bid number b18-15 project number 322 cr 70 … · structure lr70-0.6-17a shall be constructed...

91
Revised: (06/06) LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 RECONSTRUCTION BETWEEN CR 19 AND CR 15 SPECIAL PROVISIONS October 9, 2018

Upload: others

Post on 01-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Revised: (06/06)

LARIMER COUNTY

ENGINEERING DEPARTMENT

BID NUMBER B18-15

PROJECT NUMBER 322

CR 70 RECONSTRUCTION BETWEEN CR 19 AND CR 15

SPECIAL PROVISIONS

October 9, 2018

Page 2: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

1 Revised: (06/06)

LARIMER COUNTY DEPARTMENT OF ENGINEERING

SPECIAL PROVISIONS

ENGINEERING PROJECT NO. 322 CR 70 RECONSTRUCTION BETWEEN CR 19 AND CR 15

The Colorado Department of Transportation 2017 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. When specifications or special provisions contain both English units and SI units, the English units apply and are the standard requirement.

PROJECT SPECIAL PROVISIONS

Date Page Project Special Provisions Index 10/09/2018 1-2 CDOT Standard Special Provisions Index 10/09/2018 2 Notice to Bidders 10/09/2018 3 Commencement and Completion of Work 10/09/2018 4 Revision of Section 101 – Definitions and Terms 10/09/2018 5-6 Revision of Section 102 – Bidding Requirements and Conditions 10/09/2018 7-9 Revision of Section 103 – Award and Execution of Contract 10/09/2018 10-11 Revision of Section 104 - Scope of Work 10/09/2018 12 Revision of Section 105 – Control of Work 10/09/2018 13-15 Revision of Section 105 – Dispute Resolution 10/09/2018 16-18 Revision of Section 106 – Control of Material 10/09/2018 19-20 Revision of Section 107 – Legal Relations & Responsibility to the Public 10/09/2018 21-24 Revision of Section 108 – Prosecution and Progress 10/09/2018 25 Revision of Section 109 – Measurement and Payment 10/09/2018 26 Revision of Section 201 – Clearing and Grubbing 10/09/2018 27 Revision of Section 202 – Removal and Trimming of Trees 10/09/2018 28-29 Revision of Section 202 – Removal of Bridge 10/09/2018 30-32 Revision of Section 202 – Removal of Structures 10/09/2018 33-34 Revision of Section 203 – Blading 10/09/2018 35 Revision of Section 203 – Excavation and Embankment 10/09/2018 36-37 Revision of Section 206 – Excavation and Backfill for Structures 10/09/2018 38 Revision of Section 207 – Topsoil 10/09/2018 39 Revision of Section 208 – Erosion Control and Permanent Water Quality BMPs 10/09/2018 40-43 Revision of Section 209 – Dust Palliatives 10/09/2018 44 Revision of Section 210 – Modify Manhole 10/09/2018 45 Revision of Section 210 – Reset Structures 10/09/2018 46 Revision of Section 211 – Dewatering 10/09/2018 47-48 Revision of Section 216 – Soil Retention Covering 10/09/2018 49 Revision of Section 304 – Aggregate Base Course 10/09/2018 50 Revision of Section 304 – Treated Aggregate Base Course and Detour Road Maintenance

10/09/2018 51-52

Revision of Section 308 – Fly Ash Treated Subgrade 10/09/2018 53-56 Revision of Section 401 – Plant Mix Pavements–General (Non-Voids Acceptance) 10/09/2018 57 Revision of Section 403 – Hot Mix Asphalt 10/09/2018 58-60 Revision of Section 601 – Structural Concrete Coating 10/09/2018 62 Revision of Section 603 – Culverts and Sewers 10/09/2018 63

Page 3: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

2 Revised: (06/06)

Revision of Section 607 – Fence 10/09/2018 64 Revision of Section 620 – Field Office (Class 2) 10/09/2018 65-66 Revision of Section 629 – Survey Monumentation and Monument Box 10/09/2018 67-70 Revision of Section 630 – Construction Zone Traffic Control 10/09/2018 71-72 Revision of Section 630 – Portable Message Sign Panel 10/09/2018 73-74 Revision of Section 702 – Superpave PG Binders 10/09/2018 75-76 Revision of Section 703 – Aggregate for Plant Mix Pavements 10/09/2018 77 Traffic Control Plan – General 10/09/2018 78 Special Notice to Contractors 10/09/2018 79-87 Utilities 10/09/2018 88-89 Force Account Items 10/09/2018 90

COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIAL PROVISIONS

Refer to CDOT webpage for applicable Revised Special Provisions: https://www.codot.gov/business/designsupport/cdot-construction-specifications/2017-construction-standard-specs/rev-ssp

Page 4: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

3 Revised: (06/06)

NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check or bid bond in the amount of 5% of the Contractor's total bid. If the proposal guaranty is a bid bond, the bid bond will be in the format presented in the proposal. No other wording will be accepted. A PreBid Conference will be held at 10:00 am, Friday, October 19, 2018, at the Office of the Larimer County Engineering Department, Lake Estes Conference Room, 200 West Oak Street, Fort Collins, Colorado. Representatives of Larimer County will be present to discuss the project and to answer questions. Bidders are requested (not required) to attend and participate in the conference. Prospective bidders shall contact the following authorized County representative for any contractual interpretations required: Project Manager – Matt Johnson 970-498-5724 The above referenced individual is the only representative with authority to provide any information, clarification or interpretation regarding the plans, specifications and any other contract documents or requirements.

Page 5: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

4 Revised: (06/06)

COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under his contract on or before the 30th day following the date of award unless such time for beginning the work is changed by the Engineer in the "Notice to Proceed". The Contractor shall complete all work on the project within 180 working days in accordance with the “Notice to Proceed”. All work in the North Poudre Irrigation Canal and the Markham Ditch shall be complete and ready for ditch flows by April 14, 2019 or as directed by the Engineer before spring irrigation flows begin. The Contractor shall be responsible for all damages to the County and the irrigation company due to incomplete work in the canal beginning on this date. Traffic Closures on CR 70 and CR 17 shall only occur once the CR 72 between CR 19 and CR 15 detour has been improved per the plans and approved by the engineer. Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor to utilize the CR 70 closure to relocate the existing 10 inch water main near the CR 70 and CR 17 intersection. Once the PRPA water main is relocated, Structure LR17-0.0-70 may be removed and reconstructed. The Sequence of Structure Construction for this project shall be:

1) Detour Signage & Construction 2) Bridge Demolition 3) Excavation for proposed structure 4) Precast Concrete Box Culvert installed 5) Concrete Wingwalls 6) Riprap along channel banks

Salient features to be shown on the Contractor's Progress Schedule are as follows: 1) Detour Signage & Construction 2) Clearing and Grubbing 3) Removal of Bridge 4) Demolition and Removals 5) Earthwork 6) Structure Excavation 7) Structure Backfill (Special) 8) Topsoil 9) Erosion Control 10) Aggregate Base Course 11) Hot Mix Asphalt 12) Riprap 13) Reinforcing Steel (Epoxy Coated) 14) Concrete Class D (Bridge) 15) Reinforced Concrete Pipe and End Sections 16) Guard Rail 17) Fence 18) Construction Traffic Control 19) Portable Message Sign Panels

Page 6: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

5 Revised: (06/06)

REVISION OF SECTION 101 DEFINITION AND TERMS

Section 101 of the Standard Specifications is hereby revised for this project as follows: Section 101 shall include the following: Subsection 101.01, line 25 shall be deleted and replaced with the following: CDOT Colorado Department of Transportation or Larimer County, as applicable. Subsection 101.09.01 will be added. 101.09.01 CDOT Form 43. Approved job Mix Design performed by an independent laboratory. Subsection 101.10 shall be deleted and replaced with the following: 101.10 CDOT Resident Engineer. The County Engineer acting directly or through an authorized representative, who is responsible for engineering and administrative supervision of the project. In subsection 101.17 delete the first paragraph and replace with the following: 101.17 Contract. The written agreement between the County of Larimer through the Engineering Department and the Contractor setting forth the obligations of the parties for the performance of work and the basis of payment. Subsection 101.23 shall be deleted and replaced with the following: 101.23 Contractor. The individual, firm, or corporation contracting with the County of Larimer through the Engineering Department for performance of prescribed work. Subsection 101.25 shall be deleted and replaced with the following: 101.25 County. The County of Larimer acting through its authorized representative. Subsection 101.28 shall be deleted and replaced with the following: 101.28 Department. County Engineering Department. A department within the Larimer County Community Planning, Infrastructure and Resources Services Division. Subsection 101.29 shall be deleted and replaced with the following: 101.29 Engineer. The County Engineer acting directly or through an authorized representative, who is responsible for engineering and administrative supervision of the project.

Page 7: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

6 Revised: (06/06)

Subsection 101.36 shall be deleted and replaced with the following: 101.36 Holidays. Holidays recognized by Larimer County are: New Year’s Day Dr. Martin Luther Kings, Jr.’s Birthday (observed) President’s Day Memorial Day Independence Day Labor Day Veteran’s Day Thanksgiving Day Day After Thanksgiving Christmas Day When New Year’s Day, Independence Day, or Christmas Day fall on a Sunday, the following Monday shall be considered a holiday. When one of these days falls on a Saturday, the preceding Friday shall be considered a holiday. In subsection 101.48 delete CDOT and replace with Larimer County. Subsection 101.51 shall be deleted and replaced with the following: 101.51 Project Engineer. The County Engineer’s duly authorized representative who may be a Larimer County employee or an employee of a consulting engineer (consultant) under contract to Larimer County as defined below: (a) Larimer County Project Engineer. The County Construction Manager or County Engineer’s duly

authorized representative who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project under contract.

(b) Consultant Project Engineer. The consultant employee under the responsible charge of the

consultant’s Professional Engineer who is in direct charge of the work and is responsible for the administration and satisfactory completion of the project. The Consultant Project Engineer’s duties are delegated by the Project Engineer in accordance with the scope of work in the consultant’s contract with Larimer County.

Delete subsection 101.58.

Page 8: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

7 Revised: (06/06)

REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS

Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.01 shall be deleted and replaced with the following: 102.01 Prequalification of Bidders. All bidders shall be experienced highway contractors and must be experienced in highway and bridge construction and in the use of the Colorado Department of Transportations Specifications for Road and Bridge Construction. Larimer County may require the apparent low bidder to submit a Statement of Qualifications prior to award. The County reserves the right to reject a bid from a Contractor considered unqualified. In subsection 102.04 delete the first sentence and replace with the following: Any change to bid forms, plans, or specifications prior to the opening of bids will be posted on the County’s website. It is the contractor’s responsibility to check the website for these changes. Subsections 102.06 and 102.07 shall be deleted and replaced with the following: 102.06 Preparation of Bid. The bidder shall submit the bid upon the forms furnished by the County. The bidder shall specify a unit price for each pay item for which a quantity is given and shall also show the mathematical products of the respective unit prices and the estimated quantities in the column provided for that purpose, together with the total amount of the bid obtained by adding such mathematical products. All the entries shall be in ink or typewritten. When the bid contains an alternative pay item, which has been approved by the County, the choice of that item by the bidder shall be indicated in accordance with the specifications for that particular item. No further choices will be permitted. The contractor's bid must be signed in ink by an individual with legal authority to bind the contractor. Such an individual includes the owner of a sole proprietorship, one of more partner members of a partnership, on or more authorized members or officers of each firm representing a joint venture, the president or vice-president of a corporation, or an authorized agent of the contractor. Anyone signing as agent for a contractor must file with the County written evidence of such authority. (a) Bid Guaranty. A bid will not be read and will be rejected unless accompanied by a guaranty of the

character and in an amount not less than the amount indicated in the "INSTRUCTIONS TO BIDDERS" statement, found in the Special Provisions portion of the bidding documents. If the bid Guaranty is a bid bond, the bid bond will be in the format presented in the bid. No other wording will be accepted.

Page 9: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

8 Revised: (06/06)

(b) Delivery of Bids. Each bid shall be submitted separately in a sealed envelope to the County by mail, personal delivery, or messenger service at the location indicated in the invitation for bids. The envelope shall be clearly labeled to identify it as a bid for the subject public project. The sealed bid shall be addressed to:

Heather MacMillan Purchasing Director 200 West Oak Street, Suite 4000 Fort Collins, Colorado 80521

All bids shall be filed at the place specified in the invitation for bids and prior to the time specified therein. Bids received after the time for opening of bids will be returned to the contractor unopened.

(c) Withdrawal of Bids Prior to Bid Opening. Prior to bid opening, a contractor may withdraw or revise a bid

after it has been deposited with the County. Withdrawal of bids may be made either in writing or in person; however, any bid withdrawn for the purpose of revision must be re-deposited before the time set forth for opening of bids in the invitation for bids. A bid may not be withdrawn after the time set for opening of bids.

Before a bid may be withdrawn, proper identification and verification of the authority of the individual requesting to withdraw shall be obtained. The fact of such withdrawal shall be documented, in writing, by the County.

(d) Receiving Bids. Sealed bids will be received by Larimer County at the place specified in the invitation for

bids until the time and date specified in the invitation for bids. Bids must be submitted to Larimer County in a manner that ensures that Larimer County receives a complete bid with original signature(s), including submission by U.S. mail, personal delivery, or messenger service. Bids submitted in a manner that results in Larimer County receiving an incomplete bid, a bid without original signature(s), or a bid not in the approved form, including submission by telephone, facsimile machine, telegram or mailgram, will not be accepted or considered but will be rejected.

(e) Opening of Bids. Bids shall be opened and read publicly at the time and place specified in the invitation for bids. Such opening shall be performed by an authorized employee of Larimer County in the presence of at least one witness. Contractors, their authorized agents, and other interested parties are invited to be present.

(f) Rejection of Individual Bids. Individual bids may be rejected for any of the following reasons:

1. If the bid is on a form other than that prescribed by Larimer County, if the form is altered or any part thereof is detached, or if the form does not contain original signatures.

2. If there are unauthorized additions, conditional or alternate bids, or irregularities of any kind which

may tend to make the bid incomplete, indefinite, or ambiguous. 3. If the contractor fails to acknowledge in the bid that it has received all addenda (if any) current on

the date of opening of bids.

Page 10: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

9 Revised: (06/06)

4. If the bid does not contain a unit price, for each pay item listed except in the case of authorized alternative pay items, the mathematical products of the respective unit prices and the estimated quantities, and the total amount of the bid obtained by adding such mathematical products.

5. If Larimer County determines that any of the unit bid prices are materially unbalanced to the

potential detriment of the County. There are two types of unbalanced bids: (1) mathematically unbalanced and, (2) materially unbalanced. The mathematically unbalanced bid is a bid containing lump sum or unit pay items which do not reflect reasonable actual costs plus a reasonable proportionate share of the bidder’s anticipated profit, overhead costs, and other indirect costs, but not necessarily to the detriment of the County. These costs shall all relate to the performance of the items in question. The materially unbalanced bid is a mathematically unbalanced bid which Larimer County determines leaves reasonable doubt that award will result in the lowest ultimate cost to the County, or that award is in the public interest.

6. If the contractor submitting the bid is affiliated with another contractor that has submitted a bid on

the same public project. 7. If the contractor submitting the bid has been asked in writing to show why it should not be found in

default on a Larimer County contract. 8. If the contractor submitting the bid has had its prequalification by the Colorado Department of

Transportation revoked, or if the contractor submitting the bid is currently under debarment or suspension by the Colorado Department of Transportation.

Larimer County reserves the right to reject any or all bids, to waive technicalities, to further negotiate price, scope of work, terms, and conditions with the successful bidder, or to advertise for new bids, if, in the judgment of Larimer County, the best interests of Larimer County will be promoted thereby. In subsection 102.09, delete the third and fourth sentences and replace with the following: The original of the signed anti-collusion affidavit shall be submitted with the bid. The bid will be rejected if it does not contain the completed form.

Page 11: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

10 Revised: (06/06)

REVISION OF SECTION 103 AWARD AND EXECUTION OF CONTRACT

Section 103 of the Standard Specifications is hereby revised for this project as follows: Subsection 103.01 shall be deleted and replaced with the following: 103.01 Consideration of Bids. After the bids are opened and read, they will be compared on the basis of the summation of the mathematical products of the estimated quantities shown in the bid schedule and the unit bid prices. The results of such comparisons will promptly be made available to the public. In the event of a discrepancy between unit bid price and the mathematical products of the unit bid price and the estimated quantities in the bid schedule, the unit bid price shall govern. In the event of low tie bids, a drawing shall be conducted to determine the low bidder. A witness shall be present to verify the drawing and the result shall be certified on the bid tabulation. Larimer County reserves the right, in its sole discretion, to reject any subcontractor of the successful bidder, and to further negotiate for a substitute subcontractor. The County reserves the right to settle bid discrepancies, as defined in this subsection and in subsection 102.06, that occur in the low bidder's bid at the time the Contract is awarded. Bid discrepancies will be settled with the understanding that the low bidder waives any claims against the County because of the bidder's mistakes in the bid. Colorado resident bid preference. A resident bidder shall be allowed a preference against a non-resident bidder from a state or foreign country equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. Resident bidder means: (a) A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado

and which maintains its principal place of business in Colorado; or (b) A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado,

which maintains a place of business in Colorado, and which has paid Colorado unemployment compensation taxes in at least seventy-five percent of the eight quarters immediately prior to bidding on a construction contract for a public project.

The bids will be treated as follows: (a) All bids will be checked for accuracy by the County.

(b) The dollar amount of the checked bid from non-resident bidders will be adjusted by a percentage equal to

the preference percentage given or required by the state or foreign country of the bidder's residency. If the state or foreign country does not give or require a residency preference, no adjustment in the bid dollar amount will be made.

Page 12: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

11 Revised: (06/06)

(c) Adjusted bids from non-resident bidders will then be compared to bids from resident bidders, and the bidder with the lowest total will be considered the apparent low bidder.

(d) Should a non-resident bidder be the apparent low bidder, in accordance with paragraph (3) above, an

award will be made on the basis of the original bid, not the adjusted bid.

(e) The County will proceed with its normal award procedure.

Subsection 103.03 shall be deleted and replaced with the following: 103.03 Requirement of Contract Bond. At the time of the execution of the contract, the Contractor shall furnish Performance and Payment Bonds, each in a penal sum equal to the estimated contract price as per "Bid Schedule" hereto attached, with surety or sureties to guarantee the completion of work and also to guarantee that all material and labor upon this work, or incidental to the completion of this work shall be fully paid for. These Bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. The Contractor shall also furnish such other bonds as are required herein. All bonds shall be executed using Larimer County standard forms and shall be executed by such Sureties as (i) are licensed to conduct business in the State of Colorado, and (ii) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the Surety or any Bond furnished by the Contractor is declared a bankrupt or becomes insolvent or its rights to do business is terminated in the State of Colorado or it ceases to meet the requirements of clauses (i) and (ii) above, the Contractor shall, within five (5) days thereafter, substitute another Bond and Surety, both of which shall be acceptable to the County. In subsection 103.04 delete the first two sentences and replace with the following: The contract shall be signed by the successful bidder and returned, together with the Contract Bonds and Insurance Certificates and Endorsements within 15 days after the date of award. If the signed contract, bonds, certificates and endorsements are returned by the successful bidder within 15 days after award and, if the contract is not executed by the County within 30 days from date of award, the bidder shall have the right to withdraw his bid without penalty. Subsections 103.05 is hereby added to the Standard Specifications and shall include the following: 103.05 Failure to Execute Contract. Failure of the low responsible bidder to so execute the contract and file acceptable contract bonds and insurance certificates and endorsements within fifteen (15) calendar days or other duration specified by the County after the date of award shall be just cause for the cancellation of the award and the forfeiture of the bid guarantee which shall become the property of the County. The County may elect to waive forfeiture of the bid guarantee only if the County determines that the low responsible bidder has made a good faith error, which was an honest, nonjudgmental error, not the result of intentional conduct, gross negligence or willful neglect, and that no damages were sustained by the County as a result of the failure by the low responsible bidder to execute the contract and file acceptable contract bonds and insurance endorsements within the time prescribed. Award may then be made, in accordance with the provisions of Subsection 103.02 to the next lowest responsible bidder, or the work may be re-advertised.

Page 13: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

12 Revised: (06/06)

REVISION OF SECTION 104 SCOPE OF WORK

Section 104 of the Standard Specifications is hereby revised for this project as follows: In subsection 104.04, paragraph 3, delete the second sentence and replace with the following: Snow removal will be the responsibility of the Contractor within the CR 70 closure segment and will be paid under Item 203 Blading. Larimer County forces will plow the CR 72 detour and CR 17 north of Structure LR17-0.0-70A. In subsection 104.04(b) delete the fourth sentence and replace with the following: During the suspension period, the maintenance of the roadway will be the responsibility of the Contractor.

Page 14: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

13 Revised: (06/06)

REVISION OF SECTION 105 CONTROL OF WORK

Section 105 of the Standard Specifications is hereby revised for this project as follows: In subsection 105.02(i) delete Table 105-1 and replace with the following:

Section No.

Description Type Contractor P.E. Seal Required?

504 MSE Walls (Contractor Alternative) Shop Drawing Yes 504 MSE Walls (Default Design) Shop Drawing No 508 Timber Structures Shop Drawing No 509 Steel Structures Shop Drawing No 512 Bearing Devices Type II Shop Drawing No 512 Bearing Devices Type III Shop Drawing Yes 514 Pedestrian and Bikeway Railing Working Drawing No 518 Expansion Devices: 0-4” Working Drawing No 518 Expansion Devices: 0-6”, 9”, 12”… Shop Drawing Yes

601 & 618

Precast Panel Deck Forms Working Drawing No

601 Permanent Steel Bridge Deck Forms Working Drawing Yes 601 Falsework Working Drawing Yes 602 Reinforcing Steel Working Drawing No 603 Precast Concrete Box Culvert Shop Drawing

Design Calculations Yes Yes

606 Bridge Railing Working Drawing No 607 Sound Barriers (Alternative) Shop Drawing Yes 607 Sound Barriers (Default Design) Working Drawing No 613 Light Standards (Low Mast) Working Drawing Yes 613 Light Standards (High Mast) Working Drawing Yes 614 Overhead Sign Structures Shop Drawing Yes* 614 Traffic Signal Pole (Mast Arm) Shop Drawing No 614 Traffic Signal Pedestal Pole Working Drawing No 614 Traffic Signal Equipment Working Drawing No 618 Prestressed Concrete (Pre-tensioned) Shop Drawing Yes* 618 Prestressed Concrete (Post-tensioned) Shop Drawing Yes* 618 Steel Diaphragms between Prestressed Girders Working Drawing No 618 Pre-fabricated Pedestrian Bridges Shop Drawing Yes

*A PE seal is required where the Contractor has provided the design for the item, or performed engineering to modify the details shown on the plans. The PE seal is not required where complete details are provided on the plans.

Page 15: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

14 Revised: (06/06)

In subsection 105.02 delete (b) 4 and replace with the following: Unless otherwise specified, four sets of shop drawings shall be submitted to the Engineer. In subsection 105.03 delete the second paragraph and replace with the following: Conformity to the Contract of all Hot Mix Asphalt, Item 403, will be determined by tests and evaluations of asphalt content, gradation and in-place density, and will be evaluated for acceptance, rejection or price reduction in accordance with this subsection. Subsection 105.04 shall include the following: Superpave Performance Graded binders shall meet all requirements of Subsection 702.01. The Contractor shall submit a Certificate of Compliance from the supplier for all binder delivered for use on the project. The Certificate of Compliance shall be prepared in accordance with subsection 106.12. In addition to the Certificate of Compliance the contractor shall submit a “Bill of Lading” for each load of binder delivered for use on the project. Binder that cannot be certified as complying with the requirements of Subsection 702.01 shall not be incorporated into the project. Material which is obviously defective may be isolated and rejected without regard to sampling sequence or location within a lot or batch. Delete subsection 105.05. Delete subsection 105.07 and replace with the following: 105.07 Conformity to Roadway Smoothness Criteria. Roadway smoothness shall be tested as described below. Roadway smoothness testing will not be measured and paid for separately, but shall be included in the work. All longitudinal and transverse pavement surfaces will be measured using a 10 foot straightedge. The Contractor shall furnish an approved 10 foot straightedge and depth gauge and provide an operator to aid the Engineer in testing the finished pavement surface. Areas to be measured shall be as directed by the Engineer. Areas showing high spots of more that 3/16 inch in 10 feet shall be marked and diamond ground until the high spot does not exceed 3/16 inch in 10 feet. Additional diamond grinding shall be performed as necessary to extend the area ground in each lateral direction so that the lateral limits of grinding are at a constant offset from and parallel to the nearest lane line or pavement edge, and in each longitudinal direction so that the grinding begins and ends at lines normal to the pavement centerline within the ground area. All ground areas shall be neat rectangular areas of uniform surface. Diamond grinding, including all necessary traffic control, shall be completed at the Contractors expense. On asphalt pavements, the diamond grinding shall not reduce planned pavement thickness by more than 0.3 inch and the entire ground area shall be covered with a fog seal coat when grinding is complete. On concrete pavements, the diamond grinding shall be completed prior to joint sealing and prior to determining pavement thickness in accordance with subsection 412.21. When longitudinal tining is required on concrete pavement, the

Page 16: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

15 Revised: (06/06)

diamond ground surface shall be grooved to restore the longitudinal texture, whenever the length of the ground area exceeds 45 feet. If roadway smoothness exceeds the limits allowable for diamond grinding, corrective work on asphalt pavements shall consist of an approved overlay or removal and replacement. Corrective work on asphalt pavements shall conform to the following conditions: (a) Removal and replacement. The pavement in areas requiring corrective work shall be removed the full

width of the lane and the full thickness of the course in accordance with Subsection 202.09 Removal of Asphalt Mat (Planing).

The removal area shall begin and end with a transverse butt joint, which shall be constructed with a transverse saw cut perpendicular to centerline. All replacement shall be made with approved hot mix asphalt mixtures that meet all contract requirements. Replacement material shall be placed in sufficient quantity so the finished surface will conform to grade and smoothness requirements. The corrective area shall be compacted to the specified density.

(b) Overlay. The overlay shall cover the full width of the pavement including shoulders. The area overlaid

shall begin and end with a transverse butt joint which shall be constructed with a transverse saw cut and asphalt removal. All material shall be approved hot mix asphalt mixtures that meet all contract requirements. The overlay shall be placed so the finished surface will conform to grade and smoothness requirements. The overlaid area shall be compacted to the specified density. The overlay thickness shall be equivalent to that of the final pass made in accordance with the plans and specifications.

If roadway smoothness exceeds the limits allowable for diamond grinding, corrective work on concrete pavements shall consist removal and replacement. Corrective work on concrete pavements shall conform to the following conditions: Removal and Replacement. The pavement areas requiring corrective work shall be removed the full width of the lane and full length of the slab between horizontal control joints and shall be jointed in accordance with M-412-1 Regardless of the corrective method used, the final product shall provide a pavement surface equal to adjacent sections not requiring corrective work. All corrective work, including all necessary traffic control, shall be completed at the Contractors expense. Subsection 105.16 shall include the following: All requests for material testing and inspection shall be made during normal business hours. The Contractor shall give the Engineer at least 24 hours notice before the work of an inspector or material testing agency is required. The Engineer reserves the right to reject any requests that are made with less than a 24-hour notice. If the requested inspection or materials testing work cannot be accomplished within 24 hours, the Engineer will inform the Contractor and will estimate a date when the requested work can be accomplished. The County will pay for all initial field tests and the Contractor shall pay for all retesting work as a result of test failures. Also, the Contractor shall pay for minimum service or standby charges due to his failure to compact earth, pour concrete, or pave on schedule. Should the Contractor request inspection or material testing work within a time requiring County or testing agency personnel to work at overtime pay rates, the Contractor shall bear the entire expense of such overtime operations.

Page 17: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

16 Revised: (06/06)

REVISION OF SECTION 105 DISPUTE RESOLUTION

In subsection 105.22 delete (c) sentence 3 of the last paragraph and replace with the following: If the Contractor disagrees with the written decision of the Construction Manager, the Contractor must

either: (1) accept the Construction Manager's decision as final, (2) file a onetime written appeal to the Construction Manager with the submission of additional information, or (3) file a written appeal to the Director of the Community Planning, Infrastructure and Resources Services Division based upon all information previously submitted and made a part of the claim record. The Contractor's written appeal shall be made within 30 days from the receipt of the Construction Manager's written decision. The Contractor hereby agrees that if a written appeal is not properly filed within this specified 30 day time period, the claim shall be considered to be abandoned by the Contractor and settled in the same manner as if the Contractor had agreed with and accepted the Construction Manager's written decision as final. Failure by the Contractor to properly file a written appeal, according to these specifications, shall bar the Contractor from any further administrative remedy for said claim under the contract.

Subsection 105.22 (d) and subsection 105.23 shall be deleted and replaced with the following:

(d) When the Contractor properly files a written appeal to the Construction Manager, the Construction Manager will review all new submissions made by the Contractor and render a decision to the Contractor. When a written appeal to the Community Planning, Infrastructure and Resources Services Director is properly filed by the Contractor pursuant to subsection, the Construction Manager will provide the complete claim record, to the Community Planning, Infrastructure and Resources Services Director. The claim will be reviewed by the Community Planning, Infrastructure and Resources Services Director who will render a written decision to the Contractor to either affirm, overrule, or modify the Construction Manager's decision, in whole or in part, in accordance with all contract documents and the following procedure:

1. For the purpose of this subsection, Community Planning, Infrastructure and Resources Services

Director shall be understood to mean the Community Planning, Infrastructure and Resources Services Director or the Road and Bridge Director or both.

2. The Community Planning, Infrastructure and Resources Services Director will maintain the claim

record during the review of the claim. The Contractor's written appeal to the Community Planning, Infrastructure and Resources Services Director will be made a part of the claim record. Either the Contractor or the Engineering Department may request an oral hearing of the claim before the Community Planning, Infrastructure and Resources Services Director. When an oral hearing is requested by either party, both the Construction Manager and the Contractor's representative shall be present and the hearing shall be conducted at a time, which is convenient to all parties. The Community Planning, Infrastructure and Resources Services Director will not consider any written documents or oral arguments, other than clarification and data supporting previously submitted documentation, which have not previously been made a part of the claim record.

3. The Community Planning, Infrastructure and Resources Services Director will render a written

decision to the Contractor within 45 days from the receipt of the Contractor's written appeal, unless both parties agree to an extension of time. If the Community Planning, Infrastructure and Resources Services Director fails to render a written decision to the Contractor within the specified 45 day time period, or within any extended time period as agreed by both parties, the Contractor

Page 18: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

17 Revised: (06/06)

must either: (1) accept this as a denial of the claim, or (2) appeal the claim to the Larimer County Board of County Commissioners, in the same manner as if the Community Planning, Infrastructure and Resources Services Director had denied the Contractor's claim.

(e) If the Contractor disagrees with the written decision of the Community Planning, Infrastructure and Resources Services Director, the Contractor must either (1) accept the Community Planning, Infrastructure and Resources Services Director’s decision as final, or (2) file a written appeal to the Larimer County Board of County Commissioners within 30 days from the receipt of the Community Planning, Infrastructure and Resources Services Director’s written decision. The Contractor hereby agrees that if a written appeal is not properly filed within this specified 30 day time period, the claim will be considered to be abandoned by the Contractor and settled in the same manner as if the Contractor had agreed with and accepted the Community Planning, Infrastructure and Resources Services Director’s written decision as final. Failure by the Contractor to properly file a written appeal according to these specifications shall bar the Contractor from any further administrative remedy for said claim under the Contract.

(f) When the Contractor properly files a written appeal to the Larimer County Board of County Commissioners pursuant to subsection 105.22(e), the complete claim record as maintained by the Community Planning, Infrastructure and Resources Services Director will be provided to the Larimer County Board of County Commissioners. The Larimer County Board of County Commissioners will review said claim and will render a written decision to the Contractor to either affirm, overrule, or modify the Community Planning, Infrastructure and Resources Services Director’s decision, in whole or in part, in accordance with the following procedure:

1. The Contractor's written appeal to the Larimer County Board of County Commissioners will be

made a part of the claim record. Either the Contractor or the Larimer County Board of County Commissioners may request that a review board be convened to review the claim and provide a recommendation to the Larimer County Board of County Commissioners. A review board will not be convened when the value of the claim is less than $20,000. When such a request is made by either party, the review board shall be convened pursuant to subsection 105.22(g).

2. When a review board is not requested by either the Contractor of the Larimer County Board of County Commissioners, the Larimer County Board of County Commissioners will render a decision after reviewing the information contained in the claim record. The Larimer County Board of County Commissioners will not consider any written documents or oral arguments, other than clarification and data supporting previously submitted documentation, which have not previously been made available to the Community Planning, Infrastructure and Resources Services Director and properly made a part of the claim record.

3. When a review board is requested by either the Contractor of the Larimer County Board of County

Commissioners, it shall be convened pursuant to subsection 105.22(g). The Larimer County Board of County Commissioners will consider the entire administrative claim record, including the recommendation of the review board. The Larimer County Board of County Commissioners will not consider any written documents or oral arguments which have not been made available to the review board and made a part of the claim record. The Larimer County Board of County Commissioners will not be bound by the recommendation of the review board. The decision of the Larimer County Board of County Commissioners will represent the final administrative remedy under the Contract available to the Contractor for said claim.

Page 19: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

18 Revised: (06/06)

(g) When requested by either the Contractor or the Larimer County Board of County Commissioners, pursuant to subsection 105.22(f), a review board shall be convened to review the facts associated with the claim and to provide a recommendation to the Larimer County Board of County Commissioners in accordance with the following procedure.

1. The review board shall consist of three members. One member shall be selected and directly paid

by the Contractor. One member will be selected by the Larimer County Board of County Commissioners and directly paid by the County. The third member shall be selected by mutual agreement of the other two members. Review board members shall not be employed by or affiliated with the claimant Contractor. Larimer County employees shall not serve on the review board. Review board members shall not have assisted either in the evaluation, preparation, or presentation of the claim case either for the Contractor or the County or have rendered an opinion on the merits of the claim for either party, and shall not do so during the proceedings of a review board hearing. The costs and reasonable expenses of the third member shall be directly paid by the County. The County will subtract one-half of the cost of the third member from the Contractor's final payment.

2. Once established, the review board shall serve at the convenience of the Larimer County Board of

County Commissioners until the final decision is rendered. The entire claim record will be made available to the review board by the Larimer County Board of County Commissioners. An oral hearing of the claim will be conducted before the review board. The review board shall consider all written information available in the claim record and all oral presentations in support of that record by the Contractor and the County. The review board shall not consider any written documents or oral arguments which have not previously been made a part of the claim record, other than clarification and data supporting previously submitted documentation. After complete review of the facts associated with the claim, the review board shall provide a written recommendation for resolution of the claim to the Larimer County Board of County Commissioners. The review board's recommendation shall include: (1) a summary of the issues and factual evidence presented by the Contractor and the County concerning the claim, (2) recommendations concerning the validity of the claim, (3) recommendations concerning the value of the claim as to cost and time impacts if the claim is determined to be valid, and (4) the contractual and factual bases supporting the recommendations made. The review board shall act only in an advisory capacity to the Larimer County Board of County Commissioners, with no direct authority for resolution of the claim.

3. Upon receipt of the recommendation of the review board, the Larimer County Board of County Commissioners will render a final decision pursuant to subsection 105.22(f).

4. A practicing attorney may not serve on the review board, participate in the claimant Contractor's

oral claim presentation, question or cross examine witnesses or object to the presentation of any testimony at the review board hearing. Either party may have an attorney present at the review board hearing to provide advice during the proceedings.

Delete Subsection 105.24

Page 20: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

19 Revised: (06/06)

REVISION OF SECTION 106 CONTROL OF MATERIAL

Section 106 of the Standard Specifications is hereby revised as follows: Subsection 106.02 (b) shall include the following: The Contractor shall furnish evidence that Contractor source materials meet the contract specifications and shall pay for such tests as may be required to show compliance. All material shall be sampled and tested in accordance with the appropriate Colorado Department of Transportation or AASHTO procedures. Any materials lab doing work for the Contractor must be approved by the County before any testing is done. The County is mandated by state statute (Section 35-5-102, CRS) to control the spread of the following noxious weeds: Leafy spurge Euphorbia esula Canada thistle Cirsium arvense Musk thistle Carduus nutans Russian knapweed Centaurea repens Spotted knapweed Centaurea maculosa Diffuse knapweed Centaurea diffuse Yellow toadflax Linaria vulgaris Dalmation toadflax Linaria genistifolia Hoary Cress Cardaria draba Hoary Alyssum Berteroa incana Perennial Pepperweed Lepidium latifolium Any source of imported embankment, topsoil, or gravel, except screened material, must be inspected and approved by the County Environmental Specialist, or designee, prior to incorporation into the project. If these materials are infested with these weeds, the Contractor must move to a different location within the area that is not infested or select another source altogether. The Contractor shall notify the County a minimum of two (2) days prior to moving any materials onto the project site in order to schedule this inspection. In the event the Contractor is unable to find a material source that is not infested, he shall be required to coordinate a treatment program with the Larimer County Weed District and the Engineer. The cost of complying with this requirement shall be included in the work.

Subsection 106.08 shall include the following: With prior approval, portions of the right-of-way and construction easements may be used for storage of materials and equipment, and for field facilities. Any additional space required shall be provided at the Contractor’s expense. Amendment to the Larimer County Comprehensive Zoning Resolution provides that all zoning districts shall permit the temporary storage of vehicles, equipment, materials, and field offices accessory to a construction project, under the following conditions: (a) The project is for construction of a highway, road, utility, or other public improvement pursuant to a federal,

state, county, town, rural water association, or special district contract; or the construction project is located on the same parcel as the temporary storage of construction equipment, materials, or field office.

(b) The storage site is to be used for a maximum of one year. An extension of up to six months may be approved at the discretion of the County Planning Director, upon written request.

Page 21: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

20 Revised: (06/06)

(c) Disposal of solid and hazardous waste such as fuels, solvents, waste oil, construction materials, etc., must

be in full compliance with applicable federal and state rules and regulations. On-site disposal of wastes is prohibited.

(d) The equipment, materials, vehicles, and field offices shall not be located or stored within 200 feet of existing dwelling(s), unless the owner(s) of said dwelling(s) have waived this requirements in writing. This condition shall not apply to pipes, fittings, fill material, or road base, which are intended for imminent utilization on the parcel or right-of-way where they are temporarily located.

(e) No manufacturing activity, such as asphalt hot-mix plant, concrete batch plant, or rock crushing facility shall be operated on the site.

(f) The site must be reclaimed as nearly as possible to its original condition within thirty days after this use ceases. The reclamation period may be extended by the Larimer County Planning Director, not to exceed six months.

The Contractor shall notify the Engineer of his selection of a site(s) at the Preconstruction Conference.

Page 22: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

21 Revised: (06/06)

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC

Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.01 shall include the following: All mobile machinery, as defined by Section 42-1-102, CRS, and as referred to as Special Mobile Machinery (S.M.M.) by the Colorado Department of Revenue, used on this project must be properly plated and/or tagged as per Section 42-3-106, CRS. The Larimer County Clerk and Recorder's Office monitors compliance of registration and tax laws by owners of S.M.M. under Section 42-3-106, CRS. The Contractor should take notice that the Clerk and Recorder's Office has a field investigator who visits job sites throughout Larimer County to determine if equipment is properly plated and/or tagged. Additionally, the following language shall be added to Subsection 107.01: Illegal Alien Certification Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement and will confirm the employment eligibility of all employees who are newly hired for employment in the United Sates to perform work under this Agreement, through participation in the E-Verify Program or the Department 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 to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor (a) shall not use E-Verify Program or Department program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed, (b) shall notify the subcontractor and the County within three days if Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien for work under this Agreement, (c) shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three days of receiving the notice, and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the Department program, Contractor shall deliver to the County a written, notarized affirmation, affirming that Contractor has examined the legal work status of such employee, and shall comply with all of the other requirements of the Department program. If Contractor fails to comply with any requirement of this provision or C.R.S. §8-17.5-102 et seq., the County may terminate this Agreement for breach and, if so terminated, Contractor shall be liable for damages. Subsection 107.02 shall include the following: Larimer County is exempt from Colorado State Sales and Use Taxes on materials to be permanently incorporated in the Work. Said taxes shall not be included in the Contract Price. Contractors and Subcontractors shall apply to the Colorado Department of Revenue, Sales Tax for an exemption certificate and purchase the materials tax free (39-26-114 C1) (a) (XIX) CRS 1973 as amended, House Bill 1451 effective June 7, 1979, and shall be liable to State of Colorado for exempt taxes paid due to failure to apply for exemption certificates and for failure to use said certificates.

Page 23: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

22 Revised: (06/06)

Subsection 107.07 shall include the following: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work, and shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (a) All employees on the Work and other persons who may be affected thereby, (b) All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site,

and (c) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways,

structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners or adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property referred to above caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by the Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the County Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor). The Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and the Engineer has issued a notice to the County and the Contractor that the Work is acceptable.

In emergencies affecting the safety or protection of persons or the Work, or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer or County, is obligated to act to prevent threatened damage, injury or loss. The Contractor shall give the Engineer prompt written notice of any significant changes in the Work or deviations from the Contract Documents caused thereby. In addition, Contractor shall be responsible for ensuring that all contractors and subcontractors meet all insurance requirements and shall provide these certificates of insurance to Larimer County if requested.

INSURANCE REQUIREMENTS

Prior to commencement of any work, contractor shall forward Certificates of Insurance to Larimer County Risk Management, 200 W. Oak St., #4000, Fort Collins, Colorado 80521. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Larimer County at the above address. I. Workers' Compensation and Employers' Liability (waived if there are no employees)

A. State of Colorado: Statutory B. Applicable Federal: Statutory C. Employer's Liability: $100,000 Each Accident

$500,000 Disease-Policy Limit $100,000 Disease-Each Employee

D. Waiver of Subrogation

Page 24: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

23 Revised: (06/06)

II. Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows:

A. Bodily Injury & Property Damage General Aggregate Limit $2,000,000 B. Products & Completed Operations Aggregate Limit $2,000,000 C. Personal & Advertising Injury Limit $1,000,000 D. Each Occurrence Limit $1,000,000

Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment. Contractor

shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate).

2. Contractor agrees that the insurance afforded the County is primary. 3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk

Management Department for approval and additional requirements.

III. Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form. Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage) or CA0012 (Trucker) including coverage for owned, non-owned, & hired autos. Limits to be as follows:

A. Bodily Injury & Property Damage Combined Single Limit $1,000,000

IV. All Insurance policies (except Workers Compensation and Professional Liability) shall include Larimer County and its elected and appointed officials and employees and North Poudre Irrigation Company and its agents, employees, contractors and engineers as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is provided to the county.

V. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII.

VI. Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract shall provide the required coverage and shall not be suspended, voided or canceled except after thirty (30) days prior written notice has been given to the County, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to Larimer County Risk Management, 200 W. Oak St., #4000, Ft. Collins, CO 80521. If the insurance company refuses to provide the required notice, the contractor or its insurance broker shall notify the County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt of insurers’ notification to that effect.

VII. Contractor shall furnish Larimer County certificates of insurance. Contractor will receive all sub-contractors certificates of insurance. Such certificate must meet all requirements listed above.

ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER COUNTY RISK MANAGEMENT DEPARTMENT.

Page 25: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

24 Revised: (06/06)

Delete subsection 107.25(b)5 and replace it with the following: 5. At least ten days prior to the beginning of construction the Erosion Control Supervisor (ECS) shall identify

and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharge. The ECS shall assess the potential of these sources to contribute pollutants to stormwater discharges associated with construction activities. At a minimum each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges, and identified in the SWMP if found to have such potential : all exposed and stored soils; vehicle tracking of sediments; management of contaminated soils; vehicle and equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.); significant dust or particle generating processes; routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc.; on-site waste management practices (waste piles, dumpsters, etc.); dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck chute and associated fixtures and equipment; non-industrial waste sources that may be significant, such as worker trash and portable toilets; loading and unloading operations; and other areas or procedures where potential spills can occur. The Contractor shall provide a Spill Prevention, Control, and Countermeasure Plan (SPCC) for any petroleum product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer.

The ECS shall record the location of potential pollutants on the site map. Descriptions may be added to the site map or may be added as an addendum to the SWMP notebook.

Page 26: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

25 Revised: (06/06)

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

Section 108 of the Standard Specifications is hereby revised for this project as follows: In subsection 108.01 delete the first paragraph and replace with the following: The Contractor shall submit a completed Certificate of Intent to Sublet, Larimer County Engineering Form 276, as part of the bid. In accordance with the special provision to subsection 103.01 of these specifications, the County reserves the right to reject any subcontractor listed on this form and negotiate for a substitute subcontractor. Any change from this list of subcontractors must be approved in writing by the Engineer. The Contractor shall make all project related written subcontracts available to the Engineer for viewing, upon request, and at a location convenient to the Engineer. In subsection 108.02 delete the last sentence and replace with the following: The Contractor shall commence work under the Contract on or prior to the 30th day following the date of award or in accordance with the selected start date allowed in the special provisions. The Contractor shall notify the County a minimum of 14 days prior to road closure and/or construction start. In subsection 108.03, third paragraph add the following: The Contractor shall present a bar chart schedule to the Engineer at or prior to the preconstruction conference. This bar chart schedule shall show the salient features of the project as listed in Commencement and Completion of Work. Subsection 108.06 shall include the following: Only those persons who, at the time of employment, are residents of Larimer County shall be given employment insofar as possible. The residence of a person is considered to be that place in which his habitation is fixed and to which, whenever he is absent, he has the intention of returning. Subsection 108.08 shall include the following: The Contractor shall not carry on construction operations outside the hours of 7:00 a.m. to 6:00 p.m. unless previously arranged and approved. In subsection 108.08(a) delete the last sentence of the first paragraph and replace with the following: Such request shall be made within 7 calendar days of the receipt of the statement and shall detail the reason the statement is believed to be incorrect. Subsection 108.09 shall include the following: The Contractor shall be aware the North Poudre Irrigation Company has established as liquidated damages the amount of ten thousand dollars ($10,000.00) per day for each and every day that Ditch Company is unable to deliver water to its shareholders, users, preferred contract holders due to the interruption of water delivery caused by Licensee’s (Larimer County) interruption. The Contractor shall be responsible for all damages to the County and the North Poudre Irrigation Company due to incomplete work which prohibits the irrigation company from using the ditch after April 14, 2019.

Page 27: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

26 Revised: (06/06)

REVISION OF SECTION 109 MEASUREMENT AND PAYMENT

Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.06(a) delete the first two sentences and replace with the following: The Department will make a deduction from the progress payment in the amount considered necessary to protect the interests of the County. The amount to be retained will be 5 percent of the value of the completed work. In subsection 109.06 delete items (i) and (l). In subsection 109.07(2) delete the first sentence and replace with the following: The material is stored on the project, on County owned property, or at an acceptable secured location within Larimer County. Subsection 109.09 shall include the following: The County is required, by Law (CRS 38-26-107), to withhold from all payment to the Contractor sufficient fund to insure the payment of all claims for labor, materials, team hire, sustenance, provisions, provender, or other supplies used or consumed by the Contractor or his Subcontractors in or about the performance of the Work. Such funds must be withheld until such claims have been paid or such claims as filed have been withdrawn, such payment or withdrawal to be evidenced by filing with the County a receipt in full or an order for withdrawal in writing and signed by the person filing such claim or his duly authorized agents or assigns. Such funds shall not be withheld longer than ninety (90) days following the date fixed for final settlement, as published in a public newspaper in accordance with the law, unless an action is commenced within that time to enforce such unpaid claim and a notice of lis pendes is filed with the County. At the expiration of such ninety day period, the County shall pay to the Contractor such moneys and funds as are not the subject to suit and lis pendes notices and shall retain thereafter, subject to the final outcome thereof, only sufficient funds to insure the payment of judgments which may result from each suit.

Page 28: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

27 Revised: (06/06)

REVISION OF SECTION 201 CLEARING AND GRUBBING

Section 201 of the Standard Specifications is hereby revised for this project as follows: In Subsection 201.02 delete the second paragraph and replace with the following: Clearing and grubbing shall be within the limits of the project, as identified in the plans. All other areas of clearing and grubbing shall be as directed by the Engineer. Removal of trees less than 6 inches in diameter will not be paid for separately but shall be included in the work.

In Subsection 201.02 delete the sixth paragraph and replace with the following: No material or debris shall be disposed of within the project limits; and, shall be legally disposed of off-site or preferably to a recycling center. The Contractor shall make all arrangements to obtain written permission from property owners for disposal locations outside the limits of the project. Copies of this written agreement shall be furnished to the Engineer before the disposal area is used. Subsection 201.04 shall include the following: Payment for clearing and grubbing shall be on a lump sum basis and shall include removal and disposal of trees less than 6 inches in diameter, stumps, shrubs, trash and protruding objects designated for removal within the project limits by the Engineer. Payment will be made under: Pay Item Pay Unit Clearing and Grubbing Lump Sum

Page 29: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

28 Revised: (06/06)

REVISION OF SECTION 202 REMOVAL AND TRIMMING OF TREES

Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: This work includes the removal and trimming of trees as shown in the plans (approximately 54 trees have been identified in the plans for removal), as directed by the Engineer, or as otherwise required to meet a 20-foot clear zone height over the roadbed. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Engineer will establish environmental limits. All trees, shrubs, plants, grasses, and other vegetative materials shall remain, except as designated by the Engineer. Prior to beginning any construction in the vicinity of the trees, removal shall be completed. This work shall be done by a Contractor or subcontractor who is a qualified tree surgeon and a member of the National Arborist Association. The firm’s or individual’s name and qualifications shall be submitted at the preconstruction conference for the Engineer’s approval. A list of references and other clients shall be included with the qualification statement. A written description of work methods and time schedules shall be submitted and approved by the Engineer, in writing, prior to work commencing. Stumps in excavation areas shall be left no higher than 2 feet above the ground surface during tree removal and shall be completely removed by heavy equipment during excavation. Stumps within areas that will have embankment, aggregate base course, concrete or pipe placed shall be removed down to a point at least 2 feet below the subgrade or embankment slope elevation. Holes created by stump removal shall be backfilled with onsite granular unclassified excavation material compacted according to the specifications. Stump grinding will not be allowed unless removal by other methods is deemed infeasible and it is directed by the Engineer. When trees being cut off are outside the excavation limits, the stumps shall be cut so that no more than 3 inches remains above the ground surface. All other removed or trimmed vegetation shall be removed from the project and shall become the property of the Contractor. Subsection 202.11 shall include the following: Removal of trees will be paid for by lump sum properly as described above. Trimming of trees will not be paid for separately but shall be included in the lump sum bid of clearing and grubbing.

Page 30: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

29 Revised: (06/06)

Subsection 202.12 shall include the following: Pay Item Pay Unit Removal of Tree Lump Sum Removal of stumps, stockpiling and hauling will not be paid for separately but shall be included in the work. Backfilling stump holes will be measured and paid for under Item 203, Unclassified Excavation (Complete in Place). All clearing and grubbing directed by the Engineer will be paid for as lump sum under the clearing and grubbing item.

Page 31: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

30 Revised: (06/06)

REVISION OF SECTION 202 REMOVAL OF BRIDGE

Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work consists of removal of the existing bridge at County Road 17 (LR17-0.0-70) and the existing bridge at County Road 70 (LR70-0.6-17-A). Bridge removal shall consist of the complete removal of all superstructure and substructure elements unless otherwise described below or shown on the plans. Subsection 202.02 shall include the following: The removal of the existing bridge shall be performed in a safe manner. The Contractor shall submit a Bridge Removal Plan to the Engineer, for record purposes only, at least 20 working days prior to the proposed start of removal operations. This Plan shall detail procedures, sequences, and all features required to perform the removal in a safe and controlled manner. The Bridge Removal Plan shall be stamped “Approved for Construction” and signed by the Contractor. The Bridge Removal Plan will not be approved by the Engineer. The Bridge Removal Plan shall provide complete details of the bridge removal process, including: (1) The removal sequence, including staging of removal operations. Sequence of operation shall include a

detailed schedule that complies with the working hour limitations. (2) Equipment descriptions including size, number, type, capacity, and location of equipment during removal

operations. (3) Shoring that exceeds 5 feet in height, all falsework and bracing.

(4) Details, locations and types of protective coverings to be used. The protective covering shall prevent any

materials, equipment or debris from falling onto the property below. When removal operations are located over or in proximity to any live waterway, railroad, or pedestrian/bicycle path, additional width of protective covering shall be required. Detailed methods for protection of the existing roadway facilities, including measures to assure that people, property, utilities, and improvements will not be endangered.

(5) Detailed methods for protection of live waterways including minimization of turbidity and sedimentation. (6) Detailed methods for mitigation of fugitive dust resulting from the demolition.

(7) Details for dismantling, removing, loading, and hauling steel elements.

(8) Methods and procedures for protecting the waterline and other utilities during removal of the existing bridge,

subsequent excavation and construction operations. A Pre-Removal Conference shall be held at least seven days prior to the beginning of removal of the bridge. The Engineer, the Contractor, the removal subcontractor, the Contractor’s Engineer, and the Traffic Control Supervisor (TCS) shall attend the Pre-Removal Conference. The Bridge Removal Plan shall be finalized at this Conference.

Page 32: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

31 Revised: (06/06)

The Contractor’s Engineer shall sign and seal (1) and (3) listed above in the final Bridge Removal Plan. The final Bridge Removal Plan shall be stamped “Approved for Construction” and signed by the Contractor. The Contractor shall submit a final Bridge Removal Plan to the Engineer prior to bridge removal for record purposes only. The Contractor shall not begin the removal process without the Engineer’s written authorization. Submittal of the final Bridge Removal Plan to the Engineer, and field inspection performed by the Engineer, will in no way relieve the Contractor and the Contractor’s Engineer of full responsibility for the removal plan and procedures. The Contractor shall have all necessary workers, materials, and equipment at the site prior to closing any lanes to traffic to accommodate bridge removal operations. While the lanes are closed to public traffic, work shall be pursued promptly and without interruption until the roadway is reopened to traffic. Removal of hazardous material shall be in accordance with Section 250. The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection 107.25. Should an unplanned event occur or the bridge removal operation deviate from the submitted bridge removal plan, the bridge removal operations shall immediately cease after performing any work necessary to ensure worksite safety. The Contractor shall submit immediately to the Engineer, the procedure or operation proposed by the Contractor’s Engineer to correct or remedy the occurrence of this unplanned event or to revise the final Bridge Removal Plan. The Contractor shall submit his Engineer’s report in writing, within 24 hours of the event, summarizing the details of the event and the procedure for correction. Bridge removal may be suspended by the Engineer for the following reasons: (1) Final Bridge Removal Plan has not been submitted, or written authorization has not been provided by the

Engineer to begin the removal. (2) The Contractor is not proceeding in accordance with the final Bridge Removal Plan, procedures, or sequence. (3) Safety precautions are deemed to be inadequate. (4) Existing neighboring facilities are damaged as a result of bridge removal. Suspension of bridge removal operations shall in no way relieve the Contractor of his responsibility under the terms of the Contract. Bridge removal operations shall not resume until modifications have been made to correct the conditions that resulted in the suspension, as approved in writing by the Engineer. All required traffic control devices and barricades shall be in place, with detours in operation, prior to the beginning of removal operations. Explosives shall not be used for removal work. Existing riprap may be stockpiled and reused if the material is approved by the engineer. Existing riprap that is not reused shall be removed. The cost for removal for riprap not reused shall be included in removal of bridge. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Special) to the adjacent existing grades. All materials removed from the existing structure shall become the property of the Contractor and shall be properly disposed of offsite at the Contractor’s expense, unless otherwise stated in the plans.

Page 33: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

32 Revised: (06/06)

Existing structures, facilities, and surrounding roadways shall not be damaged by the removal operations. Any damage that does occur shall be repaired immediately at the Contractor’s expense.

Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Bridge Each Payment for Removal of Bridge will be full compensation for all labor and materials required to complete the work, including preparation and implementation of the Bridge Removal Plan, inspection, equipment, debris handling and disposal, salvaging, handling and storage of salvable materials, handling and disposal of all hazardous materials and disposal of non-salvable materials.

Page 34: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

33 Revised: (06/06)

REVISION OF SECTION 202

REMOVAL OF STRUCTURES Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 is hereby revised to include the following:

This work includes the removal of items listed on the plans, as directed by the Engineer, or any other items

necessary to complete the improvements within the limits of the work, easement areas, and other areas shown

in the contract or required by the work. These items shall be removed and disposed of by the Contractor during

construction and prior to final acceptance of the project.

The Contractor shall coordinate with the Engineer and individual property owners for removal of existing fences

as shown on the plans.

Subsection 202.02 delete the seventh paragraph and replace with the following:

The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt

with underlying material. The removed mat shall become the property of the Contractor and disposed of outside

the project site legally.

METHOD OF MEASUREMENT

Subsection 202.11 is hereby revised to include the following:

Removal of Gate will be measured for the actual number of items removed. The post and concrete bases for

the gates will not be paid for separately but included in the cost to remove the item. The gate and associated

hardware shall be salvaged and reset at locations shown on the plans and as directed by the Engineer and

property owner.

Removal of Asphalt Mat will be measured by the square yard of asphalt mat removed. The cost to dispose of

the removed mat asphalt legally outside the project site will not be paid for separately but included in the cost for

asphalt removal.

Removal of Pipe will include the removal of the flared end section and any existing riprap associated with the

outfall. Existing riprap may be stockpiled and reused at proposed storm outfall locations as long as the gradation

complies with the plans and specifications as determined by The Engineer. Existing riprap that is not reused

shall be removed. The cost for removal for riprap not reused shall be included in the removal of the pipe.

Page 35: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

34 Revised: (06/06)

BASIS OF PAYMENT Subsection 202.12: 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 Pipe Linear Foot Removal of Fence Linear Foot Removal of Gate Each Removal of Asphalt Mat Square Yard Saw cutting required to complete any removal is incidental to the work and will not be measured or paid separately. Work shall include all materials, equipment, labor and disposal of materials required to complete the work.

Page 36: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

35 Revised: (06/06)

REVISION OF SECTION 203 BLADING

Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.09 shall include the following: Material approved for placement against the new asphalt edge shall be wheel rolled following placement to compact and consolidate this material. Care shall be exercised during wheel rolling operations to protect the edge of the new asphalt mat from damage due to the wheel rolling operation. Blading used for roadway snow removal within the CR 70 closure area will be the Contractor’s responsibility. Snow shall be removed from the road whenever the depth exceeds 4 inches. Snow removal may be required at any time during the closure period including days, nights, weekends, and holidays. An effort shall be made to have the road snow plowed by 8:00 AM. Blading may also be used for miscellaneous erosion control work as directed by the engineer. Subsection 203.11 shall include the following: Blading for shouldering with aggregate base course will not be measured and paid for separately but is included in the placement of Aggregate Base Course (Class 5) (Shoulder). Payment will be made under: Pay Item Pay Unit Blading Hour

Page 37: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

36 Revised: (06/06)

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 include the following: The Contractor shall comply with all requirements of the Subsurface Exploration Report prepared by Earth Engineering Consultants, LLC dated September 25, 2017 found in Appendix A. Subsection 203.02 (c) shall include the following: Embankment material that is severely over optimum moisture, that would become stable if dried, shall not be considered as Unsuitable Material. Subsection 203.03, first paragraph, shall be deleted and replaced with the following: Embankment Material. Embankment material shall consist of approved material acquired from excavations, including Contractor’s source, hauled and placed in embankments. Contractor’s source material shall have an R-value of at least (15 minimum) when tested by the Hveem Stabilometer, have a maximum dry density of not less than 90 p.c.f., and must be stable when tested in accordance with Colorado Procedure L-3102. The Contractor shall furnish evidence that the material meets the requirements of this section and shall pay for such tests as may be required to show compliance. All materials shall be sampled and tested in accordance with appropriate CDOT or AASHTO procedures. Subsection 203.05, Excavation shall include the following: Claystone/bedrock shall be over excavated if encountered within 36 inches of final subgrade and replaced with an approved engineered backfill material. Subsection 203.05, (f) Potholing, add the following to the second paragraph: Records of the potholed utilities shall be surveyed and submitted to the Engineer. Subsection 203.07 shall include the following: To mitigate swell the amount of water to be used in compacting claystone, including treatment of cut areas, shall exceed optimum as directed by the Engineer to promote slaking and breakdown of the nondurable material. Claystone shall not be placed within the top 12 inches of subgrade within embankment areas supporting the roadway shoulders and pavement section per subsection 203.06.

In Subsection 203.08, 3rd Paragraph, delete the 2nd sentence and replace with the following: Unsuitable Material: In areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive, as determined by the Engineer, the Contractor shall perform one of the following two methods for stabilization of the subgrade. The method will be determined by the Engineer.

Page 38: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

37 Revised: (06/06)

a. The area shall be ripped, scarified, dried or wetted as necessary and re-compacted to the requirements for

density and moisture to the contract depth, at the Contractor’s expense.

b. The area shall be removed to the depth indicated by the Engineer, geogrid subgrade stabilization material

will be installed per manufacturer’s instructions, and backfilled with Class 5 aggregate base course. Class 5

aggregate base course shall meet the requirements of Section 304 of the Standard specifications and

Revision of Section 304 of the Special Provisions.

Subsection 203.11, first paragraph, shall be deleted and replaced with the following: Items paid for by volume will not be remeasured but will be the quantities designated in the Contract. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on the plans in an amount of at least plus or minus ten percent of the plan quantity. Subsection 203.11 (f), shall be deleted and replaced with the following: (f) Proof Rolling. Proof Rolling will not be measured and paid for separately but shall be included in the work. Subsection 203.11 shall include the following: (g) Muck Excavation or Unsuitable Material (Complete in Place) will be measured by the cubic yard of

backfilled material. Backfilled material shall consist of an imported aggregate as specified and approved by the Engineer.

Subsection 203.11 shall include the following: (h) Borrow (Complete in Place). If provided in the Contract, Borrow (CIP) material will be measured in its final

compacted position in the roadway. Measurement will be made upward from the original ground line without any allowance for subsidence due to compaction of the base under the borrow material. The original cross-sections will be used for determination of volumes of borrow material placed, unless changes have been directed.

Subsection 203.12 shall include the following: Payment will be made under: Pay Item Pay Unit Unclassified Excavation (Complete in Place) Cubic Yard Borrow (Complete in Place) Cubic Yard Unsuitable Material (Complete in Place) Cubic Yard Potholing Each

Page 39: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

38 Revised: (06/06)

REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES

Section 206 of the Standard Specifications is hereby revised for this project as follows: Subsection 206.01 shall include the following: Structure excavation and backfill for the bridge abutments will be measured and paid for based on CDOT Standard Plan M-206-2 using only Structural Backfill (Special) and Filter Material. Structure excavation for riprap outside the abutment structure excavation limits and around the piers will be paid for as Unclassified Excavation (Complete in Place). Removal of existing riprap around the piers and abutments of the existing bridge will not be paid for separately but shall be included in the work. This riprap may be reused if mixed with new riprap and buried (hidden) in the toes. The riprap quantity will be adjusted for reuse of existing riprap. Subsection 206.02(a) shall include the following: Structure Backfill (Special) shall meet the requirements of Table 703-2, Aggregate Base Course, Class 5 or Class 6, and shall be used in all locations where Class 1 or 2 Structure Backfill is specified. Subsection 206.07 shall include the following: Pay Item Pay Unit

Structure Backfill (Special) Cubic Yard In subsection 206.07 delete paragraph four and replace with the following: Structure excavation and structure backfill, including bed course material for pipes, end sections, headwalls, inlets and waterline blowoff structures will not be measured and paid for separately, but shall be included in the work.

Page 40: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

39 Revised: (06/06)

REVISION OF SECTION 207 TOPSOIL

Section 207 in the Standard Specifications is hereby revised for this project as follows: Delete subsection 207.04 and replace with the following: Topsoil salvaged from the project and placed in stockpiles or windrows shall be paid for as Stockpile Topsoil. When it is subsequently placed upon the completed cut and fill slopes, the same quantity will be paid for as Topsoil. Topsoil taken from approved pits, hauled and placed upon completed cut and fill slopes shall be paid for as Topsoil. Wetland topsoil material excavated from the project and placed in stockpiles or windrows shall be paid for as Stockpile Topsoil. When it is subsequently placed upon the relocated site at appropriate locations near the wetlands, it shall be paid for as Topsoil. Stockpile topsoil and topsoil quantities listed in the plans do not distinguish between topsoil and wetland topsoil. Topsoil quantities will not be remeasured but will be the quantities designated in the Contract. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on the plans in an amount of at least plus or minus ten percent of the plan quantity. Pay Item Pay Unit Topsoil Cubic Yard Stockpile Topsoil Cubic Yard

Page 41: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

40 Revised: (06/06)

REVISION OF SECTION 208 EROSION CONTROL AND PERMANENT WATER QUALITY BMPs

Section 208 of the Standard Specifications is hereby revised for this project as follows: Any “vehicle tracking control pad” references within Section 208 shall have the same meaning as “stabilized construction entrance”. Subsection 208.01 shall include the following: The work shall consist of constructing the erosion control measures and BMPs within the project limits or as directed by the Engineer. The erosion control measures and BMPs shown on the Sediment/Erosion Control Plans represent a snapshot in time and not the day to day changes that may be needed to fulfill the requirements of the stormwater discharge permit. Subsection 208.02 shall include the following: All temporary sediment/erosion control BMPs shall be installed per the details as included in the Drawings. Subsection 208.03 shall include the following: Erosion and sediment control measures shall be constructed at the locations shown on the Erosion Control Plan and in accordance with the erosion control details in the construction plans. As the work progresses, the location and amount of erosion and sediment control installations may increase or decrease depending on specific site conditions and weather conditions. The full extent of erosion and sediment control installations will be determined on an as needed basis. Installations will be reviewed by the Contractor on a daily basis. The effectiveness of installations will be discussed at the construction progress meetings and revisions made accordingly. Erosion and Sediment Control Submittals

A. Contractor shall obtain a Stormwater Discharge Permit and if applicable a Construction Dewatering Permit

from the Colorado Department of Public Health and Environment (CDPHE) prior to the start of construction.

Contractor should note that it will take time (approximately 2-4 weeks) for the CDPHE to review and

approve a permit application. Contractor shall transfer the Stormwater Discharge Permit to Larimer County

at the end of project construction for post project revegetation monitoring.

B. Contractor shall prepare and submit the permit application to the CDPHE immediately after Notice of

Award and prior to the Notice to Proceed. Contractor shall be responsible for following all requirements of

the permit and all applicable Federal, State, and Local laws.

C. Submittal the Stormwater Management Plan (SWMP) and all inspection results to the Project Manager at

each progress meeting. Maintain a current SWMP, BMP map, and BMP folder on the project site at all

times.

Page 42: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

41 Revised: (06/06)

Clean Streets Soil or sediment deposition is not allowed on public or private streets not part of the construction site. No sediment

is to be tracked outside of the construction area. If necessary, the Contractor shall power wash tires of all

construction vehicles leaving the site to remove sediment and/or install temporary vehicle tracking control pads at

exit locations. Contractor shall prevent the tracking of mud and the inadvertent dropping of sediment out of the

construction site. The Contractor shall remove any such deposition immediately.

Protection of Existing Stormwater Infrastructure, Waterways, and Water Bodies A. Contractor shall not wash sediment through or allow sediment to enter the existing or newly constructed

storm sewer system. Contractor shall clean to a level satisfactory to the Inspector or Project Manager any

sediment inadvertently or otherwise deposited in the pipeline including, but not limited to, cleaning of

downstream BMPs.

B. Inlet wattles or other approved inlet protection shall be placed at existing and proposed inlets to prevent

sediment from entering the storm sewer system. Inlet protection shall be placed at inlets both within and

immediately downstream of the construction site. Inlet protection shall be installed at any inlet that could

potentially receive sediment from this project

C. Contractor shall control the quality of water originating from their operations so as to have no measurable

or visible impact on the North Poudre Irrigation Ditch, Markham Ditch or adjacent fishing ponds.

Additional Regulatory Requirements A. Colorado Discharge Permit System (CDPS) requirements make it unlawful to discharge or allow the

discharge of any pollutant or contaminated water from construction sites. Pollutants include, but are not

limited to discarded building materials, concrete truck washout, chemicals, oil and gas products, litter, and

sanitary waste. The Contractor shall at all times take whatever measures are necessary to assure the

proper containment and disposal of pollutants on the site in accordance with any and all applicable local,

state, and federal regulations.

B. Stormwater Quality Enforcement Policy

Inspections. Site inspections are to be performed by the Contractor's designated Construction Site Operator (CSO) hereinafter referred to as the "Construction Site Operator" at a minimum of once every fourteen (14) - calendar days on active construction sites; after a significant storm event; and monthly to monitor revegetation. These inspections do not need to be called in for scheduling, as with building inspections. It is required that the Construction Site Operator also performs routine inspections to effectively address maintenance and repair of Best Management Practices (BMPs). Compliance. Any maintenance, repair or installations of non-critical BMPs that are noted during the inspections by the Construction Site Operator and/or County Inspector must be completed within seven (7) calendar days from the date of the inspection. Any maintenance, repair or installations of critical BMPs that are noted during the inspections by the Construction Site Operator and/or County Inspector must be completed by the end of the working day or within twenty-four (24) hours from the time of the inspection.

Page 43: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

42 Revised: (06/06)

Enforcement Actions. If site conditions are found to be in violation of the grading and erosion control permit or any other requirements, one or all of the following actions may be taken:

• Verbal warning

• Written Compliance Order

• Revocation of permit(s)

• Denial of further review or future inspections and/or permits

• Stop Work Order

• Hiring a private contractor and/or city crew to perform work - cost of work will be deducted from the

Performance Security collected at permit issuance

Wind Erosion and Fugitive Dust A. Contractor shall minimize dispersion of dust from construction operations by application of water or other

dust control materials. Controls shall confine dust and dirt within the immediate area of the project. A water

truck shall be available at all times throughout the project for dust abatement as necessary. All land

disturbing activities shall be immediately discontinued when fugitive dust negatively impacts adjacent

properties, as determined by the Engineer.

Replace the last paragraph of Subsection 208.04 (d) 1 with the following: No direct payment will be made for temporary stabilization. This work shall be considered subsidiary to the project. Delete paragraphs 1, 7, 8 and 9 of Subsection 208.11 and replace with the following: Removal of trash and sediment will not be measured but shall be incidental to the work; and shall be conducted each day the construction activities are being performed. Erosion Control Supervisor will be measured by the lump sum used for erosion control services specific to this project. The Contractor shall record the tasks that were performed by the Erosion Control Supervisor. The records shall be submitted to the Engineer, weekly, after completion of the work, for approval and acceptance. Vehicle Tracking Pad will be measured by the actual number constructed and accepted. Revise Subsection 208.12 to include the following: 208.12 Erosion Control Supervisor and BMPs 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 Concrete Washout Structure Each Vehicle Tracking Control Pad (VTC) Each Erosion Control Supervisor Lump Sum

Page 44: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

43 Revised: (06/06)

Payment for each BMP item will be full compensation for all work and materials required to furnish, install, maintain, remove, and dispose of it. 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. This includes, but is not limited to: excavation, embankment, liner, erosion bales, fencing, signing, and containment and disposal of concrete washout and all other associated waste material. Payment for Vehicle Tracking Control Pad will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be measured and paid for separately, but shall be included in the work. Payment for Erosion Control Supervisor will be full compensation for the erosion control supervisor and all materials and equipment necessary for the ECS to perform the work. The ECS's commute time will not be measured and paid for separately, but shall be included in the work. Work performed to install measures for the control of erosion and sedimentation, and water pollution, for which there is no bid item originally included in the Contract will be considered extra work in accordance with subsection 104.03. Temporary erosion and pollution 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 approved contract time, payment will not be made for Section 208 pay items for the period of time after expiration of the approved contract time. These items shall be provided at the Contractor's expense.

Page 45: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

44 Revised: (06/06)

REVISION OF SECTION 209 DUST PALLIATIVES

Section 209 of the Standard Special Provisions is hereby revised for this project as follows: Subsection 209.05 shall include: Application of dust palliative may be required when work is not in progress, including weekends, holidays, and nighttime. Delete subsections 209.07 and 209.08. Dust palliative will not be measured and paid for separately but shall be included in the work.

Page 46: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

45 Revised: (06/06)

REVISION OF SECTION 210 MODIFY MANHOLE

Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.01 shall include the following: Modify manholes consists of raising existing manholes to the new grade lines established with construction of roadway widening. Subsection 210.02 shall include the following: Modification of manholes shall be done in accordance with the details included in the plans and in conformance with the appropriate M Standard Plan. Subsection 210.12 shall include the following: Modify manholes will be measured by the actual number modified which shall include all work required to: remove portion of existing manholes to the top of the barrel, build new barrel to the required height, build new eccentric cones to the required height, add additional steps as required, and reset the manhole ring and cover to the finished grade. If the rings and covers are destroyed or in the opinion of the Engineer cannot be reused, new manhole rings and covers shall be provided. Subsection 210.13 shall include the following: Payment will be made under: Pay Item Pay Unit Modify Manhole Each Structure excavation and structure backfill required for “Modify Manhole” will not be measured and paid for separately but shall be included in the work. Reinforcing steel, structural concrete, manhole rings and covers, as well as all other materials required to complete the item shall be included in the work.

Page 47: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

46 Revised: (06/06)

REVISION OF SECTION 210 RESET STRUCTURES

Section 210 of the Standard Specifications is hereby revised for this project as follows:

Subsection 210.01 shall include the following: The work includes resetting mailboxes along the roadway improvements. The Contractor shall follow United States Postal Service Standards as well as coordinate with the Engineer and property owner prior to resetting the mailbox. The work includes relaying or burying the existing riprap onsite. Existing riprap removed during the demolition of the bridge may be stockpiled and reused according to the note in the plans. Removal of existing riprap around the piers and abutments of the existing bridge will not be paid for separately but shall be included in the cost for structure excavation. This riprap may be reused if mixed with new riprap and buried (hidden) in the toes or bottom of the channel. The riprap quantity will be adjusted for reuse of existing riprap. Existing riprap that is not reused shall be removed. The cost for removal for riprap not reused shall be included in removal of bridge bid item. The work includes removing, salvaging, and stockpiling existing roadway ground signs as shown on the plans and as directed by the Engineer. The Contractor will be required to coordinate with the Larimer County Engineering Department prior to any adjustments. The work includes resetting existing metal gates at locations shown on the plans and as directed by the Engineer and property owner. Removal of the gates will be paid for separately as detailed in Section 202. Subsection 210.13 shall include the following: Payment will be made under: Pay Item Pay Unit Reset Mailbox Structure (Type 1) Each Reset Gate (Metal) Each

Page 48: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

47 Revised: (06/06)

REVISION OF SECTION 211 DEWATERING

Section 211 is hereby added to the Standard Specifications for this project as follows:

DESCRIPTION 211.01 This work consists of dewatering temporary excavations and temporarily diverting canal flows as needed and controlling pond and wetland water to facilitate construction activities. Also included is accommodating incidental stormwater flows in the North Poudre Canal to facilitate construction activities.

MATERIALS 211.02 The Contractor shall provide all required materials and equipment to facilitate dewatering and diversion activities.

CONSTRUCTION REQUIREMENTS 211.03 The Contractor’s method of dewatering and water disposal, including pumping and discharge equipment, must be approved by the Engineer prior to implementation. The Contractor shall submit a dewatering plan for review and approval 40 calendar days prior to implementation in accordance with Subsection 105.02. Water Disposal shall be in accordance with Subsection 107.25— “Water Quality Control”. Contractor shall obtain all necessary permits and submit copies to the Engineer prior to commencing any dewatering activities. The Contractor’s method of diverting canal flows must 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 relevant permits required for diversion and a diversion plan including but not limited to:

1) Method for determining design flow, 2) Phasing plans, and, 3) Site restoration plans showing how to return the canal bed to its original configuration as it was prior to construction.

The Contractor will be responsible for the maintenance and protection of the dewatering equipment and diversion structures. Damage and/or repairs caused from the Contractor’s activities or from the canal flows shall be the responsibility of the Contractor.

METHOD OF MEASUREMENT 211.04 Dewatering work will not be measured. No additional measurement will be allowed in the event of any bank erosion caused from the canal flows or storm events.

Page 49: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

48 Revised: (06/06)

BASIS OF PAYMENT 211.05 Dewatering and diversion work will consist of design and construction of the diversion, including all pumping, bailing, draining and incidentals required for the dewatering and diversion work and materials. The Contractor will be responsible for the protection of the constructed items and dewatering equipment. Dewatering will not be paid for separately but shall be included in the cost of other items.

Page 50: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

49 Revised: (06/06)

REVISION OF SECTION 216

SOIL RETENTION COVERING

Section 216 of the Standard Specifications is hereby revised for this project as follows: Subsection 216.01 shall include the following: This work shall include furnishing and placing a soil retention blanket at the location shown on the Erosion Control Plans, on all slopes greater than 3:1 and as directed by the Engineer. Subsection 216.02 shall include the following: The soil retention blanket shall be: WintersChoice Biodegradable jute fiber double net blanket or approved equal Subsection 216.03 shall include the following: The soil retention blanket shall be installed per manufacturer’s recommendations. The quantity shown on the summary of approximate quantities does not account for the overlapping quantity needed for the installation. Subsection 216.05 shall include the following: Pay Item Pay Unit

Soil Retention Blanket Square Yard

Page 51: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

50 Revised: (06/06)

REVISION OF SECTION 304 AGGREGATE BASE COURSE

Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 5) as shown in Subsection 703.03. The Aggregate Base Course (Class 5) must meet the gradation requirements and have a resistance value of at least 72 when tested by the Hveem Stabilometer method. The Engineer may require the Contractor to submit test results from a certified materials lab to verify the material’s conformance to the requirements of this section. Costs of any such tests shall be borne by the contractor. Subsection 304.04 shall include the following: An aggregate base course shoulder shall be placed against the edge of the new asphalt mat at locations designated in the plans. Aggregate base course for shouldering shall be placed using a self-propelled road widener, such as a Blaw Knox RW100 or Midland SP, as approved by the Engineer. The material placed against the new asphalt edge shall be wheel rolled following placement to compact and consolidate this material. Care shall be exercised during wheel rolling operations to protect the edge of the new asphalt mat from damage due to the wheel rolling operation. The placement, blading, and wheel rolling of the base course shall be included in the Aggregate Base Course (Class 5)(Shoulder) item and shall be completed within ten working days after the top asphalt mat is laid. Subsection 304.06 shall include the following: Variation from the aggregate base course plan elevation specified shall not be more than 0.04 foot. Subsection 304.08 shall include the following: Payment will be made under: Pay Item Pay Unit Aggregate Base Course (Class 5) Ton

Aggregate Base Course (Class 5)(Shoulder) Ton

Page 52: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

51 Revised: (06/06)

REVISION OF SECTION 304 TREATED AGGREGATE BASE COURSE (SPECIAL) and DETOUR ROAD MAINTENANCE

Section 304 of the Standard specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Treated Aggregate Base Course (Class 5)(Special) shall meet the requirements of Section 304. Additionally, Table 703-2 for Class 5 material shall be revised to allow 10 to 14 percent passing the #200 sieve. The following modifications to the material requirements shall be included:

1. LA Abrasion/Loss (AASHTO T 96) must not exceed 35%. 2. Pink or red color/tint material will NOT be accepted. 3. Material shall be crushed gravel or crushed stone. No reclaimed materials will be accepted. 4. Minimum R-Value shall be 72.

Dust suppressant shall be Durablend as supplied by Envirotech Services or an approved equal. Application rate shall be 0.30 gallons/sy applied to the finished surface of the roadway. Care shall be taken to ensure that dust suppressant material does not runoff the surface of the road into roadside drainage areas. Subsection 304.06 shall include the following: Variation from the treated aggregate base course plan elevation specified shall not be more than 0.04 foot. Subsection 304.06 shall include the following: Treated Aggregate Base Course (Class 5)(Special) shall be placed, mixed, shaped and compacted as described below:

Place and compact the full width and depth of Aggregate Base Course (Class 5)(Special) in accordance with Section 304. Scarify and blade the upper four inches of aggregate base course material into approximately equal windrows on each side of the road. Wet, with water, both windrows and remaining surface materials to approximately four-percent moisture, or as directed. Use a motor grader (and additional water as necessary) to thoroughly process one half of the windrowed material to a uniform mixture. Place the processing mixture to grade and compact with a pneumatic tire roller, as specified in this section. Repeat this procedure for the material in the second windrow. Apply a final application of 0.30 gallon per square yard of dust suppressant to the entire finished surface. Allow the dust suppressant to soak into the underlying base course for a minimum of forty-five minutes as needed to prevent surface displacement before final rolling. Compact the entire cross section with a steel drum roller in accordance with this section of the specifications. Do not allow traffic on the treated surface until approved.

Detour Road Maintenance shall include all of the above placing, shaping, and compaction requirements included in the Treated Aggregated Base Course (Cl 5)(Special) work with the exception of importing and placing additional Aggregate Base Course (Cl 5)(Special) material. The frequency of Detour Road Maintenance is estimated to be approximately once per month depending on traffic volumes, weather conditions, and other variables. Application of Dust Suppressant shall be included in this work item per each operation.

Page 53: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

52 Revised: (06/06)

Detour Road Maintenance shall also include:

• Watering roadway to maintain proper moisture as to limit segregation of the surfacing material. • Cutting the roadway to the depth of the potholes and wash boards. • Lay the material back out to establish proper cross section with a 5% crown. • Compaction to 95% of a T-180 proctor using a vibratory steel drum roller and a rubber tire roller if

necessary. • Watering prior to application of dust suppressant. • Apply dust suppressant at 0.30 gallons/square yard. • Keep traffic off freshly applied dust suppressant for a minimum of 45 minutes or until the material has

soaked into the underlying base course.

Traffic control and flagging associated with Item 304: Detour Road Maintenance will be paid separately for each applicable work item. Item 304: Detour Road Maintenance will not be paid for the initial placement operation of Item 304: Treated Aggregate Base Course (Class 5)(Special).

Subsection 304.08 shall include the following: Pay Item Pay Unit Treated Aggregate Base Course (Class 5)(Special) Ton Detour Road Maintenance Each Dust suppressant will not be measured and paid for separately but shall be included in the work.

Page 54: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

53 Revised: (06/06)

REVISION OF SECTION 308 FLY ASH TREATED SUBGRADE

Section 308 is hereby added to the Standard Specifications for this project as follows:

DESCRIPTION 308.01 This work shall consist of treating the subgrade, existing subbase or existing base by pulverization, adding Class “C” fly ash, mixing and compacting of the mixed material to the required density. This work applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines, and grades as show on the plans or as established by the Engineer.

MATERIALS AND EQUIPMENT

(a) Fly Ash. Fly Ash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in accordance with Sections 4, 6, and 8, unless otherwise shown on the plans. Fly ash shall be of the class “C” designation containing a minimum of 25 percent CaO.

Fly ash shall be stored and handled in closed weatherproof containers until immediately before distribution on the road. If stored in bins are used; they shall be completely enclosed. Materials in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. Fly ash shall be furnished in trucks, each truck shall have the weight of fly ash certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the Engineer.

(b) Water. The water used in the stabilized mixture shall be clean, clear, free of sewage, vegetable matter, oil, acid, and alkali. Water known to be potable may be used without testing. All other sources shall be tested in accordance with AASHTO T-26 and approved by the Engineer.

(c) Equipment. The machinery, tools, and equipment necessary for proper prosecution of the work shall be on

the project site and approved by the Engineer prior to the beginning of construction operations. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. Two self-propelled rotary type mixing machines, capable of performing the work as specified, shall be provided.

CONSTRUCTION REQUIREMENTS

308.03 General. The Contractor shall construct a completed course of treated material which contains a uniform fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound for its full depth; and has a smooth surface suitable for placing subsequent courses. Variation from the subgrade plan elevations specified shall not be more than 0.08 foot. Where bituminous or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 foot. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to

Page 55: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

54 Revised: (06/06)

provide full depth treatment as shown on the plans; to use the proper amounts of fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements. 308.04 Processing Materials.

(a) Preparation of Subgrade. Before construction operations begin, the subgrade shall be graded and shaped

to enable the fly ash treatment of materials in place in conformance with the lines, grades, and thickness shown on the plans. Unsuitable soil or materials shall be removed and replaced with acceptable material.

(b) Fly Ash Application. The fly ash shall be spread by an approved spreader at the rates shown on the plans

or as directed by the Engineer. Stabilization should consist of blending 13% by dry weight of Class C fly ash in the top 12 inches of subgrade. A motor grader shall not be used to spread the fly ash.

The fly ash shall be distributed at a uniform rate and in such a manner as to reduce the scattering of fly ash by wind to a minimum. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are such that blowing fly ash becomes objectionable to traffic or adjacent property owners.

(c) Mixing. The soil and fly ash shall be thoroughly mixed by use of at least two self-propelled rotary type

mixing machines, capable of performing the work as specified, and the mixing continued until, in the opinion of the Engineer, a homogenous, friable mixture of soil and fly ash is obtained, free from all clods or lumps. Water required to achieve the specified moisture content for the mixture should be added during final mixing.

If the soil/fly ash mixture contains clods, they shall be reduced in size by raking, blading, disking, harrowing, scarifying or the use of other approved pulverization methods so that when all nonslaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested at the field moisture condition by laboratory sieves:

Minimum Passing 1-3/4 inch sieve 100 percent Minimum Passing No. 4 sieve 60 percent

During final mixing, water shall be added to the materials as directed by the Engineer, until the proper moisture content has been secured. Water shall be added through the pulverizing machine or other method acceptable to the Engineer to develop a uniform, controlled rate addition of the needed moisture. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than 2 percent nor by less than the optimum by more than 4 percent. Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the fly ash.

308.05 Compaction. Compaction of the mixture shall begin immediately after final mixing of the fly ash and be completed within one hour following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to a specified density. All non-uniform (too wet, too dry, or insufficiently treated) areas which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted.

Page 56: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

55 Revised: (06/06)

The stabilized section shall be compacted to the extend necessary to provide the density specified below:

For fly ash treated subgrade, existing subbase or Not less than 95 percent maximum existing base that will receive subsequent subbase dry density (ASTM D-698) or base courses. For fly ash treated subbase or base that will Not less than 96 percent maximum receive surface course. Dry density (ASTM D-698)

In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to established lines and grades. Blading should be terminated within two hours after blending of the fly ash. Should the material, due to any reason or cause, lose the required stability, density, and finish before the next course is placed or the work is accepted, it shall be reprocessed, recompacted and refinished at the sole expense of the Contract. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash. 308.06 Finishing and Curing. After the final layer or course of the treated subgrade, subbase, or base has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and “clipped”, “skinned”, or “tight bladed” by a motor grader to a depth of approximately ¼ inch, removing all loosened stabilized material from the section. Recompaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture, one complete coverage of the section with the fat wheel roller shall be made immediately after the “clipping” operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction planes, is produced. The moisture content of the surface material must be maintained within the specified range during all finishing operations. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than two hours, a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade, and line shown on the plans. After the fly ash treated course has been finished as specified herein, the surface shall be protected against rapid drying by either of the following curing methods for a period of not less than three days or until the surface or subsequent courses are placed: (a) Maintain in a thorough and continuously moist condition by sprinkling. (b) Apply a two-inch layer of earth on the completed course and maintain in a moist condition

Page 57: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

56 Revised: (06/06)

(c) Apply an asphalt membrane to the treated course, immediately after same is completed, the quantity and type of asphalt approved for use by the Engineer shall be sufficient to completely cover and seal the total surface of the base between crown lines and all voids. If the Contractor elects to use this method, it shall be the responsibility of the Contractor to protect the asphalt membrane from being picked up by traffic by either sanding or dusting the surface of same. The asphalt membrane may remain in place when the proposed surface or other base courses are placed. Asphaltic emulsions are not acceptable for the asphaltic membrane.

After the fly ash treated course has been finished a specified, the treated area shall remain free of all construction & vehicular traffic for a minimum of 24 hours.

METHOD OF MEASUREMENT

308.07 Fly ash treated subgrade will be measured by the square yard for the area completed and accepted. Overlap mixing will not be measured separately but will be included in the work.

BASIS OF PAYMENT

The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule, and will include all processing materials, fly ash application and mixing, compaction, materials used in curing, and all labor, materials, and equipment necessary to complete the items. Curing materials will be included in the cost of processing fly ash treated subgrade. Payment will be made under:

Pay Item Pay Unit Fly Ash (Class C)(12 Inch)(CIP) Square Yard

Water will not be measured and paid for separately, but shall be included in the work.

Page 58: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

57 Revised: (06/06)

REVISION OF SECTION 401

PLANT MIX PAVEMENTS – GENERAL (NON-VOIDS ACCEPTANCE)

Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection 401.02(a) shall include the following: No Hot Mix Asphalt (HMA) shall be placed prior to submittal of a mix design. No Hot Mix Asphalt (HMA) shall be placed until the Job Mix Formula is approved. Subsection 401.02(b) shall include the following: Layers of HMA pavement within the roadway will not be allowed to contain reclaimed asphalt pavement. Driveway approaches paved with non-modified asphalt cement binder may contain up to 20% reclaimed asphalt pavement. The reclaimed asphalt pavement shall meet the requirements for subsection 703.04.

The Contractor shall submit an R.A.P. Stockpile Management Plan for each asphalt mix design that contains Recycled Asphalt Paving material.

Delete subsection 401.11 and replace with the following: 401.11 Tack Coat. When ordered by the Engineer, a tack coat shall be applied between pavement courses. Tack coat shall be applied to all existing asphalt surfaces that are more than 12 hours old or have not been kept clean. Tack coat shall be considered subsidiary to the contract. Approved tack coat material shall be applied at a rate determined by the Engineer. The tack coat will not be paid for separately but shall be included in the unit price bid for Hot Mix Asphalt. In subsection 401.16, delete paragraph 9(1) and replace with the following: The Engineer will delineate the segregated areas to be evaluated and inform the Contractor of the location and extent of these areas. In subsection 401.17, delete paragraphs five, six, seven and eight. In subsection 401.17, paragraph eleven, delete the first sentence and replace with the following:

The contractor may be required to construct a compaction pavement test section (CTS) for each job mix for which 2000 or more tons are required for the project. In subsection 401.18 delete the first and second sentences and replace with the following: Transverse joints shall be formed by first performing the breakdown rolling operation then cutting back on the previous run to expose the full-depth of the course (minimum of 10 feet).

Page 59: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

58 Revised: (06/06)

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 mix design for Hot Mix Asphalt shall conform to the following:

TABLE 403-1

Property Test

Method

Values For Grading

SX(75) S(75)

Air Voids, percent at: N (initial) [information only] N (design)

CPL 5115 >9.5

3.5 – 4.5 >9.5

3.5 – 4.5

Lab Compaction (Gyrations): N (initial)[ information only] N (design)

CPL 5115 7 75

7 75

Stability, minimum CPL 5106 28 28 Aggregate Retained on the No. 4 Sieve with at least 2 Mechanically Induced fractured faces, % minimum

CP 45 70 70

Accelerated Moisture Susceptibility Tensile Strength Ratio (Lottman), minimum

CPL 5109 Method B

80% 80%

Minimum Dry Split Tensile Strength, kPa (psi)

CPL 5109 Method B

205 (30) 205 (30)

Grade of Asphalt Cement, Top Layer

PG64-28

Grade of Asphalt Cement, Layers below Top

PG64-28

Voids in the Mineral Aggregate (VMA) % minimum

CP 48 See Table

403-2 See Table

403-2

Voids Filled with Asphalt (VFA), % AI MS-2 65 - 80 65 - 80

Dust to Asphalt Ratio Fine Gradation Coarse Gradation

CP 50 0.6 – 1.2 0.8 – 1.6

0.6 – 1.2 0.8 – 1.6

Note: AI MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Colorado Department of Transportation Region 4 Materials Engineer. Note: Mixes with gradations having less than 40% passing the No. 4 sieve shall be approached with caution because of constructability problems. Note: 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

Page 60: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

59 Revised: (06/06)

nominal maximum aggregate size of ¾ inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1 Note: Table 1 of CPL 5115, which contains the laboratory mixing and compaction temperatures to be used for mix design development and laboratory verification of project produced mixtures, is deleted for this project and replaced with the following:

CPL 5115 TABLE 1

Superpave Binder Grade

Laboratory Mixing Temperature, °C (°F)

Laboratory Compaction

Temperature, °C (°F)

PG 58-28 154 (310) 138 (280)

PG 58-22 154 (310) 138 (280)

PG 64-22 163 (325) 149 (300)

PG 70-28 163 (325) 149 (300)

PG 64-28 163 (325) 149 (300)

PG 58-34 154 (310) 138(280)

PG 76-28 163 (325) 149 (300)

TABLE 403-2

Minimum Voids in the Mineral Aggregate (VMA)

Nominal Maximum Size*,

mm (inches)

Design Air Voids **

3.5% 4.0% 4.5%

37.5 (1½) 11.6 11.7 11.8

25.0 (1) 12.6 12.7 12.8

19.0 (¾) 13.6 13.7 13.8

12.5 (½) 14.6 14.7 14.8

9.5 (⅜) 15.6 15.7 15.8

* 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.

Page 61: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

60 Revised: (06/06)

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. Layers of HMA pavement within the roadway will not be allowed to contain reclaimed asphalt pavement. Driveway approaches paved with non-modified asphalt cement binder may contain up to 20% reclaimed asphalt pavement. The reclaimed asphalt pavement shall meet the requirements for subsection 703.04. A minimum of 1 percent hydrated lime by mass (weight) of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Subsection 403.03 shall include the following: The contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, 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. Subsection 403.05 shall include the following: 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 Engineer envelopes which contain the previous day’s signed tickets and the following: (1) On each envelope: Project number, date of paving, type of material, daily total and cumulative total. (2) One of the following:

(a) Two adding machine tape tabulations of the weight tickets with corresponding totals run and signed by different persons,

(b) One signed adding machine tape tabulation of the weight tickets that has been checked and signed

by a second person, (c) Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must

be consecutive and without voids adjustments. (3) A listing of any overweight loads on the envelope, including ticket numbers and amount over legal limit. (4) 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.

Page 62: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

61 Revised: (06/06)

The Contractor shall provide a vehicle identification sheet that contains the following information for each vehicle: (1) Vehicle number

(2) Length

(3) Tare weight

(4) Number of axles

(5) Distance between extreme axles

(6) All other information required to determine legal weight

(7) Legal weight limit.

Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot bituminous pavement will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grade SX) (75) (PG 64-28) Ton Hot Mix Asphalt (Grade S) (75) (PG 64-28) Ton Hot Mix Asphalt (Patching) (Grade SX) (75) (PG 64-22) 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. 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. 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. Emulsified asphalt for prime and tack coats will not be measured and paid for separately, but shall be included in the Hot Mix Asphalt pay items.

Page 63: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

62 Revised: (06/06)

REVISION OF SECTION 601

STRUCTURAL CONCRETE COATING Section 601 of the Standard Specifications is hereby revised for this project as follows: In Subsection 601.14 (b)4, paragraph 3 (2) shall be deleted and replaced with the following: (2) Following sandblasting, a mortar mix, proportioned by volume, consisting of one part portland cement, two to

three parts sand (conforming to the requirements of ASTM C 144), and an approved bonding agent shall be used to patch all holes produced by form ties, honeycombing, voids ¼ inch or larger in any dimension, broken corners and edges, and other defects. The mortar mix shall include an approved bonding agent. The quantity, and application procedure of the bonding agent shall be in accordance with the recommendations of the manufacturer of the bonding agent. Areas to be patched shall be moistened with water before the mortar is applied, and the patched area shall be float finished and left flush with the concrete surface without checking or cracking of patches. Patching shall be done when the ambient temperature is at least 40 °F. Holes deeper than 3/4 inch shall be filled in multiple layers.

Subsection 601.14 (b)4, paragraph 5 shall be deleted and replaced with the following: The coating shall be applied at a rate that will provide a minimum dry film thickness of 10 to 12 mils without texturing agent. The coating shall be mixed by a mechanical mixer and applied by spraying, rolling, or brushing and in all cases shall be applied in two coats. The first coat shall be backrolled immediately after application. Workmanship shall be such that the final coated surface is colored and textured uniformly and presents a pleasing appearance. All areas determined by the Engineer to be insufficiently coated shall be recoated.

Page 64: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

63 Revised: (06/06)

REVISION OF SECTION 603 CULVERTS AND SEWERS

Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.06 shall include the following: Culverts and pipe shall be placed with the groove end facing upstream. Each conduit section shall be set into position and checked for line and grade prior to continuing placement.

The Contractor shall ensure that all installed culverts are kept clean and free from gravel, dirt and debris during and after installation. Subsection 603.07 shall include the following: Pipe joints for this project shall be rubber gasketed. Subsection 603.12 shall include the following: Pipe shall be measured on a per linear foot basis for the actual number of linear feet of specified pipe installed complete in place. Subsection 603.13 shall include the following: Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing, bedding and backfill material (including filter material and geotextile), furnishing and installing pipe, cleaning existing pipe, lining of pipe, grout, backfill and compaction. Payment shall be made at the applicable contract unit price for the respective bid items and shall be full compensation for all labor, equipment, materials, loading, transportation, unloading, installation, excavation, bedding, backfill and compaction, formwork, reinforcing steel, concrete/grout, curing, protection of existing facilities, gaskets, joint materials, and all other appurtenant items to complete the work.

Page 65: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

64 Revised: (06/06)

REVISION OF SECTION 607 FENCE

Section 607 of the Standard Specifications is hereby revised for this project as follows: Subsection 607.02 shall include the following: Fence Combination with Treated Wood Posts (Special) shall be constructed with treated wooden posts for every third post, metal posts in between the wooden posts, all posts spaced 10 feet apart, and two strand barb wire placed at the top with metal wire mesh fencing below. In subsection 607.03 delete the second paragraph and replace with the following: Permanent fence at highway right of way shall be set 6 inches outside the boundary of the highway right of way line as shown on the plans or as staked unless otherwise noted. Temporary fencing shall be placed as shown on the plans or as directed by the Engineer. Temporary fence shall be constructed with standard steel fence posts and wire as shown in the Standard Plans for this project and as directed by the Engineer. Concrete footings and metal stays shown in the standard plans will not be required. Temporary fencing shall be constructed and maintained to withstand normal abuse by any livestock within the fenced boundary. Removal of temporary fence shall be included in this item. Temporary fencing shall be installed prior to existing fence removal or in a timely manner to minimize the duration without fencing in place if the existing fence was removed by others. Fence (Plastic) shall be used as shown in the stormwater management plans for wetland protection purposes during construction. Subsection 607.03 shall include the following: The construction of permanent fence eliminates the need for temporary fence at all locations on the project where fence must be maintained for the duration of the work. Said permanent fence will not conflict with subsequent work on the project. If, for whatever reason, the Contractor elects to construct temporary fence it shall be constructed and maintained to withstand normal abuse by the livestock within the fence boundary. Subsection 607.05 shall include the following: If constructed, temporary fence and removal of temporary fence will not be measured and paid for separately, but shall be included in the work. Pay Item Pay Unit Temporary Fence Linear Foot Fence Barbed Wire with Metal Posts Linear Foot Fence Smooth Wire with Metal Posts Linear Foot Fence Smooth Wire with Treated Wood Posts Linear Foot Fence Combination with Treated Wood Posts (Special) Linear Foot Fence (Plastic) Linear Foot

Page 66: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

65 Revised: (06/06)

REVISION OF SECTION 620 FIELD OFFICE (CLASS 2)

Section 620 of the Standard Specifications is hereby revised for this project as follows: Subsection 620.02 shall include the following: It is anticipated that the field office can be situated on the Larimer County Road and Bridge Shop site located at 241 West CR 70 at the southwest corner of CR 70 and CR 15 for the project duration. The actual location of the field office shall be coordinated with the County prior to delivery so as to not interfere with the daily shop site operations. The Contractor shall hire a private utility locating service for locating buried utilities within the County’s Waverly Shop Site property. The Contractor shall furnish the electric power supply to the field office and be responsible for obtaining a Larimer County Building Permit for the project trailer. Subsection 620.02 (1 through 3) shall be deleted and replaced with the following: The field office shall be equipped with a copy/printer/scanner machine and internet services that conform to the following: (1) Copy / Printer / Scanner Machine. The Contractor shall provide an all in one machine that is wi-fi capable for networking. The copier shall be a self-feeding plain paper machine, which is capable of making at least eight copies per minute and be capable of reproducing black & white and color copies at standard sizes up to and including 11 x 17 inches. The printer shall be capable to print in color at standard sizes up to and including 11 x 17 inches. The scanner shall be capable to scan in color at standard sizes up to and including 11 x 17 inches. The Contractor shall supply all necessary supplies, except paper, and a roll around stand. Paper will be provided by the Department. The Contractor shall maintain all furnished equipment in good working condition and shall provide replacement equipment due to breakage, damage, or theft within three working days. (2) The contractor shall provide internet service to the field office and field office computer by one of the following methods in order of availability: Broad Band • Acceptable delivery technology: DSL, Point to Point Wireless, Cable, or Satellite • Minimum Speed: 3.5 Mbps down/1.5 Mbps up Cellular • Acceptable delivery technology: 4G LTE • Minimum Speed: 3.5 Mbps down/1.5 Mbps Field office internet service shall include all hardware, and work to establish, install and maintain the service (99.9% availability), including connection to two field office computers, installation of required hardware and software. (3) The contractor shall provide a cell phone booster in the field office. Standard Plan No. M-620-12 shall be revised as follows: General Note No. 11 Shall deleted and replaced with the following: Office Desk: Two (2) 72” x 36” office desks with six drawers and one center pen drawer. The top of the desk shall be free of all scratches, chips and dents.

Page 67: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

66 Revised: (06/06)

General Note No. 10 Shall be Deleted and replaced with the following: Work Table: One (1) 96” x 48” Conference Table. Two (2) 72” x 36” Work Tables. The top of all tables shall be free of all scratches, chips, and dents. General Note No. 12 Shall be deleted and replaced with the following: Furniture: Ten chairs with rollers and two drafting stools. Each of the appropriate height. All chairs shall be ergonomically built with an adjustable seat height, adjustable arms, and reclining seat back.

Page 68: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

67 Revised: (06/06)

REVISION OF SECTION 629 SURVEY MONUMENTATION AND MONUMENT BOX

Section 629 of the Standard Specifications is hereby revised for this project as follows: Delete Section 629 and replace with the following:

DESCRIPTION 629.01 This work consists of the installation of Control Monuments, Right of Way Monuments, Reference Monuments, and Aliquot Corners in accordance with these specifications and in conformity with the lines, grades, and details shown on the plans or established.

MATERIALS AND EQUIPMENT 629.02 Monuments and monument boxes will be furnished by the Contractor and shall be constructed according to the details shown in the plans and according to the details shown on the Standard Plan M-629-1. The Contractor shall furnish all labor, survey tools, equipment and incidental materials such as but not limited to concrete, grout, asphalt caulk, glue, epoxy, nails, stakes and lath.

CONSTRUCTION REQUIREMENTS 629.03 A presurvey conference will be held prior to any work being performed. Those present shall be the Contractor’s representative, the surveying firm’s representative and field surveyor, and Larimer County representatives. The surveying firm shall submit its proposed work schedule for written approval at the presurvey conference. Upon mutual agreement between Larimer County and the Contractor, the presurvey conference can be held immediately following the preconstruction conference. Survey procedures shall be in general conformance with the Colorado Department of Transportation’s Survey Manual. All land survey work as defined by law shall be done under the direct supervision of a Colorado Registered Land Surveyor and in accordance with applicable Colorado Land Survey laws. A control survey, when not furnished by the County, shall be performed to the standards shown below. The control survey shall be a closed loop survey whenever possible. The Contractor shall also install land survey monuments and file monument records with the Board of Registration for Professional Engineers and Professional Land Surveyors. All right of way monuments shall be set from data on the Control and Monumentation sheet of the right of way plans, which will be provided by the County. Control monuments shall be set such that they are intervisible with at least two other adjacent control monuments. Control monuments set by the Contractor shall not conflict with construction activities.

Page 69: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

68 Revised: (06/06)

The following methods shall be used for conventional surveying utilizing total stations, theodolites and EDM’s: 1. Each item of angular data must be obtained with a minimum of one set of observations. Angles shall be

repeated observing direct and reverse positions of the telescope (one set), either accumulating angles or closing the horizon. This pertains to both the horizontal and vertical observations.

2. Distances shall be measured with a minimum of two sets from each terminus. Vertical control shall be established from recorded elevations in the area or as directed by the County. Permanent survey markers shall be set for benchmarks unless otherwise authorized. A minimum accuracy of 0.035 feet multiplied by the square root of the distance traversed, in miles, shall be obtained. The control survey circuit shall include all existing aliquot corners that fall within the right of way. Each end of the project alignment as well as one additional point per half mile of project alignment shall be tied to the control survey circuit. The use of survey grade GPS equipment may be allowed with the following stipulation: The Contractor must provide written documentation as to GPS brand, equipment specification and detailed description of proposed field procedures. The Contractor will also provide written accuracy results (both horizontal and vertical) to be obtained from the proposed equipment and field procedures. The County reserves the right to accept or deny the use of GPS equipment based solely upon the discretion of the County. Field notes shall include equipment serial numbers, model identification and equipment descriptions of all equipment used on the project, the full names or crew members, temperature, weather conditions, unadjusted barometric pressure and any unusual conditions (dust, wind, fog, etc.) which may affect the survey results. Information as to what the field notes represent must be shown on the first page of each day’s work for each task performed. Field books shall be formatted as shown in the Colorado Department of Transportation’s Survey Manual, including the indexing of field books. This standard note keeping format shall be used whenever possible. Field notes shall also include the following items concerning any aliquot monuments on the project. 1. A description of the original undisturbed aliquot monument. 2. A record of four preconstruction references to the original monument with references outside the

construction area. 3. A description of the monument reset to include three permanent references placed after construction is

completed. The Registered Land Surveyor shall also, as a part of this work, prepare a Monument Record for each monument set. The original record shall be sent to the State Board of Registration for Professional Engineers and Professional Land Surveyors, and a copy shall be sent to the Larimer County Engineering Department. This shall be done within thirty (30) days following completion of this work. This work shall be done in accordance with the latest applicable portions of Title 38, Article 53 of the Colorado Revised Statutes, as amended, and with all applicable rules and regulations of the State Board of Registration for Professional Engineers and Professional Land Surveyors. Payment for the survey monuments will not be made until the work has been accepted as being within these minimum requirements. The surveyor’s original field notes, signed and sealed by the Registered Land Surveyor, shall be submitted to the County upon completion of the work. Legible copies of the field notes shall be made available to the Construction Manager at any time for review.

Page 70: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

69 Revised: (06/06)

Monument Boxes shall be installed to grades fitting the new construction in accordance with the Larimer County Standard Detail. A concrete or hot bituminous collar shall be placed around each monument box. Concrete shall conform to the requirements of Section 601. The class of concrete shall be approved by the Engineer. Hot bituminous pavement shall conform to the requirements of Section 403.

METHOD OF PAYMENT 629.08 Survey Monuments and Monument Boxes will be measured by the actual number installed and accepted. 629.07 Monument Box. This work shall consist of installing new Monument Boxes at locations shown in the plans. Monument Boxes shall be placed in accordance with the drawing below.

Page 71: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

70 Revised: (06/06)

BASIS OF PAYMENT 629.09 The accepted quantities of survey monuments and monument boxes will be paid for at the contract unit price for each of the various types that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Survey Monument Each Install Monument Box Each

Page 72: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

71 Revised: (06/06)

REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL

Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.10 delete the second paragraph and replace with the following: Any major revision to the Traffic Control Plan (TCP) as determined by the Engineer must be authorized in writing by the Engineer. Subsection 630.13 shall include the following: The CR 72 and CR 15 intersection shall be setup prior to and during the construction detour phase as a 4-way stop sign controlled intersection. The stop signs facing the northbound and southbound travel directions at the CR 72 and CR 15 intersection shall be mounted and installed in a permanent condition for the duration of the detour and shall be removed once the detour is no longer in use. These two stop signs shall also include a flashing red beacon mounted to the top of sign. The Contractor shall furnish the power source for the beacons. Subsection 630.14 shall include the following: When directed by the Engineer, flaggers shall be equipped with radios or field telephones. Backup units shall be available on the project at all times. No work shall be allowed if flaggers are not in radio or field telephone contact after being so directed by the Engineer. The cost of radios or field telephones will not be paid for separately but shall be included in the price for flagging. In subsection 630.17 delete the first, second, third and fourth paragraphs and replace with the following: Construction traffic control items, except for Portable Message Sign Panel, Traffic Control Management, Traffic Control Inspection and Flagging hours, will not be measured but will be paid for on a lump sum basis. The Schedule of Construction Traffic Control Devices presents the minimum requirements for traffic control on the project. Additional devices the Contractor may elect to use on the project, which are not ordered by the Engineer, will not be paid for separately but shall be included in the work. Lump Sum payment for Construction Traffic Control shall be full compensation for the item for the full length of the project, including additional days added to the contract for inclement weather. The Contractor shall report all traffic control items on Larimer County Daily Traffic Control Log (LCE-073) and shall fax or e-mail these completed forms to the Engineer on a daily basis. Partial payment for construction zone traffic control, as determined by the Engineer, will be made as the work progresses.

Page 73: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

72 Revised: (06/06)

Subsection 630.18 shall include the following: Payment will be made under: Pay Item Pay Unit

Construction Traffic Control Lump Sum Subsection 630.18 delete the first paragraph following the Pay Item table.

Page 74: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

73 Revised: (06/06)

REVISION OF SECTION 630 PORTABLE MESSAGE SIGN PANEL

Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall include the following: This work shall consist of furnishing, operating, and maintaining a portable message sign panel, to be on the project site at least 10 days prior to the start of active roadway construction. Subsection 630.031 is added following subsection 630.03 as follows: 630.031 Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three – eight character lines. The panel shall be a dot-matrix type with either fluorescent yellow flip-disks legend and/or LED legend on a flat black background. LED signs shall have a pre-default message that activates before a power failure. The sign shall have its own separate power source with independent back-up battery powered source. The sign shall be capable of 360 degrees rotation and be able to be elevated to a height of at least five feet above the ground to the bottom of the sign. The sign should be visible from one-half mile under both day and night conditions. The message should be legible from a minimum of 650 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. Message signs that are diesel generator powered shall be provided with a 20 gallon minimum capacity fuel tank. 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) Flip-disks legend signs shall have fluorescent ultraviolet black light bulbs. (2) In addition to the onboard solar/generator power operation with battery back-up, each sign shall be capable

of operating on a hard wire, 100-110 VAC, external power source. (3) All electrical wiring, including connectors and switch controls necessary to allow all sign functions required

by the specification shall be provided with each sign. (4) Each sign shall include an operating and parts manual, wiring diagrams, and trouble-shooting guide. (5) The portable message sign shall be capable of maintaining all required operations under Colorado

mountain-winter weather conditions. (6) Each sign shall be furnished with an attached license plate and mounting bracket. (7) Each sign shall be wired with a 7-prong male electric plug for the brake light wiring system. NAPA Part

number TC 6215 Trailer Connector or equivalent will be suitable to fulfill the requirements of this specification.

Page 75: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

74 Revised: (06/06)

Subsection 630.13 shall include the following: 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. Subsection 631.15 shall include the following: Portable message sign panels shall be measured by the day for each panel placed at both ends of the CR 70 reconstruction limits. It is estimated these sign panels will be in operation for 10 days prior to the CR 70 closure and 5 days prior to the end of closure. The Contractor will be paid for each day of sign operation as approved by the Engineer. Portable message sign panels shall be measured by the each for panels placed at the following locations:

1. Facing southbound US Highway 287 traffic north of the US Highway and CR 72 intersection. The Contractor will need to obtain any applicable CDOT permits for placing the panel within CDOT Right-of-way.

2. Facing westbound CR 70 traffic between Interstate 25 and CR 5J. It is estimated these two sign panels will be in operation for the duration of the project. The Contractor will be paid by the each for the duration of sign panel operation as approved by the Engineer. The cost shall be pro-rated accordingly for these two panels if a significant time change (greater than one month) for panel use is directed by the Engineer.

4 message boards will be required for the Project. Subsection 630.17 shall include the following: Pay Item Pay Unit

Portable Message Sign Panel Each/Day Portable Message Sign Panel Each

Page 76: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

75 Revised: (06/06)

REVISION OF SECTION 702 SUPERPAVE PG BINDERS

Section 702 of the standard specifications is hereby revised for this project as follows: In subsection 702.01(a) delete Table 702-1 and replace with the following: Delivery tickets shall include the date, quantity, source, hauler and description of binder delivered to the Contractor.

Table 702-1 SuperPave Performance Graded Binders

PROPERTY REQUIREMENT FOR PG BINDER AASHTO

Test No. 58-28 58-34 64-22 64-28 76-28

Original Binder Properties Flash Point Temp., °C, minimum 230 230 230 230 230 T 48 Viscosity at 135 °C, Pa●s, maximum 3 3 3 3 3 TP 48 Dynamic Shear, Temp. °C, where G*/Sin δ @ 10 rad/s ≥ 1.00 kPa

58 58 64 64 76 TP 5

Ductility, 4 °C (5 cm/min.), cm minimum - - - 50 - T 51

Toughness, joules (inch-lbs) - - - 12.4 (110)

- CPL-2210

Tenacity, joules (inch-lbs) - - - 8.5 (75)

- CPL-2210

Acid or Alkali Modification (pass-fail) CPL-2214

RTFO Residue Properties CPL-2215 Mass Loss, percent maximum 1.00 1.00 1.00 1.00 1.00 CPL-2215 Dynamic Shear, Temp. °C, where G*/Sin δ @ 10 rad/s ≥ 2.20 kPa

58 58 64 64 76 TP 5

Elastic Recovery, 25 °C, percent min. - - - - 50 CPL-2211 Method A

Ductility, 4 °C (5 cm/min.), cm minimum - - - 20 - T 51

PAV Residue Properties, Aging Temperature 100 °C

PP 1

Dynamic Shear, Temp. °C, where G*●Sin δ @ 10 rad/s ≤ 5000 kPa

19 16 25 22 28 TP 5

Creep Stiffness, @ 60 s, Test Temperature in °C

-18 -24 -12 -18 -18

S, maximum, MPa 300 300 300 300 300 TP 1 m-value, minimum 0.300 0.300 0.300 0.300 0.300 TP 1 **Direct Tension, Temperature in °C, @ 1 mm/min., were failure strain ≥ 1.0 %

-18 -24 -12 -18 -18 TP 3

**Direct tension measurements are required when needed to show conformance to AASHTO MP 1.

Page 77: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

76 Revised: (06/06)

In subsection 702.01(a), delete paragraphs 2 and 3 and replace with the following: Copies of all binder delivery tickets shall be submitted to the Engineer. The delivery tickets shall include the date, quantity, source, hauler and description of the binder delivered to the Contractor.

Page 78: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

77 Revised: (06/06)

REVISION OF SECTION 703 AGGREGATE FOR PLANT MIX PAVEMENTS

In subsection 703.04 delete Table 703-4 and replace with the following:

TABLE 703-4 Master Range Table for Hot Mix Asphalt

Sieve Size Percent by Weight Passing Square Mesh Sieves

Grading SX Grading S Grading SG

1½″ 100

1″ 90 - 100

¾″ 100

½″ 100 * *

⅜″ * * *

#4 * * * #8 28 – 58 23 - 49 19 - 45

#16 #30 * * *

#50 #100 #200 2 – 10 2 - 8 1 - 7

* These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix.

Page 79: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

78 Revised: (06/06)

TRAFFIC CONTROL PLAN - GENERAL

The key elements of the Contractor’s method of handling traffic (MHT) are outlined in subsection 630.08. The components of the TCP, for this project, are included in the following: (1) Subsection 104.04 and Section 630 of the specifications. (2) Standard Plan S-630-1, Traffic Controls for Highway Construction, Case 20 and Standard Plan S-630-2. (3) Schedule of Construction Traffic Control Devices. (4) Construction phasing details: Construction Phasing plans. (5) Detour Details: Construction Detour plans. (6) Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD). Special Traffic Control Plan requirements for this project are as follows:

During the construction of this project, local traffic shall use portions of the present traveled roadway. Through traffic will not be allowed beyond the barricades. North Poudre Irrigation Company and the property owners will require access onto the canal maintenance roads and private driveways during the construction. The Contractor shall make these access roads accessible during this time as directed by the Engineer. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. Employee vehicle parking will be prohibited where it conflicts with safety, access, or the flow of traffic. During the work, a full closure of CR 70 for through traffic will be permitted; however, the road shall remain open to local traffic and emergency vehicles at all times unless directed by The Engineer. The Contractor shall not perform any work on the roadway prior to 7:00 a.m. or after 6:00 p.m., or as directed by the Engineer. Prior to starting construction the Contractor shall notify the Engineer of the date the Contractor intends to start construction. The Contractor shall cooperate fully with the Engineer in the handling of traffic.

All costs incidental to the foregoing requirements shall be included in the original contract prices for the project.

Page 80: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

79 Revised: (06/06)

SPECIAL NOTICE TO CONTRACTORS 1. SCOPE 1.1 It is the intent of this section of the Special Provisions to provide guidelines to the Contractor or Sub-

Contractor, so that they can properly present their materials for inclusion in the construction project. 1.2 The Contractor shall follow the procedures listed below to ensure the proper inspection, sampling, testing

and certification of materials and products incorporated into all construction projects. 1.3 Qualified Manufacturers List (QML): CP 11 of the CDOT Field Materials Manual provides the details of the

standard procedure for Quality Management Plans and the Qualified Manufacturers List. 2. PROVIDE NOTIFICATION OF MATERIALS SOURCES AND SUPPLIERS. 2.1 In accordance with Subsection 106.01 of the Standard Specifications: The Contractor shall submit a formal

list of material sources and suppliers to the Engineer at least two weeks prior to delivery; however, it is preferable that the list be presented at the Pre-Construction Meeting.

2.2 The list shall include: item to be supplied, quantity, a reference to the level of acceptance required by Larimer

County (per Section 5, Designated Products and Assemblies), company name and address supplying the material, and contact person (if the material is to be pre-inspected or if a problem exists with the material delivered). The submitted list shall indicate, immediately after the item being supplied, the applicable acceptance level required:

(A) Pre-Inspection (PI) (B) Certified Test Report (CTR) (C) Certificate of Compliance (COC) (D) Pre-Approved (per APL)

2.3 All required product or material documentation shall be provided at the point and time of delivery to the construction project. Failure to provide the required documents, such as CTRs and COCs, may result in rejection of the materials.

3. BUY AMERICAN REQUIREMENTS.

3.1 In accordance with Subsection 106.11 of the Standard Specifications and as referenced in 23 CFR Part

635.410:

A. All manufacturing processes, including the application of a coating, for all steel products and all iron products permanently incorporated in the work shall have occurred in the United States of America.

B. The Contractor shall provide a certification by each supplier, distributor, fabricator and manufacturer

that has handled the steel or iron product, including the application of coating. C. These certifications shall create a chain of custody, and the lack of these certifications will be

justification for rejection of the steel or iron product. D. Upon completion of the project, the Contractor shall certify in writing their compliance with this

requirement.

Page 81: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

80 Revised: (06/06)

4. QUALIFIED MANUFACTURERS LIST

Only manufacturers listed on the CDOT Qualified Manufacturers List (QML) will be eligible to provide the referenced products to a Larimer County project. The QML is located within the CDOT Approved Products List (APL) web site, at www.dot.state.co.us/App_APL/QML.cfm

5. DESIGNATED PRODUCTS AND ASSEMBLIES 5.1 The majority of materials submitted for inclusion on Larimer County projects will fall within one of four levels

of product acceptance for their sampling and testing. Larimer County always retains the right to obtain samples for additional testing and require supplemental documentation.

5.2 If the material or product is not referenced within the four levels of product acceptance then the materials or

products must be fabricated or supplied in accordance with the requirements of the applicable CDOT specifications and standards as well Larimer County Special provisions and plans. Examples of materials and products not found in the following four levels are Aggregate Base Course, Hot Mix Asphalt and Concrete.

A. PRE-INSPECTION (PI)

Pre-Inspection is when representatives from Larimer County visit a manufacturer’s facility to perform an initial review of the company’s quality control plan and employee certifications, as well as subsequent inspection visitations during the manufacturing of the product. Inspection arrangements should be made by contacting the Engineer a minimum of 10 days prior to the beginning of fabrication. Failure to give notification may result in delays to the project and/or rejection of materials or products.

NOTE 1: Bearing Devices and Expansion Devices are inspected randomly at the discretion of Larimer County.

Products needing Pre-Inspection:

Bearing Devices (Type III) – Bridge A

Expansion Device – Bridge A

(0-6”, through, 0-24”) Prestressed Concrete Units – Bridge A Structural Steel – Bridge A

B. CERTIFIED TEST REPORT (CTR):

The Certified Test Report level of acceptance is when a manufacturer is required to submit the actual test results performed on the material being provided. A CTR shall contain the actual results of tests for the chemical analysis, heat treatment and/or mechanical properties per the drawing and/or specification. The contract will designate products and assemblies that can be incorporated in the work, if accompanied by Certified Test Reports. The word preceding the “Test Report” may vary between different industries, such as Certified, Mill, Metallurgical, Laboratory and they are considered equivalent. Each CTR shall conform to Subsection 106.13 of the Standard Specifications.

Page 82: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

81 Revised: (06/06)

Below is a partial list of products or categories that require a Certified Test Report: Bearing Devices (Type III) – Bridge A Cribbing Mechanical Fasteners (Field) A Glass Beads (for pavement marking) Overhead Sign Structures A Top Soil Traffic Signal Structures A

C. CERTIFICATE OF COMPLIANCE (COC): The Certificate of Compliance level of acceptance is when a manufacturer is required to submit a

document certifying that the material being provided meets all required specifications. A COC shall reference the required specifications for the chemical analysis, heat treatment, and/or mechanical properties per the drawing and/or specification, but not actual test results. The contract will designate products and assemblies that can be incorporated in the work, if accompanied by Certificates of Compliance. Each COC shall conform to Subsection 106.12 of the Standard Specifications.

Below is a partial list of products or categories that require a Certificate of Compliance:

NOTE 2: If the Plans do not specifically reference a Certified Test Report (Mill Test Report) and the product category is not listed on the Approved Products List within the Pre-Approved level of acceptance, then a COC will be required.

Bearing Devices (Type I,II A,B) Bridge Deck Forms, Permanent Steel A

Bridge Rail, Steel A

Concrete Box Culverts, Precast Dampproofing, Asphalt Dust Palliative, Asphaltic or Magnesium Chloride Emulsified Asphalt for Tack Coat Erosion Bales D

Expansion Joint Material, Preformed Filler Flumes (all types) Gabions and Slope Matress Gaskets Guard Rail – End Anchors Guard Rail – Metal A Guard Rail Posts – Metal A Guard Rail – Precast Guard Rail Posts – Timber Blocks and Posts A

Hay D Headgates Inlets, Grates and Frames (Prefab) Interior Insulation Lighting Light Standards, High Mast Light Standards, Metal Luminaires (Inclusive) Manhloles, Rings and Covers (Prefab)

Page 83: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

82 Revised: (06/06)

MC-70 – Prime Coat (Liquid Asphalt) MSE Wall – Elements A,C Pedestrian Bridge A Piling A Pipes – all material compositions Rest Area Materials (construction of) Seed C Sign Panels Sprinkler Systems(s) Steel Sign Posts Steel Sheet Piling A Straw D Structural Glazed Tile and Ceramic Tile Structural Plate Structures A Structural Steel Galvanized A Treated Timber Wood Cellulose Mulch

D. PRE-APPROVED (APL):

The Pre-Approved level of acceptance includes products that have been approved by CDOT and listed on the Approved Products List (APL) web site at www.dot.state.co.us/App_APL/. These products will be considered Pre-Approved for Larimer County projects.

NOTE 3: The APL Categories on the Web may differ from what is listed below if a new product category is warranted.

APPROVED PRODUCTS LIST (APL) CATEGORIES (per the Web Site)

1. Adhesive: a) Anchoring:

1) Acrylic 2) Polyester 3) Epoxy 4) Hybrid 5) Cementitious

b) Bonding:

1) Epoxy 2) Hybrid 3) Cementitious

2. Asphalt:

a) Asphalt Release Agent: b) Lime, Hydrated: c) Miscellaneous:

Page 84: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

83 Revised: (06/06)

3. Bridge Deck Waterproofing:

a) Single Component, Hot Applied, Elastomeric Membrane: [each lot/batch must be submitted]

4. Concrete:

a) Admixture:

1) Air Entraining 2) Water Reducing 3) Retarding 4) Accelerating 5) Water Reducing & Retarding 6) Water Reducing & Accelerating 7) Water Reducing, High Range 8) Water Reducing, High Range & Retarding

b) Curing Compound:

1) Type I (Resin Based) 2) Type I (Wax Based) 3) Type II (Resin Based) 4) Type II (Wax Based)

c) Finishing Product:

1) Corrosion Inhibitor 2) Sealer/Waterproofing 3) Anti-Graffiti Coating

d) Cementitious (Mineral):

1) Cement, Portland, ASTM C 150 2) Cement, Hydraulic Type GU 3) Cement, Hydraulic Type HE 4) Cement, Hydraulic Type MS 5) Cement, Blended Type IP 6) Cement, Blended Type IP (MS) 7) Fly Ash, Class C 7) Fly Ash, Class F 9) Silica Fume

e) Fiber:

f) Grout:

1) General Purpose (Non-Shrink) 2) Post-Tensioned Cable

g) Repair/Patching:

1) Rapid Set, Horizontal 2) Rapid Set, Vertical & Overhead

Page 85: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

84 Revised: (06/06)

5. Environmental:

a) Sound Wall:

1) Reflective 2) Absorptive

b) Erosion Control:

1) Soil Retention Blanket (Temporary) 2) Hydraulic Mulch 3) Tackifier/Stabilizer 4) Slope Drain 5) Bonded Fiber Matrix 6) Soil Binder 7) Soil Retention Blanket (Permanent) 8) Geocell Cellular Matrix

c) Sediment Control:

1) Geotextile Silt Fence 2) Erosion Log (Artificial Dam) 3) Catch Basin Insert 4) Check Dam (Temporary) 5) Storm Drain Inlet Protection 6) Inlet/Outlet Protection 7) Dewatering Device 8) Sediment Trap 9) Sediment Basin 10) Turf Reinforcement Mat (TRM)

d) Miscellaneous

6. M & S Standards:

a) Safety, Roadway:

1) Guardrail Blockouts, Synthetic 2) Guardrail End Treatment 3) Guardrail Crash Cushion 4) Sand Barrel Crash Attenuator 5) Cable Barrier

b) Safety, Off-Road:

1) Safety Slope End-Section

c) Ground Sign Installation:

1) Polyurethane Foam, Backfill

d) Utility Enclosure e) Miscellaneous

Page 86: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

85 Revised: (06/06)

f) Paint/Coating:

1) Anti-Graffiti:

(a) Masonry (b) Steel (c) Universal

2) Epoxy Coating 3) Concrete, Structural, Coating 4) Pavement Marking Paint:

(a) Alkyd (b) Acrylic (c) Epoxy (d) Urethane (e) Polyurea (f) Waterborne

5) Structural Steel Bridge Paint 6) Miscellaneous

g) Sealant:

1) Hot Poured, Joint/Crack [each lot/batch must be submitted] 2) Silicone Self-Leveling, Joint 3) Silicone Non-Sag, Joint 4) Miscellaneous Joint 5) Pre-Formed Joint Filler 6) Loop Detector Slot:

(a) One Component (b) Two Component

h) Soil/Geotechnical:

1) Stabilization:

(a) Lime, Hydrated (b) Fly Ash, Class C (c) Chemical, Liquid

2) Void Elimination:

(a) Concrete, Low Density (b) Fly Ash, Flowable (c) Polyurethane Foam, High Density

Page 87: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

86 Revised: (06/06)

3) Traffic Control:

(a) Portable Changeable Message Sign:

(1) Trailer Mount, 750 Ft. Legibility (2) Trailer Mount, 1000 Ft. Legibility (3) Vehicle Mount, 750 Ft. Legibility

b) Arrow Panel, Trailer &/or Vehicle Mount:

(1) Type A (2) Type B (3) Type C (4) Type D

c) Speed Notification:

(1) Radar/Message Trailer (2) Speed Display Trailer (3) Speed Display Device

d) High Level Warning Device e) Channelizing Device:

(1) Cone (2) Tubular Marker (3) Vertical Panel (4) Drum (5) Barricade, Type I (6) Barricade, Type II (7) Barricade, Type III (8) Barricade, Direction Indicator

f) Barrier g) Traffic Control Enhancement:

(1) Flashing Warning Beacon (2) Warning Light (3) Glare Screen (4) Miscellaneous

h) Truck Mounted Attenuator i) Delineator Post:

(1) Flexible (2) Rigid (3) Illuminated

Page 88: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

87 Revised: (06/06)

j) Sign Sheeting:

(1) Construction Installation, Roll-Up (2) Construction Installation, Rigid Strata (3) Construction Installation, Reboundable (4) Permanent Installation (5) Cone Collar

k) Sign Stand

l) Pavement Marking Material:

(1) Temporary/Construction, Paint (2) Temporary/Construction, Plastic (3) Permanent, Paint, Alkyd (4) Permanent, Paint, Acrylic (5) Permanent, Paint, Epoxy (6) Permanent, Paint, Urethane (7) Permanent, Paint, Polyurea (8) Permanent, Paint, Waterborne (9) Permanent, Preformed, Plastic Tape, Type I (10) Permanent, Preformed, Plastic Tape, Type II (11) Permanent, Preformed, Thermoplastic Tape (12) Permanent, Thermoplastic, Hot Applied (13) Raised Flexible Marker (14) Recessed Pavement Marker

m) Miscellaneous

NOTE 4: A A Mill Test Report shall be included.

B A Certified Test Report(s) on components must accompany the material or product. C A Certified Test Report shall be included.

D The Contractor may obtain a current list of Weed Free Forage Crop Producers by contacting the Colorado Department of Agriculture at (303) 239-4149.

Page 89: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

88 Revised: (06/06)

UTILITIES Known utilities within the limits of this project are:

Utility Company Service Contact Phone

Century Link Phone Bill Johnson 970-213-0359

Xcel Energy Gas Stephanie Rich 970-225-7828 North Poudre Irrigation Canal Irrigation Tad Moen 970-218-8467

Poudre Valley REA Electric Ryan Powell 970-282-6432

Platte River Power Authority Water John Harris 970-217-8972 Northern Colorado Water Association Water Rich Patterson 970-568-3975

The work described in these plans and specifications may require coordination between the Contractor and the utility company(s) in accordance with subsection 105.06 in conducting their respective operations as necessary. The work listed below shall be performed by the Contractor in accordance with the plans and specifications, and as directed by the Engineer. The contractor shall keep the utility company(s) advised of any work being done to their facility, so that the utility company(s) can coordinate their inspections for final acceptance of the work with the Engineer. Coordinate all utility crossings for new storm drainage culverts. Protect facilities in place as noted on the plans. The work listed below will be performed by the utility owners or their agents:

Xcel Gas – The existing gas line has been relocated 1-3 feet inside the northern CR 70 right-of-way line along the same approximate limits of the existing line (from CR 15 to 1000 feet to the west). The work has been done prior to construction commencing on this portion of the roadway. Poudre Valley REA – New utility poles will be installed prior to construction to realign the existing overhead electric line. The relocated main overhead alignment will be located on the north side of the roadway.

Page 90: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

89 Revised: (06/06)

Northern Colorado Water Association – The existing water line will be upsized to a 6 inch diameter and be relocated along the alignment shown in the plans prior to roadway construction within the west mile of the project and during construction to make use of the road closure prior to the earthwork portion of the east mile’s phase. The water main has been relocated/bored outside of the structure excavation limits for the two CBCs and 36 inch Markham Ditch crossing. Century Link – Telephone and cable lines in addition to telephone pedestals will be relocated prior to or during roadway construction. CenturyLink’s buried lines have been relocated/bored outside of the two CBC structure excavation limits. Platte River Power Authority – The existing 10-inch water main will be relocated near the CR 70 and CR 17 intersection from the east side of the CR 17 bridge (LR17-0.0-70) to the west side during construction to make use of the road closure. Coordination will be needed by all parties on this effort. Adjustment of water line blow-off structures will be completed by the Contractor and shall be coordinated with the provider during roadway construction.

It is the Contractor’s responsibility to make arrangements with the utility company(s) to locate all underground utilities prior to construction. The Contractor shall have the responsibility of protecting utilities during construction. 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 prior to commencing such operations. 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. The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from the best available information. The Contractor shall have the responsibility of protecting live utilities during his construction operations and shall hold the County harmless for any and all damages to live utilities arising from his construction operations. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work.

Page 91: BID NUMBER B18-15 PROJECT NUMBER 322 CR 70 … · Structure LR70-0.6-17A shall be constructed before Structure LR17-0.0-70 to allow Platte River Power Authority and their contractor

Project No. 322 October 9, 2018

90 Revised: (06/06)

FORCE ACCOUNT ITEMS

DESCRIPTION This special provision contains the Engineer’s estimate for force account items included in the Contract. Such estimated amounts will be added to the total bid to determine the Project Commitment Amount and the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force Account work valued at $5,000.00 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 Quantity Estimated Amount Minor Contract Revisions F/A $900,000