Subsection 304.03 shall include the following: Commercial Mineral Fillers will not be allowed in Aggregate Base Course (Shouldering) or in Aggregate Base Course (Surface Material). Subsection 304.04 shall include the following: Plan dimensions shall be adhered to. A device capable of placing the shouldering material in its final position shall be used. The device is subject to the Engineer's approval. Dumping of shouldering material on the roadway surface will not be permitted. Subsection 304.06 shall include the following: Shoulder gravel shall be compacted by double wheel roll with a loaded tandem truck. Compaction of shoulder gravel shall achieve a density of not less than 95% of the modified proctor. Subsection 304.07 shall be deleted and replaced with the following: The Contractor shall be aware that the plan quantities are based upon unit weight and in -place density, as described in the Plans. The Contractor's bid unit cost shall account for differing unit weights intended to be furnished to the project as no quantity adjustments will be made for differing unit weights. The Project Inspector will verify that the plan quantity has been incorporated into the project utilizing information from delivery tickets furnished by the material supplier. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments. At the sole discretion of Weld County, failure to comply BID NO. B2000137 ' Page 127 2 REVISION OF SECTIONS 304 AND 703 AGGREGATE BASE COURSE with the requirements of this subsection shall be grounds for replacement of damaged roadway sections by the contractor at no cost to the County. Subsection 304.08 shall include the following: Pay Item Pay Unit Aggregate Base Course (Class 6) Ton Aggregate Base Course (Shouldering) Ton Aggregate Base Course (Surface Gravel) Ton Section 703 of the Standard Specifications is hereby revised for this project as follows: Subsection 703.03 Table 703-2 shall be deleted and replaced with the following: Table 703-2 CLASSIFICATION FOR AGGREGATE BASE COURSE • Sieve Designation Mass Percent Passing Square Mesh.'Sieves LL not greater than 35 LL not qreater than 20 Standard mm Mesh in Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 Surface Gravel 150.00 6 1001. 100.00 4 100 75.00 3 : - 95-100 63.00 2% 100 50.00 2 95-1001 100 37.50 1 '/2 90-100 100 100 25.40 1 95-100 100 100 90-100 19.00 '/. 50-90 95-100 12.50 1/2 55-80 4.76 No. 4 30-65 30-50 30-70 30-65 45-65 2.38 No..8 25-55 20-85 -33-53 0.42 No. 40 15-35 0.07 200 . 3-15 3-15 20 Max 3-12 3-15 3.12 5-15 4-15 Plasticity Index 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 6 Max. 4-12 LA wear test (T96) ••50 Max. 50 Max. 40 Max. NOTE: Class 3 material shall consist of bank or pit run material END OF SECTION BID NO. B2000137 Page 128 1 REVISION OF SECTION 401 PLANT MIX PAVEMENTS - GENERAL Section 401 of the Standard Specifications is hereby revised as follows: Subsection 401.02(a), add paragraph (4) to include the following: (4) The job -mix formula for Pavement shall be established by a testing laboratory approved by the County and at the Contractor's expense. Copies of all test data shall be provided to and approved by the County prior to construction. Subsection 401.02(b) shall include the following: After the Form 43 is executed, and all ingredients are available on the project, the Contractor shall notify the Engineer a minimum of one working day in advance of beginning production of the hot mix asphalt. Any changes in the Form 43 will require the same notification unless otherwise approved by the Engineer. Subsection 401.17, first paragraph, shall be modified to include the following: If the Contractor can demonstrate to Weld County that all the manufacturer's recommendations were followed and the pneumatic tire roller is detrimental to the finished surface of the HMA, the Contractor may request Weld County to waive the pneumatic tire roller requirement. Pneumatic tire rollers shall not be used on SMA pavement. Steel wheel rollers shall not be used in vibratory mode when compacting HMA or SMA on bridge decks. END OF SECTION BID NO. B2000137 Page 129 1 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mixes for hot mix asphalt shall conform to the following: Table 403-1 Property Test Value for Grading SX S S SG Patching Method PG 64-28 (PG 76-28 (PG 64-28 (PG 64-22) Air Voids, percent at: CPL 5115 3.5-4.5 3.5-4.5 3.5-4.5 :3.5-4.5 3.5-4.5, N (design Lab Compaction (Revolutions): CPL 5115 100 100 100 100 100 N (design Stability, minimum CPL 5106 30, 30 30 30 30 Aggregate Retained on the 4.75 mm (No. 4) Sieve for S, SX and SG, and on the 2.36mm (No. 8) Sieve CP 45 60% 60% 60% 90% 60% for ST and SF with at least 2 Mechanically Induced fractured faces, % minimum* Accelerated Moisture Susceptibility Tensile CPL 5109 80 80 80 80 80 Strength Ratio (Lottman), Method B minimum . Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) 205 (30) 205 (30) 205 (30) Strength, kPa (psi) Method B Grade of Asphalt Cement, PG 64-28 PG 76-28 PG 64-28 Top Layer Grade of Asphalt Cement, PG 64-22 PG 64 - Layers below To 22 Voids in the Mineral See: Table See Table. See Table See Table See Aggregate (VMA), % CP 48 _ 403-2 403=2 403-2 403-2 Table minimum 403-2 Voids Filled with Asphalt Al MS -2 65-75 65-75 65-75 65-75 65-75 VFA), % Dust to Asphalt Ratio Fine Gradation CP 50'. 06-1.2 r 0.6-1:2 OS -1.2 0.6-1.2 0.6-1.2 Coarse Gradation . 0.8-1.6 �.8-1.6 0.8-1.6 .08-1.6 0.8-1:6 Note:Al MS -2 = Asphalt Institute Manual Series 2 Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Gradations for mixes with.a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of 3/4" to 3/8" are considered a coarse gradation if they pass below the maximum density line at the #8 screen. Gradations for mixes with a nominal maximum aggregate size of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the #16 screen. *Fractured face requirements for SF may be waived by RME depending on project conditions. BID NO. B2000137 Page 130 2 REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Size*, mm (inches) ***Design Air Voids ** 3.5% 4.0% 4.5% 5.0% 37.5 (1%) 11.6 11.7 11.8 N/A 25.0(1) 12.6 12.7 12.8 13.6.: 137 13.8 12.5 (%) 14.6 14.7 14.8 9.5('/) 15.6 1. 15.7 15.8 16.9 *The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. **Interpolate specified VMA values for design air voids between those listed. ***Extra olate specified VMA values for production air voids beyond those listed. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The hot mix asphalt for the lower lifts may contain up to 20% reclaimed asphalt pavement if approved by the Engineer. The hot mix asphalt for the top lift shall not contain any reclaimed asphalt pavement unless approved by the Engineer. A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt when determined by the Engineer. Acceptance samples shall be taken in accordance with CP-41, as determined by the Engineer and/or Inspector. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement is placed prior to the time paving operations end for the year, and shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. If liquid anti -stripping additive is added at the plant, an approved in -line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti -stripping additive. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. BID NO. B2000137 Page 131 3 REVISION OF SECTION 403 HOT MIX ASPHALT Payment will be made under Pay Item Pay Unit Hot Mix Asphalt (Grading S) (100) (PG 64-22) Ton Hot Mix Asphalt (Grading SX) (100) (PG 64-22) Ton Hot Mix Asphalt (Grading SX) (100) (PG 64-22) (Patching) Square Yard Hot Mix Asphalt (Grading SX) (100) (PG 64-28) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately but shall be included in the work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately but shall be included in the work. The Contractor shall collect the scale ticket on each load when it is delivered to the project site and ensure that the information required in subsection 109.01 is shown on each ticket. The scale tickets shall be available on site for County personnel to inspect. Each day, the Contractor shall provide to the County, envelopes which contain the previous day's signed tickets and the following: A. On each envelope: Project number, location, date of paving, type of material, daily total and cumulative total B. One of the following: 1. Two adding machine tape tabulations of the weight tickets with corresponding total run and signed by two different persons, 2. One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person, or 3. Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids or adjustments. C. A listing of any overweight loads on the envelope, including ticket numbers and amount over legal limit. D. A comparison of the actual yield for each day's placement to the theoretical yield. Theoretical yield shall be based on the actual area paved, the planned thickness, and the actual density of the mixture being placed. Any variance greater than +2.5% shall be indicated on the envelope and a written explanation included. END OF SECTION BID NO. B2000137 Page 132 I REVISION OF SECTION 411 BITUMINOUS MATERIALS Section 411 of the Standard Specifications is hereby revised as follows: Delete Subsection 411.05 and replace with the following: Bituminous materials will not be measured and paid for separately but shall be included in the unit prices bid for Hot Mix Asphalt (Grading S) (100) (PG 64-22), Hot Mix Asphalt (Grading SX) (100) (PG 64-22), Hot Mix Asphalt (Grading SX) (100) (PG 64-22) (Patching), and Hot Mix Asphalt (Grading SX) (100) (PG 64-28). END OF SECTION BID NO. B2000137 Page 133 I REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Section 420 of the Standard Specifications is hereby revised for this project as follows Subsection 420.01 shall include the following: This work includes furnishing and installing geosynthetic material over unsuitable subgrade materials in accordance with these specifications and the details shown on the plans. Subsection 420.02 shall include the following: Geotextile (Separator) (Class 1) shall meet the requirements of subsection 712.08, including Table 712-2a. The aggregate fill to be placed over the top of the geosynthetic material shall meet all the specifications of Aggregate Base Course (Class 6). Subsection 420.06 shall include the following: Geotextile Separator (Drainage) (Special) shall meet the requirements of subsection 712.08 and Table 712-2b. Subsection 420.07 shall be deleted and replaced with the following: Geotextile shall be installed as follows: Subgrade Preparation: Clear, grub and excavate (as required) to the plan subgrade or undercut elevation, stripping topsoil, deleterious debris and unsuitable material from the site. Cut stumps and other projecting vegetation as close and even to the ground surface as practical. Specialized equipment with low ground pressure, as directed by the Engineer, may be required for very soft soils (CBR ≤ 1.5%) to minimize subgrade disturbance. In addition, it may also be beneficial to leave root mats in place in such instances. The surface of the subgrade should be relatively smooth and level, and depressions or humps greater than 6 inches should be graded out. Geosynthetic Deployment: The geosynthetic reinforcement shall be placed directly on the prepared subgrade. It should be rolled out flat and tight with no folds or wrinkles. Unroll the geosynthetic in the direction of travel so that the machine direction (i.e., long axis) of the roll is parallel with channelized traffic patterns. Adjacent rolls should be overlapped along their sides and ends as a function of subgrade strength as follows: CBR ≥ 3% 12" to 18" overlap 1% ≤ CBR ≤ 3% 24" to 36 overlap 0.5% ≤ CBR < 1% 36" or Sewn .CBR < 0.5% Sewn .. If the need for 40 inches of overlap is reached, it is strongly suggested that the overlap is sewn or otherwise adhered to limit the potential formation of a slip plane between the overlapped panels. Note: very heavy loading and very soft subgrades will also warrant sewn seams instead of overlapping panels. Prior to fill placement, the geosynthetic can be held in place using U-shaped sod staples or simply by strategically placing shovelfuls of the fill to weigh down the geosynthetic. Overlap the geosynthetics in the direction fill will be spread to avoid peeling -back of the geosynthetic at overlaps by the advancing fill. Cut and overlap the geosynthetic to accommodate curves. Cutting may be done with sharp shears, razor knives or handheld power (i.e., "cutoff') saws. Cut the geosynthetic to conform to immovable protrusions, such as manhole covers and vertical utilities. Overlap lengths will not be paid for separately but will be considered subsidiary to item 420. Fill Placement: Aggregate fill, as specified, should be placed directly over the geosynthetic in 8-12 inch loose lifts. Typically, if the design section thickness is ≤ 16 inches, the entire section should be placed and compacted in one single lift to minimize further degradation of the subgrade. On relatively competent subgrades (CBR ≥ 4%), standard, highway -legal, rubber -tired vehicles (end dumps and belly dumps) may be BID NO. B2000137 Page 134 2 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS driven over the exposed geosynthetic at slow speeds (less than 5 mph), and in straight paths. These vehicles can dump aggregate fill as they advance, provided this construction traffic will not cause significant rutting upon bare subgrade. Sudden braking, sudden starting and sharp turning should be avoided. Tracked construction equipment must not be operated directly upon the exposed geosynthetic. A minimum aggregate fill thickness of 6 inches is required prior to operation of tracked equipment on the geosynthetic. In addition, turning of tracked equipment should be kept to a minimum to prevent tracks from displacing the fill and damaging the geosynthetic. Over softer subgrades (CBR < 4%), aggregate fill should be end -dumped from the edge of the previously placed material, spreading from the middle outward. Compaction: Standard compaction methods may be used unless the soils are very soft (CBR ≤ 1.5%). In such cases, static compaction with a light smooth drum roller is considered prudent. Installation and Repairs for Damaged Areas: Repairs to roadway reinforcement geosynthetics can be made in the field by placing a repair panel or patch over the damaged area. The repair panel should extend a minimum of 3 ft beyond the edges of the damaged geosynthetics. Pullout and/or direct sliding calculations should be performed by the project engineer to verify the minimum required overlap length to meet a specific project's requirements. Geotextile that is damaged after placement shall be removed and replaced at the Contractor's expense. Subsection 420.09 shall include the following: Geotextile (Separator) (Class 1) will be measured in place by the square yard of surface area, completed and accepted. Geotextile Separator (Drainage) (Special) will be measured in place by the square yard of surface area, completed and accepted. Subsection 420.10 shall include the following: Payment will be full compensation for all work and materials required to complete the item. BID NO. B2000137 Page 135 3 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS Subsection 712.08 shall include the following: The material for Geotextile (Separator) (Class 1) shall meet the properties in Table 712-2a. Mirafi RS580i or approved equal will meet this classification. Table 712-2a Geotextile (Separator) (Class 1) - Physical and Mechanical Properties Physical Properties Unit Typical Values Roll -Length ,;(minimum) Feet 300 Roll Width (minimum) Feet 15 Roll Area (minimum). :Sq. Yd'.. 500 Mechanical Properties Test Method Unit Minimum Average Roll Value STRENGTH Tensile Modulus @ 2% strain (CD) ASTM D4595 lbs/ft 1,800 Tensile Modulus @ 5% strain (CD.)_ ASTM D4595 lbs/ft 4,380 HYDRAULIC .Flow Rate - ASTM-D4491 gal/min/ft2 - 75 Permittivity ASTM D4491 sec -1 1.0 . SOIL RETENTION . Apparent Opening Size (AOS) ASTM D4751 U.S. Sieve 40 Pore Size 095. ASTM D6.767 microns 337 Pore Size 050 ASTM D6767 microns 192 SOIL INTERACTION Interaction Coefficient ASTM O6706 -- 0.9 Factory Sewn Seam- ASTM D4884 lbs/ft 3,000, UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 BID NO. B2000137 Page 136 4 REVISION OF SECTIONS 420 AND 712 GEOSYNTHETICS The material for Geotextile Separator (Drainage) (Special) shall meet the properties in Table 712-2b. Mirafi FW300 or approved equal will meet this classification. Table 712-2b Geotextile Separator (Drainage) (Special) - Physical and Mechanical Properties Physical Properties Unit Typical Values Roll Length (minimum). Feet.'. .300 . Roll Width (minimum) Feet 12.5 Roll Area (minimum) Sq Yd. '417 Mechanical Properties Test Method Unit Minimum Average Roll Value STRENGTH Grab Tensile Strength ASTM D4632 Ibs 400 (MD) 335 (CD) Grab Tensile Elongation ASTM D4632 % 20 (MD) 15 (CD). Trapezoid Tear Strength ASTM D4533 lbs 145 (MD) 125 (CD) CBR Puncture Strength ASTM-D6241 Ibs 1.,250 HYDRAULIC _. Flow Rate ASTM D4491 . gal/min/ft2 115 Permittivity ASTM D4491 sec-' 1.5 Percent Open Area COE-02215 = :% 8 SOIL RETENTION Apparent Opening Size (AOS) ' ASTM D4751 U.S. Sieve 30 SOIL INTERACTION UV Resistance (at 500 hours) ASTM D4355 % strength retained 90 END OF SECTION BID NO. B2000137 Page 137 I REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows Delete Subsection 506.02, paragraph 2 and replace with the following: Material used for riprap may be approved by the Engineer or Inspector if, by visual inspection, the rock is determined to be sound and durable. Prior to delivering this material to the jobsite, the Contractor shall supply laboratory testing data from the supplier, for approval by the Engineer indicating the material meets the requirements for abrasion resistance or compressive strength as indicated in Table 506-1. Subsection 506.03 shall be revised to include the following: Plan dimensions shall be adhered to. Geotextile Separator (Drainage) (Special) shall meet the material requirements of Subsection 712.08 Geotextiles and Table 712-2b. This item shall be included in the cost (subsidiary) of the riprap pay item unless listed separately in the Contract. END OF SECTION BID NO. B2000137 Page 138 1 REVISION OF SECTION 509 STEEL STRUCTURES Section 509 of the Standard Specifications is hereby revised for this project as follows: Subsection 509.01 shall be revised to include the following: This work consists of field welding by an American Welding Society (AWS) certified welder holding the AWS D1.5 (Bridge Welding Code) endorsement. Welding may be utilized for, but is not limited to, repairs to structural steel, repairs to bridge rail, and modification or installation of new irrigation structures as shown in the plans or directed by the Engineer. This work consists of cleaning the surfaces of existing steel H -piling and sheet piling and applying an approved zinc -rich paint in conformance with Section 708 of the Standard Specifications and per the paint manufacturer recommendations. The MATERIALS Subsection shall be revised to include the following: The Contractor shall use zinc -rich paint that will prohibit future rust on the existing steel H -piling and sheet piling. The paint product shall be submitted to the Engineer for review and approval a minimum of one (1) week prior to the proposed incorporation of the material into the project. Subsection 509.26 shall be revised to include the following: (c) A minimum of one (1) week prior to the proposed start of any field welding, the Contractor shall submit to the Engineer for review and approval the identification cards of the welder that will be performing the work. Subsection 509.29 shall be revised to include the following: (f) Cleaning and Painting of Existing Steel H -Piling and Sheet Piling. The existing steel surfaces of the H -piling for the abutments and piers, and the sheet piling for the backwalls, shall be prepared and painted with an approved zinc -rich paint. All accessible steel H -Piling and sheet piling surfaces that will be encased in concrete shall be prepared and painted as described below. The surface preparation shall consist of removing all large scales and rust. The contractor may use any method to accomplish this task as long as adhesion of the proposed paint product will not be negatively affected. The prepared surfaces should be completely free of areas of scaling and severe rust prior to painting. The zinc -rich paint shall be applied consistently to the prepared surfaces with a minimum dry thickness of 3 mils, so as to avoid thin areas of paint that may be subject to damage and future rusting. Subsection 509.32 shall be revised to include the following: (d) Field Welding (AWS Certified) (AWS D1.5 Endorsement) will be measured by the actual number of man-hours spent preparing surfaces for field welding and performing field welding. The Contractor shall submit to the Engineer each week for approval a list of workers who performed field welding and the number of hours each worker performed field welding. (e) Field Cleaning and Painting of Steel, where shown on the plans or directed by the Engineer and not in areas that will be encased in concrete, will be measured by the square foot as completed in accordance with these specifications and accepted. (f) Cleaning and Painting of Existing Steel H -Piling and Sheet Piling will not be measured separately but shall be subsidiary to the concrete pay items. BID NO. B2000137 Page 139 2 REVISION OF SECTION 509 STEEL STRUCTURES Subsection 509.33 shall be revised to include the following: Payment will be made under Pay Item Pay Unit Field Welding (AWS Certified) (AWS D1.5 Endorsement) Hour Field Cleaning and Painting of Steel Square Foot Field Welding (AWS Certified) (AWS D1.5 Endorsement) will be considered full compensation for all labor, materials, tools, equipment, and incidentals required to complete the item. Field Cleaning and Painting of Steel will be considered full compensation for all labor, materials, tools, equipment, and incidentals required to complete the item. Cleaning and Painting of Existing Steel H -Piling and Sheet Piling will not be paid separately but will be considered subsidiary to the concrete pay items. END OF SECTION BID NO. B2000137 Page 140 1 REVISION OF SECTION 512 BEARING DEVICE Section 512 of the Standard Specifications is hereby revised for this project as follows: Subsection 512.01 shall be revised to include the following: This work consists of maintenance on various types of bearing devices in accordance with these specifications, and at the direction of the Project Inspector or Engineer. Subsection 512.11 shall be revised to include the following: Maintenance of Bearing Device includes cleaning, protecting, and lubricating various types of bearing devices as necessary and as directed by the Project Inspector or Engineer. This work may involve removal of debris and rust using hand tools, pressure washing, sandblasting, and compressed air. This work may also involve sealing, or priming and painting, and application of lubricant. Subsection 512.18 shall be revised to include the following: Maintenance of Bearing Device will be measured by the actual authorized number of hours each person is on site diligently performing the required work. Subsection 512.19 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Maintenance of Bearing Device Hour Payment for Maintenance of Bearing Device will be considered full compensation for all labor, materials, tools, equipment and incidentals required to complete the item. END OF SECTION BID NO. B2000137 Page 141 1 REVISION OF SECTION 518 WATERSTOPS AND EXPANSION JOINTS Section 518 of the Standard Specifications is hereby revised for this project as follows Subsection 518.01 shall be revised to include the following: This work shall consist of field cleaning of existing strip seal type bridge expansion devices at locations shown on the Plans or as directed by the Project Inspector or Engineer. This work shall consist of watertight integrity testing of existing bridge expansion devices at locations shown on the Plans or as directed by the Project Inspector or Engineer. This work shall consist of removing and replacing existing asphaltic plug and strip seal bridge expansion devices at locations shown on the Plans or as directed by the Project Inspector or Engineer. This work shall consist of repairing existing strip seal type bridge expansion devices by removing and replacing the existing elastomeric expansion joint seal (also called a neoprene gland) with a new elastomeric expansion joint seal (neoprene gland) at locations shown on the Plans or as directed by the Project Inspector or Engineer. Subsection 518.03 shall be revised to include the following: The asphaltic plug expansion device product shall be Thorma-Joint or an approved equal. Proposals to utilize an "as -equal" product shall be pre -approved by the Engineer. Delete Subsection 518.04, paragraph 2 and replace with the following: The device shall consist of a continuous pre -molded elastomeric expansion device seal (also called a neoprene gland) and steel extrusions as shown on the plans, required by the manufacturer, or specified herein for attaching the elastomeric expansion joint seal to the anchored steel extrusions. This type of device is also known as a 'strip seal' expansion device. The expansion device shall have a rated movement of 0-4 inches including rotations. Subsection 518.04 shall be revised to include the following: Bridge Expansion Device Repair (Strip Seal) (Neoprene Gland Only): The existing expansion device consists of an elastomeric expansion joint seal (neoprene gland), steel embedded anchors, steel extrusions, and cover plates. The repaired expansion device consists of a new continuous pre -molded elastomeric expansion joint seal (neoprene gland), installed into the existing steel extrusions as required by the manufacturer of the existing joint. If not specified in the plans, the Contractor shall be responsible for determining the style of the existing device and appropriate replacement gland. The joint seal shall have a rated movement of 0 to 4 inches including rotations, unless an oversized joint seal is specified in the plans. The repaired expansion device shall seal the deck surface as indicated on the plans and prevent water from seeping through the expansion device. Subsection 518.08 shall be revised to include the following: Bridge Expansion Device Replacement (Asphaltic Plug) (Thorma-Joint) (3 Inches -8 Inches Thick): At least 10 working days before beginning removal and replacement of the existing expansion device, the Contractor shall submit a method statement to the Engineer with the details of the removal and replacement operations including the means, methods, sequence of removal and replacement, tools, and equipment to be used. The method statement shall include the working drawings and two copies of the manufacturer's written instructions for the installation of the new expansion device. The method statement must be approved by the Engineer before any of the work begins including removal. The replacement expansion device shall be installed in accordance with the plans and Thorma-Joint manufacturer details. Specific bridge expansion device replacement(s) will be identified in Plans or by the BID NO. 82000137 Page 142 2 REVISION OF SECTION 518 WATERSTOPS AND EXPANSION JOINTS Project Inspector or Engineer. Any deviation from the manufacturer's specifications or proposals to utilize an "as -equal" product shall be pre -approved by the Engineer. It is anticipated that on an existing bridge, the asphalt pavement will likely be a minimum of 3 inches thick and could be up to 8 inches thick where the asphaltic plug expansion device will be installed. It is therefore assumed that new asphaltic plug expansion devices installed on existing bridges will need to be 3-8 inches thick to match the pavement thickness. The Contractor shall provide a technical representative of the manufacturer to be on site to provide guidance for the proper replacement of the bridge expansion device. Subsection 518.09 shall be revised to include the following: Field Cleaning of Existing Bridge Expansion Device (Strip Seal): The Contractor shall remove and dispose of all dirt, foreign materials, and debris collected in the expansion device glands. Cleaning shall be done by vacuum truck removal method. If approved by the Engineer, a combination of hand tools and equipment may also be used at designated locations. Limits of cleaning of the expansion device shall extend from end of expansion device gland to end of expansion device gland. As part of the cleaning, the Contractor shall remove and fully re -secure all cover plates as necessary to complete the work. Field Testing of Existing Bridge Expansion Device: After the expansion device has been thoroughly cleaned, the Contractor shall test the full length of the device for watertight integrity. The Contractor shall employ a method satisfactory to the Engineer. The entire joint system shall be covered with water, either ponded or flowing, for a minimum duration of 15 minutes. The concrete surfaces under the joint shall be inspected, during this 15 -minute period and also for a minimum of 45 minutes after the supply of water has stopped, for any evidence of dripping water or moisture. Water tightness shall be interpreted to be no free dripping water on any surface on the underside of the joint. Patches of moisture shall not be cause for non- acceptance. Based on the results of the watertight integrity test, Weld County will determine whether or not the bridge expansion device requires repair or replacement. Bridge Expansion Device Replacement (Strip Seal): At least 10 working days before beginning removal and replacement of the existing expansion device, the Contractor shall submit a method statement to the Engineer with the details of the removal and replacement operations including the means, methods, sequence of removal and replacement, tools, and equipment to be used. The method statement shall include the working drawings and two copies of the manufacturer's written instructions for the installation of the new expansion device. The method statement must be approved by the Engineer before any of the work begins including removal. The existing concrete shall be removed as shown on the plans or as directed by the Engineer. The Contractor shall saw cut along the removal limits prior to removal. The sawing of concrete shall be done to a true line, with a vertical face, unless otherwise specified. Feathered edges will not be acceptable. The depth of the saw cut shall be 3/. inch minimum. The Contractor shall take all steps necessary to minimize spalling on the face of the existing concrete adjacent to the removal boundaries. Removals adjacent to the removal boundaries shall not use pneumatic hammers heavier than nominal 15 -pound class. Hand tools such as hammers and chisels shall be used for removal of particles of loose, unbonded concrete. Exposed concrete surfaces within the removal limits shall be sandblasted to remove all final fractured or loose particles. Any damage caused by the Contractor to any portion of the structure not intended for removal shall be repaired in kind by the Contractor at the Contractor's expense using means and methods approved by the Engineer with no allowance for contract time extension. The Contractor shall take all steps necessary to prevent cutting or otherwise damaging reinforcing steel intended to remain in place. Any reinforcing bars damaged by the Contractor's operation shall be repaired or BID NO. B2000137 Page 143 3 REVISION OF SECTION 518 WATERSTOPS AND EXPANSION JOINTS replaced at the Contractor's expense using means and methods approved by the Engineer 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 if necessary. Sandblasting equipment shall be capable of removing rust scale from non -epoxy reinforcing bars. Epoxy coated reinforcing steel, if present, shall not be sandblasted but shall be cleaned with hand tools. Epoxy coating on reinforcing steel, if damaged, shall be repainted with epoxy paint prior to placement of the concrete. Any structural steel (top of girders and top of diaphragms) damaged by the Contractor during expansion device removal shall be repaired at their own expense. The Contractor is responsible for the disposal of all removed material and debris. The replacement expansion device shall be installed in accordance with the plans and manufacturer details. Plans and expansion device product information will be provided once a specific bridge expansion device replacement is identified. Any deviation from the manufacturer's specifications or proposals to utilize an "as - equal" product shall be pre -approved by the Engineer. After the joint seal has been permanently installed the Contractor shall test the full length of the device for watertight integrity per section 518.09. The Contractor shall provide a technical representative of the manufacturer to be on site to provide guidance for the proper replacement of the bridge expansion device. Bridge Expansion Device Repair (Strip Seal) (Neoprene Gland Only): The methods and equipment used for the replacement of the joint seal shall be approved by the Engineer. At least 10 working days before start of work, the Contractor shall submit the working drawings and two copies of the manufacturer's written instructions for the installation of the joint seal. Prior to submitting the working drawings or ordering any material, the Contractor shall field verify the manufacturer and model of the existing expansion joint. The new joint seal shall match that of the existing device. The Contractor shall take all steps necessary to avoid damage to all existing steel designated to remain in place. Any steel damaged by the Contractor's operations shall be repaired or replaced at the Contractor's expense using means and methods approved by the Engineer with no allowance for contract time extension. Prior to installation of the joint seal, the surfaces of the existing steel extrusions in contact with the new joint seal shall be sandblasted until all unsound materials and contaminants are removed. After the joint seal has been permanently installed the Contractor shall test the full length of the device for watertight integrity per section 518.09. The Contractor shall provide a technical representative of the manufacturer to be on site to provide guidance for the proper installation of the joint seal. Subsection 518.12 shall be revised to include the following: Field Cleaning of Existing Bridge Expansion Device (Strip Seal) will be measured by the linear foot of the actual quantity of existing expansion joint gland cleaned as designated in the plans or directed by the Engineer and accepted. When the expansion joint is being replaced, this work will not be performed and paid separately, but shall be subsidiary to the expansion joint replacement. Field Testing of Existing Bridge Expansion Device will be measured by each existing bridge expansion device tested for watertight integrity as designated in the plans or directed by the Engineer in accordance with the specifications. BID NO. B2000137 Page 144 4 REVISION OF SECTION 518 WATERSTOPS AND EXPANSION JOINTS When the expansion joint is being replaced, this work will not be performed and paid separately, but shall be subsidiary to the expansion joint replacement. Bridge Expansion Device Replacement (Asphaltic Plug) (Thorma-Joint) (3 Inches -8 Inches Thick) will be measured by the linear foot from curb face to curb face along the joint completely installed and accepted. Portions of devices required in faces of curbs, including cover plates and hardware, will not be measured for payment and shall be subsidiary to this pay item. Bridge Expansion Device Replacement (Strip Seal) will be measured by the linear foot from curb face to curb face along the joint completely installed, tested based on the watertight integrity test, and accepted. New polyester concrete end dams, and portions of device replacement required in faces of curbs, including cover plates and hardware, will not be measured for payment and shall be subsidiary to this pay item. Bridge Expansion Device Repair (Strip Seal) (Neoprene Gland Only) will be measured by the linear foot from curb face to curb face along the joint completely installed, tested based on the watertight integrity test, and accepted. Portions of device repair required in faces of curbs, including cover plates and hardware, will not be measured for payment and shall be subsidiary to this pay item. Subsection 518.13 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Field Cleaning of Existing Bridge Expansion Device (Strip Seal) Linear Foot Field Testing of Existing Bridge Expansion Device Each Bridge Expansion Device Replacement (Asphaltic Plug) (Thorma-Joint) Linear Foot (3 Inches -8 Inches Thick) Bridge Expansion Device Replacement (Strip Seal) Linear Foot Bridge Expansion Device Repair (Strip Seal) (Neoprene Gland Only) Linear Foot Payment for Field Cleaning of Existing Bridge Expansion Device (Strip Seal) will be considered full compensation for all labor, materials, tools, equipment, and incidentals required to complete the item. This includes but is not limited to drilling out broken bolts, re -tapping bolt holes, replacing bolts, and any other work necessary to remove and re -secure cover plates. Payment for Field Testing of Existing Bridge Expansion Device will be considered full compensation for all labor, materials, tools, equipment, and incidentals required to complete the item. Payment for Bridge Expansion Device Replacement (Asphaltic Plug) (Thorma-Joint) (3 Inches -8 Inches Thick) and Bridge Expansion Device Replacement (Strip Seal) will be considered full compensation for all labor, materials, tools, equipment and incidentals required to complete the item including but not limited to saw cutting, asphalt removal, concrete removal, removal of existing joint materials, disposal of removed materials, sandblasting, providing/installing a new expansion joint, placement of new polyester concrete end dams, removal and resetting of steel cover plates, and watertight integrity testing. The cost for the technical representative of the manufacturer will not be measured and paid for separately but shall be included in the work. Payment for Bridge Expansion Device Repair (Strip Seal) (Neoprene Gland Only) will be considered full compensation for all labor, materials, tools, equipment and incidentals required to complete the item including but not limited to identification of the joint manufacturer, removal of existing joint materials, disposal of removed materials, sandblasting and cleaning required for installation of the new neoprene gland, providing/installing a new neoprene gland, removal and resetting of steel cover plates, and watertight integrity testing. The cost for the technical representative of the manufacturer will not be measured and paid for separately but shall be included in the work. END OF SECTION BID NO. B2000137 Page 145 I REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.01 shall be revised to include the following: This work consists of facing (encasement) of existing steel components below the bridge pile cap with reinforced concrete in accordance with the plans and Typical Facing Detail drawing shown in the Appendix. This work consists of constructing reinforced concrete wingwalls in accordance with the plans and CDOT Standard Plan No. M-601-20 shown in the Appendix. This work consists of constructing reinforced concrete floors, aprons, and toe walls in accordance with the plans and CDOT Standard Plan No. M-601-20 shown in the Appendix. This work consists of concrete crack repair and patching on existing structures. The use of AC! 318, Building Code Requirements for Structural Concrete, is not acceptable as it pertains mainly to structural concrete buildings. Delete Table 601-1 in Subsection 601.02 and replace with the following: Table 601-1 CONCRETE TABLE Concrete Required Field Compressive pressive Strength (psi) Cementious Material Content: Minimum or Range (lbs/yd3) Air Content: % Range (Total) Water/Cementitious Material Ratio: Maximum or Range B. :4500 at 28 days N/A 5 - 8 ' _: 0.45. BZ 4000 at 28 days 610 N/A 0.45 D _ 4500=at28 days 615 to 660 5-8 045 DT 4500 at 28 days 700 5-8 0.44 E . 4500 at28, days 520 4-8 044 G 4500 at 28 days N/A 5 — 8 0.45 H _ 4500. at 56 days 500 to 640 5 - 8 . , 0.42 :— 0.44 HT 4500 at 56 days 500 to 640 5 — 8 0.42 — 0.44 P 4500 at 28 days 520 4-8 0.44 S35 5000 at 28 days 615 to 720 5-8 0.42 S40 _ 5800.,at 28 days ° 615 to 760 .: 5-8 : 0.40 S50 7250 at 28 days 615 to 800 5-8 0.38 Shotcrete 4500 at 28 days N/A` 7-10 " 0.45 *Prior to pumping for wet process. Delete the fourth paragraph in Subsection 601.02 and replace with the following: BID NO. B2000137 Page 146 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE Class D concrete is a dense medium strength structural concrete. No substitutes may be made unless approved by the Engineer. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, or No. 67 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggegate by weight of total aggregate. Subsection 601.03 shall be revised to include the following: Fly ash for all concrete shall conform to the requirements of ASTM C618, Class F. For all concrete mixes, fly ash shall not exceed 20% of the cementious material by weight. If desired by the Contractor, a non -chloride accelerator (i.e. an accelerator that does not contain chloride ions in excess of 0.08% by mass of cement) may be utilized for the project concrete. GCP Applied Technologies PolarSet® is pre -approved by Weld County. If an approved equal is proposed by the Contractor, the product shall meet the requirements of ASTM C494, Type C and shall be submitted to the Engineer for review and approval a minimum of 7 days prior to its proposed incorporation into the project. Concrete containing the non - chloride accelerator shall reach a compressive strength of 2,500 psi within 24 hours. A revised mix design must be submitted to the Engineer following the manufacturer's mix adjustment recommendations prior to incorporating concrete into the project that contains the accelerator. Once the accelerator product and revised mix design are approved by the Engineer, the Contractor must notify the Engineer each and every time he intends to utilize accelerator in the concrete being utilized on the project. Repair of cracks in existing concrete shall be performed utilizing Dayton Superior Sure Anchor I J51 or approved equal. If an equal product is proposed, it must be submitted to the Engineer for review and approval a minimum of one week prior to its proposed incorporation into the project. Patching of existing horizontal concrete surfaces shall be performed utilizing Dayton Superior HD 50 or approved equal. If an equal product is proposed, it must be submitted to the Engineer for review and approval a minimum of one week prior to its proposed incorporation into the project. Patching of existing vertical and overhead concrete surfaces shall be performed utilizing Dayton Superior HD 25 or approved equal. If an equal product is proposed, it must be submitted to the Engineer for review and approval a minimum of one week prior to its proposed incorporation into the project. Subsection 601.12 (a) shall be revised to include the following: Plan dimensions shall be adhered to. Subsection 601.12 (c) shall be revised to include the following: Concrete shall not be placed when ambient temperatures are predicted to fall below 25 degrees Fahrenheit within 24 hours following concrete placement, unless the Contractor elects to use blankets and heaters at no expense to Weld County. The blankets and heaters shall be used before concrete placement to keep existing steel H -pile and sheet piling temperatures above 50 degrees Fahrenheit. When utilized, the blankets and heaters shall remain in place for the entire minimum curing period in accordance with Subsection 601.13 and shall maintain the concrete temperature above 50 degrees Fahrenheit during the entire minimum curing period. Subsection 601.12 shall be revised to include the following: (p) Repair of Cracks in Existing Concrete. The concrete crack repair material shall be placed in the repair areas before the expiration date of the material. The material shall be placed and consolidated to completely fill the cracks flush with surrounding surfaces. Surface preparation, batching, mixing, placing, and curing shall be in accordance with all manufacturer recommendations. BID NO. B2000137 Page 147 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE (q) Patching of Existing Concrete Surfaces. The concrete patching material shall be placed in the patch areas before the expiration date of the material. The material shall be placed and consolidated to completely patch the areas smooth and flush with surrounding surfaces. Surface preparation, batching, mixing, placing, and curing shall be in accordance with all manufacturer recommendations. Subsection 601.14 shall be revised to include the following: Concrete (Class D) (Encasement) shall receive a Class 1 Finish Concrete (Class D) (Wingwall) shall receive a Class 2 Finish for all exposed surfaces extending to 1 foot below final grade. Remaining surfaces shall receive a Class 1 Finish. Concrete (Class D) (Floor/Apron/Toe Wall) shall receive a Class 1 Finish. Subsection 601.19 shall be revised to include the following: Concrete Crack Repair (HorizontalNertical/Overhead) will be measured by the linear foot of the actual quantity of existing crack repaired as designated in the plans or directed by the Engineer and accepted. Surface preparation and cleaning will not be measured for payment and shall be subsidiary to this pay item. Concrete Patching (Horizontal) (Up to 4 Inches Thick) will be measured by the square foot of the actual quantity of patch completed as designated in the plans or directed by the Engineer and accepted. Surface preparation and cleaning will not be measured for payment and shall be subsidiary to this pay item. Concrete Patching (Vertical/Overhead) (Up to 4 Inches Thick) will be measured by the square foot of the actual quantity of patch completed as designated in the plans or directed by the Engineer and accepted. Surface preparation and cleaning will not be measured for payment and shall be subsidiary to this pay item. Subsection 601.20 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Concrete (Class D) (Encasement) Cubic Yard Concrete (Class D) (Wingwall) Cubic Yard Concrete (Class D) (Floor/Apron/Toe Wall) Cubic Yard Concrete Crack Repair (HorizontalNertical/Overhead) (Dayton Superior Sure Anchor I J51) Linear Foot Concrete Patching (Horizontal) (Up to 4 Inches Thick) (Dayton Superior HD 50) Square Foot Concrete Patching (Vertical/Overhead) (Up to 4 Inches Thick) (Dayton Superior HD 25 VO) Square Foot Furnishing and placing of all -thread for encasement concrete formwork will not be paid separately but shall be subsidiary to the work for Concrete (Class D) (Encasement). Concrete accelerant, mortar patching, and finishing will not be paid separately but shall be subsidiary to the respective Class D concrete items. Concrete crack repair and concrete patching items will be considered full compensation for all labor, materials, tools, equipment, and incidentals required to complete the item. Surface preparation and cleaning will not be paid separately but shall be subsidiary to the respective Patching items. Where concrete patching is required to be performed in lifts as per manufacturer recommendations in order to achieve the required patch thickness, this work will not be paid separately but shall be subsidiary to the work. END OF SECTION BID NO. B2000137 Page 148 1 REVISION OF SECTION 603 REINFORCED CONCRETE PIPE Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.02 shall be revised to include the following: Reinforced concrete pipe shall be manufactured from concrete that meets the requirements for severity of sulfate exposure specified on the plans. Subsection 603.07(a), delete the second paragraph and replace with the following: Joints for all circular reinforced pipes will be made with confined rubber gaskets. Concrete collars will be required at all non-standard joints (not tongue and groove or bell and spigot) and at all connections to existing pipe. END OF SECTION BID NO. B2000137 Page 149 1 REVISION OF SECTION 607 FENCES Section 607 of the Standard Specifications is hereby revised for this project as follows Subsection 607.01 shall be deleted and replaced with the following: This work consists of the construction of fence and gates, removal of temporary plastic fence, and removal of temporary barbed wire fence in accordance with these specifications and in conformity with the lines and grades shown on the plans or established. Subsection 607.03 shall be revised to include the following: Fence (5 -Strand Barbed Wire) (Temporary) and Fence (5 -Strand Barbed Wire) (Permanent) shall be constructed to the details and lines shown on the plans or as directed by the Engineer. Subsection 607.03, delete the eighth paragraph and replace with the following: Fence (Plastic) shall be constructed to the details and lines shown on the plans, and as necessary to restrict access to work areas, and as necessary to restrict access to sensitive areas, or as directed by the Engineer. Subsection 607.04 shall be deleted and replaced with the following: All fence types will be measured by the linear foot. Measurement will be along the base of the fence from outside to outside of end posts for each continuous run of fence including length of barbed wire gates, but excluding the length of driveway gates and walk gates. End posts, corner posts, line brace posts, hardware, and any other materials required for the construction of all fence types will not be measured and paid for separately but shall be included in the work. Subsection 607.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Fence (5 -Strand Barbed Wire) (Temporary) Linear Foot Fence (5 -Strand Barbed Wire) (Permanent) Linear Foot Fence (Plastic) Linear Foot Payment for all fence types will be full compensation for all labor, materials, and equipment required to construct the fence to the details and lines shown on the plans, or as directed by the Engineer. Payment for removal of Fence (5 -Strand Barbed Wire) (Temporary) and Fence (Plastic) will not be paid separately but shall be included in the work. Removal shall include completely removing all fencing materials from the site and backfill/compaction of holes with insitu material or other material as approved by the Engineer where posts have been removed. No portion of the posts shall be left in the ground. The fencing materials remain the property of the Contractor unless the Contractor and landowner agree that the fencing materials be provided to the landowner. END OF SECTION BID NO. B2000137 Page 150 1 REVISION OF SECTION 612 DELINEATORS AND REFLECTORS Section 612 of the Standard Specifications is hereby revised for this project as follows: Subsection 612.02(a)(2) shall be revised to include the following paragraphs: For delineators marking all culverts or other objects not actually in the roadway but are close enough to the edge of the roadway that they need a marker, use a white carsonite delineator post 60" to 66" in height and 3.75" in width. The reflective elements shall be Type III and use the minimum HIP reflective sheeting (yellow). Delineator location criteria shall follow CDOT M&S Standard S-612-1. For delineators marking the edge of road, use a green carsonite delineator post 60" to 66" in height and 3.75" in width. The reflective elements shall be Type I and use the minimum HIP reflective sheeting (white). Delineator spacing criteria shall follow CDOT M&S Standard S-612-1. For delineators marking acceleration lanes including tapers, deceleration lanes including tapers, and lane transitions involving pavement width reductions in the direction of travel, use a green carsonite delineator post 60" to 66" in height and 3.75" in width. The reflective elements shall be Type II and use the minimum HIP reflective sheeting (white). Delineator spacing criteria shall follow CDOT M&S Standard S-612-1. Subsection 612.05 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Retroreflector Tab Each Delineator (Type I) Each Delineator (Type II) Each Delineator (Type III) Each END OF SECTION BID NO. B2000137 Page 151 I REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES (GROUND SIGN POSTS) Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.02 shall be revised to include the following: Steel square tube type perforated sign posts and anchors shall meet or exceed the following: 1. Posts —2W x 2W square posts, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 2. Anchors — 2W x 2%4" x 30" tall square tube, 12 -gauge, ASTM designation A570, Grade 50, drilled with 7/16" diameter holes on 1" centers. 3. J -bolts or corner bolts shall be used to attach the posts to the anchors. 4. Coating — all posts and anchors shall be galvanized to ASTM designation A653, G90, Structural Quality, Grade 50, Class 1. The steel shall also be coated with a chromate conversion coating and a clear organic polymer topcoat. 5. All stop sign posts shall be equipped with reflective markings on all four (4) sides of the posts. Structure signs shall be green with white lettering and shall be attached to the bridge structure wherever possible. Subsection 614.09 shall be revised to include the following: Steel square tube type perforated sign posts and anchors placed in concrete or asphalt shall be either core drilled with a 4" diameter hole, or a 4" diameter piece of PVC pipe may be placed into the concrete or asphalt full depth and flush with the surface. Subsection 614.13 shall be revised to include the following: Steel square tube type perforated sign posts will be measured by the length in linear feet of post installed. The associated 30" tall anchor will not be measured separately and shall be included in the cost of the post. The reflective tape for the stop sign posts will not be measured separately and shall be included in the cost of the post. The J -bolts or corner bolts will not be measured separately and shall be included in the cost of the post. Equipment required to mount signs to bridges shall not be paid for separately but shall be included in the cost of the work. Subsection 614.14 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Steel Sign Post (2-1/4 Inch x 2-1/4 Inch Square Post) Linear Foot END OF SECTION BID NO. B2000137 Page 152 1 REVISION OF SECTION 624 DRAINAGE PIPE Section 624 of the Standard Specifications is hereby revised for this project as follows: Subsection 624.03 shall include the following: Irrigation systems, cross drains, and storm drains shall be watertight. ASTM testing of the joints will be performed by the Contractor in accordance with approved methods. Should any joints fail to meet the test requirements, they will be corrected at the Contractor's expense. END OF SECTION BID NO. B2000137 Page 153 I REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 shall be revised to include the following: If 3D modeling data is available, the Contractor may choose to perform 3D Engineered Construction Surveying (3DECS). The Contractor is hereby noticed that if Weld County provides any design CAD files to the Contractor's surveyor for construction surveying purposes, it is doing so as a courtesy to the Contractor. The CAD files are not considered Contract Documents and shall not be used in relation to any request for additional time or compensation. 3DECS is the use of global positioning and or robotic instruments to guide construction equipment operations by comparing 3D model information in real time. For 3DECS, either the construction equipment is fed modeling information and makes automatic adjustments (machine control) or the equipment operator is fed the information and makes manual adjustments. The Contractor may use 3DECS, but 3DECS shall be used in conjunction with traditional survey techniques (story stakes). If 3DECS is used by the Contractor, a GPS rover with accurate and up to date files shall be made available to the County for the duration of the project in addition to the story stakes. Delete Subsection 625.04 and replace with the following: Contractor's surveyor shall establish horizontal and vertical survey control points prior to the beginning of construction. The County must verify the accuracy of those control points before construction operations can begin. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. The establishment of the control points shall be done in accordance with the CDOT Survey Manual, Chapter 6. Prior to beginning construction, the Contractor's surveyor shall stake out all Right of Way corners, Permanent Easements, and Temporary Construction Easements shown on the approved ROW plans with temporary (for the duration of the project) points using re -bar, lath, or hubs and marked with flagging so they are easily visible. Those indicating the limits of construction within which the Contractor is allowed to work must be maintained throughout the project. The Contractor must protect those points, and immediately re-establish any that are damaged or removed during the progress of the project. During construction, the Contractor's surveyor shall provide and maintain story stakes with offsets for the County's use. The story stakes shall include information required by the CDOT Survey Manual, Chapter 6. The Contractor shall protect and immediately re-establish any story stakes that are damaged throughout the project. If the Contractor uses 3DECS, the following shall apply: (1) All surveying shall be based on the Primary Horizontal and Vertical Control established by the Department. (2) The Contractor shall provide construction stakes for the control points of the project centerline or Engineer approved offset line (i.e. POT, POC, PCC, PC, PT, TS, ST, SC, CS per the Survey Manual) and angle points, all of which shall be established from primary control monuments and their assigned coordinates as shown on the plans. (3) Staking for the project centerline or offset, shall be established from the project centerline control points as shown on the plans in order to provide a method of machine control equipment checks, inspection, and field verification. (4) The maximum staking interval for the project centerline shall be 100 feet on tangents and 25 feet on curves or as specified on the survey tabulation sheet. All project centerline control points as shown on the plans shall be staked. BID NO. B2000137 Page 154 2 REVISION OF SECTION 625 CONSTRUCTION SURVEYING (5) Within the first week of the Contractor utilizing 3DECS, the Contractor shall check their 3DECS system and verify in writing to Weld County that the accuracy of the system complies with the contract requirements. Subsection 625.13 shall be revised to include the following: All costs associated with 3DECS surveying will not be measured and paid for separately but shall be included in the work. Before final payment is made, all construction survey markers shall be removed. It is not acceptable to hammer the markers into the ground as they pose a hazard to agricultural operations. END OF SECTION BID NO. B2000137 Page 155 1 REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows Subsection 626.01 shall be revised to include the following: 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. CONSTRUCTION STAGING AND TEMPORARY CONSTRUCTION EASEMENTS: The Contractor shall take responsibility to find adequate staging area(s) for the project. Any agreements made for staging on private property shall be made in writing and copies of the written agreements shall be provided to the County prior to Construction. All staging areas shall be secured with temporary fencing and restored to original conditions after construction. The Contractor shall provide erosion and sediment control for all staging areas and shall modify the Erosion and Sediment Control Plans to include staging areas. The County has acquired Temporary Construction Easements (TCE) for work on the project. If the Contractor needs to perform work on private property outside of the easements shown on the drawings, then the Contractor shall obtain additional TCE's. All agreements made between the Contractor and the private property owners for additional TCE's shall be made in writing and a copy of all written agreements shall be furnished to the County prior to any disturbance. The Contractor shall provide erosion and sediment control for all areas encompassed within the additional TCE's obtained by the Contractor and shall modify the Erosion and Sediment Control Plans to include TCE's. The Contractor shall inform the property owners and the tenants at the properties prior to construction. The Contractor shall limit construction activities to those areas within the limits of disturbance as shown on the plans to the maximum extent practical. All costs whatsoever the nature required for staging and additional temporary construction easements including temporary fencing and erosion and sediment control shall be considered incidental to the project. Any disturbance beyond the limits presented on the drawings shall be restored to the original condition at Contractor's expense. Construction activities, in addition to normal construction procedures, shall include parking of vehicles or equipment, consolidation of construction debris or materials, and disposing of litter and any other action which alters existing conditions. All disturbances outside the Project Limits shall be pre - approved by the County and secured by the Contractor, at Contractor's expense. In addition, the Contractor will be required to secure Right of Entry for property owner access that extends beyond the Right of Way Line. No separate payment will be made. Contractor to review the access plans and determine the extent of the right of entry required. Weld County shall be notified of the right of entry prior to entry. Subsection 626.02, delete the second paragraph and replace with the following: For the purpose of this Section the term "original contract amount" as used above shall mean the total amount for rehabilitating a specific bridge as determined from the plan summary of quantities and contract unit prices excluding mobilization, or as defined in the Internal Accounting (IA) Form excluding mobilization. For the purpose of this Section the term "project" as used above shall mean the rehabilitation work for a specific bridge as defined in the plans or IA Form. Payments for materials on hand, as described in subsection 109.07, will not be included as a percent of the amount earned until said materials on hand have been incorporated into the work and accepted and paid for as contract items. Subsection 626.02 shall be revised to include the following: Payment for mobilization will be made for the rehabilitation of each bridge, based on its location and independent of the type and number of rehabilitation work items as defined in the plans or IA Form. Mobilization will be considered full compensation for all contract items included in the plans or IA Form; no items included in the contract will receive separate compensation for mobilization. BID NO. B2000137 Page 156 2 REVISION OF SECTION 626 MOBILIZATION Mobilization (North of US 34) shall be utilized for rehabilitation of bridges north of US 34. Mobilization (South of US 34) shall be utilized for rehabilitation of bridges south of US 34. Payment will be made under: Pay Item Pay Unit Mobilization (North of US 34) Each Mobilization (South of US 34) Each END OF SECTION BID NO. B2000137 Page 157 1 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall include the following: This work includes furnishing, operating, and maintaining a portable message sign panel The Contractor shall submit a Traffic Control Plan to the County for review and approval prior to construction. The plan shall address all phases of construction. The Contractor shall take all necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the entire project. The Contractor shall make the necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Detours, street closures, and driveway closures which are required for the protection of the traveling public during construction of this project are included within the scope of traffic control and shall not be paid for separately. It shall be the Contractor's responsibility to maintain roadway traffic safety, adequately, and continuously on all portions of existing roads and cross roads affected by this work. The Contractor shall maintain that portion of the existing roadway being used to carry traffic so that traffic may readily pass over it, including provisions of any requiring temporary pavement markings. Placement and removal of temporary striping shall not be paid for separately but shall be included in the work for Traffic Control. If it becomes necessary to properly move traffic through the construction area, flaggers shall be posted to slow down and reroute traffic. Flaggers are required when workers or equipment intermittently block a traffic lane. Flaggers shall be wearing Class 3 high visibility safety apparel and shall be equipped with a sign paddle. Add subsection 630.03(a) immediately following subsection 630.03 as follows: 630.03(a) Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three - eight -character lines. The panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a pre -default message that activates before a power failure. The sign shall be solar powered with independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign shall be visible from one-half mile under both day and night conditions. The message shall be legible from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front cover. Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of operating on a hard wire, 100-110 VAC, external power source. (2) All electrical wiring, including connectors and switch controls necessary to enable all required sign functions shall be provided with each sign. (3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and trouble -shooting guide. (4) The portable message sign shall be capable of maintaining all required operations under Colorado mountain -winter weather conditions. (5) Each sign shall be furnished with an attached license plate and mounting bracket. (6) Each sign shall be wired with a 7 -prong male electric plug for the brake light wiring system. BID NO. B2000137 Page 158 2 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Subsection 630.13 shall be revised to include the following: The portable message sign panel shall be on the project site at least 14 calendar days prior to the start of active roadway construction. Maintenance, storage, operation, relocation to different sites during the project, and all repairs of portable message sign panels shall be the responsibility of the Contractor. Delete Subsection 630.17 and replace with the following: Traffic Control — Signs Only (No Flaggers) (Minor Encroachment) will be measured by the number of days this type of traffic control is set up and utilized on the project. This item shall include in the unit cost all traffic control devices, maintenance of traffic control devices, traffic control management, and traffic control inspection required for the project. Only Portable Message Sign Panels, where required, will be measured and paid for separately. Traffic Control — Signs Only (No Flaggers) (Road Closure) will be measured by the number of days this type of traffic control is set up and utilized on the project. This item shall include in the unit cost all traffic control devices, maintenance of traffic control devices, traffic control management, and traffic control inspection required for the project. Only Portable Message Sign Panels, where required, will be measured and paid for separately. Traffic Control — Signs and Flaggers (Lane Closure) will be measured by the number of days this type of traffic control is set up and utilized on the project. This item shall include in the unit cost all traffic control devices, maintenance of traffic control devices, flagging, traffic control management, and traffic control inspection required for the project. Only Portable Message Sign Panels, where required, will be measured and paid for separately. Portable Message Sign Panel will be measured by the actual number of days each portable message sign is used on the project as approved by the Engineer. Resetting, repairing, or replacing traffic control devices including portable message sign panels is considered maintenance of the devices. Cleaning and maintaining of traffic control devices including portable message sign panels is incidental to the bid items listed below and will not be paid for separately. Subsection 630.18 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Traffic Control — Signs Only (No Flaggers) (Minor Encroachment) Day Traffic Control — Signs Only (No Flaggers) (Road Closure) Day Traffic Control — Signs and Flaggers (Lane Closure) Day Portable Message Sign Panel Day END OF SECTION BID NO. B2000137 Page 159 1 REVISION OF SECTION 632 NIGHT WORK LIGHTING Section 632 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 632.01 This work consists of furnishing, installing, operating, maintaining, moving, adjusting, and removing lighting to illuminate construction work spaces for night work. Night work will be defined as work performed between 30 minutes before sunset and 30 minutes after sunrise. MATERIALS AND EQUIPMENT 632.02 The Contractor shall provide lighting for night work in the activity area work space where construction equipment, workers on foot, or both are present. The work space is that portion of the roadway closed to road users, or outside of the roadway, set aside for workers, equipment and materials performing contract work. The work space may be stationary or may move as the work progresses. Illumination may be accomplished by using a combination of portable lights, floodlights, equipment mounted lights, or other lighting methods that will provide the required minimum lighting intensity. Light fixtures that are mounted on the construction equipment shall have a secure connection to minimize vibration and ensure that the view of the equipment operator is not obstructed. Portable lights shall be aimed either generally parallel or perpendicular to the roadway, aimed downward towards the work to avoid glare to oncoming drivers. Existing street and highway lighting shall not eliminate the need for the Contractor to provide work area lighting. Vehicle headlights shall not be permitted as the sole means of illumination while working. 632.03 Portable Generator and Inverter Generator. The Contractor shall provide a portable generator, inverter generator, or both as needed to power the added equipment mounted lights on motorized equipment if the existing power supply on the equipment is insufficient to power the added lights. Fuel tank capacity and availability of fuel on site shall be sufficient to permit uninterrupted operation throughout the planned shift. All power sources shall be equipped with a ground -fault circuit interrupter. The generator shall be placed or temporarily mounted on the equipment without obstructing access onto the equipment or the view of the operator. 632.04 Light Meter. The Contractor shall furnish a light meter for use by the Engineer. The meter shall have a digital display calibrated to NIST standards, shall be cosine and color corrected with an accuracy of +/- 5 percent. The light meter shall remain the property of the Contractor after final acceptance. CONSTRUCTION REQUIREMENTS 632.05 Lighting for night work shall include: (1) Minimum lighting intensity of 5 -foot candles for work space illumination. (2) Illuminate the stationary work space as stated in (1) above where construction equipment, workers on foot or both are present. (3) Light sources shall be positioned not to interfere with or impede traffic in any direction and not cause glare for motorists or onto adjacent properties whenever possible. The Contractor shall make adjustments, use visors or shields, or both to minimize glare. (4) Illumination for mobile operations within a closed travel lane with traffic control devices will be defined as 20 feet in front of and behind and 5 feet to each side of each piece of moving equipment. (5) The Contractor shall provide portable lights for Engineer's and contractor personnel performing materials testing for either mobile or stationary operations to illuminate the testing work space as stated in (1) above. For concrete operations at night, the Contractor shall illuminate the designated concrete truck washout location including the access and the wash out site. BID NO. B2000137 Page 160 2 REVISION OF SECTION 632 NIGHT WORK LIGHTING (6) Workers on foot, performing work within a moving work space (i.e. striping layout/installation, surveying, etc.) shall wear ANSI approved high visibility apparel and headwear for Class 3 risk exposure including vest, Class E pants or leg gaiters, and reflective tape on hard hats. Workers may use portable lighting that can be worn on the hard hats that provide 360 -degree visibility. (7) Portable light towers and lights mounted on stands shall be sturdy and free-standing without the aid of guy wires or bracing. Minimum illumination levels as stated in (1) above shall be maintained at a distance of 5 feet on all sides of stationary equipment with either equipment mounted or free-standing lights. (8) The Contractor shall ensure that all pieces of equipment have operating lights to illuminate operator's controls, backhoe and loader buckets, and illuminate the equipment reach limits around rotating equipment (i.e. the paving machine shall have illumination for the hopper, auger, and screed areas). (9) The TCS vehicle shall have the rear of the truck illuminated while installing, maintaining, and removing traffic control devices unless sufficient lighting levels exist with stationary lights. (10)The Contractor shall maintain a uniformity ratio no greater than 5:1 over the stationary work space. Uniformity ratio is the ratio of average to minimum horizontal illuminance within the work space. The uniformity ratio shall be determined by dividing the average of all light meter measurements by the light meter measurement at the darkest spot within the illuminated area. 632.06 Night Work Lighting Plan. The Contractor shall submit a lighting plan to the Engineer for review signed by the Contractor's designated person three days in advance of the Preconstruction Conference. The lighting plan shall appropriately describe the work and include the following: (1) Layout drawing and supplemental narrative showing light locations, equipment mounted lights, and configuration including both typical spacing and lateral placement for each work activity. (2) Tabulation of lights for those lights that are included within the Night Work Lighting pay item. Lights included in the tabulation such as tower lights, lights mounted on stands and lighting mounted to mobile equipment (not original equipment lights) but those additional equipment mounted lights or portable lights that provide the 20 feet in front and behind illumination zone shall have catalog cuts giving the specific brand names, model numbers, lamp type and wattage. (3) Narrative description of those operations where workers will be on foot in a moving work space. (4) Details of hoods, visors, louvers, shields or other means to be used to minimize glare. The plan shall be revised and updated by the Contractor as requested by the Engineer during the progress of the work to accommodate changes to the work. 632.07 Inspection of Lighting. Lighting inspection by the Engineer will be performed jointly with the Contractor's designated person on a drive through the project to include (1) observation of the lighting setup to evaluate glare potential for drivers and workers and (2) light meter measurements to determine minimum illumination levels. The Contractor shall make adjustments to the lighting as needed based on the Engineer's inspection. In the event of any failure of the lighting system, the Engineer may determine to discontinue work until the required level of illumination is restored. Delays due to insufficient lighting levels are the responsibility of the Contractor. Any corrections and deficiencies needed to provide the minimum illumination levels shall be addressed by the start of the next work shift. The Engineer will take light meter measurements to verify the minimum lighting levels using a light meter provided by the Contractor during the night work shift. Light meter readings will be taken within the work space where work is being performed, in a horizontal plane, light sensor part of the meter held parallel to the ground with the sensor aimed upward, 3 feet above the pavement or ground surface. Meter readings will be taken at the source at 5 -foot intervals out to the illuminated work space perimeter. These measurements will be documented and filed in the project records. BID NO. B2000137 Page 161 3 REVISION OF SECTION 632 NIGHT WORK LIGHTING 632.08 Lighting for Flagger Stations. For nighttime flagging, flagger stations shall be illuminated by an overhead light source providing a minimum lighting intensity level of 5 -foot candles measured 1 foot out from the flagger's chest. The flagger station light shall illuminate the station area with a radius of at least the width of the lane plus 5 feet, and be centered on the flagger in the initial flagging position. The size of the illuminated area shall be increased to account for flagger movements required to control traffic. The flagger station lighting shall be maintained at an adequate height above the pavement and be capable of being shielded through the use of visors, hoods, louvers, or screens as needed to minimize glare to approaching traffic and spilling over onto adjacent properties. METHOD OF MEASUREMENT 632.09 Night Work Lighting will not be measured and paid for separately but shall be included in the work. END OF SECTION BID NO. 82000137 Page 162 I REVISION OF SECTION 709 REINFORCING STEEL AND WIRE ROPE Section 709 of the Standard Specifications is hereby revised for this project as follows: Delete the second paragraph in Subsection 709.03 and replace with the following: Dowel bars for transverse joints shall conform to ASTM A934 for fusion -bonded epoxy (FBE) coatings. Dowel bars shall be a solid carbon steel round bar and shall conform to ASTM A615, Grade 60 for the core material. Dowel bars shall be saw cut with all sharp edges removed. Dowel bars shall be fully encapsulated coated with a corrosion resistant, multi -layered FBE applied at a minimum thickness of 20 mils and purple in color. No cold or wet patching will be allowed. Bar length and diameter shall be designated on the plans. Dowel bar used in the contraction baskets shall meet requirements as above. Dowels to be used in the baskets shall be prepared for welding. The areas where the dowel will be attached to the basket frame shall be ground and cleaned prior to welding. Burning through the FBE coating on the dowels to weld the dowels to the frames shall not be permitted. After the dowels are welded into the wire frame, the entire wire basket shall be fully coated with a multi -layered FBE applied as above. Wires shall be a minimum of 3/8" thick unless otherwise specified. All wire intersections shall be resistance welded. The dowel bars shall be arc or resistance welded to the basket on alternating ends of the dowel. Tolerances are ±1/4" unless otherwise specified. Baskets shall be manufactured so the dowels are horizontal and parallel to the basket. END OF SECTION BID NO. B2000137 Page 163 I FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the County's estimate for force account items included in the Contract. The estimate amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payments bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item Estimated Quantity Amount F/A Minor Contract Revisions FA $25,000 F/A Erosion Control FA $15,000 F/A Irrigation FA $7,000 F/A Subsurface Utility Engineering (SUE) FA $20,000 F/A Minor Contract Revisions — This work consists of minor work authorized and approved by the Engineer, which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. F/A Erosion Control — This work consists of minor erosion control work authorized and approved by the Engineer which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. All items shall be pre -approved by the Engineer prior to installation or they will be no cost to the project. F/A Irrigation — This work consists of the reconstruction/repair of minor irrigation appurtenances authorized and approved by the Engineer which is not included in the contract drawings or specifications and is necessary to accomplish the scope of work for this contract. All items shall be pre -approved by the Engineer prior to installation or they will be no cost to the project. F/A Subsurface Utility Engineering (SUE) — This work consists of subsurface utility investigations, mapping, reporting, and plans to achieve a minimum utility location/depiction Quality Level A as defined by the American Society of Civil Engineers (ASCE) Standard 38. A Colorado licensed Professional Engineer (PE) is required to oversee this work and stamp/sign the deliverables. This work shall be pre -approved by the Engineer prior to beginning or it will be no cost to the project. This work shall not include one -call 'dig' locates for utilities, and coordination with utility companies, both of which shall be subsidiary to other work items. END OF SECTION BID NO. B2000137 Page 164 1 TRAFFIC CONTROL PLAN — GENERAL The key elements of the Contractor's Method of Handling Traffic (MHT) are outlined in subsection 630.10. The components of the Traffic Control Plans (TCPs) for this project are included in the following: 1. Subsection 104.04 and Section 630 of the specifications. 2. Standard Plan S-630-1, Traffic Controls for Highway Construction, and Standard Plan S-630-2, Barricades, Drums, Concrete Barriers (Temp) & Vertical Panels 3. Schedule of Construction Traffic Control Devices. 4. Signing and Striping Plans. 5. Construction Phasing Details. 6. Detour Details. Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. Special Traffic Control Plan requirements for this project are as follows During the construction of this project, traffic shall use the present traveled roadway unless identified on the plans or approved by the Engineer. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. Access to private properties shall be maintained at all times. During all bridge rehabilitation work, only one lane may be closed to traffic at any time unless approved by the Engineer. Traffic shall not be delayed for more than 15 minutes or as directed by the Engineer when the roadway is open to traffic. Two weeks prior to any road closure, the Contractor shall notify the Weld County Public Works Department. The Contractor shall not perform any work on the roadway between the hours of 6 p.m. and 6 a.m. unless approved by the Engineer. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project END OF SECTION BID NO. B2000137 Page 165 I UTILITIES COORDINATION The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The known utilities are shown on the Contract Drawings, where Contract Drawings are provided. However, additional unknown utilities may exist within the project limits, and the location of known utilities is estimated and the accuracy of shown utility locations is not guaranteed. The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. Known utilities within the limits of this project are: UTILITY CONTACT PHONE EMAIL TBD TBD TBD TBD Utilities will vary between bridge rehabilitation project locations. If utilities are known within the limits of a project, contact information will be provided prior to project construction. The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. The locations of buried lines shown on the plans and described herein were obtained from the best available information but are not to be considered complete as to location or identification of all utilities that could be encountered. The Contractor shall verify the location of all utilities, underground pipelines, agricultural irrigation lines, etc. prior to the start of any digging using non-destructive methods to verify utility clearances. If utilities were relocated during the design and ROW acquisition portion of the project, the Contractor shall be responsible for verifying the depth and position of the relocated facilities. For buried lines crossing laterally in the project area, at a minimum, the Contractor shall obtain pothole information on the utility at each edge of ROW and at each flow line of the ditch. For buried lines running parallel to the project area, at a minimum, the Contractor shall obtain pothole information on the utility at 50 -foot intervals throughout the project area. The pothole information including horizontal and vertical position shall be stamped and signed by a Professional Engineer (PE) or Professional Land Surveyor (PLS) licensed in the State of Colorado. BASIS OF PAYMENT All costs (except potholing) are incidental to the foregoing requirements and will not be paid for separately but shall be included in the work. Potholing will be paid at the unit prices provided in the bid. No monetary compensation will be made to the Contractor for delays or any other issues related to utility conflicts. END OF SECTION BID NO. B2000137 Page 166 CDOT STANDARD SPECIAL PROVISIONS The 2019 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. STANDARD SPECIAL PROVISIONS INDEX Date Pages Revision of Section 107 — Project Safety Management Plan April 13, 2020 168 Revision of Section 518 — Polyester Concrete End Dam October 4, 2019 169-175 Revision of Section 601 — Concrete Mix Designs January 13, 2020 176 Revision of Section 601 — Structural Concrete October 4, 2019 177-193 BID NO. B2000137 Page 167 April 13, 2020 1 REVISION OF SECTION 107 PROJECT SAFETY MANAGEMENT PLAN Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06a shall include the following: (13) The safety plan should address issues including, but not limited to the following: Protocols for requiring symptomatic individuals to stay away from the project site. Protocols for identifying and protecting vulnerable individuals. Protocols on reporting of potential and confirmed infections to project and CDOT staff. Cleaning and sanitizing of devices and materials brought to the site for installation. Cleaning and sanitizing practices for equipment, work spaces, and sanitation facilities both for everyday situations and for a situation where a worker is found to have been infected by the pandemic virus. Provisions and protocols for washing hands or other means of hand sanitizing. The planned use of shift work to minimize interpersonal contact between crews. Task specific protocols that ensure people minimize contact and maximize social distancing while performing particular jobs. For example, rules for laborers to follow when forced to work in close quarters like tying steel on a structure, or installing pipe in a trench, or other similar operations. Protocols to ensure materials testers, inspectors and other project staff can perform their work while maintaining proper social distancing from contractor staff. This includes the exchange of necessary documents like load tickets, COC's, payroll information etc. Meeting arrangements, including techniques for remote meetings, and maintaining 6 feet minimum spacing if face-to-face meetings are unavoidable, and when trying to verbally communicate around loud machinery and operations. Protocol and plan for enforcement on who may access Field office and Material testing trailers to ensure social distancing is maintained. Protocols to ensure staff maintain social distancing while taking breaks from work activities, including the use of temporary lodging on remote jobs. Supplemental PPE to be used during the pandemic. END OF SECTION BID NO. B2000137 Page 168 October 4, 2019 1 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM Section 518 of the Standard Specifications is hereby revised for this project as follows: Subsection 518.01 shall include the following: This work consists of furnishing and placing a Polyester Concrete End Dam system which includes Polyester - based Polymer Concrete (PPC) and High -molecular -weight Methacrylate (HMWM) resin primer. The system shall be used for Portland Cement Concrete blockouts (PCC) of bridge expansion devices on the concrete bridge deck, abutment backwalls, and approach slabs as shown on the plans. Delete subsection 518.06 and replace with the following: 518.06 Polyester Concrete End Dam. (a) Submittals. 15 days prior to the Polyester Concrete Pre -placement Conference the Contractor shall submit the following: (1) Polyester Concrete End Dam System. The Contractor shall submit to the Engineer two copies of the Manufacturer's written instructions for the installation of the Polyester Concrete End Dam system. The literature shall contain pertinent materials and installation data for the PPC supplied on the project. The Contractor shall submit the proposed testing procedures, mix design, form installation, and criteria for all PPC materials. (2) Manufacturer Qualifications. The Contractor shall install a Polyester Concrete End Dam system with all components of PPC provided through a single manufacturer. The manufacturer shall have documented experience supplying five successful projects of similar size and scope within the past five years. The Contractor shall submit documentation of the manufacturer's project experience including the following: (i) Project construction dates. (ii) PPC quantities. (iii) Reference names and contact information for owner representatives. (3) Contractor Qualifications. The Contractor shall submit documentation of at least 10 successful projects with one or more of the following: (1) Thin Bonded Overlay (Polyester Concrete), and (2) Polyester Concrete End Dam, to established grade lines using similar equipment as specified in subsection 518.11(c) below within the past five years. The documentation of Contractor qualifications shall include the following: (i) Project construction dates. (ii) PPC quantities. (iii) Reference names and contact information for owner representatives. If the Contractor does not have at least 10 documented successful projects of experience with placing PPC systems, the Contractor shall arrange for a qualified Manufacturer's Technical Representative with at least five documented successful projects of experience with PPC system placements within the past five years to be on -site throughout the duration of the project to provide technical support for the material mixing and placement. If the Contractor has at least 10 documented successful projects of experience with placing PPC systems, the qualified Manufacturer's Technical Representative with at least five documented successful projects of experience with PPC system placements within the past five years shall, at a minimum, be on -site the first day of PPC placements, and shall be available as requested by the Engineer if necessary. (4) Manufacturer's Technical Representative Qualifications. The Manufacturer's Technical Representative shall have at least five documented successful projects of experience of similar size and scope with PPC system placements using similar equipment as specified herein within the past five years, and be competent in all aspects of the work including all materials to install the PPC systems. This includes, but is not limited to, surface preparation, PPC application and PPC curing. The Technical BID NO. B2000137 Page 169 October 4, 2019 2 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM Representative shall be available on -site for the first day of PPC placement to facilitate the installation. The Contractor shall submit documentation of the Technical Representative's experience including the following: (i) Years of experience with PPC systems. (ii) Project construction dates. (iii) PPC quantities. (iv) Reference names and contact information for owner representatives. (5) Certified Test Report. The Contractor shall furnish a Certified Test Report, in accordance with subsection 106.13, confirming that all materials required for a Polyester Concrete End Dam system have been pretested, and meet all requirements. (6) Placement Plan. The Contractor shall submit a Polyester Concrete Placement Plan that includes the following: (i) Schedule of work and required testing. (ii) Placement sequence and procedure. (iii) Description of all equipment used. (iv) Method for preventing leakages of HMWM primer and Polyester Concrete. (v) Method for measuring, and maintaining thickness and profile for each lift. (vi) Finishing surface method including sequence and repair of damaged sections. (vii) Cure time for Polyester Concrete. (viii) Storage and handling of resin and PPC components. (ix) Procedure for disposal of excess resin, PPC and containers. (x) Procedure for cleanup of mixing and placement equipment. (7) Equipment. The Contractor shall submit documentation of certification of scales that will be used to calibrate the mobile mixing truck. The certification shall be dated within the last month. A new certification shall be done if any adjustments are made to the scales. (8) Material Samples. Representative material samples used for the project shall be submitted to the Engineer a minimum of 30 days prior to the PPC application. The exact samples of materials from the same lots used for the project, for all components of the PPC system shall be submitted by the manufacturer, if requested, a minimum of 15 days prior to the PPC application. The quantities of the material samples shall consist of one 4 -liter sample for each liquid with corresponding amounts of catalysts and accelerators, and a 50 pound sample for each dry component. (b) Material Requirements. Materials for the Polyester Concrete End Dam shall be as follows: (1) PPC. The PPC shall consist of Polyester Resin Binder, catalysts and dry aggregate specified in Table 518-3. It shall also include a compatible primer applied on the prepared concrete areas, which when mixed with other specified ingredients and applied as specified herein, shall produce a PPC meeting the requirements of this specification. Accelerators may be required to speed up the chemical reaction, and achieve proper Set Time of the PPC. They shall be used as recommended by the PPC Manufacturer. (2) Polyester Resin Binder. Polyester Resin Binder shall have the following properties: (i) Be an unsaturated lsophthalic Polyester -styrene Co -polymer. The Polyester Resin content shall be 12 percent ±1 percent of the weight of the dry aggregate. (ii) Contain at least 1.0 percent by weight Gamma-methacryloxypropyltrimethoxysilane, an Organosilane Ester Silane coupler. (iii) Be used with a promoter that is compatible with suitable Methyl Ethyl Ketone Peroxide and Cumene Hydroperoxide initiators. (iv) Have the values for the material properties shown in Table 518-1. BID NO. B2000137 Page 170 October 4, 2019 3 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM . Table 518-1 POLYESTER RESIN BINDER PROPERTIES Tested each lot sent to the job) Property Test Method Value Viscosity*, ASTM D2196 .. 0:1`x10`5 to 2.9x10-5 psi -sec (0.075 to 0.20 Pa -s) RVT No.1 Spindle, 20 RPM a177 °F Specific Gravity* ASTM D1475 1.05 to 1.10 at 77 °F Elongation. 'ASTM D638 -35%o minimum Type I specimen, thickness 0.25 t 0.03" at Rate = 0.45 inch/minute. . ASTM.D618 Sample; Conditioning: 18/25/50+5/70 Tensile Strength ASTM 0638 2,500 psi, minimum Type I specimen, thickness 0.25 t 0.03" at Rate = 0.45 inch/minute. ASTM 0618 Sample Conditioning: 18/25/50+5/70 Test shall be performed before adding initiator. (3) Primer. Primer for the concrete blockout surfaces shall be a wax -free low odor, High -molecular -weight Methacrylate primer (HMWM), and consist of a resin, initiator, and promoter. When initiators and promotors are required to achieve proper modifications for working under different temperature conditions and applications of the primer, they shall be used as recommended by the PPC Manufacturer. HMWM primer shall be applied to bond in PCC surfaces and promote adhesion to the PPC materials. The primer shall be tested for the Bond Strength in accordance with CP-L4302. The primer shall have a maximum volatile content of 30 percent prior to adding the initiator, when tested in accordance with ASTM D2369, and conform to Table 518-2. Initiators for the Methacrylate Resin shall consist of a metal drier and Peroxide. If supplied separately from the resin, the metal drier shall not be mixed with the Peroxide directly. The containers shall not be stored in a manner that allows leakage or spilling to contact the containers or materials of the other. Table 518-2 HIGH MOLECULAR WEIGHT METHACRYLATE RESIN PROPERTIES (Tested yearly) Property Test Method Value Viscosity* ASTM D2196 4.0x10-5 psi -sec (0.025- Pa -s) maximum (Brookfield RVT with UL.adapter, 50 -RPM at 77 °F) Volatile Content* ASTM D2369 30% maximum Specific Gravity*: ASTM D1475 0.90 minimum at 77 °F - Flash Point* ASTM D3278 180 °F minimum Va or.Pressure* . ASTM D323 _ 0.04 inch ,Hg, maximum at -77 °F PCC Saturated Surface -Dry Bond Strength (Adhesive) CP-L4302 700 psi, minimum at 24 hours and 70 + 1 °F (with Polyester Concrete at 12 % resin content by weight of the dry aggregate) *Test shall be performed before initiator is added BID NO. B2000137 Page 171 October 4, 2019 4 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM (4) Aggregate. Aggregate for Polyester Concrete shall:. (i) Have not more than 45 percent crushed particles retained on the No. 8 sieve when tested in accordance with AASHTO Test Method T335. (ii) Provide fine aggregate consisting of natural sand. (iii) Have a weighted -average aggregate absorption of no more than 1.0 percent when tested under AASHTO Test Methods T84 and T85. (iv) At the time of mixing with resin, have moisture content of not more than one half of the weighted - average aggregate absorption when tested under AASHTO Test Method T255. (v) Comply with the requirements for the aggregate gradation shown in Table 518-3. Table 518-3 AGGREGATE GRADATION (Tested yearly) Sieve Size Percent Passing 3/8". " 100 No. 4 62-85 No. 8 .45-67 No.16 29-50 ,No.30 :16-36. No. 50 5-20 No.100 - 0-7 No. 200 0 - 3 (5) Sand. Sand for abrasive sand finish shall: (i) Be commercial -quality blast sand. (ii) Have not less than 95 percent pass the No. 8 sieve, and not less than 95 percent retained on the No. 20 sieve when tested under AASHTO Test Method T27. (iii) Have an average absorption of not more than 1.0 percent when tested under AASHTO Test Method T85. (6) Composite System Properties. Polyester Concrete End Dam system shall have the values for the composite system properties shown in Table 518-4: Table 518-4 COMPOSITE SYSTEM PROPERTIES (Tested every 2 years) Property Test Method Values Abrasion Resistance CP-L4301 < 2g weight loss (at 12% resin content by weight of the dry aggregate) Modulus of Elasticity ASTM C469 1 000,000 psi to 2,000,000 psi (at 12% resin content by weight of the dry aggregate) 500 psi minimum at minimum of 24 hours and 70 °F (without PPC (Bond Strength) CP-L4302 Primer, at 12% resin content by weight of the dry aggregate, and saturated surface dry specimen) Compressive Strength at Final Set Time ASTM C805 3,000. psi at minimum of 4 hours Compressive Strength at Cure Time ASTM C39 4,500 psi at minimum of 24 hours BID NO. B2000137 Page 172 October 4, 2019 5 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM Delete subsection 518.11 and replace with the following: 518.11 Polyester Concrete End Dam. (a) Pre -placement Conference. A Polyester Concrete Pre -placement Conference shall be held at least 15 days before any PPC placement operation begins. Attendees shall include all parties involved in the work. (b) Trial Application. The Contractor shall construct a test box for a test pour. The test box shall be at least 2 feet long, the depth of the Polyester Concrete End Dams, and the maximum width of the End Dams, or as approved by the Engineer. Prior to constructing the Polyester Concrete End Dams, one or more trial applications shall be placed in the test box to determine the Initial Set Time (Gel Time), Final Set Time, and Cure Time and to demonstrate the effectiveness of the mixing, placing, and finishing equipment proposed. The Final Set Time can be determined when the in -place PPC cannot be deformed by pressing with a finger, indicating the resin binder is no longer in a liquid state. The trial application shall replicate field conditions and be constructed using the same installer and equipment as the production work. The location of the trial application shall be as approved by the Engineer. Trial applications shall be properly disposed of off -site by the Contractor. The number of trial applications required shall be as many as necessary for the Contractor to demonstrate the ability to construct an acceptable trial end dam section and competency in ability to perform the work. All Set Times are based on anticipated application temperatures, conditions, and lane closure timing. The Contractor shall adjust the mix design, and construct a test box and demonstrate that the adjusted mix consolidates and sets properly. The methods, installer, or the PPC system may be rejected after three trial applications if not shown to be adequate or in compliance with this specification as directed by the Engineer. Acceptable test results shall be achieved on a trial application before installation may proceed. (c) Equipment. All equipment for cleaning the existing concrete surface, and mixing and applying the PPC system shall be in accordance with the Material Manufacturer's recommendations as approved by the Engineer prior to commencement of any work. (1) Measuring Equipment. The following equipment shall be provided: (i) Certified Scales used to calibrate the mobile truck mixing equipment. (ii) Means to measure the resin levels in the tank of the mobile truck mixer during PPC placement operations and access to the resin tank. (2) Mixing Equipment. A continuous mixer shall be used for all PPC applications. The continuous mixer shall: (i) Employ an auger screw/chute device. (ii) Be equipped with an automatic metering device that measures and records aggregate and resin volumes. Record volumes at least every five minutes, including time and date. Submit recorded volumes at the end of the work shift. (iii) Have a visible readout gage that displays volumes of aggregate and resin being recorded. (iv) Produce a satisfactory mix consistently during the entire placement. (v) Be calibrated by certified scales provided by the Contractor. Calibration shall be demonstrated by comparing the computer tickets to three consecutive batches of aggregate verified to be within 2% of one another. The process shall be repeated for three consecutive batches of resin, also verified to be within 2% of one another. This calibration process shall be witnessed by the Engineer, and the calibration shall be done every 90 days. A portable mechanical mixer of appropriate size for proposed batches, as recommended by the manufacturer and approved by the Engineer, may be used for all PPC applications and for smaller area applications of less than 2000 cubic feet per contract. BID NO. B2000137 Page 173 October 4, 2019 6 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM (3) Finishing Equipment: PPC materials shall be placed using hand tools such that the finish shall match the adjacent deck or pavement surfaces, and meet the requirements of the project. (d) Surface Preparation. Prior to HMWM primer and PPC applications, the concrete surfaces to be treated shall be cleaned by shot-blasting, scarifying, chipping, or sandblasting until all unsound materials and contaminants which may interfere with the primer and PPC have been removed from the concrete blockouts. Exposed concrete surfaces shall be protected from precipitation and heavy dew during and after the application of the primer. (e) Forms. Forms of the concrete blockouts shall be tight, and sufficiently rigid to prevent distortion due to the pressure of the PPC and other loads incidental to the PPC. The formwork shall be inspected by the Engineer prior to the PPC placements. The forms shall be sealed water tight so that there is no leakage. (f) HMWM Primer Application. Prior to placing HMWM primer in the concrete blockouts, the exposed surfaces of the existing concrete shall be completely dry and blown clean with oil -free compressed air. However the primer shall be placed after 28 -day curing time of new concrete. After the exposed concrete surfaces have been prepared and cleaned, the primer shall be applied in accordance with the Manufacturer's recommendations. The primer shall be applied within five minutes of mixing at a spread rate of approximately 90 square feet per gallon, and uniformly spread to completely cover any surfaces which PPC materials will bond. The primer shall be reapplied to any areas that appear dry after 15 minutes of absorbing the materials. The concrete surface temperature shall be at 40 °F and rising to 95 °F maximum, and the relative humidity shall be not more than 85 percent. (g) Polyester Concrete Application. The Polyester Concrete shall be applied in the concrete blockouts within two hours after the primer has been applied. Prior to PPC placement, the surface temperature of the concrete blockouts to receive PPC shall be at 40 °F and rising to 95 °F maximum. The PPC shall be placed prior to the Initial Set Time and 15 minutes following addition of an initiator, whichever occurs first, or within a more restrictive temperature range if recommended by the manufacturer. After placing PPC in the concrete blockouts, if the Initial Set Time of PPC has exceeded 120 minutes, the materials shall be removed and replaced at the Contractor's expense. Two unit weight tests shall be performed on site for each lift and/or each day's production of PPC material using 4"x8" cylinders. The average of the two test results shall be within 135 +/- 5 pounds per cubic foot. If the average of the unit weight tests is not within this specified range, adjustments shall be made to the PPC and the tests performed again. Any material placed that is outside the specified range shall be removed and replaced at the Contractor's expense. After a minimum of four hours and prior to opening to traffic, the Compressive Strength Test for Polyester Concrete End Dams shall be performed in accordance with the Rebound Hammer of Hardness Concrete, ASTM C805. The test results shall achieve the Compressive Strength of 3,000 psi minimum prior to opening traffic. In addition, one unit weight test cylinder shall be stripped after 90 minutes and examined for evidence of poor consolidation. If uncured or unconsolidated material is determined to be present, the in -place end dam material shall be removed and replaced at the Contractor's expense. If the depth of the Polyester Concrete End Dams exceeds 6 inches, the PPC materials shall be placed in lifts. The maximum thickness of each lift shall be recommended by the manufacturer or approved by the Engineer. Each lift of the PPC shall be consolidated and achieve a relative compaction in the concrete blockouts to the satisfaction of the Engineer. A minimum of two 4"x8" test cylinders shall be made for each days production of PPC for expansion joint end dams. The test cylinders shall be broken at intervals as directed by the Engineer to verify a minimum compressive strength of 4,500 psi has been achieved. If the material has not reached 4,500 psi at 28 days, the Engineer has the option of price reducing the material or remove and replace in accordance with subsection 601.17. BID NO. B2000137 Page 174 October 4, 2019 7 REVISION OF SECTION 518 POLYESTER CONCRETE END DAM (h) Surface Finishing. The proposed surface of Polyester Concrete End Dams shall be consolidated and finished to the required grade and cross slope using finishing equipment as approved by the Engineer. Sand finish shall be applied by either mechanical means or hand broadcasting onto the glossy surface at a minimum rate of 2.2 lbs. per square yard immediately after finishing and before the Initial Set Time occurs. The smoothness of the PPC surface shall be tested with a 10 foot straightedge transversely and longitudinally. Deviations greater than 3/8 of an inch shall be diamond ground to the proposed finish grade. The thickness of the PPC shall not be reduced by more than 3/8 of an inch. Where there is a low spot reduced by more than 3/8 of an inch on the PPC surface, the low area shall be removed at least %" and replaced with new PPC system to the proposed finish grade as directed by the Engineer. If there is a damaged surface on the PPC, the Contractor shall remove unsound PPC surface and replace it with new PPC system in accordance with the Finishing Surface Method. After final surface finishing, traffic or equipment shall not be allowed on the treated surface until the PPC has achieved the Final Set Time. The Polyester Concrete End Dams shall be protected from moisture until Final Set Time has been obtained. The Contractor shall follow all Manufacturer's recommendations including surface preparation and all Set Times prior to opening treated surfaces to traffic or completing the work. In subsection 518.12, delete the fifth paragraph and replace with the following: Polyester Concrete End Dam will not be measured, but will be the quantity designated on the plans. Exceptions for each structure will be: (1) when field changes are ordered, or (2) when it is determined that there are discrepancies on the plans in an amount plus or minus 2 percent of the plan quantity for the structure. In subsection 518.13, delete the fifth paragraph and replace with the following: The accepted quantity of Polyester Concrete End Dam will be paid for at the contract unit price per cubic foot, and shall include all work and materials necessary to complete the item including surface preparation, HMWM primer application, PPC application, surface finishing, trial application test boxes, testing, the on -site Technical Representative and all miscellaneous work required. Subsection 518.13 shall include the following: Payment will be made under: Pay Item Pay Unit Polyester Concrete End Dam Cubic Foot END OF SECTION BID NO. B2000137 Page 175 January 13, 2020 1 REVISION OF SECTION 601 CONCRETE MIX DESIGNS Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.05, second paragraph shall include the following: (12) For air entrained concrete, the SAM number according to AASHTO TP118 Characterization of the Air - Void System of Freshly Mixed Concrete by the Sequential Pressure Method (Super Air Meter) shall be reported. The SAM meter readings for each step shall be included. In addition, two 4"x8" cylinders shall be cast from the same batch of concrete and submitted to the Engineer with the mix design. A SAM leak test shall be performed prior to the SAM testing. Results of the leak test shall be included in the SAM data. END OF SECTION BID NO. B2000137 Page 176 October 4, 2019 I REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Delete subsections 601.01 thru 601.07 and replace with the following: 601.01 This work consists of furnishing and placing hydraulic cement concrete in accordance with these specifications and in conformity with the lines, grades and dimensions as shown on the plans or established. This work includes preparing concrete surfaces designated in the Contract and applying an approved colored Structural Concrete Coating to them. 601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in the Contract. Table 601-1 CONCRETE FIELD REQUIRMENTS Concrete Class Required Field Compressive Strength (psi) Air Content: % Range (Total) Slump2 Maximum Water/Cementitious Material Ratio: B 4500 at 28 days 5 - 8 . .. +/-.2" of Form,1373. Slump w/cm on Form 1373 BZ 4000 at 28 days N/A' 6" — 9" w/cm on Form 1373 D 4500 at -28 days 5-8 .+1-2" ofForm1373 Slump- w/cm on Form 1373 DT 4500 at 28 days 5 — 8 +1- 2" of Form 1373 Slump w/cm on Form 1373 G 4500 at 28 days 5 — 8 +1- 2" of Form 1373 Slump w/cm on Form 1373 PS (Girders) 8500 at 28 days N/A' .9" maximum S 0.45 PS (Deck Panels) 6000 at 28 days N/A' 9" maximum 0.45 P 4500 at 28 days 4-8 . +1-2 of Form 1373 Slump w/cm on Form 1373 S35 5000 at 28 days 5 — 8 +1- 2" of Form 1373 Slump w/cm on Form 1373 S40 5800 at 28 days 5 —8' +1- 2" of Form 1373 Slump , w/cm on. Form 1373 S50 7250 at 28 days 5 — 8 +1- 2" of Form 1373 Slump w/cm on Form 1373 Shotcrete,, ,4500 at 28 days 7-103 ' N/A 0.45 1 5 - 8% when specified 2 Slump shall be a maximum of 9.0 inches for all classes of concrete. Concrete may have a slump above 9.0 inches when designed as Self Consolidating Concrete (SCC). The requirements for slump flow, blocking assessment, and segregation shall apply. 3 Prior to pumping for wet process. Class B concrete is an air entrained concrete for general use. Class D, G or P concrete may be substituted for Class B concrete. Additional requirements are: ' (1) The coarse aggregate shall have a nominal maximum size of 1% inches or smaller. (2) Class B Concrete for Slope and Ditch Paving shall be macro -fiber reinforced. Class BZ concrete is concrete for drilled shafts. Additional requirements are: BID NO. B2000137 Page 177 October 4, 2019 2 REVISION OF SECTION 601 STRUCTURAL CONCRETE (1) Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5 to 8 percent. (2) Slump shall be a minimum of 6 inches and a maximum of 9 inches. A minimum slump of 6 inches shall be maintained during the anticipated pour period. The use of retarders and hydration stabilizers are allowed to extend the slump life of the concrete. When the Contractor elects to use SCC, the slump requirement for Class BZ Concrete does not apply. (3) The coarse aggregate size shall be AASHTO M43 size #8 unless otherwise approved by the Engineer. (4) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kQ-cm at 28 days using AASHTO T358. (5) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. Class D concrete is a denser general use concrete. Class G may be substituted for Class D concrete. Additional requirements are: (1) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kU-cm at 28 days using AASHTO T358. (2) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (3) The mix may use an optimized gradation (OG) with a nominal maximum aggregate size of at least 3/ inch. (4) The mix shall have a nominal maximum aggregate size of at least % inch if an OG is not used. (5) When used in slip forming, an edge slump less than 6 mm (0.25 in.) and less than 30 percent surface voids (ranking of 2 or less) is required. The box test is described in CP 63. (6) Class D Concrete for sidewalks on bridge decks and bridge rail shall be macro -fiber reinforced. Class DT concrete is used for bridge deck resurfacing. Additional requirements are: (1) The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. (2) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kn-cm at 28 days using AASHTO T358. (3) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. Class G concrete is a low shrinkage macro fiber -reinforced concrete. Additional requirements are: (1) The concrete mix shall include approved macro or hybrid polyolefin fibers at a minimum dosage of 4 Ibs/cy or the minimum dosage specified on the Department's Approved Product List (APL), whichever is greater. (2) Shrinkage reducing admixtures may be incorporated into the mix. (3) The unrestrained shrinkage shall not exceed 0.030 percent at 28 days when tested by CP-L 4103. (4) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kO-cm at 28 days using AASHTO T358. BID NO. B2000137 Page 178 October 4, 2019 3 REVISION OF SECTION 601 STRUCTURAL CONCRETE (5) The mix may use an OG with a nominal maximum aggregate size of at least % inch. The mix shall have a nominal maximum aggregate size of inch if an OG is not used. (6) An expansive cement additive may be added to an ASTM C150 Type I/II cement and fly ash to produce an ASTM C845 Type K cement. The proportion of the expansive cement additive will be determined by testing the cementitious material blend in accordance with ASTM C806. The blended material shall have an expansion of 0.04 to 0.10 percent at 7 days when tested in accordance with ASTM C806. When an expansive cement is used, the w/cm ratio shall be 0.45 to 0.55 and the expansion of the laboratory trial mix shall be 0.05 to 0.09 percent at 7 days when tested in accordance with ASTM C878. Class P concrete is used in pavements. Additional requirements are: (1) The Required Field Flexural Strength shall be 650 psi. (2) The concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. (3) The mix may use an OG with a nominal maximum aggregate size of at least 3/+ inch. (4) ASTM C150 Type III and ASTM C1157 Type HE cements may be used for early opening. (5) The mix shall either have a permeability not exceeding 2,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 12 kn-cm at 28 days using AASHTO T358. (6) The unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (7) When concrete is to be placed using a paver, an edge slump less than 6 mm (0.25 in.) and less than 30 percent surface voids (ranking of 2 or less) is required. The box test is described in CP 63. (8) A minimum of 20 percent Class F fly ash or 30 percent Slag cement by weight shall be used to replace any ASTM C150 cement, any ASTM C1157 cement, or ASTM C595 Type IL cement. ASTM C595 Type IT(MS), IT(HS), IP(MS) or IP(HS) cements may be used without cement substitutions. Class C fly ash may be used if the calcium oxychloride is determined to be less than 15 g CaOXY/100 g cementitious paste as determined in accordance with AASHTO T 365 for Class 0 Sulfate Exposure. Class PS Class PS concrete is used for prestressed concrete members. Requirements for Class PS concrete are specified in subsection 618.11. ASTM C150 Type III and ASTM C1157 Type HE cements may be used. Class S35, S40, and S50 concretes are dense high strength concretes. Additional requirements are: (1) The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. (2) When placed in a bridge deck, the mix shall have a nominal maximum aggregate size of at least % inch. (3) The mixes may use an OG with a nominal maximum aggregate size of at least % inch. (4) For S35 and S40 concretes, the unrestrained shrinkage shall not exceed 0.050 percent at 28 days when tested by CP-L 4103. (5) For S50 concretes, the unrestrained shrinkage shall not exceed 0.040 percent at 28 days when tested by CP-L 4103. (6) For S35 and S40 concretes, the mix shall either have a permeability not exceeding 2,000 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 14 kn-cm at 28 days using AASHTO 1358. BID NO. B2000137 Page 179 October 4, 2019 4 REVISION OF SECTION 601 STRUCTURAL CONCRETE (7) For S50 concrete, the mix shall either have a permeability not exceeding 1,500 coulombs at an age of not more than 56 days when tested in accordance with ASTM C1202, or have a surface resistivity of at least 18 kII-cm at 28 days using AASHTO T358. Class Shotcrete concrete is used for shotcrete applications. Additional requirements are: (1) The required air content prior to the pump for wet process applications shall be 7-10 percent. (2) Additional requirements are listed in subsection 641.02. The Contractor may design Class B, Class BZ, Class D, Class G, Class PS, Class S35, Class S40, and Class S50 concrete to be Self Consolidating Concrete (SCC) with the following requirements: (1) SCC shall have a slump flow of 20 to 26 inches when tested in accordance with ASTM C1611 using an inverted slump cone. (2) SCC shall have a maximum blocking assessment of 2.0 inches when tested in accordance with ASTM C1621. (3) (3)SCC shall have a maximum static segregation of 10 percent when tested in accordance with ASTM C1610. MATERIALS 601.03 Materials shall meet the requirements specified in the following subsections: Fine Aggregate . 703.01 Coarse Aggregate 703.02 Portland Cement 701:01 Fly Ash 701.02 Silica Fume 701..03 . Water 712.01 Air.Entraining Admixtures • - 711.02 Pigments and Admixtures 711.03 Curing Materials . 711.01 Preformed Joint Material 705.01 Reinforcing Steel 709'.01 Bearing Materials 705.06 Eoxy. 712.10 , Structural Concrete Coating 708.08 High -reactivity Pozolans L. 701.04 Slag Cement 701.05 Pozzolans shall consist of fly ash, silica fume, and high -reactivity pozzolan. Prestressing steel shall meet the requirements of subsection 714.01 except as noted on the plans. Calcium Chloride shall not be used in reinforced concrete. Calcium Chloride shall be used in non -reinforced concrete only when specified. Where Fiber -Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved polyolefin fibers. Unless otherwise specified, a minimum of 1.5 pounds or the manufacturer's recommended dose per cubic yard of polyolefin fiber reinforcement shall be evenly distributed into the mix. BID NO. B2000137 Page 180 October 4, 2019 5 REVISION OF SECTION 601 STRUCTURAL CONCRETE Mixing shall be as recommended by the manufacturer such that the fibers do not ball up. Polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. Where Macro Fiber -Reinforced Concrete is specified or designated on the plans, the concrete mix shall include approved macro or hybrid polyolefin fibers at a minimum dosage of 4 Ib/cy or the minimum dosage specified on the APL, whichever is greater. The dosage of the fiber may be reduced if trial mix data shows a minimum residual strength of 150 psi as determined in accordance with ASTM C1609 using a load support apparatus compliant with the requirements of ASTM C1812, "Standard Practice for Design of Journal Bearing Supports to be Used in Fiber Reinforced Concrete Beam Tests." Mixing shall be as recommended by the manufacturer such that the fibers are evenly distributed in.the mix and do not ball up. Macro or hybrid polyolefin fibers shall meet the requirements of ASTM C1116 and ASTM D7508. 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured according to the requirements of the specified Sulfate Exposure Class. The sulfate exposure class for all concrete except Class PS shall be Class 2 unless otherwise specified on the plans. The sulfate exposure class for Class PS shall be Class 0. The requirements for a higher sulfate exposure class may be used for lower sulfate exposure classes. The Contractor may request to test the soil and water at a structure location to change the sulfate exposure class. Testing and sampling of the location shall be at a frequency approved by the Engineer, in consultation with the Region Materials Engineer. If the Contractor provided test reports that show another class of exposure exists at a structure location, the Engineer may accept a concrete mix for that location at the changed sulfate exposure class. Cementitious material requirements for each Sulfate Exposure Class are as follows: Class 0 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following. (1) ASTM C150 Type I, II, III or V (2) ASTM C595 Type IL, IP, IP(MS), IP(HS) or IT (3) ASTM C1157 Type GU, HE, MS or HS Class 1 requires that the concrete have a maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type II or V (2) ASTM C595 Type IP(MS) or IP(HS) (3) ASTM C1157 Type MS or HS (4) ASTM C150 Type Ill. Type III shall have no more than 8 percent C3A. (5) ASTM C595 Type IL(MS), IP(HS), IT(MS) or (HS) Class'2 requires that the concrete have a. maximum Water/Cementitious Material Ratio of 0.45 and one of the following: (1) ASTM C150 Type V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight (2) ASTM C150 Type II or Ill with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight. The Type II or Ill cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C452. BID NO. B2000137 Page 181 October 4, 2019 6 REVISION OF SECTION 601 STRUCTURAL CONCRETE (3) ASTM C1157 Type HS (4) ASTM C150 Type II, III, or V plus High -Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (5) ASTM C1157 Type HE or MS plus Class F fly ash, slag cement, or High -Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (6) A blend of portland cement meeting ASTM C150 Type II or III with a minimum of 20 percent Class F fly ash or slag cement by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 (7) ASTM C595 Type IP(HS), IL(HS) or IT(HS). Class F fly ash, slag cement, or High -Reactivity Pozzolan may be substituted for Type IL cement. (8) ASTM C595 Type IL(MS) or IT(MS) plus Class F fly ash, slag cement, or High -Reactivity Pozzolan where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C1012 ttClass 3 requires. that the concrete have a"maximum Water/Cementitious Material Ratio of 0:40'and,one of the (following: (1) A blend of portland cement meeting ASTM C150 Type II, III, or V with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (2) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High -Reactivity Pozzolan may be substituted for cement. (3) ASTM C1157 Type HE, MS or HS plus Class F fly ash, slag cement, or High -Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (4) ASTM C150 Type II, III, or V plus High -Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (5) ASTM C595 Type IL(MS) or IT(MS) plus High -Reactivity Pozzolan where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (6) ASTM C595 Type IP(HS), IL(HS), or IT(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C1012. Class F fly ash, slag cement, or High -Reactivity Pozzolan may be substituted for Type IL cement. (7) ASTM C595 Type IL with a minimum of a 20 percent substitution of Class F fly ash or slag cement by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C1012 (8) ASTM C150 Type I, II, III, or V plus a minimum of 20 percent Class F fly ash when the R factor of the fly ash is less than 0.75. R factor is determined using the following from the chemical composition of the fly ash: R—CaO-5 Fe2O3 ASTM C150 Type III and ASTM C1157 Type HE cements may only be used in Class P or PS Concrete when approved by the Engineer. BID NO. B2000137 Page 182 October 4, 2019 7 REVISION OF SECTION 601 STRUCTURAL CONCRETE Class C fly ash shall not be substituted for cement when Class 1, 2, or 3 sulfate resistance/exposure class is specified. The maximum Water/Cementitious Material Ratio may be exceeded when an expansive cement additive is used. When fly ash or high -reactivity pozzolan is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, shall be the same source, and shall have a calcium oxide content no more than 2.0 percent greater than the fly ash or high -reactivity pozzolan tested according to ASTM C1012. ASTM C1012 test results are acceptable for up to two years from the completion date of the test. Table 601-2 Water -Soluble Sulfate (SO4) Sulfate Sulfate (SO4) in in Waterppm Exposure Dry Soil, (%) , Class 0.00 to -0.10 0, to 150 Class0 0.11 to 0.20 151 to 1,500 Class 1 0.21 to 2.00 1,501 to 1.0,000 Class 2 2.01 or greater 10,001 or greater Class 3 CONSTRUCTION REQUIREMENTS 601.05 Mix Design Submittal Requirements. The Contractor shall submit a Concrete mix design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete mix design has been approved by the Engineer. The Concrete mix design will be reviewed following the procedures of CP 62. The Concrete mix design will not be approved when the laboratory trial mix data or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all ingredients including cements, pozzolans, aggregates, fibers, pigments, water, additives and the water to cementitious material ratio (w/cm). When determining the w/cm, the weight of cementitious material (cm) shall be the sum of the weights of the cement, slag cement, fly ash, silica fume, and high -reactivity pozzolan. Water from dosages of admixtures greater than 10 ounces per 100 pounds of cementitious materials shall be included in the calculation of w/cm. The laboratory trial mix data shall include results of the following: (1) AASHTO T 119 (ASTM C143) Slump of Hydraulic Cement Concrete, except when the concrete is SCC (2) AASHTO T 121 (ASTM C138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete (3) AASHTO T 152 (ASTM C231) Air Content of Freshly Mixed Concrete by the Pressure Method (4) ASTM C39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. (5) Class P concrete shall include AASHTO T97 (ASTM C78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading). At least two specimens will be tested at 7 days and four specimens at 28 days. The lab trial mix shall produce a flexural strength at 28 days of at least 650 psi. BID NO. B2000137 Page 183 October 4, 2019 .8 REVISION OF SECTION 601 STRUCTURAL CONCRETE (6) Concrete with an OG shall indicate the gradation of the blended aggregates. Optimized gradations shall be developed by an approved mix design technique such as Tarantula Curve, Shilstone, or KU mix. (7) SCC concrete shall include ASTM C1611 Standard Test Method for Slump Flow of Self -Consolidating Concrete. Slump flow shall be measured using an inverted slump cone. (8) SCC concrete shall include ASTM C1621 Standard Test Method for Passing Ability of Self -Consolidating Concrete by J -Ring. (9) SCC concrete shall include ASTM C1610 Standard Test Method for Static Segregation of Self - Consolidating Concrete Using Column Technique. (10)When concrete is to be placed using a paver, the edge slump and surface voids shall be reported in accordance with CP 63. Prior to placement of accelerated Class P Concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. Except for Class PS concrete, the laboratory trial mix must produce an average compressive strength of at least the required field compressive strength specified in Table 601-1. For Class PS concrete, the laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, the trial mix shall be run with the required air content. The laboratory trial mix shall have a relative yield of 0.99 to 1.02. Aggregate data shall include the results of the following: (1) AASHTO T 11 (ASTM C117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing (2) AASHTO T 19 (ASTM C29) Unit Weight and Voids in Aggregate (3) AASHTO T 21 (ASTM C40) Organic Impurities in Fine Aggregate for Concrete (4) AASHTO T 27 (ASTM C136) Sieve Analysis of Fine and Coarse Aggregates (5) AASHTO T 84 (ASTM C128) Specific Gravity and Absorption of Fine Aggregate (6) AASHTO T 85 (ASTM C127) Specific Gravity and Absorption of Coarse Aggregate (7) AASHTO T 96 (ASTM C131) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (8). AASHTO T 104 (ASTM C88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate (9) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test (10)ASTM C535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (11)ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results. BID NO. B2000137 Page 184 October 4, 2019 9 REVISION OF SECTION 601 STRUCTURAL CONCRETE Aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates, cement and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. For all concrete mix designs with ASTM C150 and ASTM C595 Type IL cements, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS), or IT cements: fly ash or high -reactivity pozzolan shall not be substituted for cement. For all concrete mix designs with ASTM C595 IT cements, slag cement shall not be substituted for cement. For all concrete mix designs with ASTM C595 Type IP, IP(MS), IP(HS) cements, when slag cement is substituted for cement, the total substitution of cement shall not exceed 50 percent by weight of total cementitious material. For all concrete mix designs with ASTM C1157 cements, the total pozzolan content including pozzolan in cement shall not exceed 30 percent by weight of the cementitious material content. Up to a maximum of 30 percent slag cement by weight of total cementitious material may be substituted for cement. The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, slag cement, fly ash, high -reactivity pozzolan, silica fume, or aggregate. Adjustments to aggregate weights may be made to adjust yield if the combined gradation remains constant (+/-1 percent) or within the optimized band. When a change occurs in the source or type of approved admixtures or the addition of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change shall be approved by the Engineer prior to use. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. Approval of the concrete mix design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. Once approved for a project, the mix design may be used for the duration of the project. 601.06 Batching Measuring and batching of materials shall be done in accordance with AASHTO M 157 (ASTM C94). The Contractor shall furnish a batch ticket (delivery ticket) with each load for all classes of concrete. Concrete delivered without a batch ticket containing complete information as specified shall be rejected. The Contractor shall collect and complete the batch ticket at the placement, site and deliver all batch tickets to the Engineer on a daily basis. The Engineer shall have access to the batch tickets at any time during the placement. The following information shall be provided on each batch ticket: BID NO. B2000137 Page 185 October 4, 2019 10 REVISION OF SECTION 601 STRUCTURAL CONCRETE (1) Supplier's name and date (2) Truck number (3) CDOT Project number and location (4) Concrete class designation and item number (5) Cubic yards batched (6) Time batched (7) CDOT mix design number (8) Type, brand, and amount of each admixture and pigment (9) Type, brand, and amount of cement, slag cement, fly ash, and high -reactivity pozzolan (10)Weights of fine and coarse aggregates or combined weight when an OG is pre -blended (11)Moisture of fine and coarse aggregates or combined moisture when an OG is pre -blended (12)Gallons (Pounds) of batch water (including ice) (13)Weight of polyolefin fiber reinforcement The Contractor shall add the following information to the batch ticket at the placement site: (14)Gallons of water added by truck operator, the time the water was added, and the quantity of concrete in the truck each time water is added (15)Number of revolutions of drum at mixing speed (for truck mixed concrete) (16)Discharge time (17)Location of batch in placement (18)Water to cementitious material ratio Electronic tickets are allowed as long as CDOT has access to the batch ticket and the batch ticket can be downloaded and saved by the Engineer in PDF format before placement, at any time during placement, and until the project is accepted. (a) Hydraulic Cement, Fly Ash, High -Reactivity Pozzolan, Slag Cement and Silica Fume. All cementitious material shall be measured by mass. Supplementary cementitious materials may be weighed cumulatively with cement. Cement and other cementitious material shall be weighed on a scale and in a weigh hopper, which is separate and distinct from those used for other materials. When the quantity of cementitious material exceeds 30 percent of the full capacity of the scale, the quantity of cement and the cumulative quantity of cement plus supplementary cementitious material shall be within ±1 percent of the required mass. For small batches to a minimum of 1 cubic yard, the quantity of cement and the quantity of cement plus supplementary cementitious material used shall not be less than the required amount or more than 4 percent in excess. A fraction of a bag of cement shall not be used unless weighed. (c) Water. Mixing water shall consist of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures. The added water shall be measured by mass or volume to an accuracy of 1 percent of the required total mixing water. Added ice shall be measured by weight. In the case of truck mixers, wash water retained in the drum for use in the BID NO. B2000137 Page 186 October 4, 2019 11 REVISION OF SECTION 601 STRUCTURAL CONCRETE next batch of concrete shall be accurately measured or shall be discharged prior to loading the next batch of concrete. Total water (including any wash water) shall be measured or weighed to an accuracy of t3 percent. (c) Aggregates. Aggregates from different sources and of different gradings shall not be stockpiled together. Aggregate shall be handled from stockpiles or other sources to the batching plant in such manner as to secure a uniform grading of the material. Aggregates that have become segregated, or mixed with earth or foreign material, shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipment requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. In case the aggregates contain high or non -uniform moisture content, storage or stockpile period in excess of 12 hours may be required. Aggregate shall be measured by mass. The quantity of aggregate used in any batch of concrete as indicated by the scale shall be within ±2 percent of the required mass when weighed in individual weigh batchers. In a cumulative aggregate weigh batcher, the cumulative mass after each successive weighing shall be within ±1 percent of the required cumulative amount when the scale is used in excess of 30 percent of its capacity. For cumulative mass for less than 30 percent of scale capacity, the tolerance shall be ±0.3 percent of scale capacity or ±3 percent of the required cumulative mass, whichever is less. (d) Bins and Scales. The batching plant may include bins, weighing hoppers, and scales for the fine aggregate and for each size of coarse aggregate. A bin, hopper, and scale for cementitious material shall be included. A single weighing hopper with an accumulative scale will be permitted, provided a separate scale is used for weighing cementitious material. Scales shall meet the requirements of subsection 109.01. 601.07 Mixing. Mixing of materials shall be done in accordance with AASHTO M 157 (ASTM C94). Concrete shall be mixed in stationary mixers, in a central -mix plant, in truck mixers, or in self-contained mobile mixers. Mixing time shall be measured from the time all materials, except water, are in the drum. Admixtures listed in the mix design, or admixtures approved in accordance with subsection 601.04, and water may be added at the project. (a) Mixing General. Concrete shall be deposited in place within 90 minutes after batching when concrete is delivered in truck mixers or agitating trucks, and within 60 minutes when delivered in non -agitating trucks. The 90 minute time limit for mixer or agitating trucks may be extended to 120 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. The 90 minute time limit for mixer or agitating trucks may be extended to 180 minutes if: (1) No water is added after 90 minutes. (2) The concrete temperature prior to placement is less than 90 °F. (3) The approved concrete mix contains an approved retarding admixture. The 90 minute time limit for mixer or agitating trucks may be extended longer than 180 minutes if: (1) An Extended Set Control Admixture (ESCA) is added at the time of batching. Procedures and doses shall be in accordance with manufacturer's recommendations. The ESCA shall be on the approved products list. BID NO. B2000137 Page 187 October 4, 2019 12 REVISION OF SECTION 601 STRUCTURAL CONCRETE (2) The concrete temperature prior to placement is less than 90 °F. (3) Each load of concrete shall be sampled and tested by the Contractor for air content according to CP 61. (4) The Department will cast three additional acceptance cylinders. If the acceptance cylinders tested at 28 days do not meet design strength, the additional cylinders will be tested at 56 days for acceptance. (b) Central -Mixed Concrete. Concrete that is mixed completely in a stationary mixer and transported to the point of delivery either in a truck agitator or a truck mixer operating at agitating speed, or in non -agitating equipment approved by the Engineer, shall conform to the following: (1) The mixing time shall be counted from the time all the solid materials are in the drum. (2) The batch shall be so charged into the mixer so that some water will enter in advance of the cement and aggregate. (3) All water shall be in the drum by the end of the first one fourth of the specified mixing time. (4) The volume of concrete mixed per batch may exceed the mixer's nominal capacity, as shown on the manufacturer's standard rating plate on the mixer, by up to 10 percent provided concrete test data for strength, segregation, and uniform consistency are satisfactory, and provided spillage of concrete does not occur. (5) Where no mixer uniformity tests are made, the acceptable mixing time for mixers having capacities of 1 cubic yard or less shall be not less than 1 minute. For mixers of greater capacity, this minimum shall be increased 15 seconds for each cubic yard or fraction thereof of additional capacity. Uniformity testing shall be in accordance with AASHTO M1 57 (ASTM C94). (c) Truck Mixing. Truck mixed concrete shall conform with one of the following: (1) Concrete that is completely mixed in a truck mixer shall be mixed 70 to 100 revolutions at the mixing speed to produce uniform concrete. Concrete uniformity tests shall be made in accordance with AASHTO M157 (ASTM C94). Additional revolutions of the mixer beyond the number found to produce the required uniformity of concrete shall be at a designated agitating speed. (2) For concrete that is partially mixed in a stationary mixer, and then mixed completely in a truck mixer (shrink mixed concrete), the time of partial mixing shall be the minimum required to intermingle the ingredients. After transfer to a truck mixer, it shall be mixed at a speed to produce uniform concrete. Concrete uniformity tests shall be made in accordance with AASHTO M157 (ASTM C94). Additional revolutions of the mixer beyond the number found to produce the required uniformity of concrete shall be at a designated agitating speed. (3) Concrete mixed entirely in a stationary mixer and delivered to the job in a truck mixer shall be remixed for a minimum of 20 revolutions of the mixing drum at mixing speed at the job site prior to discharge. When water is added at the delivery site to control the consistency of the concrete, the concrete shall be mixed for at least 30 revolutions of the mixer drum at mixing speed for each addition of water before discharge. These revolutions are in addition to the minimum revolutions required for mixing at the delivery site. The added water shall not cause the w/cm ratio to exceed the approved mix design w/cm ratio. Water from all sources shall be documented by the Contractor on the delivery slip for each load of concrete. The Contractor shall provide a Concrete Truck Mixer Certification. This certification shall show the various pick-up and throw -over configurations and wear marks so that the wear on the blades can be checked. Blades shall be replaced when any part or section is worn 1 inch or more below the original height of the manufacturer's design. A copy of the manufacturer's design, showing the dimensions and arrangement of blades, shall be available to the Engineer at all times. BID NO. B2000137 Page 188 October 4, 2019 13 REVISION OF SECTION 601 STRUCTURAL CONCRETE The Contractor shall furnish a water -measuring device in good working condition, mounted on each transit mix truck, for measuring the water added to the mix after the truck has left the charging plant. Each measuring device shall be equipped with an easy -to -read gauge. Water shall be measured to an accuracy of ±3 percent. (d) Self Contained Mobile Mixer. Proportioning and mixing equipment shall be of the self-contained, mobile, continuous mixing type in accordance with ASTM C685 and subject to the following: (1) The mixer shall be self-propelled and capable of carrying sufficient unmixed dry, bulk cementitious materials, fine aggregate, coarse aggregate, admixtures, and water to produce on the site at least 6 cubic yards of concrete. The mixer shall have one bin for each size aggregate. (2) The mixer shall be capable of positive measurement of cementitious materials being introduced into the mix. A recording meter visible at all times and equipped with a ticket printout shall indicate the quantity of total concrete mix. (3) The mixer shall provide positive control of the flow of water into the mixing chamber. Water flow shall be indicated by flow meter and be readily adjustable to provide for minor variations in the aggregate moisture. (4) The mixer shall be capable of calibration to automatically proportion and blend all components of indicated composition on a continuous or intermittent basis as required by the finishing operation, and shall discharge mixed material through a conventional chute directly in front of the finishing machine. (5) The Contractor shall perform calibration tests according to the equipment manufacturer's recommendations at the beginning of each project, and when there is a change in the mix design proportions or source of materials. The Engineer may require a calibration test or yield check when a change in the characteristics of the mixture is observed. The tolerances in proportioning the various ingredients shall be according to ASTM C685. Subsection 601.09(h) shall include the following: When ESCAs are used, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. In subsection 601.12(g) delete the fifth paragraph and replace with the following: When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yards of concrete shall be pumped and discarded to prime the pump. Water or admixtures shall not be added directly into the concrete pump hopper after placement has commenced. If water or admixtures are added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump shall be re -primed at the Contractor's expense. In subsection 601.15 delete the second paragraph and replace with the following: A Pre -placement Conference shall be held at a time mutually agreed upon before the initial placement of bridge deck concrete. Representatives of the ready mix producer and the Contractor shall meet with the Engineer to discuss the following topics: Delete subsection 601.15(a) and replace with the following: (a) Surface Preparation. Tops of girders, precast deck panels, pier caps, and abutments that will come into contact with bridge deck concrete shall be heated to raise the temperature above 35 °F prior to concrete placement. The proposed preheating method is subject to approval by the Engineer. BID NO. B2000137 Page 189 October 4, 2019 14 REVISION OF SECTION 601 STRUCTURAL CONCRETE Delete subsection 601.15(b). In subsection 601.15(c) delete paragraphs 3 through 8. In subsection 601.16 delete paragraphs Ito 3 and replace with the following: The minimum curing period shall be 120 hours. The concrete surface shall be kept moist at all times by fogging with an approved atomizing nozzle or applying a monomolecular film coating to retard evaporation until the curing material is in place. Concrete bridge decks, including bridge curbs and bridge sidewalks, shall be cured as follows: Delete subsection 601.16(e). Delete subsection 601.17 and replace with the following: 601.17 Acceptance and Pay Factors. These provisions apply to all concrete. The Contractor shall sample concrete for both Process Control (PC) and Owner Acceptance (OA) in accordance with CP 61. The Engineer will witness the sampling and take possession of the OA samples at a mutually agreed upon location. The Contractor shall be responsible for Process Control (PC) testing for concrete. PC testing shall be performed at least once per day and then once per 50 cubic yards for concrete slump, unit weight, and concrete temperature. If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease and the Contractor shall present a plan to correct the relative yield to the Engineer. When SCC is used, the Contractor shall test the first load of SCC prior to placement for Slump Flow (ASTM C1611) and Blocking Assessment (ASTM C1621). The Contractor shall take a sample from the first portion of the load and complete the slump flow and blocking assessment prior to depositing any portion of the load. The tests shall not be performed more than 15 minutes prior to placement. The slump flow shall be 20 to 26 inches. The blocking assessment shall be less than or equal to 2.0 inches. The Contractor will be allowed to make adjustments to the load with admixtures. After adjustments have been made, the slump flow and blocking assessment shall be retested. Each subsequent load of SCC shall be tested for Slump Flow. If the slump flow differs from the first load by more than 2.0 inches, the load shall be adjusted to have a slump flow within 2.0 inches of the first load, or the load may be tested for Blocking Assessment (ASTM C1621). If the load is tested for and meets the requirements for Blocking Assessment (ASTM C1621), the load's slump flow will be used for the acceptance of the following loads. When concrete placement is halted for more than 15 minutes, the slump flow and blocking assessment shall be retested prior to resuming placement. When the slump flow exceeds 26 inches, the concrete may be placed if the depth of penetration is less than 11 millimeters when tested using ASTM C1712 Test Method for Static Segregation Resistance of Self -Consolidating Concrete. If a load of concrete has a slump flow greater than 26 inches and a depth of penetration less than 11 millimeters, the next load shall be tested for slump flow and blocking assessment to establish a new slump flow target. When SCC is used, subsection 601.17(b) does not apply. When SCC is used, the test methods for fabricating specimens in accordance with subsections 601.17(a) and 601.17(c) acceptance shall be modified to use ASTM C1758, Practice for Fabricating Test Specimens with SCC, for filling the test specimens with concrete. (a) Air Content. The first three batches at the beginning of each day's production shall be tested by the Contractor's PC and CDOT's OA for air content. When the PC and OA air content measurements differ by more than 0.5 percent, both the PC and OA air meters shall be checked in accordance with ASTM C231. When air content is below the specified limit, it may be adjusted in accordance with subsection 601.08. Successive batches shall be tested by the Contractor's PC and witnessed by the Engineer until three consecutive batches are within specified limits. After the first three batches, CDOT will follow the random BID NO. B2000137 Page 190 October 4, 2019 15 REVISION OF SECTION 601 STRUCTURAL CONCRETE minimum testing schedule. After the first three batches, the Contractor shall perform PC testing at a frequency of one random sample per 50 cubic yards. Air content shall not be adjusted after a CDOT OA test. At any time during the placement of the concrete, when an OA test on a batch deviates from the minimum or maximum percent of total air content specified, the batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced price using Table 601-3. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to acceptance at reduced price, no payment, or removal as determined by the Engineer. (b) Slump. Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inches. The maximum slump shall be 9.0 inches. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that exceeds the slump of the approved concrete mix design by more than 2.0 inches will be retested. If the mix design slump is exceeded by more than 2.0 inches a second time, that load will be rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load may be adjusted by adding a water reducer or by adding water (if the w/cm allows) and retested. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer. (c) Strength (When Specified). The concrete will be considered acceptable when the running average of three consecutive strength tests per mix design for an individual structure is equal to or greater than the specified strength and no single test falls below the specified strength by more than 500 psi. A test is defined as the average strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions prior to testing. If the compressive strength of any one test cylinder differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two test cylinders. When the average of three consecutive strength tests is below the specified strength, the individual low tests will be used to determine the pay factor in accordance with Table 601-3. If less than three strength tests are available the individual low tests, if any, will be used to determine the pay factor in accordance with Table 601-3. The pay factor will be applied to the quantity of concrete represented by the individual low test. For concrete having a specified strength of less than 4500 psi, when the compressive strength test is below the specified strength by more than 500 psi, the concrete represented will be rejected. For concrete having specified strength of 4500 psi or greater, when the compressive strength test is below the specified strength by more than 500 psi but not more than 1000 psi, the concrete represented will be evaluated by the Department for removal, corrective action, or acceptance at a reduced price. All costs of the evaluation shall be at the Contractor's expense. When the compressive strength test is below the specified strength by more than 1000 psi, the concrete represented will be rejected. The Contractor may take cores at its own expense and in accordance with Colorado Procedure 65 within 10 working days of being notified of a price reduction or up to 45 days after placement, whichever is later, to provide an alternative determination of strength. Price reduction for strength will be based on the 28 day compressive strength of acceptance cylinders or corresponding cores strength, whichever is greater. If the core compressive strength is at least 90 percent of the specified field compressive strength, the concrete represented by the cores will be accepted with no price reduction. The Engineer may use cores to determine acceptance or rejection of a part of the structure instead of acceptance cylinders. The Engineer will notify the Contractor in writing that CDOT will core the structure. The location of the coring will be directed by the Engineer. Coring and testing will be performed at the expense of the Department regardless of the result. Cores will be taken and tested in accordance with AASHTO T24 between 28 days and 45 days after concrete placement. Cores will be a minimum of 4 inches in diameter, unless otherwise approved by the Engineer. A minimum of three cores in a two square BID NO. B2000137 Page 191 October 4, 2019 16 REVISION OF SECTION 601 STRUCTURAL CONCRETE foot area will be obtained for locations of the structure that are suspect. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. If the average core compressive strength is greater than or equal to 85 percent of the specified 28 day compressive strength, the concrete represented by the cores will be accepted. If the average core compressive strength is less than 85 percent of the specified 28 day compressive strength, the structure will be evaluated by the Department according to subsection 105.03 for removal and replacement. Pay factors will not be based on cores taken by the Engineer. If the concrete represented by the cores is accepted, all costs associated with the repair of the core holes, including preparation and submittal of the repair method, will be measured and paid for separately. After the Department performs additional core testing as described above, the Contractor may make one request that the structure be cored by the Contractor, tested and re-evaluated by the Department within 45 days after concrete placement. Coring and testing costs will be at the expense of the Contractor regardless of the result. Cores shall be taken at the same area of the structure as those obtained by the Engineer. The Engineer will approve the location of the cores prior to the Contractor coring the structure. All costs associated with the repair of these core holes, including preparation and submittal of the repair method, will not be measured and paid for separately, but shall be included in the work. If the concrete in the structure is found to be sufficient resulting time delays will be considered excusable. If the concrete in the structure is still found to be deficient, resulting time delays will be considered non - excusable for this evaluation. Compensation for time delays will be evaluated by the Engineer in accordance with subsection 108.08. The Contractor shall submit a proposed repair method for the core holes for approval prior to coring. The method shall use an approved non -shrink concrete patching material with a minimum compressive strength of 4500 psi. The Contractor shall submit the manufacturer's recommendations along with the repair method. The Engineer will review and approve the proposed methodology prior to patching. The Engineer will distribute electronically to the concrete supplier all compressive strength Owner Acceptance (OA) data for the concrete supplied to the project. The Engineer will distribute the OA compressive strength data within two business days of the 7 day and 28 day compressive strength testing. The data will include the compressive strength and batch ticket number at a minimum. The Contractor shall not have a valid dispute or claim as a result of any action or inaction by the Department related to the distribution of test results. (d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be determined according to Table 601-3 and shall be applied to the unit price bid for the Item. If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors. BID NO. B2000137 Page 192 October 4, 2019 17 REVISION OF SECTION 601 STRUCTURAL CONCRETE Table 601-3 PAY FACTORS Percent Total Air Strength Deviations From Specified Air (Percent) Pay Factor (Percent) Below Specified Strength (psi) [<4500 psi Concrete] Pay Factor (Percent) Below Specified Strength (psi) [ ≥ 4500 psi Concrete] 0.0.-0.2 98`. ' 1-100 ;98- i 1-100 0.3-0.4 96 101-200 96 101-200 - . 92 201-300 92: 1201--300 0.7-0.8 84 301-400 84 301-400 0.9-1.0 ' 75 40i-500 75 ' .1 401-500 Over 1.0 Reject Over 500 Reject Concrete represented by out -of -spec tests will be priced reduced with the lowest pay factor, not for each pay factor. 65 1501-600 42 601-700 ., „ 42only 701 - 800 _ 29 29 801 — 900 901-1000 Reject Over 1000 (e) Bonding of Bridge Deck Overlay. After the curing period for Class DT concrete has elapsed, the overlay shall be "sounded" by the Contractor in accordance with ASTM D4580 Standard Practice for Measuring Delamination in Concrete Bridge Decks by Sounding to determine if the Class DT concrete has bonded to the bridge deck. In areas where the Class DT concrete has not bonded to the bridge deck, it shall be removed and replaced at the Contractor's expense. (f) Maturity Meter Strength. When maturity meters are specified for determining strength for removing forms, removing false work, backfilling against structures, or loading the structure, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69 prior to placement of concrete. If a maturity meter fails, is tampered with, destroyed, or was not placed, the following shall apply: The minimum curing time or waiting time for removing forms, removing falsework, backfilling against structures, or loading the structure shall be 28 days. The Contractor may choose at his own expense to core the structure represented by the maturity meter. Cores shall be obtained and tested according to CP 65. Cores shall be a minimum of 4 inches in diameter. A minimum of three cores in a two square foot area shall be obtained. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent, the average strength will be determined using all three compressive strengths of the cores. The average compressive strength of the cores shall achieve the specified compressive strength of the structure. A structure may be cored only once. (g) Water to Cementitious Material Content (w/cm) Ratio. The maximum w/cm ratio is the ratio that was used in the laboratory trial mix for the Concrete mix design. The w/cm ratio shall be determined for each batch of concrete by the Contractor and provided to the Engineer for approval prior to placement. If an adjustment to the mix is made after the Engineer's approval, the w/cm ratio shall be determined and submitted to the Engineer prior to the continuation of placement. Concrete that is placed without the Engineer's approval shall be removed and replaced at the Contractor's expense. END OF SECTION BID NO. B2000137 Page 193 EXHIBIT 1 2020 BRIDGE REHABILITATION SERVICES BID TABULATIONS The bid tabulations below including subtotals and totals must be submitted with the bid schedule, and the unit prices entered on the bid tabulations must match the unit prices shown on the submitted bid schedule, or the bid will be rejected BID TABULATION (86-33A BRIDGE REHABILITATION) ITEM NO ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 350 203-00000 UNCLASSIFIED EXCAVATION CY 120 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 135 203-01100 PROOF ROLLING HOUR 2 203-01598 POTHOLING (SPECIAL) EA 4 207-00210 STOCKPILE TOPSOIL CY 40 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 23 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 2 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 6 208-00207 EROSION CONTROL MANAGEMENT DAY 10 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 900 212-00003 SEEDING (STERILE WHEAT) SY 900 212-00712 HYDRAULIC GROWTH MEDIUM SY 900 213-00010 MULCHING (WEED FREE STRAW) SY 900 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 116 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 105 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 270 6 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 56 506-00409 SOIL RIPRAP (9 INCH) CY 11 506-00412 SOIL RIPRAP (12 INCH) CY 8 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 4,240 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 46 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 455 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 1034 602-00020 REINFORCING STEEL (EPDXY COATED) LB 10,628 607-11525 FENCE (PLASTIC) LF 310 620-00020 SANITARY FACILITY EA 1 625-00001 CONSTRUCTION SURVEYING LS 1 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 45 SUBTOTALI BID NO B2000137 Page 194 BID TABULATION (29-68A BRIDGE REHABILITATION) ITEM NO ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 180 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 38 202-00127 REMOVAL OF RIPRAP CY 84 203-00050 UNSUITABLE MATERIAL (MUCK) CY 66 203-01100 PROOF ROLLING HOUR 2 203-01598 POTHOLING (SPECIAL) EA 8 207-00210 STOCKPILE TOPSOIL CY 21 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 2 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 6 208-00207 EROSION CONTROL MANAGEMENT DAY 10 211-03009 DEWATERING DAY 30 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 1,868 212-00003 SEEDING (STERILE WHEAT) SY 1,868 212-00712 HYDRAULIC GROWTH MEDIUM SY 1,868 213-00010 MULCHING (WEED FREE STRAW) SY 1,868 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 55 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 70 8 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 215 506-00409 SOIL RIPRAP (9 INCH) CY 29 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 5,790 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 46 1 602-00020 REINFORCING STEEL (EPDXY COATED) LB 928 607-11525 FENCE (PLASTIC) LF 260 612-00000 RETROREFLECTOR TAB EA 38 620-00020 SANITARY FACILITY EA 1 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 45 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 SUBTOTALI BID NO B2000137 Page 195 BID TABULATION TOTAL (86-33A AND 29-68A BRIDGE REHABILITATIONS) ITEM NO ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE DOLLARS 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25,000* $25,000* 700-70380 F/A EROSION CONTROL FA 1 $15,000* $15,000* 700-74000 F/A IRRIGATION FA 1 $7,000* $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA 1 $20,000* $20,000* SUBTOTAL (86-33A BRIDGE REHABILITATION) SUBTOTAL (29-68A BRIDGE REHABILITATION) TOTAL *These amounts shall be utilized for the initial contract period It Is anticipated that potential future renewal periods will utilize the same amounts or less BID NO B2000137 Page 196 EXHIBIT 2 WELD COUNTY PUBLIC WORKS DEPT. CONSTRUCTION PLANS FOR BRIDGE 86-33A REHABILITATION PROJECT Sr // VKMpe BR1UGEe4•aa4 J 4^e IPRDJE:f StE1 V VICINITY MAP (1 INCH = 2000 FEET) SUMMARY OF APPROXIMATE QUANTITIES REM NO. DESCRIPTION UNIT QUANTITY COMMENTS 201-00003 CLEAR94GAND GRUBBING SY 350 203-00000 UNCLASSIFIED EXCAVATION CY 120 20300010 UNCLASSIFIED EXCAVATION COIPLETE N PLACE CV 135 203-01100 PROOF ROLLING HOUR 2 203-01588 POTHOLINGISPECIAL EA 4 207-00210 STOCKPILE TOPSOL CY 40 207-00406 REDISTRIBUTE TOPSOL(4 NCHES THICK) CY 23 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 20600075 PRE-FABRCATED VEHICLE TRACKING PAD EA 2 208-00108 SWEEPING SEDI.£NT REMOVAL HOUR 8 208-00207 EROSION CONTROL MANAGEMENT DAY 10 212-00001 SEEDING(NATIVE) (NORTH OF WCR 85) SY 900 212-00003 212-00712 SEEDNG(STERLE WHEAT) HYDRAULIC GROWTH MEDIUM SY SY 900 900 213-00010 MLCHNG(WEED FREE STRAW) SY 900 2/6-00043 SOL RETENTION BLANKET(S-C)(BIODCL2) SY 118 216-00308 SOL FILED TURF REINFORCEMENT MAT PYRMAAT 75) SY 105 300.06000 AGGREGATE BASE COURSE (CLASS 6) TON 2706 135 POUNDS PER CUBIC FOOT 420-00140 GEOTEXTLE SEPARATOR (DRAJNAGE) (SPECIAL) (ENAFI FW300) SY 58 508-00/09 SOL RPRAP (S NCH) CV 11 50600412 SOLRIPRAP(12NCN CV 8 500.90016 FELD CLEANING AND PANTING OF STEEL SF 4,240 601-03001 CONCRETE (CLASS D) (ENCASELENT) CY 4.6 601-03002 CONCRETE (CLASS D)(WNGWAL-L) CV 45.5 601-03003 CONCRETE (CLASS 0) (FLOORIAPROWTOE WALL) CV 1034 6W-00020 RENFORCNG STEEL EPDXY COATED) LB 10.826 607-11525 FENCE(PLSTC) IF 310 620-00020 SANITARY FACLrTY EA 1 625-00001 CONSTRUCTION SURVEYING LS 1 62600008 630-00100 MOBLIZATION(NORTH OF US 34) _ TRAFFIC CONTROL- SIGNS ONLY NO FLAGGERS) MINOR ENCROACHMENT EA 1 DAY 45 NVItI UUY1VmGO Hit rnvvvtu rvn lrvrunrw IRJrvYL runrwt ur&y IrtLunIN wn 5L) MII Ifh AUUA ttb 1U Ir1ULWN U Itb IN I HtiiU SCHEDULE FOR THE WORK LINETYPE LEGEND EXISTING EDGE OF GRAVEL EXISTING EDGE OF ASPHALT EXISTING RIGHT-OF-WAY SECTION LINE EXISTING OVERHEAD ELECTRIC EXISTING TELEPHONE LINE PROPOSED TEMPORARY CONSTRUCTION EASEMENT PROPOSED RIGHT-OF-WAY PROPOSED RIPRAP SYMBOL LEGEND ELECTRIC POLE SHEET INDEX SHEET NO. SHEET TITLE 1 COVER 2 GENERAL NOTES 3 CONCRETE ENCASEMENT DETAILS 4 -- REVISED STANDARD PLAN NO. M-601-20 5 SURVEY CONTROL 6 PLAN 7 PROFILE 8 GRADING & HORIZONTAL CONTROL Computer File Information Index of Revisions WELD COUNTY As Constructed 63. Ele. 5/14/2020 Initials EAG Date Comments Initials M rani Z PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. 758 GREOEY,970356-2-0755 PHONE B70) 35840017 flFAX. (970) 3044491 No Revisions ltl Date. 5/142020 Initials EAG Mr- RUNN0.FC'SNW BNIII:;E flEMB¼ppolArOt 51GMJNPVING5 _ _ Revised DeslgnE e Name. BRIDGE 86-33A DESIGN. DWG Detaller Void ersan 2019 SWe AS NOTED Units Engban - Sheets EOG — LOG — COG EDA EOA EOA - - ROW— ROW— ROW — T T 1 TCE TCE TCI Pr -ROW Pr -ROW ABBREVIATIONS • CONST.=CONSTRUCT 0 • ELEV. = ELEVATION • FT=FEET • LF=LINEAR FEET • TYP. =TYPICAL BRIDGE REHABILITA COVER E. GREEN E GREENII Subset CALL UTILITY NOTIFICATION CENTER OF COLORADO mr CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES ]NI Project No./Code BR -139 Sheet Number 1 of B GENERAL NOTES. 1. ALL MATERIAL. EQUIPMENT, INSTALLATION. AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE COOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (AS AMENDED), THE LATEST EDITION OF THE COOT M&S STANDARD PLANS (AS AMENDED). THE LATEST EDITION OF THE COOT FIELD MATERIALS MANUAL (AS AMENDED), AND THE LATEST EDITION OF THE FHWA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS AND THE COLORADO SUPPLEMENT THERETO. 2. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN IN ACCORDANCE WITH MUTCD AND COOT STANDARD PLAN NO. S-630-1 TO WELD COUNTY FOR APPROVAL. WELD COUNTY MUST REVIEW AND APPROVE THE NECESSARY CONSTRUCTION TRAFFIC CONTROL PLAN(S) PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 20. THE CONTRACTOR SHALL REPAIR ANY PAVEMENT FAILURES CAUSED THE THE CONTRACTORS CONSTRUCTION, THIS WORK SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE CONSIDERED SUBSIDIARY TO THE WORK. 21. WATER SHALL BE USED AS A DUST PALLIATIVE AS DIRECTED BY THE PROJECT INSPECTOR OR ENGINEER. ASSUME TWO DAILY WATERINGS FOR THE DURATION OF THE PROJECT. LOCATIONS SWILL BE AS DIRECTED. COST FOR DUST PALLIATIVE SHALL NOT BE MEASURED AND PAID FOR SEPARATELY. BUT SHALL BE CONSIDERED INCIDENTAL TO THE WORK. 22. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ADEQUATE LOCAL DRAINAGE OF THE JOB SITE AT ALL TIMES DURING CONSTRUCTION. CONTROL OF LOCAL SURFACE INFLOWS NOT CONVEYED BY PIPELINES. IRRIGATION DITCHES, OR CHANNELS WILL NOT BE PAID FOR SEPARATELY AS A SECTION 211 DEWATERING AND STREAM DIVERSION ITEM, BUT SHALL BE CONSIDERED INCIDENTAL TO THE 601 STRUCTURAL CONCRETE ITEM(S). 3. THE CONTRACTOR SHALL MASK ALL SIGNS CONFLICTING WITH CONSTRUCTION SIGNING. THE MASKING OF SIGNS WILL NOT BE MEASURED AND PAID 23. FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE WORK. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FROM ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. 5. THE CONTRACTOR SHALL APPLY FOR AND OBTAIN A WELD COUNTY RIGHT-OF-WAY PERMIT. CONTACT AMY MUTCHIE AT (970) 304.6496 EXT. 3764, MAKE SURE TO REFERENCE WELD COUNTY PROJECT MANAGER ERICH GREEN AT THE TOP OF THE PERMIT APPUCATION. THERE WILL BE NO COST FOR THIS PERMIT. 6. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED FOR WATER THAT IS DISCHARGED INTO A STREAM, STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATER OF THE UNITED STATES. IF REQUIRED THE CONTRACTOR SHALL APPLY FOR AND OBTAIN A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT AND COMPLY WITH ALL OF ITS TERMS AND CONDITIONS. 7. THE CONTRACTOR SHALL HAVE ON SITE AT ALL TIMES ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS. AND ONE (1) COPY OF EACH PERMIT AND APPROVED TRAFFIC CONTROL PLAN REQUIRED FOR THE JOB. 6. THE CONTRACTOR SHALL PROVIDE A SANITARY FACIUTY ON SITE FOR USE BY THE CONTRACTOR'S PERSONNEL AND WELD COUNTY'S PERSONNEL AND AGENTS. THE SANITARY FACIUTY SHALL BE ON SITE PRIOR TO THE BEGINNING OF ANY CLEARING AND GRUBBING AND SHALL REMAIN ON SITE UNTIL ALL AREAS OF DISTURBANCE HAVE BEEN PERMANENTLY SEEDED. 9. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY. 10. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION. 11. THE CONTRACTOR SHALL BE SOLELY AND COMPLETELY RESPONSIBLE FOR CONDITIONS AT AND ADJACENT TO THE JOB SITE INCLUDING SAFETY OF ALL PERSONS AND PROPERTY DURING THE PERFORMANCE OF THE WORK. THE CONTRACTOR SHALL PROVIDE ALL LIGHTS, SIGNS. BARRICADES, FLAGGERS OR OTHER DEVICES NECESSARY TO PROVIDE FOR THE PUBUC SAFETY. THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING. BUT NOT UNITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL. AND SECURITY. REFER TO OSHA PUBLICATION 2226. EXCAVATING AND TRENCHING FOR ADDITIONAL INFORMATION. 12. THE CONTRACTOR SHALL CARRY OUT ALL CONSTRUCTION ACTIVITIES WITHIN THE UMITS OF THE RIGHT-OF-WAY (ROW) AND EASEMENTS INDICATED ON THE PLANS. CONSTRUCTION ACTIVITIES SHALL INCLUDE THE PARKING OF VEHICLES OR EQUIPMENT, DISPOSAL OF UTTER, AND ANY OTHER ACTION NEEDED TO SUPPORT CONSTRUCTION OF THE IMPROVEMENTS SHOWN ON THE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ANY OTHER AGREEMENTS WTH PROPERTY OWNERS AS DEEMED NECESSARY, AND SHALL PROVIDE A COPY OF ANY SUCH AGREEMENTS TO WELD COUNTY. ANY DISTURBANCE OF AREAS BEYOND THE ROW AND EASEMENTS INDICATED ON THE PLANS SHALL BE RESTORED TO ORIGINAL CONDITIONS BY THE CONTRACTOR AT HISMER OWN EXPENSE. 13. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AFFECTED PROPERTY OWNERS AT ALL TIMES DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE PROJECT. 14. THE CONTRACTOR SHALL NOTIFY ALL AFFECTED PROPERTY OWNERS 48 HOURS IN ADVANCE OF ANY WORK IN FRONT OF THEIR PROPERTY AND/OR DRIVEWAY. 15. THE CONTRACTOR SHALL PROTECT ALL ADJACENT PROPERTY FROM DAMAGE. INCLUDING BUT NOT LIMITED TO DRIVES, FENCES, RETAINING WALLS, TREES, VEGETATION, AND BURIED IRRIGATION. ALL DAMAGE CAUSED BY THE CONTRACTOR SHALL BE REPAIRED AT THE CONTRACTOR'S EXPENSE WITHIN 48 HOURS OF NOTIFICATION BY THE OWNER. 16. WHERE FENCES ARE IMPACTED BY CONSTRUCTION, THEY SHALL BE REMOVED ONLY WHERE SHOWN ON THE PLANS OR APPROVED BY THE ENGINEER. ALL PRIVATE UVESTOCK AREAS SHALL BE MAINTAINED THROUGH CONSTRUCTION OF NEW FENCES OR TEMPORARY FENCES, IF NECESSARY. 17. ALL REMOVED ITEMS BECOME THE PROPERTY OF THE CONTRACTOR TO BE PROPERLY DISPOSED OF OFF -SITE UNLESS OTHERWISE NOTED. 18. TEMPORARY EROSION CONTROL SHALL BE PROVIDED DURING CONSTRUCTION AS SHOWN ON THE EROSION CONTROL PLAN OR AS DIRECTED BY THE PROJECT INSPECTOR OR ENGINEER. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS ALL DISTURBED AREAS ARE PERMANENTLY STABILIZED. 19. ANY CONSTRUCTION DEBRIS OR MUD TRACKED ONTO EXISTING PAVED ROADWAYS SHALL BE REMOVED IMMEDIATELY BY THE CONTRACTOR BY SWEEPING. Computer File Information Index of Revisions WELD Creston Date 5/142020 Initials EAG Date Comments Initials Last Modified Date 5/142020 Initials EAG _ - _ F.O Pat h M -AC ENE PROJEclfi2o2o BRIa3E REtNBY6-33Al&GMGI A,Mt S D'awngFleName. BRIDGE8S-33ADESIGN.DWG _ _ _ ALL SURVEY MONUMENTS WITHIN AND ADJACENT TO THE PROJECT SHALL BE PROTECTED FROM DAMAGE DURING CONSTRUCTION. THIS INCLUDES BUT IS NOT UMITED TO PUBLIC LAND SURVEY SYSTEM SECTION CORNER MONUMENTS, PROPERTY CORNER MONUMENTS, AND CONTROL POINTS. IF SURVEY MONUMENTS ARE DAMAGED BY CONSTRUCTION OF THE PROJECT, THEY SHALL BE RESET BY A PROFESSIONAL LAND SURVEYOR UCENSED IN THE STATE OF COLORADO AT THE CONTRACTOR'S EXPENSE. 24. THE CONTRACTOR SHALL PROVIDE A CERTIFIED SCALE AND CERTIFIED WEIGHER AT THE POINT OF LOADING FOR ALL AGGREGATES. CEMENT, AND HMA DELIVERED TO THE PROJECT. A CERTIFIED TICKET SHALL BE PROVIDED FOR EACH LOAD OF MATERIAL DELIVERED TO THE PROJECT. THE TICKET SHALL SHOW GROSS, TARE, AND NET WEIGHTS. THE CONTRACTOR SHALL NOT DELIVER ANY LOAD EXCEEDING THE LEGAL WEIGHT LIMIT DELIVERY OF ANY OVERWEIGHT LOADS WILL BE REJECTED. IRRIGATION NOTES: 1. ACCESS SHALL BE PROVIDED TO IRRIGATION FACILITIES AT ALL TIMES FOR THE WATER SUPPLY AND STORAGE COMPANY, LANDOWNERS, AND FARMERS. 2. CONTRACTOR SHALL PROTECT ABOVE -GRADE AND BELOWGRADE IRRIGATION FACILITIES FROM DAMAGE WITHIN THE RIGHT -CF -WAY AND CONSTRUCTION EASEMENTS, AS WELL AS WITHIN ANY OTHER AREA THE CONTRACTOR CAN OCCUPY BASED ON A LANDOWNER AGREEMENT. UTILITY NOTES. 1. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES AS SHOWN ON THESE PLANS HAS BEEN PLOTTED BASED ON THE BEST AVAILABLE INFORMATION. THE INFORMATION IS NOT TO BE REUED UPON AS BEING EXACT OR COMPLETE. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 1-800-922-1987, OR 811, AT LEAST THREE (3) WORKING DAYS (NOT INCLUDING THE DAY OF NOTICE). PRIOR TO BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTIUTY LOCATIONS MARKED. ANY UNREGISTERED UTILITIES ARE TO BE LOCATED BY CONTACTING THE RESPECTIVE REPRESENTATIVES. UTILITY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING UTIUTIES (INCLUDING DEPTHS) WHICH MAY CONFUCT WITH THE PROPOSED CONSTRUCTION. THE CONTRACTOR, AT THE CONTRACTOR'S EXPENSE. SHALL PROTECT ALL EXISTING UTIUTIES AND BE RESPONSIBLE FOR THEIR REPAIR IF THEY ARE DAMAGED DURING CONSTRUCTION. ALL WORK PERFORMED IN THE AREA OF EXISTING UTIUTIES AND IRRIGATION SHALL BE PERFORMED ACCORDING TO THE REQUIREMENTS OF THESE AGENCIES. THE ESTIMATED NUMBER OF POTHOLES REQUIRED FOR THIS PROJECT IS SHOWN IN THE SUMMARY OF APPROXIMATE QUANTITIES. 3. THE CONTRACTOR SHALL COOPERATE AND COORDINATE ALL WORK WITH ANY AFFECTED UTIUTY COMPANY OR AGENCY. AND THEIR CONTRACTORS. TO ASSURE THE TIMELY RELOCATION OF THEIR FACILITIES. THIS COORDINATION SHALL INCLUDE ANTICIPATED IMPACTED UTIUTIES AND UNFORESEEN IMPACTED UTILITIES. THE UTILITY RELOCATION WORK SHALL BE INCLUDED IN THE CONTRACTOR'S SCHEDULE. CONCRETE CONNECTION NOTES. 1. WHERE PROPOSED CONCRETE WINGWALLS AND CONCRETE ENCASEMENTS WILL MATCH INTO EXISTING CONCRETE ABUTMENT WALLS, THE FOLLOWING REQUIREMENTS SHALL APPLY. 1.1. PRIMER SHALL BE UTIUZED ON ALL EXISTING CONCRETE SURFACES WHERE NEW CONCRETE SURFACES WLL ABUT. THE PRIMER PRODUCT SHALL BE FROM COOTS CURRENT APPROVED PRODUCTS LIST (APL). 1.2. CONNECTION BETWEEN THE EXISTING CONCRETE AND PROPOSED CONCRETE SHALL BE ACCOMPLISHED AS FOLLOWS. 1.2.a. INSTALL RED HEAD 12 INCH DIP.. X 7 INCHES LONG TRUBOLT TYPE 304 (STAINLESS STEEL) (PART NUMBER S1270) WEDGE ANCHORS PER MANUFACTURER RECOMMENDATIONS IN EXISTING CONCRETE. 1.2.b. INSTALL WEDGE ANCHORS AT 12 INCHES ON CENTER VERTICAL SPACING 1.2.c. PROVIDE ONE VERTICAL SET OF ANCHORS FOR EACH VERTICAL MAT OF REINFORCEMENT IN THE NEW CONCRETE. IF MORE THAN ONE VERTICAL SET OF ANCHORS WILL BE PROVIDED, THE INTERVAL OF EACH VERTICAL SET MUST BE OFFSET SUCH THAT A MINIMUM OF 3 INCHES OF ELEVATION DIFFERENCE IS PROVIDED FROM ONE ANCHOR ACROSS TO THE NEXT ANCHOR. 1.2.d. THE EMBEDMENT OF EACH ANCHOR IN THE EXISTING CONCRETE SHALL BE 3 INCHES +/- 318 INCH. 1.2.e. ALL ANCHORS SHALL BE EPDXIED TO THE HOLE IN THE EXISTING CONCRETE WITH DAYTON SUPERIOR SURE ANCHOR I J51. 1.21 TIE ONE VERTICAL NO. 4 EPDXY COATED REBAR TO EACH VERTICAL SET OF ANCHORS, NEAR THE OUTSIDE OF THE BOLT. WITH THE STAINLESS STEEL NUT AND WASHER BEING ON THE FAR OUTSIDE OF THE BOLT. THERE SHALL BE THREE (3) THREADS SHOWN BEYOND THE NUT. 1.2.g. FOR EACH HORIZONTAL REBAR COMING FROM THE PROPOSED CONCRETE WNGWALLS AND CONCRETE ENCASEMENTS, PROVIDE AND TIE A HOOK TO THE ASSOCIATED VERTICAL NO.4 REBAR. THE HOOK SHALL BE MADE WITH A MINIMUM 3 INCH DIAMETER BEND PER AMERICAN CONCRETE INSTITUTE (ACI) 31 B. 1.2.h. ALL REINFORCEMENT STEEL CLEARANCES SHALL BE A MINIMUM OF 3 INCHES FROM EDGE OF CONCRETE, OR A MINIMUM OF 1.5 INCHES FROM EDGE OF CONCRETE WHERE WOOD OR STEEL FORMS ARE USED. 1.3. ALL LABOR AND MATERIALS REQUIRED TO APPLY THE PRIMER AND TO PROVIDE THE ABOVE DESCRIBED CONNECTION SHALL NOT BE PAID SEPARATELY. BUT SHALL BE CONSIDERED INCIDENTAL TO THE 601 STRUCTURAL CONCRETE ITEM(S). PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 755 GREELEY. CO. 80832-0758 PHONE: 970) 356000 FAX'. (a70) 3048497 As Constructed 6-33A BRIDGE REHABILITATION Project No /Code No Revisions GENERAL NOTES Designer E. GREEN Revisetl BR -139 Detailer E GREEN Void Sheet Subset Sheet subset Sheet Number 2 of 8 a V w J a 0 La = FACE OF CONC. tLD ENCASEMENT z J t - z I- m 18" LAP (TYP.) pa AC �c 9. O$ L l MBBIAed Dale: 5202020 Initials EAG Full Patti: M, -ACTIVE PROJECTSU02OBRIWE RE,NBQaAIOE..MDRAVAN., NOTES: 1. REINFORCING STEEL MAY BE FIELD BENT AND CUT VARIES FOR FABRICATION. 8" TO 10" A 2. ALL REINFORCING STEEL SHALL BE 3" CLEAR OF 1 1 1 CONCRETE FACES 5 3. HOLES THROUGH H -PILE FLANGES MAY BE DRILLED OR TORCHED, BUT THE HOLE SIZE SHALL NOT EXCEED 3/4" IN ANY DIRECTION WITH EITHER �J I METHOD. ONCE THE HOLES ARE COMPLETED, THE BRIDGE DECKING I r 7 I EXISTING METAL SHALL BE GROUND FLUSH OR Li u DEBURRED BEFORE INSTALLATION OF THE • ALL -THREAD. 4. IF FLANGES ARE MODERATELY OR HIGHLY BRIDGE STRINGER PILE CAP CORRODED, AN ALTERNATE MEANS OF ATTACHING THE ALL -THREAD WILL NEED TO BE PROPOSED BY „ THE CONTRACTOR THROUGH A METHOD STATEMENT 3" CLEARANCE (TYP-) PILE CAP AND SUBMITTED TO THE ENGINEER FOR REVIEW ANDII I -J H -PILING APPROVAL PRIOR TO PROCEEDING WITH THE WORK. I r ii 5. CONCRETE MUST BE THOROUGHLY VIBRATED TO SHEET PILING u u CONSOLIDATE AGAINST SHEET PILING AND AROUND • F.H-PILING. �. (BACKWALL) SHEET PILING ABBREVIATIONS: 2 z #4 ® 18" O.C. • (BACKWALL) • CONC. = CONCRETE cD a EACH WAY •• O.C. = ON CENTER w H —PILING 1/2" ALL —THREAD BOLTED e TYP. = TYPICAL J FACE OF CONC. ' THROUGH H —PILE FLANGE AT EACH HORIZONTAL BAR 3 ENCASEMENT LOCATION, MINIMUM 2 X ALL —THREAD DIAMETER FROM LOW POINT ORIGINAL GRADE 1/2" ALL —THREAD BOLTED EDGE OF FLANGE (TYP). UNDER BRIDGE FINISHED GRADE THROUGH H -PILE FLANGE AT EACH HORIZONTAL BAR LOCATION (TYP). :HWAY 24"+ /\/\j, • 4. IN VIEW 3" CLEARANCE (TYP.) WELD COU EXCAVATION AND BACKFILL (��-` VARY. SEE INSPECTION __/ SKETCH OR PLANS FOR EACH BRIDGE. VARIES 8" TO 10" PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE: (970) 3564000 FAX (I70) 3046497 SECTION A -A CALL UTILITY NOTIFICATION CENTER OF COLORADO CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES As Constructed 29-68A BRIDGE REHABILITATION Project No./Code No RevrsIDns. CONCRETE ENCASEMENT DETAILS Revised Designer d. �R! IN BR -138 Detaller E GREEN Void: Sheet Subset Sheet Number 3 of 5 I= EOA EOA • tIE BENCHMARK EXISTING 12 INCH (NATIf O GEODETIC SURVEY CORRUGATED METAL ESIGNATION 'JONES') IRRIGATION PIPE ELEV.=4772.6 / (PROTECT IN PLACE) (PROTECT IN PLACE AND MAINTAIN ACCESS) ❑ 1� NOTE. DAMAGE TO THIS V/C SURVEY MONUMENT'. i / BY THE CONTRA4EOA S WILL RESULT IN A 1000 - Fill -ROW ROW ROW - ROW ROW ROW FIELD CLEAN AND PAINT ALL EXPOSED GIRDER. BRIDGE DECK, AND GUARDRAIL SUPPORT SURFACES ON BOTTOM AND SIDES OF EXISTING BRIDGEEOA — EOA -- EOA EOA -f— Eo>� EOA EOA — EOA — CONST. 57.0 LF OF 15 INCH THICK CONCRETE FOR ABUTMENT AND NGWALLS WCR 29 HEIGHT=7.1 FT (REFER TO CONCRETE ENCASEMENT REMOVE 19 RETROREFLECTOR TABS TYPICAL DETAILS) D INSTALL 19 NEW RETROREFLECTOR TABS ON EXISTING TYPE 3W -SEAM GUARDRAIL (PROTECT EXISTING GUARDRAIL IN PLACE) EOA —t-- LOA EOA— LOA-- EOA FDA — g A o p I y ALONG UTMENTj1 FOR CFtAy/ / / r. C �' 4j J n' n / / EXISTING IRRIGATION STRUCTURE ' / / AND HEAD GATE'291' J V� (PROTECT IN PLACE) EDGE OF WATER SURFACE y, 32020R20(7YP.) CONST, CV OF Ro / 'xI qOW _ RO 7 RO -- FN*— il/ --- ROW — ROW- — ROW R ROW RO SOIL RIPRAP ((075 9 6O ) 7 T /� CONST. 8 CV OF e EXISTING I `NTURYUNKK T SOIL RIPRAP (9 INCH) .�' U G. TFLFPO F LINE REMOVE 46 CV OF RIPRAP ALONG EXISTING NORTH P ANW SAVE D REUSE FOR C PROTECTION ALONG ABUT BRIDGE - LOA 4fK{G�18f(9{ 8A EOA -- EOA -- EOA 75' DEPTH) IV (PROTECT IIaP ' RII�� P EOA + A' EOA — EOA —1_ EOA -- EOA E� REMOVE 14 RETROREFLECTOR TABS EOA EOA - NDREUSH REMOVE 5 RETROREFLECTOR TABS AND REUSE AND INSTALL 14 NEW -BEAM GULECTORARDRAILTABS(PROTECTOGUARDRAIL ON EXISTING TYPE 3W -BEAM GUARDRAIL ABUTME yA? EXISTING IN PLACE) (PROTECT EXISTING GUARDRAIL IN PLACE) CONST. 66.7 LF OF 15 INCH THICK JT CONCRETE ENCASEMENT FOR ABUTMENT AND WINGWALLS HEIGHT=7.1 FT (REFER TO CONCRETE ENCASEMENT p E� TYPICAL DETAILS) EGANST.6 CY OF EOA -' EOA - FOA -- EOA -- EOA - EOA EGA EOA -- EOA --- LOA — SOIL RIPRAP (9 INCH) f� 75' DEPTH) uH wE9�io.r—a�_--.�B�-a�ur�--tea+-�Hf OH off—_ a..—.—.« - .»r CONST.8CY OF )� / `" / \ SOIL RIPRAP (9 INCH) ♦(d / ^ C W (0.75' DEPTH) -- ROW\ ROW- ROW- RDW �A�OW- W- ROW- ROW- ROW ROW W -ROW- ROW ROW- ROW OW- ROY LIMITS OF DITCH BANK ' /tI OIL FILLEDDISTURBANCE - STABILIZEWITH S75) .Ltd MOVE T M ARKT 75) f,/ ABOVE HIGH WATER MK(WP.) \y/ FLOW DIRECTION �o0' TCE TCE TCE TCE - TCE TCE TICE TCE ICE NOTES: 1DEWATERING SHALL ACCOMMODATE OFFSEASON IRRIGATION DITCH FLOWS OF APPROXIMATELY 20 CUBIC FEET PER SECOND (CFS) BEING CONVEYED UNDER THE 2968A� BRIDGE. 0 20 40 2. BREAKPOINTS ON SLOPES INCLUDING BOTTOM OF DITCH SHALL BE ROUNDED TO CREATE A Feet MORE STABLE LAND SURFACE AND A PLEASING APPEARANCE. 3 ALL DISTURBED DITCH BANK SLOPES NEAR THE PROPOSED WING WALL ENCASEMENTS SWILL BE RETURNED TO EXISTING GRADE. SOIL RIPRAP (9 INCH) SHALL BE INSTALLED ON THESE SLOPES TO THE HIGH WATER MARK AND SOIL FILLED TURF REINFORCEMENT MAT (TRM) (PYRAMAT 75) SHALL BE INSTALLED ABOVE THE HIGH WATER MARK. 4. ALL SLOPES RECEIVING TAM SHALL NOT BE WEED BURNED BY THE DITCH COMPANY FOR A MINIMUM OF TWO (2) YEARS. 5 ALL AREAS DISTURBED BV CONSTRUCTION SHALL BE PERMANENTLY SEEDED. Creat,on Date 5202020 Irnbals EAG Date Comments LaU Modified Dale 52012020 Inlbals LAG Full Path M-AC1IVE PROjLC IS]020 BRIDGE RFIHASVedemDESGNIURAWh1( 5 Versron. 2019 Scale Initials WELD COUNTY PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80832-0758 PHONE'. (970)358-4000 FAX'. (870) 3046497 ROW— ROW— - ROW— HOW— ROW— ROW— RI CALL UTILITY NOTIFICATION CENTER OF COLORADO S rr CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES As Constructed 29-68A BRIDGE REHABILITATION Project No./Code No ReviMOns PLAN - DETAIL Revised Designer E. GREEN BR -138 Detaller E.GRESN Sheet Number 5 0l 5 Void Sheet Subset Sheet Subset EXHIBIT 4 0 0 Ls = FACE OF CONC. ENCASEMENT z J I - w m 18" LAP (TYP.) a 0 o4 Initial. NOTES: 1. REINFORCING STEEL MAY BE FIELD BENT AND CUT VARIES FOR FABRICATION. A 8" TO 10" A 2. ALL REINFORCING STEEL SHALL BE 3" CLEAR OF 1 1 CONCRETE FACES 5 3. HOLES THROUGH H -PILE FLANGES MAY BE DRILLED OR TORCHED, BUT THE HOLE SIZE SHALL NOT EXCEED 3/4" IN ANY DIRECTION WITH EITHER • ft- J I METHOD. ONCE THE HOLES ARE COMPLETED, THE BRIDGE DECKING r I EXISTING METAL SHALL BE GROUND FLUSH OR u u DEBURRED BEFORE INSTALLATION OF THE ALL -THREAD. • 4. IF FLANGES ARE MODERATELY OR HIGHLY BRIDGE STRINGER PILE CAP CORRODED, AN ALTERNATE MEANS OF ATTACHING THE ALL -THREAD WILL NEED TO BE PROPOSED BY „ • THE CONTRACTOR THROUGH A METHOD STATEMENT 3" CLEARANCE (TYP.) 5 PILE CAP n AND SUBMITTED TO THE ENGINEER FOR REVIEW AND r �J APPROVAL PRIOR TO PROCEEDING WITH THE WORK. H -PILING 5. CONCRETE MUST BE THOROUGHLY VIBRATED TO P 1I I, CONSOLIDATE AGAINST SHEET PILING AND AROUND SHEET PILING BACKWALL) PILING • SHEET -PILING. ABBREVIATIONS: 2 z #4 ® 18' O.C. (BACKWALL) • CONC. = CONCRETE EACH WAY • • O.C. = ON CENTER Lu H -PILING 1/2 ALL -THREAD BOLTED • TYP. = TYPICAL = I- ' THROUGH H -PILE FLANGE _J Er FACE OF CONC. •\ AT EACH HORIZONTAL BAR < Li ENCASEMENT LOCATION, MINIMUM 2 X \ J ALL -THREAD DIAMETER FROM LOW POINT ORIGINAL GRADE 1/2" ALL -THREAD BOLTED EDGE OF FLANGE (TYP). UNDER BRIDGE FINISHED GRADE THROUGH H -PILE FLANGE AT EACH HORIZONTAL BAR , . • LOCATION (TYP). ;H WAY \ 24"+ „ EXCAVATION AND BACKFILL 3 CLEARANCE (TYP.) VARY. SEE INSPECTION SKETCH OR PLANS FOR EACH BRIDGE. VARIES I FvU Patty M I-ACTNE PROJECTSU02B BRIDGE REINBIBIO DLCUMENTSPYG I 2019 I,N VIEW Index of Revisions WELD COUNTY ite Comments Initials _ _ _ ISO •Y PUBLIC NARKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY, CO. 80632-0758 PHONE. (870) 3564000 J - `` FAX: (870) 304-6487 8'• TO 10 SECTION A -A As Constructed CONCRETE ENCASEMENT No Revision TYPICAL DETAILS Revised Designer E. GREEN Detaller E GREEN Void Sheet Subset CALL UTILITY NOTIFICATION CENTER OF COLORADO MW" —WnA CALL 2.BUSINESS DAYS IN ADVANCE BEFORE YOU 0G. GRADE, OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES I Project No./Code I BRIDGE REHABILITATION Sheet Number 1 of 1 S DESIGN DATA Abutment 1 Pier % Abutment % ♦ Joint opening A Predicted Horizontal Movement ♦ Joint opening A for eels tiny structure was determined from the existing plans and must be held verified before ordering or fabricating bridging plate * The maximum predicted horizontal joint movement is based on a temperature drop of 60-F for concrete girders and 50e for steel girders Compacted joint to be level with new overlay D� 1/ D •� 1 ° • e BRIDGING PLATE SIZES. A THICKNESS WIDTH MINIMUM LENGTH 0 -1 I/a 5 4-0 1 -2 % 7 4-0 2 -3 3/e 9 4-0 3 -4 %= 11 4-0 4 -5 /z 13 4 -0 5 -6 % 15 4-0 D D Remove steel armor and mill os needed to oke e correct thickness (typ) Existing abutmeantt Existing slob ors Bridging PL with Bonding agent under locator pins or bar compacted joint Backer rad A - Enstin o enin 6 maximum JOINT REHABILITATION DETAIL WITHOUT EXISTING END DAMS Typical detail shown Existing Concrete D curb or rail • a ° I • e Stab D D a — — — — — — — — — — — — — HMA Designer replace the underlined I text with the appropriate words i and numbers to describe your I structure and joint location i I Plug Joint having o maximum I I horizontal movement exceeding i/2 I may not function as intended Ann repairs or replacements teallbeof the concrete substrate shall be paid for separately under item 601 `------------------ At these structures Temperature Extremes E3 Cold for mountains E3 Hot for plains Truck Tr of fic E 2 2500 ADTT For high truck traffic ED < 2500 ADTT For moderate truck traffic Slop and Go Traffic ED Common for controlled intersections ED Uncommon for everything else F:i:• r ' B -518 -PR NOTES The plug joint system shall include all labor and materials to install the expansion joint according to the Manufacturers directions and according to these plans The blackout shall be formed or cut to full depth and ground to provide a uniform bearing surface for the bridging plate Bridging plates shall not rock on their supports prior to placing plug joint material The bridging plates shall be A36 steel as shown on the Table A or equivalent approved by the Engineer It shall be installed in accordance with the Manufacturers directions All bridging plates shall hove to color pins or bars for centralizers The backer rod shall be secured and sealed according to the Manufacturer s directions The joint bonding agent shall be the type recommended by the Manufacturer for the joint system being installed It shall be applied according to the Manufacturers recommendations All surfaces in joint opening shall be cleaned according to the Manufacturer s directions The joints shall be installed and compacted according to the Manufacturers procedures The finished joint, after compacting and sealing, shall be flush with the top of the adjacent wearing surface A representative of the Manufacturer shall be on site prior to and during installation of the plug joints and shall approve the methods and materials before work commences The Asphaltic Binder shall not be overheated either by absolute temperature omits of the material, or by extended time at a lower high temperature Material that is overheated shall be discarded For construction requirements see section 51808 of Standard Specifications Seal top of curb as directed by the Engineer Sealing the lace of the curb or barrier will not be paid for separately, but will be included in the work For information only it is estimated that xxx cu It of compacted joint material is required The Contractor shall be prepared to provide temporary cover plates in case the work must be suspended prior to opening the e o structure to traffic a 4 Exis bg s riend dam l as3 HMA Remove teel armor and p e c D D nvr� omlrrectneeded ess ((typ ) ACCEPTABLE EXPANSION DEVICE ALTERNATES Existing abutment or slab Existing slab Al Asphaltic Plug Joint materials need a Certified Test Report (CTR) Bridging PL with locator pins or bars Bonding agent under compacted joint A - Existing opening Bridq rig PL with 6 maximum) locator pins or from an independent lobora tary showing passingg lest results on oil referenced tests within the most recent ASTM D 6297 using granite bar blocks for each lot of material to be included on the APL SECTION THROUGH EXISTING CURB Locator pin (one at each end of bridging plate) Backer rod-" A list of current Pre -Approved Lot numbers Suppliers, and the Along expansion device Backer rod Wilseal or Seolmote o be JOINT REHABILITATION DETAIL WITH EXISTING END DAMS Procetlure to register new suppliers can be found on COOT Approved Products List Web site of used for two feet from gutter line http //apps coloradodot info/opt/ApiSearch cfm Typical detail shown Print Date SDATE8 Sheet Revisions Colorado Department of Transportation As Constructed BRIDGE EXPANSION DEVICE Protect No /Code File Nome Sheet -8 518-PRdgn pate Comments In,l a201 East Arkansas Avenue PLUG JOINT Project Number Horiz Scale NTS Vert Scale As Noted Q )()% Room 107 Na Revisions Staff Bridge Branch - Unit 022% Unit Leader Initials _-- Denver CO 80222 Revised Designer %%XX%%%% gn Code �,brg•r,,,,y�yy� Phone 303-757-9309 FAX 303-757-9197 Detoiler XX005XXX Numbers %-X%-%% Staff Bridge Branch Initials Void Sheet Subset BRIDGE Subset Sheets B%% of 000 Sheet Number B -518-1R Detwiler Show actual complete device Specify portions to be removed Make alt views match actual situation 1 Determine XX and YY and fix the A note accordingly The gap shall never be smaller than I under extreme temperature conditions Existing steelongle Section thru slab STEP 1 STEP 3 INSTALLATION PROCEDURE Steps I through 3 Mdl, waterproof and pave to finished grade Step 4 Sow cut and rem aye existing joints Clean blackout then install new joints and elostomeric concrete to finished grade, per Manufacturer s Instructions STR No Dimension Abut I A Lost Abut Neoprene I as required Elastomenc ccrete gutter line of end dom Steel Extrusions Acceptable Alternates STEP 2 WABO SE400-A with WABOCrete OS Brown A2R400-SSA2 with Delcrete STEP 4 SECTION AT CURB Tie with / s4 / PL3I0 x spapa ® 1 I-0-0 SECTION A -A Xs PL and #4 reinforcing bar are to be included in the cost of the expansion DETAIL AT EXPANSION DEVICE device and shown an the shop drawings If applicable, special field weld details to handle stage construction shall be shown on the expansion device shop drawings After saw cut, remove Hot Mu Asphalt and n this area and sandblast exposed surface. Remove all loose particles before placing Expansion Device and Elostomeric Concrete End Dom nrmr uace nuns ca Jneet KevlSlonS File Nome Sheet_B 518 IN d nColorado Department of Transportation As Constructed 9 Dote Comments nit 4201 East Arkansas Avenue Honz Scale NTS Vert Scale As Noted Q _—_ )OT Room 107 Na Revisions Staff Bridge Branch - Unit 022X Unit Leader Initials Denver, CD 80222 �,ArgTpd Phone 303-757-9309 FAX 303-757-9197 Revised O Staff Bridge Branch Initials Void A DECK DETAIL Mmmum opening - XX inches at 60C ambient temperature Adjust YY inches per 10° of temperature change BRIDGE EXPANSION DEVICE Project No /Code (0-4 INCH) REPLACEMENT Project Number Designer XXXXXXX% Structure X-XX-XX Code Detwiler %XXXXXXX Numbers X-XX-XX Sheet Subset BRIDGE Subset Sheets BXX of XXX Sheet Number EXHIBIT 5 PLAN M STANDARD NUMBER TITLE C3 M-100-1 STANDARD SYMBOLS (3 SHEETS) C7 M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) C7 M-203-1 APPROACH ROADS C3 M-203-2 DITCH TYPES O M-203-11 SUPERELEVATION CROWNED AND DIVIDED HIGHWAYS (3 SHEETS) E7 M-203-12 SUPERELEVATION STREETS (2 SHEETS) ® M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES (2 SHEETS) CE M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS E M-208-1 TEMPORARY EROSION CONTROL (11 SHEETS) E7 M-210-1 MAILBOX SUPPORTS (2 SHEETS) E7 M-214-1 NURSERY STOCK DETAILS ® M-216-1 SOIL RETENTION COVERING (2 SHEETS) C3 M-412-1 CONCRETE PAVEMENT JOINTS (5 SHEETS) C7 M-412-2 CONCRETE PAVEMENT CRACK REPAIR (4 SHEETS) 0&-W /3SO4'0 WV OCIO8ER 7 20/9) C3 M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING C3 M-601-1 SINGLE CONCRETE BOX CULVERT (CAST -IN -PLACE) (2 SHEETS) E7 M-601-2 DOUBLE CONCRETE BOX CULVERT (CAST -IN -PLACE) (2 SHEETS) E7 M-601-3 TRIPLE CONCRETE BOX CULVERT (CAST -IN -PLACE) (2 SHEETS) C7 M-601-10 HEADWALL FOR PIPES C7 M-601-11 TYPE "S" SADDLE HEADWALLS FOR PIPE C7 M-601-12 HEADWALLS AND PIPE OUTLET PAVING ® M-601-20 WINGWALLS FOR PIPE OR BOX CULVERTS (2 SHEETS C7 M-603-1 METAL PIPE (4 SHEETS) C7 M-603-2 REINFORCED CONCRETE PIPE CO M-603-3 PRECAST CONCRETE BOX CULVERT C3 M-603-4 CORRUGATED POLYETHYLENE PIPE (AASHTO M294) AND POLYPROPYLENE PIPE (AASHTO M330) E7 M-603-5 POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) C7 M-603-6 STEEL REINFORCED POLYETHYLENE RIBBED PIPE (AASHTO MP 20) E7 M-603-10 CONCRETE AND METAL END SECTIONS E7 M-603-12 TRAVERSABLE END SECTIONS AND SAFETY GRATES (3 SHEETS) C7 M-604-10 INLET, TYPE C E7 M-604-11 INLET, TYPE D E7 M-604-12 CURB INLET TYPE R (2 SHEETS) C3 M-604-13 CONCRETE INLET TYPE 13 E7 M-604-20 MANHOLES (3 SHEETS) E7 M-604-25 VANE GRATE INLET (5 SHEETS) C7 M-605-1 SUBSURFACE DRAINS PAGE NUMBER 1-3 4-7 8 9 10-12 13-14 15-16 17-18 19-29 30-31 32 33-34 35-39 40 41-42 43-44 45-46 47 48 49 50-51 52-55 56 57 58 59 60 61 62-64 65 66 67-68 69 70-72 73-77 78 PLAN M STANDARD NUMBER TITLE O M-606-1 MIDWEST GUARDRAIL SYSTEM TYPE 3 W -BEAM 31 INCHES (19 SHEETS) (REVIS(D aV A/ARC// 5, 2020) E7 M-606-13 GUARDRAIL TYPE 7 F -SHAPE BARRIER (4 SHEETS) E7 M-606-14 PRECAST TYPE 7 CONCRETE BARRIER (4 SHEETS) (REVIS(D Lb✓ APR/L JOr 2020) C7 M-606-15 GUARDRAIL TYPE 9 SINGLE SLOPE BARRIER (11 SHEETS) (REV/SEO aV 4889111W 5, 2020) E7 M-607-1 WIRE FENCES AND GATES (3 SHEETS) E7 M-607-2 CHAIN LINK FENCE (3 SHEETS) C7 M-607-3 BARRIER FENCE C7 M-607-4 DEER FENCE, GATES, AND GAME RAMPS (5 SHEETS) C7 M-607-10 PICKET SNOW FENCE E7 M-607-15 ROAD CLOSURE GATE (9 SHEETS) C7 M-608-1 CURB RAMPS (10 SHEETS) C3 M -609-I CURBS, GUTTERS, AND SIDEWALKS (4 SHEETS) E7 M-611-1 CATTLE GUARD (2 SHEETS) C7 M-611-2 DEER GUARD (2 SHEETS) C7 M-614-1 RUMBLE STRIPS (3 SHEETS) C7 M-614-2 SAND BARREL ARRAYS (2 SHEETS) C3 M-615-1 EMBANKMENT PROTECTOR TYPE 3 a M-615-2 EMBANKMENT PROTECTOR TYPE 5 C7 M-616-1 INVERTED SIPHON E7 M-620-1 FIELD LABORATORY CLASS 1 E7 M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) E7 M-620-11 FIELD OFFICE CLASS 1 E7 M-620-12 FIELD OFFICE CLASS 2 C3 M-629-1 SURVEY MONUMENTS (2 SHEETS) COLORADO DEPARTMENT OF TRANSPORTATION M&S STANDARDS PLANS LIST July 31, 2019 Revised on April 30, 2020 ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED AND REVISED, APPLY TO THIS PROJECT WHEN USED BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM PAGE NUMBER 79-97 98-101 192 1B+ 105-115 116-118 119-121 122 123-127 128 129-137 138-147 148-151 152-153 154-155 156-158 159-160 161 162 163 164 165-166 167 168 169-170 THE M&S STANDARD PLANS USED TO DESIGN THIS PROJECT ARE INDICATED BY A MARKED BOX m , AND WILL BE ATTACHED TO THE PLANS ALL THE OTHER M&S STANDARD PLANS ARE STILL ELIGIBLE FOR CONSTRUCTION IF APPROVED BY AN APPROPRIATE COOT ENGINEER PLAN S STANDARD PAGE NUMBER TITLE NUMBER ® S-612-1 DELINEATOR INSTALLATIONS (8 SHEETS) 171-178 E7 S-613-1 ROADWAY LIGHTING (8 SHEETS) 179-186 (REV/3X0 aY O(CEA/SER 27 20/9) ® S-614-1 GROUND SIGN PLACEMENT (2 SHEETS) 187-188 ® S-614-2 CLASS I SIGNS 189 C7 S-614-3 CLASS II SIGNS 190 E7 S-614-4 CLASS III SIGNS (3 SHEETS) 191-193 ED S-614-5 BREAK -AWAY SIGN SUPPORT DETAILS 194-195 FOR CLASS III SIGNS (2 SHEETS) C7 S-614-6 CONCRETE FOOTINGS AND SIGN ISLANDS 196-197 FOR CLASS III SIGNS (2 SHEETS) E7 S-614-8 TUBULAR STEEL SIGN SUPPORT DETAILS (7 SHEETS) 198-204 (SU ERSEO(O aV ✓ANE/ARY 2J, 2020 SY S-6/4-45) E7 S-614-10 MARKER ASSEMBLY INSTALLATIONS 207 E3 S-614-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS 208 E7 S-614-12 STRUCTURE NUMBER INSTALLATION (2 SHEETS) 209-210 E7 S-614-14 FLASHING BEACON AND SIGN INSTALLATIONS (4 SHEETS) 211-214 E3 5-614-20 TYPICAL POLE MOUNT SIGN INSTALLATIONS 215 E7 S-614-21 CONCRETE BARRIER SIGN POST INSTALLATIONS 216-217 (2 SHEETS) E7 S-614-22 TYPICAL MULTI -SIGN INSTALLATIONS 218 El S-614-40 TYPICAL TRAFFIC SIGNAL 30-75' DOUBLE MAST ARMS 219-223 65'-75' SINGLE MAST ARMS (5 SHEETS) E7 S -614-40A ALTERNATIVE TRAFFIC SIGNAL 224-227 25'-55 SINGLE MAST ARMS (4 SHEETS) E7 S-614-41 TEMPORARY SPAN WIRE SIGNALS (13 SHEETS) 228-240 E7 S-614-42 CABINET FOUNDATION DETAIL (4 SHEETS) 241-244 C7 S-614-43 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS 245-252 (8 SHEETS) C7 S-614-44 PEDESTAL POLE SIGNALS (2 SHEETS) 253-254 C3 S-614-45 PEDESTRIAN PUSH BUTTON POST ASSEMBLY DETAILS (REW /SSO(O ory ✓AWAfr 24 2020) C7 S-614-50 STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) 255-266 C7 S-614-60 DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) 267-280 ® S-627-1 PAVEMENT MARKINGS (9 SHEETS) 281-289 (REVISED dV ,APRIL /7 2020) ED S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION 290-313 (24 SHEETS) m S-630-2 BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) 314 AND VERTICAL PANELS C3 5-630-3 FLASHING BEACON (PORTABLE) DETAILS 315 C7 S-630-4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION 316-317 DETAILS (2 SHEETS) C7 S-630-5 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) 318-319 C7 S-630-6 EMERGENCY PULL -OFF AREA (TEMPORARY) 320 C7 S-630-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL 321-323 (3 SHEETS) Computer File Information Creation Data 07/31/19 I I Sheet Revisions I I Colorado Department of Transportation I S'I'ANLAR1iI S STANDARD PLAN NO Designer Initials JBK Dote Comments 2829 West Place STANDARDS PLANS LIST 9 Last Modification Date 04/30/20 rdHFloorard COOT H0, 3rd ® �- Denver, CO 80204 PLANS LIST' Standard Sheet No 1 of 1 Detatler Initials LTA � Phone 303-757-9021 FAX 303-757-9868 CAD Ver MicroStotion V8 Scale Not to Scale Units English ICMI I Project Development Branch JBK Issued by the Project Development Branch July 31, 2019 Project Sheet Number PIPELINES SEMENT (NO WIDTH) ASSOCIATE NATURAL GAS INC" REC 79933/3-08-199§ EXISTING ABOVE -GRAD DCP GAS LINE CROSSING (PROTECT IN PLACE) `q -. - 4 PROPOSEDTEMP ARY W2 h 2 CONTSTRUCTION EASE NT �0 2 \`. EXISTING DCP \9C� GAS LINE �D e �tuVa tu O A0 g` UQ� QO U \, �.9 O SOU QW �Q PIPELINES EASEMENT (NO VADTHI "�' ASSOCIATED NATURAL GAS INC. REC. #2471011 (1-9-1996 I# EXISTING( EXISTING OVERHEAD GUY Vv1RE ELECTRIC LINE ANCHOR IEXISTING ELECTRIC POLE ITYP-) £ EXISTING ELECTRIC METER AND EQUIPMENT £ ` EXISTING IRRIGATION STRUCTURE o I L., r £ EXISTING 29/68A BRIDGE SIGN �-� (PROTECT IN PLACE) 'I o /, / DETAIRLPLLAN _- EXISTINGCENTURYUNK / (SHEET 5)'OR U.G" TELEPHONE LINE Y PROPOS (PROTECT IN PLACE) IMPROVE NTS '" SITE BENCHMARK (NATIONAL GEODETIC SURVEY DESIGNATION JONES) ELEV-=4772.6 PROTECT IN PLACE AND MAINTAIN ACCESS) NOTE. DAMAGE TO THIS SURVEY MONUMENT BY THE CONTRACTOR HALL RESULT IN A $10.000 FINE. o CUD ' 16.5' EASEMENT £ Er m MOUNTAIN STATES `I \\ \ CO I ? TELEPHONE & TELEGRAPH CU. PROPOSED TEMPORARY REC. #1914546 / 1-17-1963 CONSTRUCTION EASEMENT EXISTING _._.a POST( 's \ 1 TING ELECTRIC ' METERA UIPMENT � 0 £ -EXISTING CCP . i UG. ELECTRICLINE � I EXISTING n GAS MARKER y�// £ EXISTING DCP GAS LINES , II EXIST( G STOP AHD SIGN Q EXISTING OVERHEAD I ELECTRIC LINE II v 2 I E 60.00' ROW ROAD BK. 2. PG. 398' 7.8-18811 11 �1 I it 1 1 II Index of Revisions Date Comments Lasl Modified Date 5202020 Initials EAG Full Path Y,, .ALUVE �RC,ECrsavao SRI[X E RENe'94MtDEa3MDHAMNo5 Drawing File Name BRIDGE 29-68A DESIGN.DWG ' EXISTING 12 INCH CORRUGATED I ACCESS ROAD A METAL IRRIGATION PIPE CJ (PROTECT IN PLACE) EXIS,ING 29/BBA EXISTING ABOVE -GRADE / \ BRIE SIGN I IRRIGATION LINE CROSSING (PR ECT IN PLACE) O1 EXISTING IRRIGATION STRUCTURE AND HEAD GATE 291 GREELEY NO. 2 CANAL IPROTECT IN PLACE) (NEW CACHE LA POUDRE ACCFS� IRRIGATING CO.) EXISTING ROgO >- 'm -{ _> IRRIGATION _. T'S-TRUC -RES J y " k j 1 d N,_ _ _ __ C) ` EXISTING 36 CORRUGATED ` METAL PIPE (VERTICAL) EXISTING DCP _ _ U = U E GAS LINE U m EXISTING IS INCH CORRUGATED O g n METAL IRRIGATION PIPE FwM o z W O ry W W m N IL Wwa 0 W Q Z W W aQ nn 0 C £ b. i. Al O I1 30.00' ll ,H r c WELD COUNTY CG -x PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY. CO. 80632-0758 PHONE: (970) 356-4000 FAX (70) 304-8497 w¢ o oz O wC NO4 r N h W Q Q r,f W - O u ?W2.� nI0 CDI wrx - r As Constructed No Revisions Revised Void `a Id ACCESS ROAD Sheet Subset 0 50 100 Feet CALL UTILITY NOTIFICATION CENTER OF COLORADO S �r r.nA CALL 2 -BUSINESS DAYS IN ADVANCE BEFORE YOU DIG. GRADE. OR EXCAVATE FOR THE MARKING OF UNDERGROUND MEMBER UTILITIES BRIDGE REHABILITATIO PLAN E. GREEN EGREEN Sheet Subset Project No./Code BR -13B Sheet Number 4 0l 5 MAXIMUM OF 96BETWEEN WOOD POSTS 16' BETWEEN POSTS 1 BARBED WIRE z Z i -w - pN 0 z W Dw F 10 z w z m i zts -F z toW f N6 gF r i rk W PRESSURE TREATED WOODEN POST t5"-DIA FOR LINE POSTS. e" -0U FOR END/CORNER/GATE POSTS) TEMPORARY AND PERMANENT FENCE DETAIL NOT TO SCALE NOTES: 1, REFERENCE COOT DETAIL M-607-1 FOR FENCE INSTALLATION DETAILS. TYPICAL FENCE TO BE A 5 -STRAND BARBED WIRE FENCE. 2. FENCE UNE POST LENGTH ABOVE GROUND TO BE 50- MINIMUM. FENCE ENDICORNER/GATE POST LENGTH ABOVE GROUND TO BE 80' MINIMUM. THE FIRST LINE IS SPACED 16' OFF OF THE GROUND UNLESS OTHERWISE DIRECTED BY THE ENGINEER BASED ON PROJECT LOCATION. SECOND LINE IS B' ABOVE THE FIRST UNE, THIRD LINE 15 6" ABOVE THE SECOND, FOURTH IS 8' ABOVE THE THIRD, AND THE FIFTH LINE IS B" ABOVE THE FOURTH UNE. THE FIFTH LINE IS ALSO 2 INCHES BELOW THE TOP OF THE FENCE POST. 3. WOODEN POSTS SHALL BE PLACED AT A MAXIMUM SPACING OF 96 FT. ALL END/CORNERIGATE AND UNE POSTS SHALL BE PRESSURE TREATED WOOD. ALL WOOD ENDICORNER/GATE POSTS SHALL BE 6 INCHES IN DIAMETER AND SHALL BE A MINIMUM OF 60 INCHES ABOVE GRADE AND A MINIMUM OF 6D INCHES BELOW GRADE. ALL WOOD UNE POSTS SHALL BE 5 INCHES IN DIAMETER AND 5I -LL BE A MINIMUM OF 50 INCHES ABOVE GRADE AND A MINIMUM 01 36 INCHES BELOW GRADE. 4. STEEL POSTS SPACED AT 16 FT CENTERS SHALL BE USED BETWEEN THE WOODEN POSTS. STEEL POSTS SHALL BE ASTM A702 CERTIFIED #133. STEEL POSTS SHALL BE A MINIMUM OF 7 FT LONG. STEEL POSTS SHALL BE A MINIMUM OF 50 INCHES ABOVE GRADE AND A MINIMUM OF 24 INCHES BELOW GRADE. 5. LINE BRACING SHOULD MAINTAIN A SPACING OF 800 FT BUT CAN BE EXTENDED UP TO 1.000 FT DEPENDING ON OBSTACLES. 6. THE FENCE IS BEING SET 1 FT INSIDE THE ROW, OR ON THE TEMPORARY EASEMENT LINE. OR AS DIRECTED BY THE ENGINEER. 7. FENCING IS BEING FASTENED TO THE LANDOWNER SIDE OF THE FENCE. Inibala EAG M 1 -ACTIVE PRGIEYTev'B20 BRIDGE REHABIBID DOCUMf N}SIDWG AutoCAD Vanbn: ASTM A702 CERTIFIED #133 STEEL POST 8. BARBED WIRE SHALL BE PER ASTM A121 12.5 GAUGE, 2 -POINT BARBS. 4" MINIMUM SPACING, 90 LBS SPOOL, CLASS 1 GALVANIZED. SMOOTH WIRE MAY BE SUBSTITUTED AT THE PREFERENCE OF THE LANDOWNER AND DISCRETION OF THE ENGINEER. SMOOTH WIRE SHALL BE PER ASTM A121 12.5 GAUGE, 80 LBS SPOOL, CLASS 1 GALVANIZED. 9. STAPLES SHALL BE DOUBLE BARBED, 8 GAUGE. 10. ALL HORIZONTAL BRACING MEMBERS SHALL BE NOTCHED INTO THE VERTICAL POSTS. 11. EVERY H -BRACE. CORNER. AND GATE POST FOR PERMANENT FENCES SHALL BE CONCRETED. 12. IT IS ANTICIPATED THAT A MINIMUM OF 8.5 - BOLB BAGS OF CONCRETE WILL BE REQUIRED FOR EACH PERMANENT FENCE H -BRACE, CORNER. AND GATE POST. THIS ASSUMES A 15 INCH DIAMETER BY 60 INCH DEEP HOLE, 6 INCH DIAMETER POST, AND 0.60 CUBIC FEET OF CONCRETE PER BOLE BAG. WELD C PUBLIC WORKS DEPARTMENT 1111 H. STREET P.O. BOX 758 GREELEY. CO. 80632-0758 PHONE 870) 356000 FAX ( 70) 3046497 As Constructed -STRAND BARBED WIRE FENC No Reviewns TYPICAL DETAIL Revised: Lobster E. GREEN Void. Sheet Subset Sheet Sulmet Project No./Code BRIDGE REHABILITATION Sheet Number 1 of 1 AN -1 - 2020 BRIDGE REHABILITATION SERVICES / July 16, 2020 Bid Request No B2000137 Weld County, Colorado ADDENDUM NUMBER ONE The following shall be incorporated into the CONTRACT DOCUMENTS, for the above -referenced PROJECT A Contractor Questions and Responses B Pre -Bid Meeting Attendance Email Confirmations C Pre -Bid Meeting Agenda D Revision of Section 501, Steel Sheet Piling E Revised Revision of Section 506, Riprap F Revised Bid Schedule All other terms and conditions of the CONTRACT DOCUMENTS shall remain unchanged BIDDER must acknowledge receipt of this addendum in the space provided in the BID Failure to acknowledge receipt of an ADDENDUM may be cause for rejection of the BID A CONTRACTOR QUESTIONS AND RESPONSES 1 Question I What will be the scope of work in potential future contract renewal periods? Answer Scope of work will depend on the bridge rehabilitations selected and will be based on any of the items included in the bid schedule in the quantities required to complete the work It is also noted that scope of work could vary from the bid tabulations included in Exhibit 1 for the initial contract period based on the awarded bid and available budget 2 Question 2 The contract currently advertised for bids seems similar to the ones advertised in previous years How is this contract different? Answer The two bridge rehabilitations selected for 2020 (86-33A and 29-68) may contain types of work similar to what has been included in previous Weld County bridge rehabilitation contracts, but the bid schedule contains many additional items that were not previously included in Weld County bridge rehabilitation contracts Also, the contract currently advertised for bid can be renewed for one (1) additional year a total of two (2) times after the initial contract period at the sole discretion of Weld County and previous bridge rehabilitation contracts have not been renewable 3 Question 3 What were the most recent contractors to perform work on Weld County bridge rehabilitation contracts? Answer Don Kehn Construction in 2018 and Naranjo Civil Constructors in 2017 Weld County did not hire a contractor to perform bridge rehabilitation services in 2019 Prepared By Erich Green, P E, L S I Engineer II M \—Active Protects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1 doc B PRE -BID MEETING ATTENDANCE EMAIL CONFIRMATIONS M \—Active Projects\2020 Bridge Rehab\1-Bid Documents\ Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1 doc From: Aaron Mills To: Erich Green Cc: "Aaron L. Mills" Subject: 2020 Bridge Rehabilitation / Pre -Bid Date: Wednesday, July 15, 2020 10:36:41 AM t autio,. This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. TLM Constructors, Inc. was in attendance at the 2020 Bridge Rehabilitation Pre -Bid meeting. Aaron Mills President AMills@tlmconstructors.com www.tlmconstructors.com "Quality, Our Unspoken Promise" From: kathy walshconstruction.us To: Erich Green Subject: Prebid attendee 7.15.20 Date: Wednesday, July 15, 2020 10:40:29 AM Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Kathy Harrison, Walsh Construction attended the conference call today. Thank you. Kathy Harrison Walsh Construction 970.622.8227 From: Kyle Lofstedt To: Erich Green Cc: Dustin Joy Subject: Pre -bid Attendance Date: Wednesday, July 15, 2020 10:51:20 AM Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Please record that Dustin Joy and Kyle Lofstedt were in attendance of the Pre -bid meeting today. Kyle Lofstedt Estimator / Project Engineer Ralph L. Wadsworth 9351 Grant St Suite 110 Thornton CO 80229 Office 303.802.3243 Mobile 720.618.2664 klofstedtCcDwadsco.com www.wadsco.com From: Jordan Hood To: Erich Green Subject: Weld County Pre -Bid Attendee - 2020 Bridge Rehabilitation Services Date: Wednesday, July 15, 2020 12:01:14 PM Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Mr. green, Thanks for your time today on the pre -bid call. ABCO Contracting was a participant on the call and plans on bidding the project. All my contact info is below. We hope we get the chance to work together, thanks! Jordan Hood Project Manager / Estimator � g � CONTRACTING, INC. 2180 E. 74th Place Denver, CO. 80229 (720)-688-3947 - Cell (303)-288-4140 — Office Jordan(Eabcocontracting.com From: Hallmark Inc To: Erich Green Cc: Rose Everett Subject: Pre -Bid Attendee at Todays 10:00am 2020 Bridge Re-hab Pre -Bid Date: Wednesday, July 15, 2020 12:08:41 PM ( autiun: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. I was an attendee at todays pre -bid for the 2020 Bridge Rehabilitation Services Project, Sol. #B2000137. Thanks, Bob Lawrence Hallmark, Inc. 303-423-8005 C PRE -BID MEETING AGENDA M \—Active Projects\2020 Bridge Rehab\1 -Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1 doc 2020 Bridge Rehabilitation Services Mandatory Pre -Bid Meeting Agenda July 15, 2020 1. Sign -in for meeting — confirm your attendance of this meeting by emailing your company name and contact info to me at egreen(abweldgov.com no later than 3:00pm today. If your attendance is not confirmed, you will not be allowed to bid on the project. 2. Bidding Requirements a. Delivery — electronic only at this time i. Email address and additional info provided in the Invitation to Bid. b. Note the insurance requirements for the job i. See pages 12-14 of the bid documents for the insurance requirements for the project. ii. "Weld County, Colorado, its officers, and employees" must be included as an additional insured. c. Forms required at bid time are listed under Bidding Requirements with an asterisk in the table of contents. d. Pay attention to Section 3 `Preparation of the Bid' paragraph for required bid proposal forms. e. Bidders must submit completed bid schedule along with completed bid tabulations as provided in Exhibit 1. The same unit prices must be utilized in the bid schedule and the Exhibit 1 bid tabulations, or the bid will be rejected. During the initial contract period and potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. f. Bid Bond amount of 5% shall be based on the total submitted costs of the 2020 bridge rehabilitation projects as per Exhibit 1. g. All questions after the Pre -Bid meeting must be submitted in writing to Erich Green at egreen(a)weldgov.com. h. Deadline for submitting questions is 5:00 p.m. on Friday, July 17, 2020 i. Final answers will be posted via the Final Addendum on BidNet no later than 5 p.m. Wednesday, July 22, 2020 j. Bidding closes at 10 a.m. on Friday July 24, 2019. Bids will be opened by the Purchasing Office and the opening cannot be attended in person. The bid opening will occur over a Skype conference call and this information is included in the Request for Bid. 3. Selection of Bidder a. Weld County staff will recommend award to the most cost-effective bidder b. Most cost-effective bidder is not necessarily the lowest apparent bidder based on the total of the Exhibit 1 bid tabulations c. To determine the most cost-effective bidder, consideration will also be given to submitted unit prices on items not included in the bid tabulations in Exhibit 1. Any of these items could be required during the 2020 (initial) contact period and/or during possible future renewal periods. 4. Project Description/Location a. This project in general consists of performing rehabilitation services on and around Weld County bridges throughout Weld County. Examples of services required to support the project include but are not limited to: • Reinforced structural concrete encasement of existing steel bridge abutments and wingwalls M:\ —Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 1 of 8 • Construction of new reinforced structural concrete wingwalls, aprons, and toe walls • Concrete crack and surface repair • Removal and installation of bridge expansion devices • Maintenance of bridge bearing devices • Removal and installation of fencing • Removal and installation of permanent signage and pavement markings • Field welding of steel (AWS certified) • Field cleaning and painting of steel • Removal of asphalt mat • Asphalt paving and patching • Rehabilitation and construction of irrigation appurtenances • Dewatering • Debris removal • Excavation and embankment • Ditch/channel bank stabilization • Erosion control and native seeding • Temporary traffic control • Construction surveying • Suburface utility investigation b. Known 2020 bridge rehabilitations are shown in the attached plans. Additional 2020 bridge rehabilitations may be required within budgetary limits and would be defined by standard plans, details, and project specifications. Weld County will maximize the work performed within the budget each year. c. At the option of Weld County, the project contract may be extended for one (1) additional year a maximum of two (2) times. It is anticipated that during each one- year contract period, between one (1) and ten (10) bridges will be rehabilitated. d. Bridge rehabilitations in future years may be designed by Weld County or its consultant or may involve improvements that do not require site specific plans. Bridge rehabilitations without site specific plans would be defined by standard plans, details, and project specifications. e. Not a state or federally funded project but does follow the 2019 CDOT Standard Specifications for Road and Bridge Construction as revised by Weld County. The project does not contain any Davis -Bacon Wages, Disadvantaged Business Enterprise (DBE), or On the Job Training (OJT) goals. 5. Project Completion Date a. Contract is a completion date contract (December 31, 2020) b. Expect Notice to Proceed to be issued about mid -September 2020 and must have both the 86-33A and 29-68A bridge rehabilitation work completed no later than December 31st, 2020. c. No weather days will be granted 6. Pay Applications a. We will pin down pay application deadlines with winning bidder b. Monthly reporting required — to be submitted with pay applications. M:\ —Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 2 of 8 7. Construction Administration/Materials a. Construction administration and inspections will be provided by Weld County Staff. Weld County staff will be attending progress meetings and performing traffic control reviews. b. Materials Owner Acceptance testing will be arranged by Weld County and will be conducted by Terracon. Contractor is responsible for Process Control testing. c. The 2019 CDOT Field Materials Manual and the latest edition of the CDOT Construction Manual (as amended) will be used by Weld County inspectors. The Contractor is advised to become familiar with these manuals. Pay attention to the Notice to Contractors section in the CDOT Field Materials Manual. 8. General Project Submittals by Contractor a. Construction Schedule b. Mix designs — asphalt, concrete, aggregate base, etc. c. Method Statements d. Materials Certifications e. Seeding and erosion control materials f. Insurance, bonds, required county and CDOT forms, and contract documents 9. Traffic Control a. Construction signing and traffic control is the responsibility of the Contractor. Traffic control plans shall be submitted to Weld County for approval prior to any construction. 10. Landowner Coordination/Access a. Landowner coordination is critical due to multiple owners and accesses, nearby residences, nearby farming operations, and irrigation ditch operations b. Access to adjacent properties must be coordinated with the affected landowners by the Contractor. Only the Rights of Way and Temporary Construction Easements shown on the plans will be secured prior to the issuance of Notice to Proceed. 11. Utility Coordination/Protection a. Contractor shall be responsible for protection of all existing utilities and coordination with the affected companies during construction. b. Affected utilities will depend on the rehabilitation sites and the planned work at each site. c. The primary affected utility for the 86-33A and 29-68A bridge rehabilitations is CenturyLink. d. All costs except potholing will not be paid for separately but shall be included in the work. 12. Ditch Agreements a. Agreements have not been finalized with the irrigation ditch companies for the 86-33A and 29-68A bridge rehabilitations. b. These agreements will be finalized by Weld County prior to the end of the agricultural irrigating season and prior to the issuance of the Notice to Proceed. 13. Revisions to Section 104 — page 60 of the specifications a. Revised definition for differing site conditions — note the examples which do not entitle the Contractor to a change order due to differing site conditions. b. Revised formula for value engineering proposals 14. Revisions to Section 105 — page 62 of the specifications a. Added section which allows the County to remove any of the Contractor's or sub- contractor's employees from the job for any reason. b. As -constructed drawings are required for the 86-33A bridge rehabilitation. c. Price Reduction Factor conformity ranges have been revised, see Section 105.03 d. Order of precedence has been revised. e. Payment deductions assessed due to failure to provide a competent superintendent. f. CDOT will not participate in disputes — this is not a CDOT contract. M:\ —Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 3 of 8 15. Revisions to Section 106 — page 66 of the specifications a. Contractor process control testing of HMA is mandatory b. HMA 500 tons or less, material may be accepted without further sampling and testing on the basis of visual examination at Engineer's discretion provided the material source has recently furnished or is currently furnishing similar material found to be satisfactory under normal CDOT sampling and testing procedures. c. Federal Buy America requirements for iron and steel do not apply to this project. 16. Revisions to Section 107 — page 67 of the specifications a. Act of God Clause — Contractor shall repair all work damaged by act of God at no cost to the County. No change order will be issued for change in site conditions due to act of God. b. County ROW permit required for the project. No permit fee will be charged. c. CDPHE State Stormwater Discharge Permit to be obtained by the Contractor with Contractor and Weld County both on the application, and then transferred to the County at the end of the project. Required for all bridge rehabilitation projects where ground disturbance will occur, including projects disturbing less than one (1) acre. Required for 86-33A and 29-68A bridge rehabilitations. d. CDPHE State Construction Dewatering Permit to be obtained by the Contractor where dewatering is planned. Required for 29-68A bridge rehabilitation. e. Contractor is responsible for any and all fines levied by CDPHE for violations of the permits. 17. Revisions to Section 108 — page 70 of the specifications a. Pre -Construction meeting required prior to start of work. b. Schedule submitted to County at least 10 working days prior to the start of the work. c. See info on Method Statements d. No weekend or holiday work allowed without prior written consent of the County. e. County to be reimbursed for weekend and holiday time spent by Project Manager and Inspector. I. $100 per hour, 4 -hour ($400) minimum for each Inspector or Engineer for each day. f. Liquidated Damages tied to submittal of all required closeout paperwork within 20 days of the Notice of Final Acceptance. g. Liquidated Damages table is different from CDOT 18. Revisions to Section 109 — page 72 of the specifications a. Price reductions for failure to provide tickets within 48 hours of material placement b. Retainage is 5% of the value of completed work. Will be held on every pay application c. No release of retainage prior to Final Acceptance 19. Revision to Section 201 — page 75 of the specifications a. Clearing and grubbing by square yard area basis b. Removal of trees smaller than 2" Diameter at Breast Height (DBH) part of this pay item / not paid for separately. 20. Revision to Section 202 — page 76 of the specifications a. Removal of fence is for removal of existing fence as shown in site specific bridge .rehabilitation plans or directed by the Engineer. Not for removal of temporary fence or plastic fence — removal of temporary fence and plastic fence is subsidiary to the respective fence pay items (refer to Revision to Section 607). 21. Revision to Section 203 — page 79 of the specifications a. Replacement for Unsuitable Material (Muck) shall meet the requirements of Embankment with a minimum R -value of 20. 22. Revision to Section 206 — page 82 of the specifications a. Specifications for flow fill are unique to Weld County. M:\ —Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 4 of 8 23. Revision to Section 207 — page 83 of the specifications a. Remove/stockpile topsoil paid separately from topsoil re -distribution (placement). Where turf reinforcement mat (TRM) is specified however, placement of topsoil is subsidiary to the TRM pay items and won't be paid separately (refer to Revision to Section 216). 24. Revisions to Section 208 — page 85 of the specifications a. Erosion Control Management (SWMP administration, erosion control inspection) required for both the 86-33A and 29-68A bridge rehabilitation projects. b. CDPHE State Stormwater Discharge Permit required for both of these projects. CDPHE State Construction Dewatering Permit required for 29-68A bridge rehabilitation project (refer to Revision to Section 107). c. Type 1 prefabricated concrete washout structures required for the project. d. Failure to provide corrective action for stormwater deficient items — Weld County has option of utilizing a third -party to complete the work and deducting costs from the Contractor's monthly pay application. 25. Revisions to Section 209 — page 113 of the specifications a. Water utilized for dust control is incidental to the work/not paid separately. 26. Revisions to Section 210 — page 114 of the specifications a. Sign resets include removal, cleaning 27. Revisions to Section 211 — page 115 of the specifications a. Includes management of groundwater and surface water flows such as irrigation flows b. Dewatering must be achieved to a depth of at least three (3) feet below the underside of any permanent structural elements prior to exposing their bearing surfaces. c. Water level shall be maintained below the level of placed concrete for at least three (3) days before the water level is allowed to rise. 28. Revisions to Section 212— page 118 a. Two seed mixes in contract (north of WCR 68 and south of WCR 68) b. Soil conditioning required i. Hydraulic Growth Medium (HGM) required as the soil conditioner ii. HGM specifications provided 29. Revisions to Section 213 — page 121 of the specifications a. Hydro mulch/tackifier will not be measured and paid for separately but will be included in the measurement and payment for native seeding. 30. Revisions to Section 216 — page 122 of the specifications a. Propex Geosolutions Landlok 450 and Pyramat 75 (or Engineer approved equivalents) are specified soil filled Turf Reinforcement Mat (TRM) products. b. Soil filled TRM — preparation of seedbed, placement of topsoil, fertilizing, soil conditioning, and seeding are incidental and will not be measured and paid separately. 31. Revisions to Section 240 — page 124 of the specifications a. If ground disturbing activities begin prior to September 21 for the rehabilitation projects planned for this year, the area shall be surveyed by Weld County's wildlife biologist within the seven (7) to ten (10) days immediately prior to ground disturbing activities. The 86-33A and 29-68A bridge rehabilitation sites have otherwise been cleared for construction this year without additional required diligence regarding protection of migratory birds. b. The Contractor may be required to remove nests, provide netting, provide maintenance of vegetation, and/or provide plastic fencing to prevent entry to protected areas at the direction of Weld County's wildlife biologist. c. The taking of a migratory bird shall be reported to the U.S. Fish and Wildlife Service (USFWS). Contractor shall be responsible for all penalties levied by the USFWS for the taking of a migratory bird. 32. Revisions to Sections 304 and 703 — page 127 of the specifications. M:\ —Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 5 of 8 a. Note additional Weld County requirements for Class 6 ABC material b. Note specifics for Surface Gravel material 33. Revisions to Section 401 — page 129 of the specifications a. Job -mix formula must be established by a Weld County approved testing laboratory at the Contractor's expense. Copies of all test data shall be provided to and approved by Weld County prior to construction. b. Steel wheel rollers shall not be used in vibratory mode on bridge decks. 34. Revisions to Section 403 — page 130 of the specifications a. Note material properties for various types of HMA. b. Four (4) types of HMA included in the contract 35. Revisions to Section 411 — page 133 of the specifications a. Bituminous materials will not be measured and paid for separately but shall be included in the unit prices for each type of HMA. 36. Revisions to Sections 420 & 712 — page 134 of the specifications a. Geotextile measured and paid by the surface area, completed and accepted (overlaps required per table based on subgrade strength but not measured and paid separately). b. Mirafi FW300 or approved equal included in the contract. 37. Revisions to Section 506 — page 138 of the specifications a. Contractor shall supply laboratory testing data from supplier for approval by the Engineer prior to delivering riprap to jobsite. Testing data must indicate the material meets requirements for abrasion resistance or compressive strength as indicated in Table 506- 1. 38. Revisions to Section 509 — page 139 of the specifications a. Field welding included. American Welding Society (AWS) certified welder holding AWS D1.5 (Bridge Welding Code) endorsement. b. Cleaning and Painting of Steel will be measured and paid by the square foot completed and accepted. c. Cleaning and Painting of Existing Steel H -Piling and Sheet Piling where these surfaces will be encased in concrete, will not be measured and paid separately. This cleaning and painting shall be subsidiary to the concrete pay items. 39. Revisions to Section 512 — page 141 of the specifications a. Maintenance of Bearing Device includes cleaning, protecting, and lubricating various types of bridge bearing devices. 40. Revisions to Section 518 — page 142 of the specifications a. Asphaltic plug expansion devices shall be Thorma-Joint or an Engineer approved equal. b. Watertight integrity testing of bridge expansion devices will only be paid separately when an expansion device repair or full replacement is not already being performed. Otherwise the watertight integrity testing shall be subsidiary to the expansion device repair or replacement. c. A technical representative of the expansion device manufacturer shall be on site during the replacement of asphaltic plug type devices and during the replacement or repair of strip seal type devices. 41. Revisions to Section 601 — page 146 of the specifications a. All concrete in the contract is Class D. Refer to material properties included. b. Fly ash shall conform to requirements of ASTM C618, Class F and shall not exceed 20% of the cementious material by weight. c. Due to seasonal considerations, a non -chloride accelerator may be used in the concrete if Contractor desires. Requires revised mix design to be submitted to Engineer for approval. PolarSet is pre -approved by Weld County. If a different product is proposed it must be submitted to the Engineer for review and approval. d. Concrete crack repair and patching is also included. M:\ —Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 6 of 8 42. Revisions to Section 603 — page 149 of the specifications a. Confined rubber gaskets required on any reinforced concrete pipes installed under the contract. b. Concrete collars required on any reinforced concrete pipe joints that are not tongue and groove or bell and spigot. 43. Revisions to Section 607 — page 150 of the specifications a. Temporary barbed wire fence and plastic fence — unit price includes removal as defined. 44. Revisions to Section 612 —page 151 of the specifications a. Provides applications, materials, colors, and dimensions required for Type I, II, III delineators included in the contract. 45. Revisions to Section 614 — page 152 of the specifications a. Provides material requirements for square steel sign posts to be utilized in the contract. b. Hardware is not measured and paid for separately but shall be included in the cost of the post. c. Reflective markings shall be included on all four (4) sides of stop sign posts. This is not measured and paid for separately but shall be included in the cost of the post. 46. Revisions to Section 624 — page 153 of the specifications a. ASTM testing of irrigation systems, cross drains, and storm drains shall be performed and the joints shall be watertight. b. Should any joints fail to meet the test requirements, they will be corrected at the Contractor's expense. 47. Revisions to Section 625 — page 154 of the specifications a. If Weld County provides any design CAD files to the Contractor's surveyor for construction surveying purposes, it is doing so as a courtesy. The CAD files are not considered Contract Documents and shall not be used in relation to any request for additional time or compensation. b. Where Construction Surveying is included with the site -specific plans or with the Internal Accounting (IA) Form for a particular bridge rehabilitation, it is required the Contractor's surveyor provide actual construction stakes in the field for the improvements in accordance with the CDOT Survey Manual and industry standards. 48. Revisions to Section 626 — page 156 of the specifications a. Contractor is responsible for acquiring access beyond Temporary Construction Easements (TCE's) shown on construction drawings through written agreements if additional access is needed. Copies of agreements must be provided to Weld County. b. One (1) mobilization will be paid for the rehabilitation of each bridge based on its location (North of US 34 or South of US 34) independent of the number and types of improvements proposed. 49. Revisions to Section 630 — page 158 of the specifications a. Three (3) types of traffic control are included in the contract based on day rates. b. Day rates include all traffic control devices, maintenance, traffic control management, traffic control inspection, and flaggers where necessary. c. If specified, portable message sign panels will be paid separately by the day. 50. Revisions to Section 632 — page 160 of the specifications a. If night work lighting is required based on these specifications, it will not be measured and paid for separately but shall be included in the work. 51. Force Accounts a. Several set up for various items i. Minor Contract Revisions 1. For minor work not included in the contract drawings or specifications ii. Erosion Control M:\ -Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 7 of 8 1. For minor erosion control work not included in the contract drawings or specifications iii. Irrigation 1. For reconstruction/repair of minor irrigations appurtenances not included in the contract drawings or specifications iv. Subsurface Utility Engineering (SUE) 1. For subsurface utility investigations, mapping, reporting, and plans to achieve a minimum utility locations/depiction Quality Level A as defined by ASCE Standard 38. A Colorado licensed PE is required to oversee this work and stamp/sign the deliverables. b. Work items to be paid under any of the force accounts shall be pre -approved by the Engineer prior to proceeding or they will be no cost to the project. 52. Traffic Control Plan — General a. During all bridge rehabilitation work, only one lane may be closed to traffic at any time unless approved by the Engineer. b. Two (2) weeks prior to any proposed road closure, the Contractor shall notify the Weld County Public Works Department (Board of County Commissioners approval required). c. Traffic shall not be delayed for more than 15 minutes or as directed by the Engineer when the roadway is open to traffic. 53. Questions? 54. Recap a. Confirm your attendance of this meeting by emailing your company name and contact info to me at egreen(aD_weldgov.com no later than 3:00pm today. If your attendance is not confirmed, you will not be allowed to bid on the project. b. All questions after the Pre -Bid meeting must be submitted in writing to Erich Green at egreen(aD_weldgov.com. c. Deadline for submitting questions is 5:00 p.m. on Friday, July 17, 2020 d. Final answers will be posted via the Final Addendum no later than 5 p.m. Wednesday, July 22, 2020 e. Bidding closes at 10 a.m. on Friday July 24, 2020. Bids will be opened by the Purchasing Office and the opening cannot be attended in person. The bid opening will occur over a Skype conference call and this information is included in the Request for Bid. M:\ -Active Projects\2020 Bridge Rehab\2-Pre-Bid Meeting\2020 Bridge Rehab Pre -Bid Meeting Agenda.doc Page 8 of 8 D. REVISION OF SECTION 501, STEEL SHEET PILING REVISION OF SECTION 501 STEEL SHEET PILING Section 501 of the Standard Specifications is hereby revised for this project as follows Subsection 501.04 shall be revised to include the following: The Contractor shall provide a design for the steel sheet piling cofferdam proposed for the work. The design shall be stamped and signed by a Colorado registered Professional Engineer (PE). The design shall address the avoidance of conflicts between the proposed sheet piling and all existing overhead and subsurface utilities. Where placed within irrigation ditches or stormwater channels, the design shall also account/allow for all necessary irrigation and stormwater flows to be conveyed without causing the irrigation ditch or stormwater channel to overtop its banks. When steel sheet piling is installed temporarily as a cofferdam, it shall be removed once the work is completed. The steel sheet piling cannot be cut off and portions left in place. All portions of the steel sheet piling shall be removed. In Subsection 501.05, delete the second sentence under the first paragraph and replace with the following: Splices shall not be measured and paid for separately and shall be considered incidental to the work. In Subsection 501.05, delete the second paragraph and replace with the following: The area of steel sheet piling cut-offs shall not be measured and paid for separately and shall be considered incidental to the work. Subsection 501.06 shall be deleted and replaced with the following: The accepted quantities of steel sheet piling will be paid for at the contract unit price per square foot of each type used. Payment will be made under: Pay Item Pay Unit Steel Sheet Piling (Type I) (Cofferdam) Square Foot Payment for Steel Sheet Piling (Type I) (Cofferdam) shall be full compensation for all materials, equipment, and labor necessary to complete the steel sheet piling installation to the lines and grades when on the plans. Removal and disposal of Steel Sheet Piling (Type I) (Cofferdam) shall not be paid for separately and shall be considered subsidiary to the work. END OF SECTION M:\ —Active Projects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc E. REVISED REVISION OF SECTION 506, RIPRAP 1 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows: Subsection 506.01 shall be revised as follows: This work consists of the construction of soil riprap and installation of geotextile separator under the soil riprap in accordance with the Specifications and Plans. Delete Subsection 506.02, paragraph 2 and replace with the following: Prior to delivering the riprap material to the jobsite, the Contractor shall furnish laboratory test results from the supplier for approval by the Engineer indicating that the material meets the requirements for abrasion resistance or compressive strength as indicated in Table 506-1. Material used for riprap may be approved by the Engineer or Inspector if, by visual inspection, the rock is determined to be sound and durable. Subsection 506.02 shall be revised to include the following: Material used for the geotextile separator under the riprap shall meet the material requirements described for Geotextile Separator (Drainage) (Special) in Subsection 712.08 and Table 712-2b. The geotextile separator shall be included in the cost (subsidiary) of the riprap pay item unless listed separately in the site -specific plans or Internal Accounting (IA) Form. Subsection 506.03 shall be revised to include the following: Plan dimensions shall be adhered to. Soil/Buried Riprap 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 displacing riprap. 3. Channel slope or other areas that are to be protected with soil/buried riprap shall be free of brush, trees, stumps, and other objectionable material and be graded to a smooth compacted surface as shown on the Plans. 4. CONTRACTOR shall excavate areas to receive soil/buried riprap to the subgrade as shown on the Plans. 5. CONTRACTOR shall excavate areas to receive soil/buried riprap to the specified depth (bedding material is not required for soil/buried riprap. 6. The subgrade materials shall be stable. 7. If unsuitable materials are encountered, they shall be removed and replaced in accordance with Section 203 of the Specifications for subgrade that has been excavated in undisturbed soil. 8. When subgrade is built up with embankment material it shall be compacted in accordance with Section 203 of the Specifications. 9. All rock is to be placed in a dewatered condition beginning at the toe of the slope or other lowest point. 10. Prior to riprap placement, a geotextile separator shall be installed over the entire area to be riprapped per the Plans. The geotextile shall meet the requirements specified in 712.08 and Table M:\ —Active Projects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc 2 REVISION OF SECTION 506 RIPRAP 712-2b. This item shall be included in the cost (subsidiary) of the riprap pay item unless listed separately in the site -specific plans or IA Form. 11. Riprap shall be installed in a manner that results in a dense, interlocked layer of riprap. The thickness of the riprap layer shall be twice the nominal stone size or as shown on the Plans. Place a first layer of smaller soil riprap of approximate d50 thickness. Then place the top layer with surface rocks that are largely d50 or greater, filling voids as necessary with smaller planted riprap by hand. Riprap shall be placed on the prepared areas in a manner which will produce a reasonably well graded mass of stone with the minimum practicable percentage of voids. 12. Riprap shall be machine placed, unless otherwise stipulated in the Plans or Specifications. It is the intent to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. The mixture shall be consolidated by large vibratory equipment or backhoe bucket to create a tight, dense interlocking mass. 13. The entire mass of riprap shall be placed on either channel slope so as to be in conformance with the required gradation mixture and to line, grade, and thickness shown on the Plans. Riprap shall be placed to full course thickness at one operation and in such a manner as to avoid displacing the underlying bedding material. Placing of riprap in layers, or by dumping into chutes, or by similar methods shall not be permitted. All material used for riprap protection for channel slope or bottom shall be placed and distributed such that there shall be no large accumulations of either the larger or smaller sizes of stone. Some hand placement may be required to achieve this distribution. 14. Any large voids shall be filled with rock and small voids filled with soil. 15. Excessively thick zones of soil prone to washing away shall not be created (for example, no thicknesses greater than six (6) inches). 16. The soil shall be further wetted to encourage void filling with soil. 17. All riprap shall be reviewed and approved by the Engineer prior to embankment and topsoil placement. 18. For buried soil riprap, the top surface shall be covered with four (4) inches of topsoil such that no rock points are protruding. 19. 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. Topsoil shall be added to any areas that settle. Subsection 506.05 shall be revised to include the following: Payment will be under: Pay Item Soil Riprap (9 Inch) Soil Riprap (12 Inch) Soil Riprap (18 Inch) END OF SECTION Pay Unit Cubic Yard Cubic Yard Cubic Yard M:\ —Active Projects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc F. REVISED BID SCHEDULE M:\ —Active Projects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc 2020 BRIDGE REHABILITATION SERVICES BID SCHEDULE The submitted bid unit prices, along with the submitted costs for the bid tabulations provided in Exhibit 1, will be used by Weld County to select the most cost-effective bid for the contract. The bid tabulations provided in Exhibit 1 must be submitted with the bid schedule below and must utilize the same unit prices shown below, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 1 202-00009 REMOVAL OF DEBRIS CY 1 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 1 202-00127 REMOVAL OF RIPRAP CY 1 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (1 INCH -12 INCHES THICK) SY 1 202-01000 REMOVAL OF FENCE LF 1 203-00000 UNCLASSIFIED EXCAVATION CY 1 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 1 203-00050 UNSUITABLE MATERIAL (MUCK) CY 1 203-00060 EMBANKMENT (COMPLETE IN PLACE) CY 1 203-01100 PROOF ROLLING HOUR 1 203-01598 POTHOLING (SPECIAL) EA 1 206-00068 FLOW FILL (WELD COUNTY MIX) CY 1 207-00210 STOCKPILE TOPSOIL CY 1 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 1 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 1 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 1 208-00207 EROSION CONTROL MANAGEMENT DAY 1 210-00810 RESET GROUND SIGN EA 1 210-00815 RESET SIGN PANEL EA 1 211-03009 DEWATERING DAY 1 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 1 212-00002 SEEDING (NATIVE) (SOUTH OF WCR 68) SY 1 212-00003 SEEDING (STERILE WHEAT) SY 1 212-00712 HYDRAULIC GROWTH MEDIUM SY 1 213-00010 MULCHING (WEED FREE STRAW) SY 1 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 1 216-00305 SOIL FILLED TURF REINFORCEMENT MAT (LANDLOK 450) SY 1 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 1 240-00010 REMOVAL OF NESTS HR 1 240-00020 NETTING SY 1 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 1 304-08000 AGGREGATE BASE COURSE (SHOULDERING) TON 1 304-10000 AGREGGATE BASE COURSE (SURFACE GRAVEL) TON 1 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 1 M:\ —Active Projects\2020 Bridge Rehab\1 -Bid Documents\_Final Bid Documents'Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE DOLLARS 403-34841 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) TON 1 403-34842 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) (PATCHING) SY 1 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 1 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 1 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 1 501-00100 STEEL SHEET PILING (TYPE I) (COFFERDAM) SF 1 506-00409 SOIL RIPRAP (9 INCH) CY 1 506-00412 SOIL RIPRAP (12 INCH) CY 1 506-00418 SOIL RIPRAP (18 INCH) CY 1 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 1 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 1 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CY 1 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 1 509-08300 FIELD WELDING (AWS CERTIFIED) (AWS D1.5 ENDORSEMENT) HOUR 1 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 1 512-00125 MAINTENANCE OF BEARING DEVICE HOUR 1 518-04010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE (STRIP LF 1 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 1 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT (ASPHALTIC PLUG) (THORMA-JOINT) (3 INCHES -8 INCHES THICK) LF 1 518-04030 BRIDGE EXPANSION DEVICE REPLACEMENT (STRIP SEAL) LF 1 518-04031 BRIDGE EXPANSION DEVICE REPAIR (STRIP SEAL) (NEOPRENE GLAND ONLY) LF 1 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 1 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 1 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 1 601-06021 CONCRETE CRACK REPAIR (HORIZONTALNERTICAL/OVERHEAD) (DAYTON SUPERIOR SURE ANCHOR I J51) LF 1 601-06151 CONCRETE PATCHING (HORIZONTAL) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 50) SF 1 601-06152 CONCRETE PATCHING (VERTICAL/OVERHEAD) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 25 VO) SF 1 602-00000 REINFORCING STEEL LB 1 602-00020 REINFORCING STEEL (EPDXY COATED) LB 1 607-01015 FENCE (5 -STRAND BARBED WIRE) (TEMPORARY) LF 1 607-01020 FENCE (5 -STRAND BARBED WIRE) (PERMANENT) LF 1 607-11525 FENCE (PLASTIC) LF 1 612-00000 RETROREFLECTOR TAB EA 1 612-00001 DELINEATOR (TYPE I) EA 1 612-00002 DELINEATOR (TYPE 11) EA 1 612-00003 DELINEATOR (TYPE III) EA 1 614-00011 SIGN PANEL (CLASS I) SF 1 614-00218 STEEL SIGN POST (2-1/4 INCH x 2-1/4 INCH SQUARE POST) LF 1 620-00020 SANITARY FACILITY EA 1 625-00001 CONSTRUCTION SURVEYING LS 1 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 626-00009 MOBILIZATION (SOUTH OF US 34) EA 1 627-00001 PAVEMENT MARKING PAINT GAL 1 M:\ —Active Projects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE DOLLARS 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 1 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 1 630-00101 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (ROAD CLOSURE) DAY 1 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 1 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25,000* $25,000* 700-70380 F/A EROSION CONTROL FA 1 $15,000* $15,000* 700-74000 F/A IRRIGATION FA 1 $7,000* $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA 1 $20,000* $20,000* *These amounts shall be utilized for the initial contract period. It is anticipated that potential future renewal periods will utilize the same amounts or less. M:\ —Active Projects\2020 Bridge Rehab\1 -Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc NOTE: The following are items of work to be completed by Weld County: Construction Administration Materials Owner 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. Addendum No. Addendum No. Date: Date: Date: By: 0 M Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. B2000137. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, project specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE FAX BY (Please print) 1,I7_'I� Ir_.i4lI1.,. WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-16. M:\ -Active Projects\2020 Bridge Rehab\1-Bid Documents\_Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab -Addendum 1.doc EXHIBIT B BID PROPOSAL To: Weld County Purchasing Department P.O. Box 758, 1150 " O" Street Greeley, Colorado 80632 Attention: Rob Turf, Purchasing Director Bid Proposal for: 2020 BRIDGE REHABILITATION SERVICES 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 themselves 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 submitted costs of the 2020 bridge rehabilitation projects as per Exhibit 1. 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 their best effort to complete the entire Project as soon as possible and within the time specified in the Project Special Conditions after the issuance of the Notice to Proceed subject to the CDOT Standard Specifications for Road and Bridge Construction, Section 108. EXECUTION OF DOCUMENTS The Bidder understands that if this Bid Proposal is accepted, they 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. BID NO. B2000137 Page 15 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. All mathematics will be checked and the correct total used for determining the most cost-effective bidder. BID NO. B2000137 Page 16 2020 BRIDGE REHABILITATION SERVICES BID SCHEDULE The submitted bid unit prices, along with the submitted costs for the bid tabulations provided In Exhibit 1, will be used by Weld County to select the most cost-effective bid for the contract. The bid tabulations provided in Exhibit I must be submitted with the bid schedule below and must utilize the same unit prices shown below, or the bid will be rejected. It is expressly stated that for the initial contract period and for potential future renewal periods, each item may be utilized in quantities greater or lesser than shown or may not be utilized at all, which will be at Weld County's sole discretion. ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE DOLLARS 201-00003 CLEARING AND GRUBBING SY 1 C7O 202-00009 REMOVAL OF DEBRIS CY I - • .. 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 1 202-00127 REMOVAL OF RIPRAP CY 1 202-00246 REMOVAL OF ASPHALT MAT (PLANING) (1 INCH -12 INCHES THICK) SY 1 4', 202-01000 REMOVAL OF FENCE LF 1 203-00000 UNCLASSIFIED EXCAVATION CY 1 Z 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 1 203-00050 UNSUITABLE MATERIAL (MUCK) CY 1 € OL 203-00060 EMBANKMENT (COMPLETE IN PLACE) CY 1 5rjOV 203-01100 PROOF ROLLING HOUR 1 11 203-01598 POTHOLING (SPECIAL) EA 1 Zz50 206-00068 FLOW FILL (WELD COUNTY MIX) CY 1 J 76 B 207-00210 STOCKPILE TOPSOIL CY 1 3. OO 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 1 £ 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 2 Ocx2 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 1 O Y , 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 1 /6O, 208-00207 EROSION CONTROL MANAGEMENT DAY 1 O� 210-00810 RESET GROUND SIGN EA 1 Q Q d 210-00815 RESET SIGN PANEL EA 1 u% 211-03009 DEWATERING DAY 1 6. PO 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 1 Z o Z& 212-00002 SEEDING (NATIVE) (SOUTH OF WCR 68) SY 1 L Z 212-00003 SEEDING (STERILE WHEAT) SY 1 / 1 212-00712 HYDRAULIC GROWTH MEDIUM SY 1 f 213-00010 MULCHING (WEED FREE STRAW) SY 1 SIR 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 1 Z 216-00305 SOIL FILLED TURF REINFORCEMENT MAT (LANDLOK 450) SY 1 ` 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 1 7• B m 240-00010 REMOVAL OF NESTS HR 1 240-00020 NETTING SY 1 6 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 1 304-08000 AGGREGATE BASE COURSE (SHOULDERING) TON 1 304-10000 AGREGGATE BASE COURSE (SURFACE GRAVEL) TON 1 • 403-33841 HOT MIX ASPHALT (GRADING S) (100) (PG 64-22) TON 1 M:\ -Active Projects\2020 Bridge Rehab\\ -Bid Documents\ Final Bid Documents\Addendum 1 2020-07-16\2020 Bridge Rehab -Addendum 1.doc ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE DOLLARS 403-34841 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) TON 1 , 403-34842 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-22) (PATCHING) SY 1 - 403-34851 HOT MIX ASPHALT (GRADING SX) (100) (PG 64-28) TON 1 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 1 �. - 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 1 501-00100 STEEL SHEET PILING (TYPE I) (COFFERDAM) SF 1 O0 506-00409 SOIL RIPRAP (9 INCH) CY 1 • e 506-00412 SOIL RIPRAP (12 INCH) CY 1 g _. --- --- -.. ....�.- � •' n," -'f CY 1 Q 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 1 75 _ 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 1 ©. 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CY 1 a® 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 1 D D• 4� 509-08300 FIELD WELDING (AWS CERTIFIED) (AWS D1.5 ENDORSEMENT) HOUR 1 9, � 2 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 1 J(o fo • 512-00125 518-04010 MAINTENANCE OF BEARING DEVICE HELDL CLEANING OF EXISTING BRIDGE EXPANSION DEVICE (STRIP HOUR LF 1 1 r 25 ° -O Z �� 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 1 7j9. ° 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT (ASPHALTIC PLUG) HORMA-JOINT) ((3 INCHES -8 INCHES THICK) LF 1 I • 518-04030 518-04031 BRIDGE EXPANSION DEVICE REPLACEMENT (STRIP SEAL) BRIDGE EXPANSION DEVICE REPAIR (STRIP SEAL) (NEOPRENE GLAND ONLY) LF LF 1 1.� 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 1 Qo, J,e9ec1 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 1 601-03003 601-06021 601-06151 601-06152 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CONCRETE CRACK REPAIR (HORIZONTALNERTICAL/OVERHEAD) (DAYTON SUPERIOR SURE ANCHOR I J51) CONCRETE PATCHING (HORIZONTAL) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 50) CONCRETE PATCHING (VERTICAL/OVERHEAD) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 25 VO) CY LF SF SF 1 1 1 1 Oi�j-j91 yep oe p0 .d « G O 602-00000 REINFORCING STEEL LB 1 • . 602-00020 REINFORCING STEEL (EPDXY COATED) LB 1 607-01015 FENCE (5 -STRAND BARBED WIRE) (TEMPORARY) LF 1 O O 607-01020 FENCE (5 -STRAND BARBED WIRE) (PERMANENT) LF 1 o 607-11525 FENCE (PLASTIC) LF 1 �� 612-00000 RETROREFLECTOR TAB EA 1 p0 4' 612-00001 DELINEATOR (TYPE I) EA 1 612-00002 DELINEATOR (TYPE II) EA 1 OO36. • 612-00003 DELINEATOR (TYPE III) EA 1 - 614-00011 SIGN PANEL (CLASS I) SF 1 e 614-00218 STEEL SIGN POST (2-1/4 INCH x 2-1/4 INCH SQUARE POST) LF 1 620-00020 SANITARY FACILITY EA 1 625-00001 CONSTRUCTION SURVEYING LS 1 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 626-00009 MOBILIZATION (SOUTH OF US 34) EA 1 0I2rJ.' 627-00001 PAVEMENT MARKING PAINT GAL 1 ).-r ! • M:\ —Active Projects\2020 Bridge Rehab\1-Bid Documents\ Final Bid Documents\Addendum 1 2020-07-1612020 Bridge Rehab —Addendum 1.doc ITEM NO. ITEM DESCRIPTION UNIT BID QUANTITY UNIT PRICE DOLLARS TOTAL PRICE (DOLLARS) 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 1 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 1 6 O 630-00101 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (ROAD CLOSURE) DAY 1 O 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 1 O 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25,000* $25,000* 700-70380 F/A EROSION CONTROL FA 1 $15,000 $15,000* 700-74000 F/A IRRIGATION FA 1 $7,000* $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA 1 $20,000* $20,000* *These amounts shall be utilized for the initial contract period. It is anticipated that potential future renewal periods will utilize the same amounts or less. M:1 —Active Projects\2020 Bridge Rehab\1-Bid Documents\ Final Bid Documents'Addendum 1 2020-07-1612020 Bridge Rehab —Addendum 1.doc NOTE: The following are items of work to be completed by Weld County: Construction Administration Materials Owner 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. One Addendum No. Addendum No. Date: July 16, 2020 By: Erich Green Date: By: Date: By: Bidder agrees to perform all Work described in the Contract Documents for the unit prices as shown in the Bid Schedule. Payment will be based on the Lump Sum price or the actual quantities furnished, installed or constructed. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. 82000137. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, project specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM TLM Constructors, Inc. BUSINESS ADDRESS P.O. Box 336638 CITY, STATE, ZIP CODE Greeley, CO 80633 BYAaron L. Mills (Please print) DATE July 24, 2020 TELEPHONE NO 9703)'8323 FAX 970-346-8324 TAX ID # 84-1188026 SIGNATURE _ E-MAIL amilIstImconstructors.cpm WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1-16. M:1 —Active Projects\2020 Bridge Rehab\1-Bid Documents_Final Bid Documents.Addendum 1 2020-07-16\2020 Bridge Rehab — Addendum 1.doc EXHIBIT I 2020 BRIDGE REHABILITATION SERVICES BID TABULATIONS The bid tabulations below including subtotals and totals must be submitted with the bid schedule, and the unit prices entered on the bid tabulations must match the unit prices shown on the submitted bid schedule, or the bid will be rejected. BID TABULATION (86-33A BRIDGE REHABILITATION) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE DOLLARS TOTAL PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 350 /5 203-00000 UNCLASSIFIED EXCAVATION CY 120 V o0 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 135 , 203-01100 PROOF ROLLING HOUR 2 /J5 D'v 203-01598 POTHOLING (SPECIAL) EA 4 O, ^ 1 Odd de 207-00210 STOCKPILE TOPSOIL CY 40 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 23 2t� -65Zf-49 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 '= o(ap qw 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 2 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 6 0 208-00207 EROSION CONTROL MANAGEMENT DAY• 10 � 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 900 • 212-00003 SEEDING (STERILE WHEAT) SY 900 vO 212-00712 HYDRAULIC GROWTH MEDIUM SY 900 5 , 213-00010 MULCHING (WEED FREE STRAW) SY 900 7 3f 0' 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 116 2.5 00 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 105 Q 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 270.6 so 55 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 56 N Z 506-00409 SOIL RIPRAP (9 INCH) CY 11 d 2 �O 506-00412 SOIL RIPRAP (12 INCH) CY 8 © 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 4,240 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 4.6 Q s0 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 45.5 T 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 103.4 602-00020 REINFORCING STEEL (EPDXY COATED) LB 10,628 49- 607-11525 FENCE (PLASTIC) LF 310 B •J'.° 620-00020 SANITARY FACILITY EA 1 250. 625-00001 CONSTRUCTION SURVEYING LS 1 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 2.2 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 45 SUBTOTAL BID NO. B2000137 Page 194 BID TABULATION (29-68A BRIDGE REHABILITATION) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 201-00003 CLEARING AND GRUBBING SY 180 D.� 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 38 �e 202-00127 REMOVAL OF RIPRAP CY 84 d ¶pa!° 203-00050 UNSUITABLE MATERIAL (MUCK) CY 66 203-01100 PROOF ROLLING HOUR 2 e O, eo 203-01598 POTHOLING (SPECIAL) EA 8 = �• 207-00210 STOCKPILE TOPSOIL CY 21 oB Z oe 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 2 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 6 eo iQ 208-00207 EROSION CONTROL MANAGEMENT DAY 10 2' 211-03009 DEWATERING DAY 30 '37 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 1,868 ?• 212-00003 SEEDING (STERILE WHEAT) SY 1,868 /S z O 212-00712 HYDRAULIC GROWTH MEDIUM SY 1,868 yO 213-00010 MULCHING (WEED FREE STRAW) SY 1,868 Y', 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 55 . 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 70.8 s 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 215 • 506-00409 SOIL RIPRAP (9 INCH) CY 29 Q- Q 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 5,790 to5 g3.3P.O 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 46.11- 602-00020 REINFORCING STEEL (EPDXY COATED) LB 928 Z5O 607-11525 FENCE (PLASTIC) LF 260 •�O 612-00000 RETROREFLECTOR TAB EA 38 620-00020 SANITARY FACILITY EA 1 1, 2cb 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 Zp 630-00100 TRAFFIC CONTROL -SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 45 IO ,If /� - 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 Z SUBTOTAL ISM =� BID NO. B2000137 Page 195 BID TABULATION TOTAL (86-33A AND 29-68A BRIDGE REHABILITATIONS) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE (DOLLARS) TOTAL PRICE (DOLLARS) 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25,000 $25,000* 700-70380 F/A EROSION CONTROL FA 1 $15,000* $15,000* 700-74000 F/A IRRIGATION FA 1 $7,000* $7,000* 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA 1 $20,000* $20,000* SUBTOTAL (86-33A BRIDGE REHABILITATION) SUBTOTAL (29-68A BRIDGE REHABILITATION) TOTAL Z B Zoo 2j *These amounts shall be utilized for the initial contract period. It is anticipated that potential future renewal periods will utilize the same amounts or less. BID NO. B2000137 Page 196 New Contract Request Entity- Information Entity Name* TLM CONSTRUCTORS, INC Contract Name* 2020 BRIDGE REHABILITATION SERVICES Contract Status CTB REVIEW Entity ID* §00015325 ❑ New Entity? Contract ID 4055 Contract Lead* EGREEN Contract Lead Email egreenc u. veld ca.us Parent Contract ID Requires Board Approval YES Department Project # 1-1 Contract Description * RENEWABLE AGREEMENT FOR CONSTRUCTION SERVICES FOR ANNUAL BRIDGE REHABILITATIONS. Contract Description 2 Contract Type * Department Requested ROCC Agenda Due Date AGREEMENT PUBLIC WORKS Date* 0812712020 08/311'2020 Amount Department Email $537,163.60 CM- Will a work session with BOCC be required?* PublicWorks@weldgov.corn NO Renewable YES Department Head Email Does Contract require Purchasing Dept. to be included? CM-PublicWorks- YES Automatic Renewal UeptHeadr€eldgov.c€arri NO Bid0RFP al`* County Attorney 62006137 Grant BOB CHOATE County Attorney Email IGA SC HOATECO.ELO. CO. US If this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in Ongase Contract Dates Effective Date Review e * Renewal Date 07,"31/2020 08/31/2021 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing over Purchasing Approved Date CONSENT 0812612020 Approval Process Department Head Finance Approver Legal Counsel JAY MC0ONALD CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 08/26/2020 08/26/2020 08/2612020 Final Approval ROCC Approved Tyler Ref # AG 083120 FCC Signed Date gOCC Agenda Date 08/31/2020 Originator EGREEN Submit MEMORANDUM Date: July 29, 2020 To: Rob Turf, Purchasing Manager From: Erich Green, Project Manager, Public Works RE: Bid Request No. B2000137 2020 Bridge Rehabilitation Services BOCC Approval Date August 12, 2020 Five contractors attended the mandatory pre -bid meeting for this contract and three of these five contractors submitted a bid. TLM Constructors, Inc. (TLM), was the sole responsible bidder. The submitted costs contained within TLM's bid have been reviewed for errors and discrepancies, and none were apparent. TLM's total costs are below budget, and the bid tabulation is attached for your information. The Public Works Department is recommending award of the construction contract to TLM Constructors, Inc. for a total amount of $537,963.68. Public works has worked successfully with TLM in the past and they are a Weld County company with an office in Greeley. If this contract award is approved by the BOCC on August 12`h, construction is planned to commence in late September or the first of October just after the agricultural irrigating season ends. Construction is planned to be completed no later than December 2020. X2,O-236 DATE OF BID: JULY 24, 2020 REQUEST FOR: 2020 BRIDGE REHABILITATION DEPARTMENT: PUBLIC WORKS BID NO: #B2000137 PRESENT DATE: JULY 29, 2020 APPROVAL DATE: AUGUST 12, 2020 VENDOR TLM CONSTRUCTORS INC P.O. BOX 336638 GREELEY CO 80633 WALSH CONSTRUCTION INC 8139 OPEN VIEW PLACE LOVELAND CO 80537 ABCO CONTRACTING INC 2180 E. 74TH PLACE DENVER CO 80229 BRIDGE 86-33A $270,843.50 INCOMPLETE BID INCOMPLETE BID WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a)weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a)-weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 BRIDGE29-68A $200,120.18 THE DEPARTMENT OF PUBLIC WORKS IS REVIEWING THE BIDS. FORCE ACCOUNTS (BETWEEN BOTH PROJECTS) $67,000 TOTAL $537,963.68 2020-2336 oT129 ��oo�s BID TABULATION 7-24-2020 2020 BRIDGE REHABILITATION SERVICES B2000137 (BID SCHEDULE) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE Enginoso TOTAL Engineor UNIT PRICE TLM Conot,0001eore TOTAL TLM Construetors 201-00003 CLEARING AND GRUBBING SY 1 $5.00 $5.00 $15.00 $15.00 202-00009 REMOVAL OF DEBRIS CY 1 $300.00 $300.00 $45.00 $45.00 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 1 $5.00 202-00127 REMOVAL OF RIPRAP CY 1 $70.00 $70.00 $36.00 $36.00 202-00246 REMOVAL OF ASPHALT MAT (PLANING) 1 INCH -12 INCHES THICK) SY 1 $20.00 $20.00 $16.00 $1600 202-01000 REMOVAL OF FENCE LF 1 $3.00 $3.00 $3.00 203-00000 UNCLASSIFIED EXCAVATION CV 1 $90.00 $90.00 $42.00 $42.00 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CV 1 $60.00 $60.00 $50.00 $50.00 203-00050 UNSUITABLE MATERIAL (MUCK) CY 1 $90.00 $90.00 $100.00 $100.00 203-00060 EMBANKMENT COMPLETE IN PLACE) CY 1 $60.00 $60.00 $50.00 $50.00 203-01100 PROOF ROLLING HOUR 1 $120.00 $120.00 $105.00 $105.00 203-01598 POTHOLING (SPECIAL) EA 1 $250.00 $250.00 $250.00 $250 00 206-00068 FLOW FILL (WELD COUNTY MIX) CY 1 $200.00 $200.00 $175.00 $175.00 207-00210 STOCKPILE TOPSOIL CV 1 $30.00 $30.00 $13.00 $13.00 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 1 $15.00 $15.00 $24.00 $24.00 208-00048 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 $7 300.00 $1 300.00 $2 000.00 $2 000.00 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 1 $6000.00 $8000.00 $3000.00 $3000.00 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 1 $150.00 $150.00 $150.00 $150.00 208-00207 EROSION CONTROL MANAGEMENT DAY 1 $250.00 $250.00 $150.00 $150.00 210-00810 RESET GROUND SIGN EA 1 $300.00 $300.00 $350.00 $350.00 210-00815 RESET SIGN PANEL EA 1 $250.00 $250.00 $200.00 $200.00 211-03009 DEWATERING DAY 1 $750.00 $750.00 $975.00 $975.00 212-00001 SEEDING (NATIVE) (NORTH OF WCR 6B) SY 1 $0.60 $0.60 $0.26 $0.26 212-00002 SEEDING (NATIVE) (SOUTH OF WCR 68) BY 1 $0.60 $0.60 $0.26 $0.26 212-00003 SEEDING(STERILE WHEAT) SY 1 $0.20 $0.20 $0.15 $0.15 212-00712 HYDRAULIC GROWTH MEDIUM SY 1 $1.50 $150 $1.05 $1 05 213-00010 MULCHING WEED FREE STRAW) SY 1 $0.80 $0.80 $0.30 $0.30 216-00043 SOIL RETENTION BLANKETIS-Cl BIOD CL 21 SY 1 $5.00 $5.00 $3.25 $3.25 216-00305 SOIL FILLED TURF REINFORCEMENT MAT (LANDLOK 450) SY 1 $20.00 $20.00 $6,00 $6.00 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) ST 1 $25.00 $25.00 $17.00 $17.00 240-00010 REMOVAL OF NESTS HR 1 $125.00 $125.00 $100.00 $10000 240-00020 NETTING SY 1 $15.00 $15.00 $15.00 $15.00 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 1 $60.00 $60.00 $55.00 $55.00 304-08000 AGGREGATE BASE COURSE ISHOULDERINGI TON I 56O00 $60.00 $55.00 $55.00 304-10000 AGREGGATE BASE COURSE ISURFACE GRAVEL) TON 1 $60.00 $60.00 $55.00 $55.00 403-33841 HOT MIX ASPHALT GRADING SI (1001 IPG 84-22 TON 1 $8500 $85.00 $175.00 $175.00 403-34841 HOT MIX ASPHALT GRADING SX (100) (PG 64-22 TON 1 $90.00 $90.00 $177.00 $177.00 403-34842 HOT MIX ASPHALT GRADING SX) 100 PG 64-22) PATCHING ST I $225.00 $225.00 $87.00 $87.00 403-34851 HOT MIX ASPHALT IGRADING SX 100 (PG 64-2B TON 1 $100.00 $100.00 $18600 $186.00 408-01000 HOT POURED JOINT AND CRACK SEALANT TON 1 $4,000.00 $4,000.00 $1,850.00 $1,850.00 420-00140 GEOTEXTILE SEPARATOR DRAINAGE SPECIAL (MIRAFI FW300 SY 1 $8.00 $8.00 $4.00 $4.00 501-00100 STEEL SHEET PILING TYPE I(COFFERDAM) SF 1 $40.00 $40.00 $75.00 $7500 506-00409 SOIL RIPRAP 9 INCH CY 1 $200.00 $200.00 $190.00 $190.00 506-00412 SOIL RIPRAP (12 INCHI CV 1 $20000 $200.00 $190.00 $190.00 508-00418 SOIL RIPRAP (18 INCH CV 1 $22500 $225.00 $190.00 $190.00 507-00000 CONCRETE SLOPE AND DITCH PAVING CY 1 $900.00 $900.00 $675.00 $675.00 507-00300 GROUTED RUBBLE SLOPE AND DITCH PAVING CY 1 $30000 $300.00 $350.00 $350.00 507-00350 GROUTED RIPRAP SLOPE AND DITCH PAVING CV 1 $450.00 $450.00 $500.00 $500.00 507-00400 ASPHALT SLOPE AND DITCH PAVING TON 1 $40000 $400.00 $250.00 $250.00 509-08300 FIELD WELDING(AWE CERTIFIED(AWE 01.5 ENDORSEMENT) HOUR 1 $250.00 $250.00 $110.00 $110.00 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 1 $3.00 $3.00 $1 65 $1.65 512-00125 MAINTENANCE OF BEARING DEVICE HOUR 1 $80.00 $80.00 $75.00 $75.00 518-04010 FIELD CLEANING OF EXISTING BRIDGE EXPANSION DEVICE (STRIP SEAL) LF i $15.00 $15.00 $25.00 $25.00 518-04011 FIELD TESTING OF EXISTING BRIDGE EXPANSION DEVICE EA 1 $500.00 $500.00 $750.00 $750.00 518-04020 BRIDGE EXPANSION DEVICE REPLACEMENT (ASPHALTIC PLUG) THORMA-JOINT (3 INCHES -8 INCHES THICK LF 1 $185.00 $185.00 $175.00 $17500 518-04030 BRIDGE EXPANSION DEVICE REPLACEMENT ISTRIP STALl LF 1 $55000 $550.00 $30000 $300.00 518-04031 BRIDGE EXPANSION DEVICE REPAIR (STRIP SEAL) (NEOPRENE GLAND ONLY) LF 1 $150.00 $150.00 $80.00 $80,00 601-03001 CONCRETE (CLASS D) (ENCASEMENTI CV 1 41,350.00 $1,350 DO $1,000.00 01,00000 601-03002 CONCRETE (CLASS D WINGWALL CV 1 $1,350.00 $1,350.00 $985.00 $98500 601-03003 CONCRETE (CLASS D FLOOR/APRONITOE WALL( CV 1 51,150.00 $1,150 DD $550.00 $550.00 601-06021 CONCRETE CRACK REPAIR (HORIZONTAUVERTICAUOVERHEAD) (DAYTON SUPERIOR SURE ANCHOR I J51) LF 1 $20.00 $20.00 $150.00 $150.00 601-06151 CONCRETE PATCHING (HORIZONTAL) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR 40 501 SF 1 $60.00 $60.00 $66.00 $66.00 601-06152 CONCRETE PATCHING (VERTICAUOVERHEAD) (UP TO 4 INCHES THICK) (DAYTON SUPERIOR HD 25 VO SF 1 $80.00 $80.00 $104.00 $104.00 802-00000 REINFORCING STEEL LB 1 $2.00 $2.00 $2.25 $2.25 602-00020 REINFORCING STEEL EPDXY COATED) LB 1 $2.50 $2.50 $2.50 $2.50 607-01015 FENCE 5 -STRAND BARBED WIRE TEMPORARY LF 1 $7.00 $7.00 $5.00 $5.00 607-01020 FENCE (5 -STRAND BARBED WIRE (PERMANENT) LF 1 $6.00 $6.00 $6.00 $6.00 607-11525 FENCE (PLASTIC) LF 1 $4.00 $400 $3.00 $3.00 612-00000 RETROREFLECTOR TAB EA 1 $15.00 $15.00 $15.00 $15.00 612-00001 DELINEATOR (TYPE EA 1 $30.00 $30.00 $25.00 $25.00 612-00002 DELINEATOR (TYPE II EA 1 $35.00 $35.00 $30.00 $3000 612-00003 DELINEATOR (TYPE 11,1 EA 1 $4000 $40.00 $35.00 $35.00 614-00011 SIGN PANEL (CLASS I SF 1 $2500 $25.00 $25.00 $25.00 614-00218 STEEL SIGN POST 2-1/4 INCH x 2-1/4 INCH SQUARE POST) LF 1 $2000 $20.00 $28.00 $28.00 620-00020 SANITARY FACILITY EA 1 $1 500.00 $1,500.00 $1,250.00 $1 250.00 825-00001 CONSTRUCTION SURVEYING LS 1 $3,000.00 $3,000.00 $8500.00 $8,500.00 626-00008 MOBILIZATION NORTH OF US 34) EA 1 $10,500.00 $10,500.00 $22 000.00 $22,000.00 626-00009 MOBILIZATION SOUTH OF US 34) EA 1 $10 500.00 $10 500.00 $22.000.00 $22,000.00 627-00001 PAVEMENT MARKING PAINT GAL 1 $50.00 $50.00 $150.00 $150.00 627-00008 MODIFIED EPDXY PAVEMENT MARKING GAL 1 $250.00 $250.00 $250.00 $250.00 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT DAY 1 $750.00 $150.00 $1025.00 $1025.00 630-00101 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (ROAD CLOSURE) DAY 1 $300.00 $30000 $990.00 $990.00 630-00102 TRAFFIC CONTROL- SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 $135000 $1,350.00 $2.250.00 $2,250.00 630-80400 PORTABLE MESSAGE SIGN PANEL DAY 1 $175.00 $175.00 $225.00 $22500 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25000.00 $25,000.00 $25,000.00 $25000.00 700-70380 F/A EROSION CONTROL FA 1 $15000.00 $15000.00 $15000.00 $15000.00 700-74000 F/A IRRIGATION FA 1 $7,000.00 $7000.00 $7,000.00 $7000.00 700-74010 FIA SUBSURFACE UTILITY ENGINEERING SUE FA 1 $20000.00 $20000.00 $20000.00 $20000.00 BID TABULATION 7-24-2020 2020 BRIDGE REHABILITATION SERVICES B2000137 (BRIDGE 86-33A TABULATION) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE Engineer TOTAL Engineer UNIT PRICE TLM Constructors TOTAL TLM Constructors 201-00003 CLEARING AND GRUBBING SY 350 $5.00 $1,750.00 $15.00 $5,250.00 203-00000 UNCLASSIFIED EXCAVATION CY 120 $90.00 $10,800.00 $42.00 $5,040.00 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY 135 $60.00 $8,100.00 $50.00 $6,750.00 203-01100 PROOF ROLLING HOUR 2 $120.00 $240.00 $105.00 $210.00 203-01598 POTHOLING (SPECIAL) EA 4 $250.00 $1,000.00 $250.00 $1,000.00 207-00210 STOCKPILE TOPSOIL CY 40 $30.00 $1,200.00 $13.00 $520.00 207-00405 REDISTRIBUTE TOPSOIL (4 INCHES THICK) CY 23 $15.00 $345.00 $24.00 $552.00 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 $1,300.00 $1,300.00 $2,000.00 $2,000.00 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 2 $6,000.00 $12,000.00 $3,000.00 $6,000.00 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 6 $150.00 $900.00 $150.00 $900.00 208-00207 EROSION CONTROL MANAGEMENT DAY 10 $250.00 $2,500.00 $150.00 $1 500.00 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 900 $0.60 $540.00 $0.26 $234.00 212-00003 SEEDING (STERILE WHEAT) SY 900 $0.20 $180.00 $0.15 $135.00 212-00712 HYDRAULIC GROWTH MEDIUM SY 900 $1.50 $1,350.00 $1.05 $945.00 213-00010 MULCHING (WEED FREE STRAW) SY 900 $0.80 $720.00 $0.30 $270.00 216-00043 SOIL RETENTION BLANKET (S -C) (BIOD CL 2) SY 116 $5.00 $580.00 $3.25 $377.00 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 105 $25.00 $2,625.00 $17.00 $1,785.00 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 270.6 $60.00 $16,236.00 $55.00 $14,883.00 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 56 $8.00 $448.00 $4.00 $224.00 506-00409 SOIL RIPRAP (9 INCH) CY 11 $200.00 $2,200.00 $190.00 $2,090.00 506-00412 SOIL RIPRAP (12 INCH) CY 8 $200.00 $1,600.00 $190.00 $1,520.00 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 4,240 $3.00 $12,720.00 $1.65 $6,996.00 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 4.6 $1,350.00 $6,210.00 $1,000.00 $4,600.00 601-03002 CONCRETE (CLASS D) (WINGWALL) CY 45.5 $1,350.00 $61,425.00 $985.00 $44,817.50 601-03003 CONCRETE (CLASS D) (FLOOR/APRON/TOE WALL) CY 103.4 $1,150.00 $118,910.00 $550.00 $56,870.00 602-00020 REINFORCING STEEL (EPDXY COATED) LB 10,628 $2.50 $26,570.00 $2.50 $26,570.00 607-11525 FENCE (PLASTIC) LF 310 $4.00 $1,240.00 $3.00 $930.00 620-00020 SANITARY FACILITY EA 1 $1,500.00 $1,500.00 $1,250.00 $1,250.00 625-00001 CONSTRUCTION SURVEYING LS 1 $3,000.00 $3,000.00 $8,500.00 $8,500.00 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 $10,500.00 $10,500.00 $22,000.00 $22,000.00 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 45 $150.00 $6,750.00 $1,025.00 $46,125.00 SUBTOTAL $315,439.00 SUBTOTAL $270,843.50 N/A No Errors BID TABULATION 7-24-2020 2020 BRIDGE REHABILITATION SERVICES B2000137 (BRIDGE 29-68A TABULATION) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE Engineer TOTAL Engineer UNIT PRICE TLM Constructors TOTAL TLM Constructors 201-00003 CLEARING AND GRUBBING SY 180 $5.00 $900.00 $15.00 $2,700.00 202-00091 REMOVAL OF RETROREFLECTOR TAB EA 38 $5.00 $190.00 $6.00 $228.00 202-00127 REMOVAL OF RIPRAP CY 84 $70.00 $5,880.00 $36.00 $3,024.00 203-00050 UNSUITABLE MATERIAL (MUCK) CY 66 $90.00 $5,940.00 $100.00 $6,600.00 203-01100 PROOF ROLLING HOUR 2 $120.00 $240.00 $105.00 $210.00 203-01598 POTHOLING (SPECIAL) EA 8 $250.00 $2,000.00 $250.00 $2,000.00 207-00210 STOCKPILE TOPSOIL CY 21 $30.00 $630.00 $13.00 $273.00 208-00046 PRE -FABRICATED CONCRETE WASHOUT STRUCTURE (TYPE 1) EA 1 $1,300.00 $1,300.00 $2,000.00 $2,000.00 208-00075 PRE -FABRICATED VEHICLE TRACKING PAD EA 2 $6,000.00 $12,000.00 $3,000.00 $6,000.00 208-00106 SWEEPING (SEDIMENT REMOVAL) HOUR 6 $150.00 $900,00 $150.00 $900.00 208-00207 EROSION CONTROL MANAGEMENT DAY 10 $250.00 $2,500.00 $150.00 $1,500.00 211-03009 DEWATERING DAY 30 $750.00 $22,500.00 $975.00 $29,250.00 212-00001 SEEDING (NATIVE) (NORTH OF WCR 68) SY 1,868 $0.60 $1,120.80 $0.26 $485.68 212-00003 SEEDING (STERILE WHEAT) SY 1,868 $0.20 $373.60 $0.15 $280.20 212-00712 HYDRAULIC GROWTH MEDIUM SY 1,868 $1.50 $2,802.00 $1.05 $1,961.40 213-00010 MULCHING (WEED FREE STRAW) SY 1,868 $0.80 $1,494.40 $0.30 $560.40 216-00306 SOIL FILLED TURF REINFORCEMENT MAT (PYRAMAT 75) SY 55 $25.00 $1,375.00 $17.00 $935.00 304-06000 AGGREGATE BASE COURSE (CLASS 6) TON 70.8 $60.00 $4,248.00 $55.00 $3,894.00 420-00140 GEOTEXTILE SEPARATOR (DRAINAGE) (SPECIAL) (MIRAFI FW300) SY 215 $8.00 $1,720.00 $4.00 $860.00 506-00409 SOIL RIPRAP (9 INCH) CY 29 $200.00 $5,800.00 $190.00 $5,510.00 509-90015 FIELD CLEANING AND PAINTING OF STEEL SF 5,790 $3.00 $17,370.00 $1.65 $9,553.50 601-03001 CONCRETE (CLASS D) (ENCASEMENT) CY 46.1 $1,350.00 $62,235.00 $1,000.00 $46,100.00 602-00020 REINFORCING STEEL (EPDXY COATED) LB 928 $2.50 $2,320.00 $2.50 $2,320.00 607-11525 FENCE (PLASTIC) LF 260 $4.00 $1,040.00 $3.00 $780.00 612-00000 RETROREFLECTOR TAB EA 38 $15.00 $570.00 $15.00 $570.00 620-00020 SANITARY FACILITY EA 1 $1,500.00 $1,500.00 $1,250.00 $1,250.00 626-00008 MOBILIZATION (NORTH OF US 34) EA 1 $10,500.00 $10,500.00 $22,000.00 $22,000.00 630-00100 TRAFFIC CONTROL - SIGNS ONLY (NO FLAGGERS) (MINOR ENCROACHMENT) DAY 45 $150.00 $6,750.00 $1,025.00 $46,125.00 630-00102 TRAFFIC CONTROL - SIGNS AND FLAGGERS (LANE CLOSURE) DAY 1 $1,350.00 $1,350.00 $2,250.00 $2,250.00 SUBTOTAL $177548.80 SUBTOTAL $200,120.18 N/A No Errors BID TABULATION 7-24-2020 2020 BRIDGE REHABILITATION SERVICES B2000137 (TOTAL 86-33A AND 29-68A BRIDGE REHABILITATIONS) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL Engineer TOTAL TLM Constructors 700-70010 F/A MINOR CONTRACT REVISIONS FA 1 $25,000 $25,000.00 $25,000.00 700-70380 F/A EROSION CONTROL FA 1 $15,000 $15,000.00 $15,000.00 700-74000 F/A IRRIGATION FA 1 $7,000 $7,000.00 $7,000.00 700-74010 F/A SUBSURFACE UTILITY ENGINEERING (SUE) FA 1 $20,000 $20,000.00 $20,000.00 SUBTOTAL (86-33A BRIDGE REHABILITATION) SUBTOTAL (29-68A BRIDGE REHABILITATION) TOTAL $315,439.00 $270,843.50 $177,548.80 $200,120.18 $559,987.80 $537,963.68 N/A No Errors
Hello