LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE...

171
Project No. 8085 November 16, 2017 1 LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B17-27 PROJECT NUMBER 8085 REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER REDESIGN LARIMER COUNTY, COLORADO SPECIAL PROVISIONS NOVEMBER 16, 2017

Transcript of LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE...

Page 1: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

1

LARIMER COUNTY

ENGINEERING DEPARTMENT

BID NUMBER B17-27

PROJECT NUMBER 8085

REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE

OVER THE CACHE LA POUDRE RIVER

REDESIGN

LARIMER COUNTY, COLORADO

SPECIAL PROVISIONS

NOVEMBER 16, 2017

Page 2: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

2

LARIMER COUNTYDEPARTMENT OF PUBLIC WORKS

SPECIAL PROVISIONS

ENGINEERING PROJECT NO. 8085REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER

REDESIGN

The Colorado Department of Transportation 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. When specifications or special provisions contain both English units and SI units, the English units apply and are the standard requirement.

This project is not federally funded and therefore FHWA requirements do not apply.

PROJECT SPECIAL PROVISIONS

PageProject Special Provisions Index 2-3CDOT Standard Special Provisions Index 3Notice to Bidders 4Commencement and Completion of Work 5Revision of Section 101 – Definitions and Terms 6-7Revision of Section 102 – Bidding Requirements and Conditions 8-10Revision of Section 103 – Award and Execution of Contract 11-12Revision of Section 104 – Scope of Work 13Revision of Section 105 – Control of Work 14-16Revision of Section 105 – Disputes and Claims 17-19Revision of Section 106 – Control of Material 20-21Revision of Section 107 – Legal Relations & Responsibility to the Public 22-25Revision of Section 107 – Performance of Safety Critical Work 26-27Revision of Section 108 – Prosecution and Progress 28Revision of Section 109 – Measurement and Payment 29Revision of Section 201 – Clearing and Grubbing 30Revision of Section 202 – Removal of Bridge 31-33Revision of Section 203 – Excavation and Embankment 34Revision of Section 206 – Excavation and Backfill for Structures 35Revision of Section 206 – Shoring 36Revision of Section 207 – Topsoil 37Revision of Section 209 – Dust Palliatives 38Revision of Section 211 – Dewatering 39-40Revision of Section 304 – Aggregate Base Course 41Revision of Section 503 – Micropiles 42-55Revision of Section 506 – Soil Riprap (30 Inch) 56Revision of Section 618 – Prestressed Concrete 57-83Revision of Section 630 – Construction Zone Traffic Control 84-86Revision of Section 630 – Portable Message Sign Panel 87-88Traffic Control Plan – General 89Special Construction Requirements 90Special Notice to Contractors

DateNov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 Nov. 16, 2017 91-

Page 3: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

3

103Utilities Nov. 16, 2017 104

COLORADO DEPARTMENT OF TRANSPORTATIONSTANDARD SPECIAL PROVISIONS

Date PagesRevision of Section 101 and 630 – Construction Traffic Control April 30, 2015 2Revision of Section 105 – Construction Drawings July 29, 2011 1Revision of Section 105 – Construction Surveying July 31, 2014 1Revision of Section 106 – Certificates of Compliance and Certified Test Reports

February 3, 2011 1

Revision of Section 106 – Material Sources October 31, 2013 1Revision of Section 107 – Warning Lights for Work Vehicles and Equipment

January 30, 2014 1

Revision of Section 107 – Water Quality Control under One Acre of Disturbance

March 29, 2016 4

Revision of Section 108 – Delay and Extension of Contract Time April 30, 2015 2Revision of Section 108 – Liquidated Damages July 20, 2017 1Revision of Section 108 – Project Schedule July 31, 2014 6Revision of Section 109 – Compensation for Compensable Delays May 5, 2011 1Revision of Section 109 – Measurement of Quantities February 3, 2011 1Revision of Section 109 – Scales October 29, 2015 1Revision of Section 201 – Clearing and Grubbing November 10, 2016 1Revision of Section 208 – Erosion Control April 20, 2017 22Revision of Sections 412, 601 and 711 – Liquid Membrane-Forming Compounds for Curing Concrete

May 5, 2011 1

Revision of Section 412 – Portland Cement Concrete Pavement Finishing February 3, 2011 1Revision of Section 512 – Bearing Device Testing November 6, 2014 1Revision of Section 601 – Class B, BZ, D, DT and P Concrete February 18, 2016 2Revision of Section 601 – Concrete Batching February 3, 2011 1Revision of Section 601 – Concrete Finishing February 3, 2011 1Revision of Section 601 – Concrete Slump Acceptance October 29, 2015 1Revision of Section 601 – QC Testing Requirements for Structural Concrete

May 8, 2014 1

Revision of Section 601 – Structural Concrete Strength Acceptance April 30, 2015 1Revision of Section 601 and 701 – Cements and Pozzolans November 6, 2014 4Revision of Section 630 – Retroreflective Sheeting January 12, 2017 2Revision of Section 703 – Concrete Aggregates July 28, 2011 1Revision of Section 709 – Epoxy Coated Reinforcing Bars February 18, 2016 1Revision of Section 712 – Geotextiles November 1, 2012 2Revision of Section 712 – Water for Mixing or Curing Concrete February 3, 2011 1

Page 4: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

4

NOTICE TO BIDDERS

The bid 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 bid guaranty is a bid bond, the bid bond will be in the format presented in the proposal. No other wording will be accepted.

A Pre-Bid Conference will be held at 10:00 a.m. Monday, November 27, 2017 in the Lake Estes Conference Room on the 3rd floor at 200 W. 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 – Ron Winne 970-498-5713

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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

5

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 60 working days in accordance with the “Notice to Proceed”.

Salient features to be shown on the Contractor's Progress Schedule are as follows:

1) Clearing and Grubbing2) Removal of Bridge3) Borrow (C-I-P)4) Structure Excavation (C-I-P)5) Structure Backfill (Special)6) Topsoil7) Erosion Control8) Aggregate Base Course9) Concrete Pavement10) Geotextile11) Micropiles12) Soil Riprap (30 Inch)13) Concrete Class D (Bridge)14) Bridge Rail15) Fence (Plastic)16) Prestressed Concrete Box Girders17) Prestressing Steel bar18) Construction Traffic Control19) Portable Message Sign Panels

Page 6: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

6

REVISION OF SECTION 101DEFINITION 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 shall 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 Division of Public Works.

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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

7

Subsection 101.36 shall be deleted and replaced with the following:

101.36 Holidays. Holidays recognized by Larimer County are:

New Year’s DayDr. Martin Luther King, Jr.’s Birthday (observed)President’s DayMemorial DayIndependence DayLabor DayVeteran’s DayThanksgiving DayDay After ThanksgivingChristmas 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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

8

REVISION OF SECTION 102BIDDING REQUIREMENTS AND CONDITIONS

Section 102 of the Standard Specifications is hereby revised for this project as follows:

102.01 Prequalification of Bidders. All bidders shall be experienced highway contractors and must be experienced in highway bridge construction and in the use of the Colorado Department of Transportation 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.

Contractors and any relevant subcontractors shall be able to show adequate past experience working on bridge construction that includes micropile installation and projects in which the following activities were successfully performed and the work accepted:

- Micropile installation (min. 5 projects) - See additional requirements in special provisions

- Grouting operations of girder shear keys and PT ducts or similar construction (min. 2 projects)

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.

(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

Page 9: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

9

shall be clearly labeled to identify it as a bid for the subject public project. The sealed bid shall be addressed to:

Heather MacMillanPurchasing Director200 West Oak Street, Suite 4000Fort 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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

10

4. If the bid does not contain a unit price, for each pay item listed except in the case of authorizedalternative pay items, the mathematical products of the respective unit prices and the estimatedquantities, 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 thepotential detriment of the County. There are two types of unbalanced bids: (1) mathematicallyunbalanced and, (2) materially unbalanced. The mathematically unbalanced bid is a bid containinglump sum or unit pay items which do not reflect reasonable actual costs plus a reasonableproportionate share of the bidder’s anticipated profit, overhead costs, and other indirect costs, butnot necessarily to the detriment of the County. These costs shall all relate to the performance ofthe items in question. The materially unbalanced bid is a mathematically unbalanced bid whichLarimer County determines leaves reasonable doubt that award will result in the lowest ultimatecost 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 onthe same public project.

7. If the contractor submitting the bid has been asked in writing to show why it should not be found indefault on a Larimer County contract.

8. If the contractor submitting the bid has had its prequalification by the Colorado Department ofTransportation revoked, or if the contractor submitting the bid is currently under debarment orsuspension 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, Form No. LCE-275, shall be submitted with the bid. The bid will be rejected if it does not contain the completed Form No. LCE-275.

Page 11: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

11

REVISION OF SECTION 103AWARD 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 andwhich 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, whichmaintains a place of business in Colorado, and which has paid Colorado unemployment compensation taxes inat least seventy-five percent of the eight quarters immediately prior to bidding on a construction contract for apublic project.

To determine the resident bid preference status of a bidder, the bidder may be required to submit a completed CDOT Form 604 with the bid. Failure to submit the residency Form with the bid will be justification for and may result in the rejection of the bid and forfeiture of the bid guaranty.

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 percentage preference given or required by the state or foreign country of the bidder's

Page 12: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

12

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.

(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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

13

REVISION OF SECTION 104SCOPE 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.

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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

14

REVISION OF SECTION 105CONTROL 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?

503 Micropiles Shop Drawing Yes504 MSE Walls (Contractor Alternative) Shop Drawing Yes504 MSE Walls (Default Design) Shop Drawing No508 Timber Structures Shop Drawing No509 Steel Structures Shop Drawing No512 Bearing Devices Type II Shop Drawing No512 Bearing Devices Type III Shop Drawing Yes514 Pedestrian and Bikeway Railing Working Drawing No518 Expansion Devices: 0-4” Working Drawing No518 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 Yes601 Falsework Working Drawing Yes602 Reinforcing Steel Working Drawing No603 Precast Concrete Box Culvert Shop Drawing

Design CalculationsYesYes

606 Bridge Railing Working Drawing No607 Sound Barriers (Alternative) Shop Drawing Yes607 Sound Barriers (Default Design) Working Drawing No613 Light Standards (Low Mast) Working Drawing Yes613 Light Standards (High Mast) Working Drawing Yes614 Overhead Sign Structures Shop Drawing Yes*614 Traffic Signal Pole (Mast Arm) Shop Drawing No614 Traffic Signal Pedestal Pole Working Drawing No614 Traffic Signal Equipment Working Drawing No618 Prestressed Concrete (Pre-tensioned) Shop Drawing Yes*618 Prestressed Concrete (Post-tensioned) Shop Drawing Yes*618 Steel Diaphragms between Prestressed Girders Working Drawing No618 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.

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.

Page 15: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

15

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. A new Certificate of Compliance shall be prepared and submitted for each new lot or batch.

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. Each “Bill of Lading” shall contain the lot or batch number identical to that on the Certificate of Compliance.

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 than 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 diamond ground surface shall be grooved to restore the longitudinal texture, whenever the length of the ground area exceeds 45 feet.

Page 16: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

16

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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

17

REVISION OF SECTION 105DISPUTES AND CLAIMS

In subsection 105.22 all references to Project Engineer shall be changed to Construction Manager or Project Manager. The Colorado Department of Transportation will not participate in the resolution process for any claims filed by the Contractor.

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 Public Works based upon all information previously submitted and made a part of the dispute 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 dispute 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 dispute 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 Director of Public Works is properly filed by the Contractor pursuant to subsection, the Construction Manager will provide the complete dispute record, to the Director of Public Works. The dispute will be reviewed by the Director of Public Works 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, Director of Public Works shall be understood to mean the Director of Public Works or the Road and Bridge Director or both.

2. The Director of Public Works will maintain the dispute record during the review of the dispute. The Contractor's written appeal to the Director of Public Works will be made a part of the dispute record. Either the Contractor or the Engineering Department may request an oral hearing of the dispute before the Director of Public Works. 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 Director of Public Works 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 dispute record.

3. The Director of Public Works 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 Director of Public Works 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 must either: (1) accept this as a denial of the dispute, or (2) appeal the dispute to the Larimer County

Page 18: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

18

Board of County Commissioners, in the same manner as if the Director of Public Works had denied the Contractor's dispute.

(e) If the Contractor disagrees with the written decision of the Director of Public Works, the Contractor must either (1) accept the Director of Public Works' 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 Director of Public Works' written decision. The Contractor hereby agrees that if a written appeal is not properly filed within this specified 30 day time period, the dispute 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 Director of Public Works' 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 dispute 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 dispute record as maintained by the Director of Public Works will be provided to the Larimer County Board of County Commissioners. The Larimer County Board of County Commissioners will review said dispute and will render a written decision to the Contractor to either affirm, overrule, or modify the Director of Public Works' 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 dispute record. Either the Contractor or the Larimer County Board of County Commissioners may request that a review board be convened to review the dispute and provide a recommendation to the Larimer County Board of County Commissioners. A review board will not be convened when the value of the dispute 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 dispute 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 Director of Public Works and properly made a part of the dispute 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 dispute 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 dispute 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 dispute.

(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 dispute 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

Page 19: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

19

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 disputant 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 dispute case either for the Contractor or the County or have rendered an opinion on the merits of the dispute 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 dispute record will be made available to the review board by the Larimer County Board of County Commissioners. An oral hearing of the dispute will be conducted before the review board. The review board shall consider all written information available in the dispute 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 dispute record, other than clarification and data supporting previously submitted documentation. After complete review of the facts associated with the dispute, the review board shall provide a written recommendation for resolution of the dispute 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 dispute, (2) recommendations concerning the validity of the dispute, (3) recommendations concerning the value of the dispute as to cost and time impacts if the dispute 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 dispute.

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 disputant Contractor's oral dispute 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.

In Subsection 105.24, delete paragraphs 3 through 7, (a), (c), the last three paragraphs of (e) and all of (f). All references to the Regional Transportation Director shall be understood to mean Director of Public Works or Road and Bridge Director or both. All references to Chief Engineer shall mean Larimer County Board of County Commissioners.

Page 20: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

20

REVISION OF SECTION 106CONTROL 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 esulaCanada thistle Cirsium arvenseMusk thistle Carduus nutansRussian knapweed Centaurea repensSpotted knapweed Centaurea maculosaDiffuse knapweed Centaurea diffuseYellow toadflax Linaria vulgarisDalmation toadflax Linaria genistifoliaHoary Cress Cardaria drabaHoary Alyssum Berteroa incanaPerennial 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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

21

(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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

22

REVISION OF SECTION 107LEGAL 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:

a) The Contractor certifies that the Contractor shall comply with the provisions of C.R.S. 8-17.5-101, et. seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract.

b) The Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in either the E-Verify Program or in the State of Colorado Verification Program ("Department Program").

1. If the Contractor elects to participate in the Department Program pursuant to C.R.S. 8-17.5-102, the Contractor must provide the County a copy of Contractor's completed Notice of Participation Form.

2. If the Contractor hires a new employee who performs work under this public contract, the Contractor must provide the County affirmation as required by C.R.S. 8-17.5-102(5)(c)(II).

c) The Contractor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et. seq., the County may terminate this Contract for breach of contract, and the Contractor shall be liable for actual and consequential damages to the County.

d) The Contractor shall not use the E-Verify Program or the Department Program to undertake pre-employment screening of job applicants while this Contract is being performed.

e) If the Contractor obtains actual knowledge that a subcontractor performing work under this contract knowingly employs or contracts with an illegal alien, the contractor shall:

1. Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and

2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to sub-paragraph "a" above, the subcontractor does not stop employing or contracting with the illegal alien, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien.

Page 23: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

23

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.

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.

In subsection 107.15, delete from subsection (a) 1. on and replace with the following:

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.

Page 24: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

24

I. Workers' Compensation and Employers' Liability

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 SubrogationII. 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 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.

Page 25: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

25

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 26: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

26

REVISION OF SECTION 107PERFORMANCE OF SAFETY CRITICAL WORK

Section 107 of the Standard Specifications is hereby revised as follows:

Add subsection 107.061 immediately following subsection 107.06 as follows:

107.061 Performance of Safety Critical Work. The following work elements are considered safety critical work for this project:

(1) Removal of bridge(2) Temporary works: falsework, shoring of any height, cofferdams, and temporary bridges(3) Work requiring the use of cranes or other heavy lifting equipment to set structures. Also when construction

materials are being lifted that may fall onto active traffic lanes.(4) Excavation and embankment adjacent to the roadway, especially if it requires shoring(5) Work operations such as jack hammering which may create vibration.

The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe construction of each of the safety critical elements. When the specifications already require an erection plan, a bridge removal plan, or a removal of portion of bridge plan, it shall be included as a part of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical element conference described below. The construction plan shall be stamped “Approved for Construction” and signed by the Contractor. The construction plan will not be approved by the Engineer.

The Construction Plan shall include the following:

(1) Safety Critical Element for which the plan is being prepared and submitted.(2) Contractor or subcontractor responsible for the plan preparation and the work.(3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour

limitations(4) Temporary works required: falsework, bracing, shoring, etc.(5) Additional actions that will be taken to ensure that the work will be performed safely.(6) Names and qualifications of workers who will be in responsible charge of the work:

A. Years of experience performing similar workB. Training taken in performing similar work C. Certifications earned in performing similar work

(7) Names and qualifications of workers operating cranes or other lifting equipmentA. Years of experience performing similar workB. Training taken in performing similar work C. Certifications earned in performing similar work

(8) The construction plan shall address how the Contractor will handle contingencies such as:A. Unplanned events (storms, traffic accidents, etc.)B. Structural elements that don’t fit or line upC. Work that cannot be completed in time for the roadway to be reopened to trafficD. Replacement of workers who don’t perform the work safelyE. Equipment failureF. Other potential difficulties inherent in the type of work being performed

(9) Name and qualifications of Contractor’s person designated to determine and notify the Engineer in writing when it is safe to open a route to traffic after it has been closed for safety critical work.

Page 27: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

27

(10) Erection plan or bridge removal plan when submitted as required elsewhere by the specifications. Plan requirements that overlap with above requirements may be submitted only once.

A safety critical element conference shall be held two weeks prior to beginning construction on each safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor’s Engineer shall attend the conference. Required pre-erection conferences or bridge removal conferences may be included as a part of this conference.

After the safety critical element conference, and prior to beginning work on the safety critical element, the Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor’s Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to construction plans for the safety critical element (2) Temporary Works. The final construction plan shall be stamped “Approved for Construction” and signed by the Contractor.

The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor’s Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided signed and sealed construction details. Unless otherwise directed or approved, the Contractor’s Engineer need not be on site during the actual performance of safety critical work, but shall be present to conduct inspection for written approval of the safety critical work.

When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of the work.

When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the safety critical work in a manner that creates an unsafe situation for the public in accordance with subsection 108.05.

Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor shall immediately cease operations on the safety critical element, except for performing any work necessary to ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations.

All costs associated with the preparation and implementation of each safety critical element construction plan will not be measured and paid for separately, but shall be included in the work.

Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the Department.

Page 28: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

28

REVISION OF SECTION 108PROSECUTION 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.

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.

Page 29: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

29

REVISION OF SECTION 109MEASUREMENT 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 (e), (f), and (g).

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 30: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

30

REVISION OF SECTION 201CLEARING 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. No tree removal is anticipated for this project. All trees shall be protected and not disturbed unless directed otherwise by the Engineer.

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.

Page 31: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

31

REVISION OF SECTION 202REMOVAL 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 Crown Point Drive bridge over the Cache la Poudre River. 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, and protection of existing wetlands.

(6) Detailed methods for mitigation of fugitive dust resulting from the demolition.

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

(8) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled manner.

(9) Methods and procedures for protecting the waterline during removal of the existing bridge, subsequent excavation and construction operations.

Page 32: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

32

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.

The Contractor’s Engineer shall sign and seal (1) and (3) listed above in the final Bridge Removal Plan. Calculations shall be adequate to demonstrate the stability of the structure remaining after the end of each stage of removal, before traffic is allowed to resume in its normal configuration.

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.

Unless otherwise directed, the Contractor’s Engineer need not be on site when bridge removal operations are in progress, but shall be present to conduct daily inspection for written approval of the work. The Contractor’s Engineer shall inspect and provide written approval of each phase of the removal prior to allowing vehicles or pedestrians on, below, or adjacent to the structure. The Contractor’s Engineer shall certify in writing that the falsework, bracing, and shoring conform to the details of the final Bridge Removal Plan. A copy of the certification shall be submitted to the Engineer.

The Contractor’s Engineer shall inspect the bridge removal site and report in writing on a daily basis the progress of the operation and the status of the remaining structure. A copy of this daily report shall be available at the site of the work at all times, and a copy of the previous day’s inspection report shall submitted to the Engineer daily. 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.

Before removal of the protective covering, the Contractor shall clean the protective covering of all debris and fine material.

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.

Page 33: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

33

(3) The Contractor’s Engineer is not on site to conduct inspection for the written approval of the work.

(4) Safety precautions are deemed to be inadequate.

(5) 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 each day.

Explosives shall not be used for removal work.

Removal shall include the superstructure, guardrail, portions of abutment 1 with concrete approach, all of abutment 2 with the wing walls, pier, existing boulders at the pier and abutment 2 as well as any pier debris. The pier and abutment 2 shall be entirely removed. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Class 2) to the adjacent existing grades.

Decking planks and guardrail materials will be safely removed and stockpiled along the east side of Crown Point Drive south of U-Bar-U Lane for the home owners use, as directed by the engineer. The existing boulders at the pier and abutment 2 shall be relocated along the stream banks as directed by the Engineer. If existing stones meet the requirements of the Revision of Section 506, at the contractor’s option they may be used to fulfil a portion of the riprap scope of work not to exceed 25% of the bid quantity.

All other 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.

Existing structures, facilities, and surrounding roadways (inclusive of the portions of the existing Abutment 1 and wing walls, and the State Highway) 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: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

34

REVISION OF SECTION 203EXCAVATION AND EMBANKMENT

Section 203 of the Standard Specifications is hereby revised for this project as follows:

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 muck excavation.

Subsection 203.03 (a), first paragraph, shall be deleted and replaced with the following:

(a) 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 40 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 203.13, first paragraph, shall be deleted and replaced with the following:

Items paid for by volume will not be re-measured 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 203.13 (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 203.13 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.

Page 35: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

35

REVISION OF SECTION 206EXCAVATION AND BACKFILL FOR STRUCTURES

Section 206 of the Standard Specifications is hereby revised for this project as follows:

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

Page 36: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

36

REVISION OF SECTION 206SHORING

Section 206 of the Standard Specifications is hereby revised for this project as follows:

Subsection 202.09 shall include the following:

Shoring at the location designated in the plans is at the Contractor’s option as based on the need for equipment working/operating space including erection cranes, material delivery or other means and methods employed by the Contractor.

At least 2 weeks of time to review shop drawings and calculations submitted by the Contractor’s Engineer shall be allotted in the construction schedule for review by the Engineer, Larimer County and CDOT.

The selection of construction materials shall be consistent with the Section 404 Permit, and the requirement for complete removal of all materials and equipment used in the shoring and reconstruction of the river bank to preconstruction condition.

Page 37: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

37

REVISION OF SECTION 207TOPSOIL

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.

Topsoil and Wetland 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.

Page 38: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

38

REVISION OF SECTION 209DUST 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 39: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

39

REVISION OF SECTION 211DEWATERING

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 the Cache la Poudre River 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 7 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 may temporarily divert the Cache la Poudre River during construction. The Contractor’s method of diverting the river must be approved by the Engineer prior to implementation. The Contractor shall submit a diversion plan for review and approval 7 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 river 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.

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

Page 40: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

40

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 41: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

41

REVISION OF SECTION 304AGGREGATE 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 304.06 shall include the following:

Variation from the aggregate base course plan elevation specified shall not be more than 0.04 foot.

Page 42: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

42

REVISION OF SECTION 503MICROPILE FOUNDATIONS

Section 503 of the Standard Specifications is hereby deleted for this project and replaced with the following:

1.0 DESCRIPTIONThis work shall consist of constructing micropiles as shown on the contract plans and approved working drawings and as specified herein. The micropile specialty Contractor is responsible for furnishing all design, materials, products, accessories, tools, equipment, services, transportation, labor and supervision, and manufacturing techniques required for design, installation and testing of micropiles and pile top attachments for this project.

The selected micropile Contractor shall select the micropile type, size, pile top attachment, installation means and methods, estimate the ground-grout bond value and determine the required bond length and final micropile diameter. The micropile Contractor shall design and install micropiles that will develop the load capacities indicated on the contract plans. The micropile load capacities shall be verified by verification and proof load testing as required and must meet the test acceptance criteria specified herein.Where the imperative mood is used within this specification, “The Contractor shall” is implied.

1.1 Micropile Contractor’s Experience Requirements And Submittal.The micropile Contractor shall be experienced in the construction and load testing of micropiles and have successfully constructed at least 5 projects in the last 5 years involving construction totaling at least 100 micropiles of similar capacity to those required in these plans and specifications.

The Contractor shall have previous micropile drilling and grouting experience in soil/rock similar to project conditions. The Contractor shall submit construction details, structural details and load test results for at least three previous successful micropile load tests from different projects of similar scope to this project upon request.

The Contractor shall assign an Engineer to supervise the work with experience on at least 3 projects of similar scope to this project completed over the past 5 years. The Contractor shall not use consultants or manufacturers’ representatives to satisfy the supervising Engineer requirements of this section. The on- site foremen and drill rig operators shall also have experience on at least 3 projects over the past 5 years installing micropiles of equal or greater capacity than required in these plans and specifications.

The micropiles shall be designed by a Colorado Registered Professional Engineer with experience in the design of at least 3 successfully completed micropile projects over the past 5 years, with micropiles of similar capacity to those required in these plans and specifications. The micropile design engineer may be either an employee of the Contractor or a separate Consultant design engineer meeting the stated experience requirements.

At least 45 calendar days before the planned start of micropile construction, the Contractor shall submit 5 copies of the completed project reference list and a personnel list. The project reference list shall include a brief project description with the owner's name and current phone number and load test reports. The personnel list shall identify the micropile system design engineer (if applicable), supervising project Engineer, drill rig operators, and on-site foremen to be assigned to the project. The personnel list shall contain a summary of each individual's experience and be complete enough for the Engineer to determine whether each individual satisfies the required qualifications. The Engineer will approve or reject the Contractor's qualifications within 15 calendar days after receipt of a complete submission. Additional time required due to incomplete or unacceptable submittals will not be cause for time extension or impact or delay claims. All costs associated with incomplete or unacceptable submittals shall be borne by the Contractor.

Page 43: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

43

Work shall not be started, nor materials ordered, until the Engineer’s written approval of the Contractor's experience qualifications is given. The Engineer may suspend the Work if the Contractor uses non-approved personnel. If work is suspended, the Contractor shall be fully liable for all resulting costs and no adjustment in contract time will result from the suspension.

1.2 Related Specifications

1.3 Not Used

1.4 Referenced Codes and Standards.The following publications form a part of this specification to the extent indicated by the references. The latest publication as of the issue date of this specification shall govern, unless indicated otherwise.

1.4.1 American Society for Testing and Materials (ASTM)American Association of State Highway and Transportation Officials (AASHTO)

ASTM AASHTO SPECIFICATION / TESTA36, A572 M183, M223 Structural SteelA82 M55 Cold-Drawn Steel Wire for Concrete ReinforcementA252 – Welded and Seamless Steel Pipe PilesA615 M31 Deformed and Plain Billet Steel Bars for Concrete ReinforcementA722 M275 Uncoated High-Strength Steel Bar for Prestressing ConcreteA775 – Epoxy -Coated Reinforcing Steel BarsA934 – Epoxy-Coated Prefabricated Steel Reinforcing BarsC 33 M80 Concrete AggregatesC 109 T106 Compressive Strength of Hydraulic Cement MortarC 188 T133 Density of Hydraulic CementC 144 M45 Aggregate for Masonry MortarC 150 M 85 Portland CementC 494 M194 Chemical Admixtures for ConcreteD 1143 – Method of Testing Piles Under Static Axial Compressive LoadD 1784 – Polyvinyl Chloride (PVC) Pipe (Class 13464-B)D 3350 M 252 Polyethylene Corrugated TubingD 3689 – Method of Testing Individual Piles Under Static Axial Tensile LoadD 3966 Standard Test Method for Piles Under Lateral Load– T 26 Quality of Water to be Used in Concrete

1.4.2 American Welding Society (AWS)D1.1 Structural Welding Code-SteelD1.2 Structural Welding Code-Reinforcing Steel

1.4.3 American Petroleum Institute (API)5CT (N-80) Specification for casing and tubingRP 13B-1 Recommended Practice – Standard Procedure for Field Testing

Water Based Drilling Fluids

1.5 Available Information.Available information developed by the Owner, or by the Owner’s duly authorized representative include the following items:

1. Plans prepared by Stantec, dated 11/13/2017.

Page 44: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

44

2. Geotechnical Report No. 432.01 titled Geotechnical Investigation Crown Point Road Bridge Replacement, dated 3/15/2017.

1.6 Construction Site SurveyBefore bidding the Work, the Contractor shall review the available subsurface information and visit the site to assess the site geometry, equipment access conditions, and location of existing structures and above ground facilities.

The Contractor is responsible for field locating and verifying the location of all utilities shown on the plans prior to starting the Work. Maintain uninterrupted service for those utilities designated to remain in service throughout the Work. Notify the Engineer of any utility locations different from shown on the plans that may require micropile relocations or structure design modification. Subject to the Engineer’s approval, additional cost to the Contractor due to micropile relocations and/or structure design modification resulting from utility locations different from shown on the plans, will be paid as Extra Work.

Prior to the start of any micropile construction activity, the Contractor and Engineer shall jointlyinspect the site to observe and document the pre-construction condition of the site, existingstructures and facilities.

1.7 Micropile Design Requirements.The micropiles shall be designed to meet the specified loading conditions, as shown on the contract plans and approved working drawings. Design the micropiles according to the AASHTO LRFD Bridge Design Specifications, 7th Edition, and the micropile-to-footing connections using the procedures contained in the FHWA “Micropile Design and Construction”, Report No. FHWA NHI-05- 39.

The required geotechnical resistance factors shall be in accordance with the AASHTO LRFD Bridge Design Specifications, 7th Edition, unless specified otherwise. Estimated soil/rock design shear strength parameters, unit weights, applied foundation loadings, slope and external surcharge loads, corrosion protection requirements, known utility locations, easements, right-of-ways and other applicable design criteria will be as shown on the plans or specified herein.

Where required as shown on the contract plans, corrosion protection of the internal steel reinforcing bars, consisting of either encapsulation, epoxy coating, or grout, shall be provided in accordance with the Revision of Section 709. Where permanent casing is used for a portion of the micropile, encapsulation shall extend at least 5 feet into the casing.

1.7.1 Micropile Design Submittals.At least 21 calendar days before the planned start of micropile structure construction, submit complete design calculations and working drawings to the Engineer for review and approval. Include all details, dimensions, quantities, ground profiles, and cross-sections necessary to construct the micropile structure. Verify the limits of the micropile structure and ground survey data before preparing the detailed working drawings.

The drawings and calculations shall be signed and sealed by the contractor’s Professional Engineer or by the Consultant designer’s Professional Engineer (if applicable), previously approved by the owner’s Engineer. If the micropile contractor uses a consultant design engineer to prepare the design, the micropile contractor shall still have overall contract responsibility for both the design and the construction.

1.7.2 Design Calculations.Design calculations shall include, but not be limited to, the following items:

1. A written summary report which describes the overall micropile design.

Page 45: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

45

2. Applicable code requirements and design references.

3. Micropile structure critical design cross-section(s) geometry including soil/rock strata and piezometric levels and location, magnitude and direction of design applied loadings, including slope or external surcharge loads.

4. Design criteria including, soil/rock shear strengths (friction angle and cohesion), unit weights, and ground-grout bond values and micropile drillhole diameter assumptions for each soil/rock strata.

5. Factors of safety and allowable stresses used in the design on the ground-grout bond values, surcharges, soil/rock and material unit weights, steel, grout, and concrete materials.

6. Seismic design earthquake acceleration coefficient.

7. Design calculation sheets (both static and seismic) with the project number, micropile structure location, designation, date of preparation, initials of designer and checker, and page number at the top of each page. Provide an index page with the design calculations.

8. Design notes including an explanation of any symbols and computer programs used in the design.

9. Pile to footing connection calculations.

1.7.3 Working Drawings.The working drawings shall include all information required for the construction and quality control of the piling. Working drawings shall include, but not be limited to, the following items unless provided in the contract plans:

1. A plan view of the micropile structure(s) identifying:(a) A reference baseline and elevation datum.

(b) The offset from the construction centerline or baseline to the face of the micropile structure at all changes in horizontal alignment. (c) Beginning and end of micropile structure stations.

(d) Right-of-way and permanent or temporary construction easement limits, location of all known active and abandoned existing utilities, adjacent structures or other potential interferences. The centerline of any drainage structure or drainage pipe behind, passing through, or passing under the micropile structure.

(e) Subsurface exploration locations shown on a plan view of the proposed micropile structure alignment with appropriate reference base lines to fix the locations of the explorations relative to the micropile structure.

2. An elevation view of the micropile structure(s) identifying:(a) Elevation view showing micropile locations and elevations; vertical and horizontal spacing; batter and alignment and the location of drainage elements (if applicable).

(b) Existing and finish grade profiles both behind and in front of the micropile structure.

3. Design parameters and applicable codes.

Page 46: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

46

4. General notes for constructing the micropile structure including construction sequencing or other special construction requirements.

5. Horizontal and vertical curve data affecting the micropile structure and micropile structure control points. Match lines or other details to relate micropile structure stationing to centerline stationing.

6. A listing of the summary of quantities on the elevation drawing of each micropile structure showing pay item estimated quantities.

7. Micropile typical sections including micropile spacing and inclination; minimum drill hole diameter; pipe casing and reinforcing bar sizes and details; splice types and locations; centralizers and spacers; grout bond zone and casing plunge lengths (if used); corrosion protection details; and connection details to the substructure footing, anchorage, plates, etc.8. A typical detail of verification and production proof test micropiles defining the micropile length, minimum drill hole diameter, inclination, and load test bonded and unbonded test lengths.

9. Details, dimensions, and schedules for all micropiles, casing and reinforcing steel, including reinforcing bar bending details.

10. Details for constructing micropile structures around drainage facilities (if applicable).

The working drawings and design calculations shall be signed and sealed by the Contractor’s Professional Engineer. If the micropile Contractor uses a Consultant design engineer to prepare the design, the micropile Contractor shall still have overall contract responsibility for both the design and the construction.

Submit 5 sets of the working drawings with the initial submission. Drawing sheet size shall be 11in. x 17in. One set will be returned with any indicated corrections. The Engineer will approve or reject the Contractor's submittal within 15 calendar days after receipt of a complete submission. If revisions are necessary, make the necessary corrections and resubmit 5 revised sets. The Contractor will not be allowed to begin micropile structure construction or incorporate materials into the work until the submittal requirements are satisfied and found acceptable to the Engineer. Changes or deviations from the approved submittals must be re-submitted for approval. No adjustments in contract time or delay or impact claims will be allowed due to incomplete submittals.

Revise the drawings when plan dimensions are changed due to field conditions or for other reasons. Within 30 days after completion of the work, submit as-built drawings to the Engineer. Provide revised design calculations signed by the approved Registered Professional Engineer for all design changes made during the construction of the micropile structure.

1.8 Construction Submittals.The Contractor shall prepare and submit to the Engineer, for review of completeness, 5 copies of the following for the micropile system or systems to be constructed:

1. Detailed step-by-step description of the proposed micropile construction procedure, including personnel, testing and equipment to assure quality control. This step-by-step procedure shall be shown on the working drawings in sufficient detail to allow the Engineer to monitor the construction and quality of the micropiles.

2. Proposed start date and time schedule and micropile installation schedule providing the following:Micropile numberMicropile design loadType and size of reinforcing steelMinimum bond length

Page 47: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

47

Total micropile lengthMicropile top footing attachment

3. If welding of casing is proposed, submit the proposed welding procedure, certified by a qualified welding specialist.

4. Information on headroom and space requirements for installation equipment that verify the proposed equipment can perform at the site.

5. Plan describing how surface water, drill flush, and excess waste grout will be controlled and disposed.

6. Certified mill test reports for the reinforcing steel or coupon test results for permanent casing without mill certification. The ultimate strength, yield strength, elongation, and material properties composition shall be included. For API N-80 pipe casing, coupon test results may be submitted in lieu of mill certification.

7. Proposed Grouting Plan. The grouting plan shall include complete descriptions, details, and supporting calculations for the following:

(a) Grout mix design and type of materials to be used in the grout including certified test data and trial batch reports.

(b) Methods and equipment for accurately monitoring and recording the grout depth, grout volume and grout pressure as the grout is being placed.

(c) Grouting rate calculations, when requested by the Engineer. The calculations shall be based on the initial pump pressures or static head on the grout and losses throughout the placing system, including anticipated head of drilling fluid (if applicable) to be displaced.

(d) Estimated curing time for grout to achieve specified strength. Previous test results for the proposed grout mix completed within one year of the start of grouting may be submitted for initial verification and acceptance and start of production work. During production, grout shall be tested in accord with Section 3.4.5.

(e) Procedure and equipment for Contractor monitoring of grout quality.

8. Detailed plans for the proposed micropile load testing method. This shall include all drawings, details, and structural design calculations necessary to clearly describe the proposed test method, reaction load system capacity and equipment setup, types and accuracy of apparatus to be used for applying and measuring the test loads and pile top movements in accordance with Section 3.6, Pile Load Tests.

9. Calibration reports and data for each test jack, pressure gauge and master pressure gauge and electronic load cell to be used. The calibration tests shall have been performed by an independent testing laboratory, and tests shall have been performed within 90 calendar days of the date submitted. Testing shall not commence until the Engineer has reviewed and accepted the jack, pressure gauge, master pressure gauge and electronic load cell calibration data.

Work other than test pile installation shall not begin until the construction submittals have been received, reviewed, and accepted in writing by the Engineer. Provide submittal items 1 through 5 at least 21 calendar days prior to initiating micropile construction, item 7 as the work progresses for each delivery and submittal items 6, 8 and 9 at least 7 days prior to start of micropile load testing or incorporation of the respective materials into the work. The Contractor shall allow the Engineer 7 calendar days to review the construction submittals after a complete set has

Page 48: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

48

been received. Additional time required due to incomplete or unacceptable submittals shall not be cause for delay or impact claims. All costs associated with incomplete or unacceptable Contractor submittals shall be the responsibility of the Contractor.

1.9 Pre-construction Meeting.A pre-construction meeting will be scheduled by the Contractor and held prior to the start of micropile construction. The Engineer, prime Contractor, micropile specialty Contractor, micropile design engineer, excavation Contractor and geotechnical instrumentation specialist (if applicable) shall attend the meeting. Attendance is mandatory. The pre-construction meeting will be conducted to clarify the construction requirements for the work, to coordinate the construction schedule and activities, and to identify contractual relationships and delineation of responsibilities amongst the prime Contractor and the various Subcontractors - specifically those pertaining to excavation for micropile structures, anticipated subsurface conditions, micropile installation and testing, micropile structure survey control and site drainage control.

2.0 MATERIALS.Furnish materials new and without defects. Remove defective materials from the jobsite at no additional cost. Materials for micropiles shall consist of the following:

Admixtures for Grout: Admixtures shall conform to the requirements of ASTM C 494/AASHTO M194. Admixtures that control bleed, improve flowability, reduce water content, and retard set may be used in the grout, subject to the review and acceptance of the Engineer. Admixtures shall be compatible with the grout and mixed in accordance with the manufacturer’s recommendations. Expansive admixtures shall only be added to the grout used for filling sealed encapsulations and anchorage covers. Accelerators are not permitted. Admixtures containing chlorides are not permitted.

Cement: All cement shall be Portland cement conforming to ASTM C 150/AASHTO M85, Types I, II, III or V.

Centralizers and Spacers: Centralizers and spacers shall be fabricated from schedule 40 PVC pipe or tube, steel, or material non-detrimental to the reinforcing steel. Wood shall not be used.

Encapsulation: Encapsulation (double corrosion protection) shall be shop fabricated using high-density, corrugated polyethylene tubing conforming to the requirements of ASTM D3350/AASHTO M252 with a nominal wall thickness of 0.8 mm. The inside annulus between the reinforcing bars and the encapsulating tube shall be a minimum of 5mm and be fully grouted with non-shrink grout conforming to Materials Section 2.0.

Epoxy Coating: The minimum thickness of coating applied electrostatically to the reinforcing steel shall be 0.3 mm. Epoxy coating shall be in accordance with ASTM A775 or ASTM A934. Bend test requirements are waived. Bearing plates and nuts encased in the pile concrete footing need not be epoxy coated unless the footing reinforcement is epoxy coated.

Fine Aggregate: If sand - cement grout is used, sand shall conform to ASTM C 144/AASHTO M45.

Galvanization: If used, galvanization shall meet the requirements of ASTM A-153.

Grout: Neat cement or sand/cement mixture with a minimum 3-day compressive strength of 2 ksi and a 28-day compressive strength of 4 ksi per AASHTO T106/ASTM C109.

Permanent Casing Pipe: Permanent steel casing/pipe shall have the diameter and at least minimum wall thickness shown on the approved Working Drawings. The permanent steel casing/pipe:

1. shall meet the Tensile Requirements of ASTM A252, Grade 3, except the yield strength shall be a minimum of 50 ksi to 80 ksi as used in the design submittal.

Page 49: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

49

2. may be new "Structural Grade" (a.k.a. "Mill Secondary" ) steel pipe meeting above but without Mill Certification, free from defects (dents, cracks, tears) and with two coupon tests per truckload delivered to the fabricator.

For permanent casing/pipe that will be welded for structural purposes, the following material conditions apply:1. the carbon equivalency (CE) as defined in AWS D1.l, Section XI5.1, shall not exceed 0.45, as demonstrated by mill certifications

2. the sulfur content shall not exceed 0.05%, as demonstrated by mill certifications

For permanent casing/pipe that will be shop or field welded, the following fabrication or construction conditions apply:

1. the steel pipe shall not be joined by welded lap splicing

2. welded seams and splices shall be complete penetration welds

3. partial penetration welds may be restored in conformance with AWS D1.1

4. the proposed welding procedure certified by a welding specialist shall be submitted for approval

Threaded casing joints shall develop at least the required compressive, tensile, and/or bending strength used in the design of the micropile.

Plates and Shapes: Structural steel plates and shapes for pile top attachments shall conform to ASTM A 36/AASHTO M183, or ASTM A 572/AASHTO M223, Grade 50.

Reinforcing Bars: Reinforcing steel shall be deformed bars in accordance with ASTM A 615/AASHTO M31, Grade 60 or Grade 75 or ASTM A 722/AASHTO M275, Grade 150. When a bearing plate and nut are required to be threaded onto the top end of reinforcing bars for the pile top to footing anchorage, the threading may be continuous spiral deformed ribbing provided by the bar deformations (e.g., Dywidag or Williams continuous threadbars) or may be cut into a reinforcing bar. If threads are cut into a reinforcing bar, the next larger bar number designation from that shown on the Plans shall be provided, at no additional cost.

Bar tendon couplers, if required, shall develop the ultimate tensile strength of the bars without evidence of any failure.

Sheathing: Smooth plastic sheathing, including joints, shall be watertight. Polyvinyl chloride (PVC) sheathing shall conform to ASTM D 1784, Class 13464-B.

Water: Water used in the grout mix shall conform to AASHTO T 26 and shall be potable, clean, and free from substances that may be injurious to cement and steel.

3.0 CONSTRUCTION REQUIREMENTS

3.1 Site Drainage Control.The Contractor shall control and properly dispose of drill flush and construction related waste, including excess grout, in accord with the standard specifications and all applicable local codes and regulations. Provide positive control and discharge of all surface water that will affect construction of the micropile installation. Maintain all pipes or conduits used to control surface water during construction. Repair damage caused by surface water at no additional cost. Upon substantial completion of the Work, remove surface water control pipes or conduits from the

Page 50: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

50

site. Alternatively, with the approval of the Engineer, pipes or conduits that are left in place, may be fully grouted and abandoned or left in a way that protects the structure and all adjacent facilities from migration of fines through the pipe or conduit and potential ground loss.

Immediately contact the Engineer if unanticipated existing subsurface drainage structures are discovered during excavation or drilling. Suspend work in these areas until remedial measures meeting the Engineer’s approval are implemented. Cost of remedial measures or repair work resulting from encountering unanticipated subsurface drainage structures, will be paid for as Extra Work.

3.2 ExcavationCoordinate the work and the excavation so the micropile structures are safely constructed. Perform the micropile construction and related excavation in accordance with the Plans and approved submittals. No excavations steeper than those specified herein or shown on the Plans will be made above or below the micropile structure locations without written approval of the Engineer.

3.3 Micropile Allowable Construction Tolerances1. Centerline of piling shall not be more than 2 in. from indicated plan location.

2. Pile shall be plumb within 2 percent of total-length plan alignment.

3. Top elevation of pile shall be plus or minus 1 in. maximum from vertical elevation indicated.

4. Centerline of reinforcing steel shall not be more than ¾ in. from indicated location.

3.4 Micropile InstallationThe micropile Contractor shall select the drilling method, the grouting procedure, and the grouting pressure used for the installation of the micropiles. The micropile Contractor shall also determine the micropile casing size, final drillhole diameter and bond length, and central reinforcement steel sizing necessary to develop the specified load capacities and load testing requirements. The micropile Contractor is also responsible for estimating the grout take. There will be no extra payment for grout overruns.

3.4.1 DrillingThe drilling equipment and methods shall be suitable for drilling through the conditions to be encountered. The drillhole must be open along its full length to at least the design minimum drillhole diameter prior to placing grout and reinforcement.

Temporary casing or other approved method of pile drillhole support will be required in caving or unstable ground to permit the pile shaft to be formed to the minimum design drillhole diameter. The Contractor’s proposed method(s) to provide drillhole support and to prevent detrimental ground movements shall be reviewed by the Engineer. Detrimental ground movement is defined as movement which requires remedial repair measures. Use of drilling fluid containing bentonite is not allowed.

Costs of removal or remedial measures due to encountering unanticipated subsurface obstructions will be paid for as Extra Work.

3.4.2 Ground Heave or Subsidence.During construction, the Contractor shall observe the conditions in the vicinity of the micropile construction site on a daily basis for signs of ground heave or subsidence. Immediately notify the Engineer if signs of movements are observed. Contractor shall immediately suspend or modify drilling or grouting operations if ground heave or subsidence is observed, if the micropile structure is adversely affected, or if adjacent structures are damaged from the drilling or grouting. If the Engineer determines that the movements require corrective action, the Contractor

Page 51: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

51

shall take corrective actions necessary to stop the movement or perform repairs. When due to the Contractor’s methods or operations or failure to follow the specified/approved construction sequence, as determined by the Engineer, the costs of providing corrective actions will be borne by the Contractor. When due to differing site conditions, as determined by the Engineer, the costs of providing corrective actions will be paid as Extra Work.

3.4.3 Pipe Casing and Reinforcing Bars Placement and Splicing.Reinforcement may be placed either prior to grouting or placed into the grout – filled drillhole before temporary casing (if used) is withdrawn. Reinforcement surface shall be free of deleterious substances such as soil, mud, grease or oil that might contaminate the grout or coat the reinforcement and impair bond. Pile cages and reinforcement groups, if used, shall be sufficiently robust to withstand the installation and grouting process and the withdrawal of the drill casings without damage or disturbance.

The Contractor shall check pile top elevations and adjust all installed micropiles to the planned elevations.

Centralizers and spacers (if used) shall be provided at 10 ft. centers maximum spacing. The upper and lower most centralizer shall be located a maximum of 5 ft. from the top and bottom of the micropile. Centralizers and spacers shall permit the free flow of grout without misalignment of the reinforcing bar(s) and permanent casing. The central reinforcement bars with centralizers shall be lowered into the stabilized drillhole and set. The reinforcing steel shall be inserted into the drill hole to the desired depth without difficulty. Partially inserted reinforcing bars shall not be driven or forced into the hole. Contractor shall redrill and reinsert reinforcing steel when necessary to facilitate insertion.

Lengths of casing and reinforcing bars to be spliced shall be secured in proper alignment and in a manner to avoid eccentricity or angle between the axes of the two lengths to be spliced. Splices and threaded joints shall meet the requirements of Materials Section 2.0. Threaded pipe casing joints shall be located at least two casing diameters (OD) from a splice in any reinforcing bar. When multiple bars are used, bar splices shall be staggered at least 1 ft.

3.4.4 Grouting.Micropiles shall be primary grouted the same day the load transfer bond length is drilled. The Contractor shall use a stable neat cement grout or a sand cement grout with a minimum 28- day unconfined compressive strength of 4 ksi. Admixtures, if used, shall be mixed in accordance with manufacturer’s recommendations. The grouting equipment used shall produce a grout free of lumps and undispersed cement. The Contractor shall have means and methods of measuring the grout quantity and pumping pressure during the grouting operations. The grout pump shall be equipped with a pressure gauge to monitor grout pressures. A second pressure gauge shall be placed at the point of injection into the pile top. The pressure gauges shall be capable of measuring pressures of at least 150 psi or twice the actual grout pressures used, whichever is greater. The grout shall be kept in agitation prior to mixing. Grout shall be placed within one hour of mixing. The grouting equipment shall be sized to enable each pile to be grouted in one continuous operation.

The grout shall be injected from the lowest point of the drill hole and injection shall continue until uncontaminated grout flows from the top of the pile. The grout may be pumped through grout tubes, casing, hollow-stem augers, or drill rods. Temporary casing, if used, shall be extracted in stages ensuring that, after each length of casing is removed the grout level is brought back up to the ground level before the next length is removed. The tremie pipe or casing shall always extend below the level of the existing grout in the drillhole. The grout pressures and grout takes shall be controlled to prevent excessive heave or fracturing of rock or soil formations. Upon completion of grouting, the grout tube may remain in the hole, but must be filled with grout.

Grout within the micropiles shall be allowed to attain the required design strength prior to being loaded.

If the Contractor elects to use a postgrouting system, Working Drawings and details shall be submitted to the Engineer for review in accordance with Section 1.8, Pre-installation Submittals.

Page 52: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

52

3.4.5 Grout TestingGrout within the micropile verification and proof test piles shall attain the minimum required 3-day compressive strength of 2 ksi prior to load testing. Previous test results for the proposed grout mix completed within one year of the start of work may be submitted for initial verification of the required compressive strengths for installation of pre-production verification test piles and initial production piles.

During production, micropile grout shall be tested by the Contractor for compressive strength in accordance with AASHTO T106/ASTM C109 at a frequency of no less than one set of three 2 in. grout cubes from each grout plant each day of operation or per every 10 piles, whichever occurs more frequently. The compressive strength shall be the average of the 3 cubes tested.

Grout consistency as measured by grout density shall be determined by the Contractor per ASTM C 188/AASHTO T 133 or API RP-13B-1 at a frequency of at least one test per pile, conducted just prior to start of pile grouting. The Baroid Mud Balance used in accordance with API RP-13B-1 is an approved device for determining the grout density of neat cement grout. The measured grout density shall be between 125 pcf and 150 pcf.

Grout samples shall be taken directly from the grout plant. Provide grout cube compressive strength and grout density test results to the Engineer within 24 hours of testing.

3.5 Micropile Installation Records.Contractor shall prepare and submit to the Engineer full-length installation records for each micropile installed. The records shall be submitted within one work shift after that pile installation is completed. The data shall be recorded on the micropile installation log. A separate log shall be provided for each micropile.

3.6 Pile Load TestsPerform verification and testing of piles at the locations specified herein or designated by the Engineer. Perform compression load testing in accord with ASTM D1143 lateral load testing in accord with ASTM D3966, except as modified herein.

3.6.1 Verification Load TestsPerform pre-production verification pile load testing to verify the design of the pile system and the construction methods proposed prior to installing any production piles. One sacrificial verification test pile shall be constructed in conformance with the approved Working Drawings. The verification test pile shall be installed at Station 01+45.00 with an offset of no more than 5 ft. from the centerline of the Crown Point Drive horizontal control line.

Verification load tests shall be performed to verify that the Contractor installed micropiles will meet the required compression and tension load capacities and load test acceptance criteria and to verify that the length of the micropile bond zone is adequate. The micropile verification load test results must verify the Contractor's design and installation methods, and be reviewed and accepted by the Engineer prior to beginning installation of production micropiles.

The drilling-and-grouting method, casing length and outside diameter, reinforcing bar lengths, and depth of embedment for the verification test pile shall be identical to those specified for the production piles at the given locations. The verification test micropile structural steel sections shall be sized to safely resist the maximum test load.

The maximum verification and proof test loads applied to the micropile shall not exceed 80 percent of the structural capacity of the micropile structural elements, to include steel yield in tension, steel yield or buckling in compression, or grout crushing in compression. Any required increase in strength of the verification test pile elements above the strength required for the production piles shall be provided for in the contractor’s bid price.

Page 53: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

53

The jack shall be positioned at the beginning of the test such that unloading and repositioning during the test will not be required. When both compression and tension load testing is to be performed on the same pile, the pile shall be tested under compression loads prior to testing under tension loads.

3.6.2 Testing Equipment and Data Recording.Testing equipment shall include dial gauges, dial gauge support, jack and pressure gauge, electronic load cell, and a reaction frame. The load cell is required only for the creep test portion of the verification test. The contractor shall provide a description of test setup and jack, pressure gauge and load cell calibration curves in accordance with the Submittals Section.

Design the testing reaction frame to be sufficiently rigid and of adequate dimensions such that excessive deformation of the testing equipment does not occur. Align the jack, bearing plates, and stressing anchorage such that unloading and repositioning of the equipment will not be required during the test.

Apply and measure the test load with a hydraulic jack and pressure gauge. The pressure gauge shall be graduated in 100 psi increments or less. The jack and pressure gauge shall have a pressure range not exceeding twice the anticipated maximum test pressure. Jack ram travel shall be sufficient to allow the test to be done without resetting the equipment. Monitor the creep test load hold during verification tests with both the pressure gauge and the electronic load cell. Use the load cell to accurately maintain a constant load hold during the creep test load hold increment of the verification test.

Measure the pile top movement with a dial gauge capable of measuring to 0.025 mm. The dial gauge shall have a travel sufficient to allow the test to be done without having to reset the gauge. Visually align the gauge to be parallel with the axis of the micropile and support the gauge independently from the jack, pile or reaction frame. Use a minimum of two dial gauges when the test setup requires reaction against the ground or single reaction piles on each side of the test pile.

The required load test data shall be recorded by the Engineer.

3.6.3 Verification Test Loading Schedule.Test verification piles designated for compression or tension load testing to a maximum test load of 2.0 times the micropile Design Load shown on the Plans or Working Drawings.

The verification pile load tests shall be made by incrementally loading the micropile in accordance with the following cyclic load schedule for both compression and tension loading:

Page 54: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

54

Pile top movement shall be measured at each load increment. The load-hold period shall start as soon as each test load increment is applied. The verification test pile shall be monitored for creep at the 1.30 Design Load (DL). Pile movement during the creep test shall be measured and recorded at 1, 2, 3, 4, 5, 6, 10, 20, 30, 50, and 60 minutes. The alignment load shall not exceed 5 percent of the DL load. Dial gauges shall be reset to zero after the initial AL is applied.

The acceptance criteria for micropile verification load tests are:

1. The pile shall sustain the first compression or tension 1.0 DL test load with no more than 5 mm total vertical movement at the top of the pile, relative to the position of the top of the pile prior to testing.2. At the end of the 1.30 DL creep test load increment, test piles shall have a creep rate not exceeding 1 mm/log cycle time (1 to 10 minutes) or 2 mm/log cycle time (6 to 60 minutes or the last log cycle if held longer). The creep rate shall be linear or decreasing throughout the creep load hold period.

3. Failure does not occur at the 2.0 DL maximum test load. Failure is defined as load where the slope of the load versus head settlement curve first exceeds 0.15 mm/kN. The Engineer will provide the Contractor written confirmation of the micropile design and construction within 3 working days of the completion of the verification load tests. This written confirmation will either confirm the capacities and bond lengths specified in the Working Drawings for micropiles or reject the piles based upon the verification test results.

3.6.4 Verification Test Pile Rejection

Page 55: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

55

If a verification-tested micropile fails to meet the acceptance criteria, the Contractor shall modify the design, the construction procedure, or both. These modifications may include modifying the installation methods, increasing the bond length, or changing the micropile type. Any modification that necessitates changes to the structure shall require the Engineer’s prior review and acceptance. Any modifications of design or construction procedures or cost of additional verification test piles and load testing shall be at the Contractor’s expense. At the completion of verification testing, test piles shall be removed down to the elevation specified by the Engineer.

4.0 METHOD OF MEASUREMENT.

Measurement will be made as follows for the quantity, as specified or directed by the Engineer:• Mobilization will be measured on a lump-sum basis.

• Micropiles will be measured per each, installed, and accepted.

• Micropile verification load testing will be measured per each.

The final pay quantities will be the design quantity increased or decreased by any changesauthorized by the Engineer.

5.0 BASIS OF PAYMENTThe quantities accepted for payment will be paid for at the contract unit prices for thefollowing items:

Verification Test Pile EachM Piles (5.5 in) Each

The contract unit prices for the above items will be full and complete payment for providing all design, materials, labor, equipment, and incidentals to complete the work. Where verification test piles are designated as sacrificial, the micropile verification load test bid item shall include the cost of the sacrificial micropile in addition to all material, equipment, and incidentals to test the pile.

The unit contract amount for “M Piles (5.5 Inch)” shall include the drilling, furnishing, and placing the reinforcing steel and casing, grouting, and pile top attachments. The micropile Contractor is also responsible for estimating the grout take. There will be no extra payment for grout overruns.

Page 56: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

56

REVISION OF SECTION 506SOIL RIPRAP (30 INCH)

Section 506 of the Standard Specifications is hereby revised to include the following:

Subsection 506.02 shall be revised to include the following:

Riprap shall be in accordance with the gradation Table 506-2A below, and shall be grey granite to match the naturally existing river rock color. Soil mixed with the riprap shall be from the unclassified excavation and structure excavation generated on site as directed by the Engineer.

Table 506-2AStone Size

d501

(Inches)

Percent of Material Smaller Than Typical

Stone2

Typical Stone Dimenstions3

(Inches)

Typical Stone Weight4

(Pounds)

30100

50-7035-502-10

48423010

460035001280

501d50 = nominal stone size2based on typical rock mass3equivalent spherical diameter4Based on specific gravity = 2.5

Subsection 506.03 shall be revised to include the following:

Soil riprap shall be placed as designated in the plans. Soil may be premixed with the stones prior to placement, or sequentially with the stone placements, or at the completion of all stones set into place. Soil shall not be placed to inhibit interlocking of stones. Voids between stones shall be filled with soil exclusive of any soil compaction required, to an average fill condition within 6 to 8 inches of the top of stones.

Riprap locations shall be dewatered during excavation, placement of geotextile, filter material, and riprap. All dewatering work shall comply with subsection 107.25, Water Quality Control. Dewatering operations will not be measured and paid for separately but shall be included in the work.

Subsection 506.10 shall include the following:

Payment will be made under:

Pay Item Pay Unit

Soil Riprap (30 Inch) Cubic Yard

Payment for soil riprap will be full compensation for all labor and materials required to complete the work.

Page 57: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

57

REVISION OF SECTION 618PRESTRESSED CONCRETE

DESCRIPTIONSection 618 of the Standard Specifications is hereby deleted for this project and replaced with the following:

DESCRIPTION618.01 This work consists of fabricating, furnishing and installing prestressed concrete members in accordance with the requirements of the Contract.

This work includes the furnishing and installation of all appurtenant items necessary for the particular prestressing systems to be used, including but not limited to ducts, anchorage assemblies and grout used for pressure grouting ducts.

For cast-in-place prestressed concrete, the term "member" as used herein shall be considered to mean the concrete which is to be prestressed.

The term "tendon" as referenced herein shall be considered to mean the prestressing steel within a duct.

Both temporary and permanent post-tensioning shall comply with the requirements of this Section.

The term temporary post-tensioning is referring to the post-tensioning required to control stresses during handling and erection of precast elements.

MATERIALS618.02 Materials shall conform to the following:

Anchorage devices shall meet the requirements of subsection 714.02. Prestressing steel shall meet the requirements of subsection 714.01.

Elastomeric bearing pads shall meet the requirements of subsection 512.

All reinforcing and embedment item supports, bolsters, chairs, and spacers shall be standard CDOT approved materials. These items shall be plastic, rubber, or epoxy coated at all areas that will contact external concrete surfaces, unless otherwise shown on the plans.

(a) Prepackaged Grout for Post-tensioned Ducts.

1. Water. The water used in the grout shall conform to subsection 712.01.

2. Shall meet the requirements of subsection 618.09(b). Grout.

3. Grout (Bridge) (Special) – Grout used to fill pick point recesses and shear keys between prestressed concrete girders shall meet the requirements subsection 618.09(b), and be a flowable or fluid rapid set non-shrink grout with a minimum compressive stress of 4000 psi at 24-hours meeting the requirements of ASTM C-1090 and C-1107. Proposed grout product, including cold weather grouts, shall be submitted for review and approval by the Engineer.

(b) Steel and Metal for Prestress Members. All steel and metal products incorporated into the work shall meet the requirements of Section 106. The Contractor shall keep Certified Mill Test Reports (CMTR's) on file for all steel and metal products used, and shall furnish copies of CMTR's when requested.

Galvanizing and metallizing of steel products shall be done in accordance with the product applicable ASTM method. The product shall be galvanized after welding and fabrication is complete. Minor repair of galvanizing shall be brush coated with an approved zinc-rich compound that is acceptable to the QA Representative.

Page 58: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

58

Materials and fabrication procedures shall conform to ASTM or ANSI / AWS requirements. The materials and work shall conform to the following requirements and specifications, unless otherwise indicated in the Contract.

1. Reinforcing Bars. All reinforcing bar material shall be Grade 60 minimum and shall conform to ASTM A 615, or ASTM A 706; epoxy coated bars shall also meet ASTM D 3963. Reinforcing bars that require welding shall conform to ASTM A 706. Welding of A 706 bars shall be done in accordance with ANSI /AWS D.1.4.

2. Welded Wire Reinforcement. Steel welded wire reinforcement for concrete reinforcement shall conform to ASTM A497.

3. Plate Steel. All plate steel shall conform to ASTM A 709 Grade 36 specifications. Fabrication and welding of plate steel products shall be done according to ANSI / AWS D.1.1.

4. Steel and metal products shall be free of loose rust and foreign substances before incorporation into the cast product.

The presence of rust on strand shall not necessarily be cause for rejection. Light rust and rust that does not result in visible pitting of the prestressing steel with the unaided eye shall be acceptable. Prior to evaluation rust shall be removed from representative lengths of prestressing strand by heavy duty scouring pads or wire brush. After rust removal, visual comparisions shall be made to picture sets in the article “Evaluation of Degree of Rusting on Prestressed Concrete Strand” published in the 1992 May-June edition of the PCI Journal. Surface conditions comparable to picture sets 1 through 3 shall be acceptable, while conditions comparable to picture sets 4 and greater shall be cause for rejection of the prestressing strand.

(c) Concrete for Pretensioned and Combination Tensioned Products. Materials for Concrete class PS shall meet the requirements specified in the following subsections:

Hydraulic Cement 701.01Fly Ash 701.02Fine Aggregate 703.01Coarse Aggregate 703.02Curing Materials 711.01Air Entraining Admixtures 711.02Chemical Admixtures 711.03Water 712.01

(d) Concrete and Steel for Other Members. Concrete for other members shall conform to the requirements of Section 601 and the plans. Reinforcing steel for other members shall conform to the requirements of Section 602.

CONSTRUCTION REQUIREMENTS618.03 Prestressed Members. Members may be pretensioned, post-tensioned, or a combination of pretensioned and post-tensioned. Members shall be fabricated and finished as shown in the Contract.

Minimum cover for prestressing steel shall be 1½ inches, unless otherwise shown in the Contract. Minimum clearance for reinforcing steel shall be 1 inch unless otherwise shown in the Contract.

Page 59: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

59

If the plans show only pretensioning details, use of a post-tensioning system will be allowed only if complete details of all necessary modifications are approved by the Engineer of Record.

Cast-in-place members shall be post-tensioned unless otherwise shown on the plans. All falsework for cast-in-place members shall remain in place until all post-tensioning and grouting has been completed and accepted by the Engineer.

618.04 Shop Drawings.(a) General. The Contractor shall furnish shop drawings in conformity with subsection 105.02 for all prestressed

components. When the Contractor's Engineer completes or revises design details or engineering drawings,then those engineering drawings and details that are submitted to the Engineer shall contain the endorsementseal of a Professional Engineer registered in the State of Colorado. The Engineer’s review of the shopdrawings does not relieve the Contractor of the responsibility for the adequacy of the prestressed members.Minor changes to design details or engineering drawings that do not represent a significant change to theoriginal design will not require a Professional Engineer seal. The Contractor shall submit supportingcalculations for these changes along with the shop drawings

(b) Pretensioned Members. The shop drawings shall include the following:

(1) Superstructure Framing Plan.(2) All unit dimensions.(3) Location and arrangement of prestressing strands.(4) Initial and final jacking forces.(5) Location, description, and detail of structural reinforcing items, excluding minor items used for field

erection.(6) Location of all hold-down devices.(7) Location and description of all plates.(8) Provisions for diaphragm connections.(9) Blockout and keyway dimensions, if any.(10) Location and detail of debonded strands.

(11) Strand de-tensioning sequence.

(c) Post-tensioned Members. The shop drawings for post-tensioned members shall show the following:

(1) Strand and bar properties, including material type, modulus of elasticity, ultimate strength, diameter, andcross-sectional area assumed in the design.

(2) Duct properties, including material type, and minimum inside and maximum outside diameters, andfriction coefficients of the duct-strand system if different from shown on the plans.

(3) The position and profile of the ducts and tendons along the length of the member. Each duct positionshall be defined at tenth points along the length of the member. The minimum clearance from the edge ofconcrete to the edge of a duct shall be shown.

(4) Location of closure pours and associated duct splices and details of duct splice, including the details andspecifications of the shrink sleeve material.

(5) The maximum offset between the center of the duct and the center of force in the duct for each uniquestrand and bar and duct combination. The resultant force of all permanent tendons in the member shallmatch the profile indicated on the plans.

(6) The initial and final force at each anchorage. The initial force is defined as the largest force at eachanchorage before anchor set and after friction losses. The final force is defined as the residual force

Page 60: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

60

remaining after anchor set and long term losses.(7) Complete dimensions and properties necessary to fabricate and install each unique anchorage device,

including the type of materials, yield strengths, distribution plates, wedges, trumpets, anchorage blocks,and other appurtenant items. Adjacent reinforcement shall be detailed showing how it will coordinate withthe anchorage device and its reinforcement.

(8) The dimensions and properties necessary to fabricate and install the bursting, splitting, and otherreinforcement required by the prestressing system, as shown on the plans or as proposed by theContractor. Included shall be cross-sectional areas, yield strength, the location of the reinforcement, andthe diameter and pitch of the spirals. If no additional bursting steel is required, it shall be so stated on theshop drawings.

(9) The minimum length of strand or bar projection at the live ends and accessible dead ends.(10) The preload force for each unique tendon. The preload force is defined as 20 percent of the jacking force.(11) The required total jacking force for each unique tendon.(12) The total final elongation, after dead and live end anchor sets, and the measurable elongation for each

tendon. The measurable elongation is defined as the total elongation at the live end after preload whilethe stressing equipment is tensioning the tendon to the total jacking force. The tendon length used forcalculations shall include the full length of strand that is being stressed.

(13) The sequence of stressing, including temporary and permanent post-tensioning.(14) Blockout or buildout concrete dimensions and reinforcement details.(15) If the Contractor elects to submit an alternative system, as defined in subsection 618.07(c), the

Contractor shall also provide the following, as appropriate.

If the anchorage device will differ from what is shown on the plans, the Contractor shall submitcalculations or manufacturer test certification consistent with the Contract. The calculations shall showthe complete design of the anchorage device, including splitting steel, bursting reinforcement, thedistribution plate, and the bearing stresses transmitted to the concrete by the anchorage device. Themanufacturer's test certification shall certify the adequacy of the anchorage device. The shop drawingsshall reflect the anchorage device design.

If the flare of the tendons is different from what is shown on the plans, the Contractor shall submit designand details of appropriate reinforcement and concrete dimensions to accommodate the flare.

Along with the shop drawing details, six copies of computations for friction losses, calculated measurableelongations, the maximum offset between the center of force and center of duct for each unique tendon,and the stressing sequence shall be submitted for review. The friction losses shall be determined inaccordance with the plans and as provided for in the current"AASHTO LRFD Bridge DesignSpecifications."

(d.) For Combination Tensioned Members refer to 618.04 (b) and (c).

618.05 Notification of Fabrication for Pretensioned and Combination Tensioned Members.(a) Start of Work. Prior to beginning the work, the Contractor shall provide notice to the Engineer and the Quality

Assurance (QA) Representative, as defined in subsection 618.06(a), so that QA services may be provided.The notice shall be at least seven days before fabrication begins.

The anticipated production schedule, including the start of work, phase work and shipment dates shall besubmitted in writing to the QA Representative before any work begins. Fabrication shall not be started until theshop drawings have been returned with the Engineer's review stamp, indicating Reviewed, no exception taken;or Reviewed, revise as noted; or Resubmit, revise as noted in accordance with subsection 105.02, anddelivered to the Contractor's site of fabrication.

Page 61: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

61

(b) Production Schedule Changes. Accelerated changes to the proposed production schedule, including start ofwork, phase work, and shipment dates, shall require advance written notification be provided to the Engineerand the QA Representative. The written notice of change shall be received at least 48 hours before fabricationbegins, unless otherwise approved in writing by the Engineer or the QA Representative.

(c) Notice of Shipment. The QA Representative shall be notified in writing, at least 72 hours before shipment ofprestressed members to the job site.

(d) Notification. Failure to notify the Engineer or the designated QA Representative as described in this sectionmay be cause for rejection.

618.06 Inspection of Pretensioned, Post-tensioned and Combination Tensioned Members.(a) Quality Control and Quality Assurance. Quality Control (QC) of prestressed concrete fabrication is the

responsibility of the Contractor. The Contractor shall designate a QC Manager who shall be responsible forproduct quality requirements as defined in the specifications and the Contractor's approved QC plan (QCP).The QC Manager shall possess and maintain certification at Level II minimum, from the Prestressed ConcreteInstitute (PCI), or be a licensed Professional Engineer in the State of Colorado, and shall have one yearminimum of construction related experience. The QC Manager shall not be supervised by the Contractor'sproduction section. If grouting for post-tensioning ducts of combination tensioned members is done by theprecast girder fabricator, the QC Manager shall possess and maintain an American Segmental Bridge Institute(ASBI) Certified Grouting Technician Certificate. If prestressing, duct and anchorage installation,inspection ofduct and anchorage stressing of tendons, air testing of ducts, or grouting of ducts of multi-strand bondedtendons of the post-tensioning system for combination tensioned members is done by the precast girderfabricator the QC Manager shall possess a PTI Level I – Bonded Tendon Training Certificate.

Quality Assurance (QA) and product acceptance are the prerogatives of the Engineer. The QA Representativeacts for and in behalf of the Engineer on all matters within the scope of the contract documents, as delegatedby the Engineer. QA administration will be performed to the extent necessary to assure contract compliance.The QA Representative shall possess the American Segmental Bridge Institute Grouting Certification Training.

Repeated out of tolerance work, including dimensional non-conformance, shall be considered as recurringdeficiencies. Recurring deficiencies shall be considered as evidence that required QC is not being provided.When the QA Representative determines that fabrication operations are producing recurring defects that donot conform to the Contract and the QCP requirements, the Contractor will be notified that the present work isunacceptable. Work shall not continue until the QC Manager has submitted a written proposal addressingcorrective procedures that the Contractor will take to prevent recurrence of the non-conforming work.Fabrication shall not resume until the proposal has been reviewed and accepted in writing by the QARepresentative.

(b) Quality Control Plan (QCP). The Contractor shall submit a written QCP to the QA Representative prior to thebeginning of fabrication. The QCP shall be reviewed and approved in writing by the Contractor's QC Manager.The QCP shall list all methods utilized by the Contractor to ensure that the work conforms to contractrequirements. The QC section is responsible for establishing the QCP, as well as conformance to the QCP.Fabrication shall not begin until the QCP has been reviewed and accepted in writing by the QA Representative.

If work methods for a specific project or product are not listed in the original QCP, the Contractor shall submitwritten addenda addressing the proposed methods that are necessary to meet contract requirements.Fabrication shall not begin until the addenda have been reviewed and accepted in writing by the QARepresentative.

The QCP shall address the following:

(1) Names and qualifications of the QC Manager and personnel conducting inspection and testing. This listshall be updated when changes in personnel occur.

Page 62: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

62

(2) List of material suppliers, post-tensioning system supplier, post-tensioning grout supplier and certifiedtesting agencies used; the list shall be updated when vendors change.

(3) Materials sampling and testing schedule, showing testing methods and frequencies.(4) QC inspection methods and procedures for all stages of fabrication operations.(5) Methods for curing products and test specimens.(6) Method and sequence for tensioning strands, including methods used for verifying equal distribution of

jacking forces.(7) Method and sequence of de-tensioning strands and procedure.(8) Post-tensioning system. The responsible representative meeting the requirements of subsection

618.06(b)(8) shall possess an “American Segmental Bridge Institute (ASBI) Certified Grouting Technician”certificate and a PTI Level 1 – Bonded Tendon Training certificate. Duct and anchorage inspectionschedule, duct splices at closure pour inspection schedule, and onsite duct air pressure testing schedule,including name(s) of the responsible representatives who will conduct inspections and testing.

(9) Written report format for materials sampling, testing, and inspection for all phases of the work.(10) Copies of all concrete mix designs to be used, including mix design computations and test data.(11) Provisions for fabrication operations during cold, windy, or hot weather conditions.(12) Procedures for patching small production holes and holes left by strand hold-down devices.(13) Procedures for identifying, evaluating and reporting defects, including dimensional non-conformance,

discovered during QC/QA inspections and testing.(14) Procedures for notifying the QA Representative of structural defects, and submittal of written proposal for

repairs.

(15) Provisions for contingency operation when concrete delivery is interrupted due to malfunction ofequipment during fabrication.

(c) Frequency. QC inspection and testing at all intervals of duct and anchorage placement, duct splices at closurepours , onsite duct air pressure tests and forming, tensioning, steel and concrete placement, curing, andstorage operations shall be performed in accordance with the accepted QCP. The QCP shall containprovisions for increased frequencies of inspection and testing when operations or products do not conform tothe Contract.

(d) Written Records and Reports. The QC Manager shall review and submit the following completed records andreports to the QA Representative before the product receives acceptance by the QC section:

1. Prestressing Steel - Tensioning reports for each setup, showing the jacking force calculations; initial andfinal jacking force used; calculated and final net measured elongation; applicable stressing corrections forseating, slippage, shortening, rotation movement, and temperature; Certified Mill Test Reports forprestressing steel used; jack identification number, date and time of stressing.

2. Concrete - A daily report of each mix design used, showing the fresh concrete slump, temperature, unitweight, and air content (if specified). The daily report shall also include the following data:

(1) date and time of casting(2) bed and setup location(3) ambient conditions(4) total cubic yards placed(5) girder mark and unique sub-mark identifications(6) actual product curing temperature charts or graphs

Page 63: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

63

(7) actual curing enclosure humidity charts or graphs(8) average release strength in psi(9) date and time of release strength(10) copies of individual batch tickets when requested by the QA Representative

3. Pre-pour Inspection Records shall include the items to be checked as listed in the QCP.

4. Post-pour Inspection Records shall include the items to be checked as listed in the QCP. These records shall include all discovered variances from product dimensional tolerances.

5. Report of minor repairs made to each individual product.

6. The following written records shall be submitted to the QA Representative before product shipment:

(1) Elastomeric Bearing Pads - Product manufacturer's certification and supplier's letter of compliance.(2) Length measurement of beams within three days prior to shipping.(3) Product camber measurement within seven days prior to shipping.

7. Steel and Metal. For reinforcing bars, welded wire reinforcement, plate steel, and miscellaneous steel and metal products incorporated into the work, QC Manager shall review and maintain all certified mill test reports (CMTRs). QC Manager shall certify in writing that all steel and metal products comply with the Contract. When requested, QC Manager shall furnish copies of CMTRs to the QA Representative.

8. Post-tensioning Ducts. The responsible representative meeting the requirements of subsection 618.06 (b)(8) shall submit to the QA Representative a letter certifying that the ducts, duct splices, and anchorages are installed according to the Contract and that they have been inspected by the responsible representative of the post-tensioning system supplier and adequately held an air pressure after stressing and before grouting.

After stressing and before grouting, install all grout caps, inlets and outlets and test the duct with compressed air to determine if duct connections require repair. In the presence of the Engineer, pressurize the duct to 30 psi and lock-off the outside air source. Record pressure loss for one minute. A pressure loss of 15 psi is acceptable for ducts having a length equal to or less than 150 feet and a pressure loss of 9 psi is acceptable for ducts longer than 150 feet. If the pressure loss exceeds the allowable, repair leaking locations using methods approved by the Engineer and retest.

618.07 Fabrication.(a) Pretensioning - General. Prestressing shall be done with calibrated jacking equipment that conforms to the

requirements of subsection 618.10. Strands shall be tensioned in accordance with the approved sequence as indicated in the QCP. All indicating dials shall be at least 6 inches in diameter; calibrated digital display equipment is also acceptable.

The stressing sheet shall show the measurements, factors and computations for tension and elongation, including all stressing corrections; if these factors are not shown on the stressing sheet, they must be submitted with the shop drawing and calculation index. The applicable stressing corrections shall be applied at the time of final stressing. Before using any stressing correction for friction, the need for corrections shall be proven by load cell or dynamometer checks at both ends of the setup. Temporary overstressing shall not exceed 80 percent of the minimum ultimate tensile strength of the prestressing steel. Tensioned strands shall not be seated during temporary overstressing.

Tensioned strands shall maintain vertical and horizontal position, within allowable tolerances, as specified in subsection 618.14(b), throughout the entire length of the member; intermediate strand supports shall be used if the tolerances cannot be maintained. Tensioned strands shall not be entangled or intertwined with other strands, except for draped strands in the bundled area between hold down devices.

Page 64: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

64

A QC employee shall witness and verify final tensioning operations and record the jacking forces and the net measured elongations. Jacking force shall be recorded to the nearest 100 pound increment used. Net elongation shall be measured to the nearest ⅛ inch. Tensioning operations shall also meet the following requirements:

1. Initial tensioning shall not exceed 20 percent of the jacking force.

2. Tension load readings shall be taken from pressure gages, dynamometers or load cells. If pressure gages or dynamometers are used, the applied load shall register between 20 and 80 percent of the total reading capacity of the system. If load cells are used, the applied load shall register between 10 and 90 percent of the total load cell capacity. If a master gage system is used, a current certified calibrated graph or table correlating actual loads with the master gage readings, shall be given to the QA Representative.

3. The jacking force applied shall be within plus or minus 5 percent of the design jacking force. The net measured elongation shall be within plus or minus 5 percent of the calculated elongation; if net measured elongation is not within tolerance, the strand shall be stressed from both ends. The algebraic comparison of the variation between the jacking force and the net measured elongation shall agree within plus or minus 7 percent. If these three tolerances are not achieved, tensioning operations shall cease; all stressing deficiencies shall be corrected before regular tensioning operations resume.

4. If any wire or wires in a 7-wire strand breaks, whether or not that strand shall be removed and replaced shall be determined based on whether forces are within tolerances as specified in subsection 618.07(a)(3) and by referring to PCI MNL 116 5.2.6.

5. Strand or spliced strand that exhibits unraveling after stressing, shall be removed and replaced with a sound strand. Strand splices shall not fall within the member to be cast.

6. Strands that have received final tension shall be protected from temperature fluctuations greater than 40 °F until the time of concrete placement. The Contractor may apply stress corrections at the rate of 1 percent per 11 °F, for temperature variation between final tensioning and concrete placement. This requirement does not apply to self-stressing bed setups. The total stressing force applied shall not exceed 80 percent of the minimum ultimate tensile strength of the prestressing steel.

7. Tensioned prestressing steel shall be free from dirt, mud, ice, snow build up, oil, grease, paint, loose rust, and all other bond inhibiting substances prior to concrete placement. Visibly pitted strand shall not be used.

8. Draped Strand - Final stressing shall be accomplished by any of the methods described below:

A. Jacking in Draped Position. Final stressing shall begin at one end of the bed. Strands that do not meet the tension vs. elongation tolerances shall be jacked from the other end so that all tolerances are achieved. If all draped strands conform to tolerances after jacking at one end, the jacking force shall be verified on at least two strands at the opposite end.

B. Partial Stressing and Subsequent Strain. Initial and partial stress may be induced from either end of the bed. Final stress shall be attained by lifting or depressing the strands to the design location. Final stress and strain shall be applied in such a manner that uniform distribution of jacking force is attained throughout the bed setup and, all tension vs. elongation tolerances have been achieved. The distribution of force shall be verified on at least two strands at the opposite end.

C. Stage Tensioning. Initial tensioning shall be done from one end. Partial tensioning may then be performed from either end. When final stressing is completed, the sum of the partial elongations shall be used to verify that all tension vs. elongation tolerances have been achieved. This method may also be used for tensioning of straight strands.

9. Hold-down devices shall be placed within a 20 inch horizontal tolerance from the locations shown on the

Page 65: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

65

contract drawings if placement is moved toward the center of girder and within a 40 inch horizontal tolerance from the locations shown on the contract drawings if placement is moved toward the girder ends; if minimum or maximum placement locations are shown on the contract drawings, the placement tolerances shall not encroach beyond those locations.

The hold-down device shall not encumber or displace adjacent straight strands out of tolerance; and shall not produce nicking of any drape or bundled strands. The device shall secure the draped or bundled stands in the positions shown on the shop drawings, within all tolerances required by subsection 618.14(b).

(b) Combination Tensioned Members. Pretensioning of combination members shall be performed in accordance with subsection 618.07(a). All post-tensioning operations shall conform to subsection 618.07(c)

(c) Post-tensioning Method.

1. Bonded Post-tensioning and Grouting Systems Review. Upon review of the shop drawings, the Engineer will schedule a meeting with the Contractor to review the post-tensioning and grouting procedures to be used on the project. The following individuals shall be in attendance at this meeting:

(1) The Engineer and QA Representative.(2) The Contractor’s Superintendent.(3) The post-tensioning system supplier. This individual shall have the following qualifications:

(i) A Professional Engineer registered in the State of Colorado.(ii) Knowledgeable in the analysis of post-tensioned structures, the design required for shop drawing

development, field calculations for revising tendon elongations from the assumed parameters to the actual strand area and modulus used on the project as determined by tests conducted on the strand by CDOT, and stressing of tendons.

(iii) A holder of a current Certified Grout Technician Certificate from the American Segmental Bridge Institute (ASBI).

(iv) Able to be present during all tendon stressing and grouting to keep written records of these operations for submittal to the Engineer for review.

(4) A grout manufacturer’s field representative who is a full-time employee of the grout manufacturer, will provide technical product assistance to the grouting crew, and shall be present during start-up of grouting operations and shall be able to be present at the request of the Engineer should problems with the grout occur.

(5) The Contractor’s designee who will be in direct charge of the post-tensioning and grouting crews. This individual shall have the following qualifications:(i) Be skilled in the use of the post-tensioning and grouting equipment.(ii) Have at least three years experience on previous projects supervising the post-tensioning and

grouting of structures of similar type and magnitude.(iii) Present on the project during the installation of the post-tensioning system, stressing operations,

and grouting operations.(6) Contractor’s QC Manager.

(7) Other individuals as deemed necessary by the Contractor or Engineer.

Ten days prior to the Post-Tensioning and Grouting System Review meeting, the Contractor shall submit a written plan for grouting the ducts. Grouting shall not begin until the Engineer has provided written approval of the grouting plan. The grouting plan shall provide at least the following information:(1) The name, training, and experience records of the person supervising the grouting operations.(2) Other individuals as deemed necessary by the Contractor or Engineer.

Page 66: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

66

(3) Name of the grout material and the required certifications and test results.(4) Manufacturer and type of grout mixer and pump to be used, including provisions for back-up equipment

and spare parts. (5) Grouting procedure and the role of each person on the crew.(6) Theoretical grout volume calculations.(7) Method for closing all duct orifices as grouting progresses.(8) Air testing of ducts.(9) Grout mixing and pumping procedures.(10) Location of grout inlet and direction of pumping.(11) Procedures for handling blockages, procedures and equipment required for flushing ducts of grout if

necessary, and how and when it will be decided whether or not to flush ducts.(12) Methods to inspect behind anchorages, grout inlets and outlets, and vents for voids.(13) List of production testing along with acceptable values according to Table 618-1.(14) Acceptable specific gravities for mud balance test provided by the grout manufacturer.(15) Procedures for post grouting repair of all grout voids detected.

(16) Procedure for installing corrosion inhibitor inside tendons if necessary.

2. Alternative Post-tensioning Systems. The Contractor may choose to supply the design and details of the prestressing system shown on the plans or submit an alternative for approval. The following alternatives may be presented to the Engineer for his review and approval:

(1) Alternative anchorage systems. Alternative anchorage systems, including all associated anchor zone reinforcing steel associated with the alternative anchorage system, and all details of the alternative anchorage system shall be shown on approved shop drawings and stamped by a Professional Engineer registered in the State of Colorado and who is an employee of the post-tensioning system supplier or anchorage supplier.

(2) Alternative number or sizes of ducts. The duct pattern must conform to an acceptable pattern as indicated on the plans.

(3) Alternative jacking ends.

(4) Alternative number of strands, provided the minimum area of steel and the center of force matches that indicated on the plans.

(5) Alternative duct type, friction coefficients, or anchor set.

The stressing sequence, details, or procedures shall not differ from what is called for on the plans, such that it would cause a change in the jacking force times initial stress ratios at the critical points identified on the plans, beyond an acceptable tolerance of 0 to +5 percent.

If the Contractor elects to submit alternative details, the alternative details shall conform to the following:

(1) The final center of force shall match that as indicated on the plans.

(2) If the plans call for a tendon to be composed of a certain number of strands, the Contractor's alternative shall have that same tendon composed of the same number of strands.

(3) If the plans call for a tendon to be composed of bars, the Contractor's alternative shall have that same tendon composed of bars.

(4) If the plans call for ducts and tendons internal to the member, the Contractor's alternative shall also have internal ducts. Similarly, if the plans call for ducts and tendons external to the member, then the

Page 67: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

67

Contractor's alternative shall also have external ducts.

(5) The alternative shall include details or calculations supporting the adequacy of the Contractor's alternative as specified in the shop drawing and calculation requirements of this specification.

(6) Bridge cross-sectional geometries, dimensions, and clearances shall match those indicated on the plans, with the exception of girder flares near anchorages.

3. Duct Fabrication and Placement. Duct enclosures for prestressing steel shall be either rigid corrugated plastic or galvanized, corrugated, rigid ferrous metal.

Metal ducts shall be fabricated with either welded or interlocked seams. Galvanizing of the welded seams for metal ducts will not be required.

The ducts shall be mortar tight and accurately placed within ½ inch of the positions shown on the approved shop drawings. Ducts shall be securely fastened to maintain their correct alignment during placing of concrete. Joints between sections of duct shall be positive rigid connections which do not result in angle changes at the joints. Waterproof tape shall be used at the connections. Ducts shall be bent without crimping or flattening. Transition couplings connecting ducts to anchoring devices need not be galvanized. Ducts shall be free of kinks. All changes of direction shall have a radius of 20 feet, unless otherwise shown on the plans. Shrink sleeves at duct splices at closure pours shall be used.

The duct area shall be at least twice the net area of the prestressing steel for tendons composed of multiple wires, bars, or strands.

The duct diameter shall be at least ¼ inch larger than the nominal diameter of the wire, bar, or strand for tendons made up of a single wire, bar, or strand.

All ducts shall have grout openings at each end. Grout vents shall be provided at all high points and low points of draped tendons. In addition, at draped tendon high points, secondary high point gout vents shall be located three feet beyond all high points in the direction that the grout will be pumped.

Grout openings and vents shall be securely fastened to the ducts and forms or reinforcing steel to prevent displacement while placing concrete. The vents shall be mortar tight, taped as necessary and shall provide means for injection of grout. Ends of grout vents shall be removed to 1 inch inside the face of concrete surface after the grouting has been completed and the holes filled with an approved epoxy or non-shrink grout and finished smooth.

Prior to installation of the prestressing steel, the Contractor shall show that the ducts are free from debris and water. For ducts which are internal to the member, the Contractor shall show that the ducts are free from any blockage or damage from the concrete placing operations. The Contractor shall do this immediately after the concrete encasing the duct has achieved initial set. The precast fabricator shall be responsible for the condition of the ducts during fabrication if the member is precast.

The precast fabricator shall demonstrate to the QA Representative that the ducts are free and clear of any obstructions or damage and are able to accept the intended post-tensioning tendons by passing a torpedo through the ducts. A torpedo of the same cross-sectional shape as the duct that is 1/8 inch smaller all around than the clear, nominal inside dimension of the duct. No deductions shall be made to the torpedo section dimensions allowed in the manufacture or fixing of the ducts. For curved ducts the length shall be determined so that when both ends of the torpedo touch the outermost wall of the duct, the torpedo is 1/8 inch clear of the innermost wall. Acceptance shall be based on the torpedo passing through the duct easily. Nonconformance is when the torpedo does not pass through the ducts easily and shall be addressed per 618.13.

Once installed, the ducts (including the ends of the ducts at the anchorages, grout ports, and duct vents) shall be sealed immediately to prevent the entry of water or other debris until the tendons are grouted.

Page 68: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

68

The use of water soluble oil in the ducts and flushing the ducts with water will not be allowed.

4. Post-tensioning Equipment and Procedure.

Installing Tendons. Excess water in ducts shall be removed by blowing oil-free compressed air through the ducts.

Post-tensioning strands to make up tendon shall be pushed or pulled through the ducts using methods which will not snag on any lips or joints in the ducts.

The ends of strands which are pushed through the duct shall be rounded off or fitted with a smooth protective cap. Strand that is pushed shall not be intentionally rotated by any mechanical device during the installation of the post-tensioning into the duct.

The ends of strands which are pulled through the duct shall be assembled to form the tendon and pulled using a special steel wire sock (“Chinese finger”) or other device attached to the end. The ends of the strands may be electric arc welded together for this purpose as long as at least 1 foot to 5 ft of the strands from the welded end, depending on size of tendon, is removed after installation. The ends of strands of the pre-assembled tendon shall be rounded to facilitate smooth passage through the duct.

Cut strands using an abrasive saw or equal. Flame cutting or plasma cutting of strands is allowed only with permission from the Engineer.

The responsible representative shall be present at all times during stressing of bonded post-tensioned members.

Tensioning shall be done with approved jacking equipment. Hydraulic jacks shall be equipped with accurate pressure gauges at least 6 inches in diameter. The combination of jack and gauge shall have been calibrated within the last 12 months, in accordance with subsection 618.10(a). A certified calibration chart, graph, or table showing this calibration of the jack and gauge combination shall be furnished to the Engineer. The range of calibrations shall encompass the range of required forces indicated on the shop plans. The jacking equipment shall be capable of simultaneously stressing all wires, strands, or bars for each individual tendon.

Tendons shall be stressed in accordance with the sequence as indicated on the approved shop drawings. If the Contractor chooses to deviate from the sequence, the Contractor shall resubmit the shop drawings for approval. The sequence shall not cause stresses in excess of the maximum allowable stresses shown on the plans.

Tendons shall be preloaded to 20 percent of their total jacking force, before measuring elongations.

Measured elongations shall be within ± 7 percent of the calculated values, unless otherwise approved by the Engineer.

A broken or damaged strand is cause for rejection of the tendon. If a strand is rejected, the remaining strands in the tendon will be evaluated by the Engineer for reuse.

Where dead end anchorages and tendons are accessible, the anchorage system and length of projecting prestressing steel shall permit jacking with the same jacking equipment that was used on the live end.

Tendon projections at the live end and accessible dead ends shall not be cut off until all post-tensioning is completed and accepted.

The representative of the post-tensioning system supplier shall keep a record of the following items for each tendon installed and provide a copy to the Engineer the day stressing is completed:

(1) Project name and number.(2) Contractor and subcontractor.

Page 69: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

69

(3) Tendon location, strand diameter, and number of strands.(4) Date strand was first installed in the ducts.(5) Heat number of the strands.(6) Assumed and actual strand cross-sectional area and modulus of elasticity.(7) Date stressed.(8) Date of calibration of the jack and pressure gauge combination with their identification numbers.(9) Required initial and final jacking force and the gauge pressure.(10) Anticipated and actual elongations and anchor set.(11) All deviations from the plans, specifications, and approved shop drawings shall be brought to the

attention of the Engineer for immediate resolution.

618.08 Post-Tensioning Anchorages and Distribution. Prestressing steel shall be secured at the ends by means of approved permanent type anchoring devices.

Anchorages and couplers shall develop at least 95 percent of the minimum specified ultimate strength of the prestressing steel. The coupling of tendons shall not reduce the elongation at rupture below the requirements of the tendon itself. Couplers and coupler components shall be enclosed in housings long enough to permit necessary movements. Couplers for tendons shall be used only at locations specifically indicated or approved by the Engineer.

Couplers shall not be used at points of sharp tendon curvature.

Permanent anchorage grout caps are required and shall be installed before grouting begins.

Anchorage devices shall have a minimum clear concrete or grout coverage of 2 inches in every direction. Alternative corrosion protection methods for anchorages shall be shown on the shop drawings submitted by the Contractor.

The prestressing force shall be effectively distributed to the concrete by means of an approved anchoring device. Such devices shall conform to the following requirements:

(1) The average concrete bearing stresses on the concrete-created anchorage distribution plates shall not exceed the values allowed by the following equations:

During jacking:

cib

bcicp f

AA

ff '25.12.0'

'8.0

After jacking:

cb

bcicp f

AA

ff '25.12.0'

'6.0

Where:

fcp = permissible compressive concrete stress f'ci = compressive strength of concrete at time of jacking f'c = compressive strength of concrete A'b = maximum area of the portion of the concrete anchorage surface that is geometrically similar

to and concentric with the area of the anchorage Ab = bearing of the anchorage

Page 70: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

70

If bursting steel is not used, the peak bearing pressure on the concrete at the time of jacking from the distribution plate shall not exceed 0.90 f'ci. If the distribution plate or anchorage device is within 4 inches of any concrete edge or corner or another distribution plate or anchorage device, the pressure on the concrete shall not exceed 0.70 f'ci. Construction joints shall not pass under distribution plates or anchors.

(2) Bending moments in the plates or assemblies induced by the pull of the prestressing steel shall not exceed the plastic strength of the material or cause visible distortion of the distribution plate when 100 percent of the ultimate prestress load is applied as determined by the Engineer.

(3) Distribution plates may be omitted if the anchorage device distributes the stresses in the concrete consistent with these specifications, and provided that this anchorage device is used in conjunction with embedded bursting and splitting reinforcement.

618.09 Bonding and Grouting.(a) General. Post-tensioned prestressing steel shall be bonded by completely filling the void space within a duct

with grout. Prestressing steel to be bonded shall be free of dirt, loose rust, or other deleterious substances. The ducts shall be kept free of water, dirt, or other deleterious foreign materials that will inhibit bond until the tendons are grouted. Time from installing the prestressing steel in the ducts in an unstressed condition to grouting after stressing shall not exceed thirty days. If a corrosion inhibitor, as specified below, is used on the strands in the ducts, the time limit shall not exceed sixty days. Grouting shall proceed as soon as possible after stressing of the prestressing steel in the ducts. If a corrosion inhibitor is used on the strands in the ducts, it shall be applied after post-tensioning is completed and accepted and grouting accessories are installed so that tendons are sealed. The post-tensioning system installer shall submit an installation log. A copy of the log that documents the day the strands were installed within the duct and the corrosion inhibitor applied to the strands in the duct, with the duct given an identification easily referenced to the plans, shall be provided to the Engineer. All pertinent product numbers, the brand and the corrosion inhibitor type shall be documented in the log. Verfication shall be made weekly that the tendons remain sealed and grout vents, drains and caps have not been damaged.

(b) Grout. Grout shall be prepackaged in bags.

The following information shall be printed on the grout bags: product name, name of the producer, date of packaging, lot number, and mixing instructions.

Grout shall not contain any lumps or other evidence of hydration.

The grout shall not contain aluminum powder or compounds, which will produce hydrogen gas, carbon dioxide, or oxygen. In addition, the grout shall not contain fluorides, sulphites, nitrates,, or acid-soluble chloride ions which exceed 0.08 percent by weight of the cementitious materials. The Contractor shall provide the Engineer with written certification from the grout manufacturer that the grout does not contain or produce these elements or compounds with the grouting plan.

The grout shall conform to the following Standard and Modified ASTM Tests in Table 618-1 when mixed in accordance with the manufacturer's instructions:

Page 71: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

71

Table 618-1

Property Test Value Test Method

Total Chloride IonsMax. 0.08% by weight ofCementitious material

ASTM C 1152

Fine Aggregate (If utilized) Max. Size: 300 µm

(No. 50 Sieve) ASTM C 33

Volume Change at 24 hours and 28 days

0.0% to + 0.3% ASTM C 1090 1

Expansion0.0%(minimum)2%(maximum) for up to 3 hours

ASTM C 940

Compressive Strength at 28 days (Average of 3 cubes)

7,000 psi minimum ASTM C 942

Initial set of the grout 3 hours minimum12 hours maximum ASTM C 953

Bleeding at 3 hours Maximum 0.0 % ASTM C 940 4

Permeability at 28 days

Maximum 2500 coulombsAt 30 Volts for 6 hours

ASTM C 1202

FLUIDITY TEST 2Efflux Time fromFlow Cone ASTM Method

11 Seconds Minimum30 Seconds Maximum

ASTM C 939

(a) Immediately after mixing OR

5 Seconds Minimum30 Seconds Maximum

ASTM C 939 3

30 Seconds Maximum ASTM C939(b) 30 minutes after

mixing with remixing for 30 seconds

OR30 Seconds Maximum

ASTM C 939 3

Table 618-1 and footnotes continued on next page.

Page 72: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

72

Footnotes for Table 618-11 ASTM C 1090 shall be modified to include verification at both 24 hours and 28 days.2 Adjustments to flow rates shall be achieved by strict compliance with the manufacturer’s recommendations.3 Grout fluidity shall meet either the Standard ASTM C 939 flow cone test or the Modified Test described herein. Modify the ASTM C 939 Test by filling the cone to the top instead of to the standard level. The efflux time is the time to fill a one liter container placed directly under the flow cone.4 ASTM C 940 shall be modified to conform with the wick induced bleed test as follows:

(i) Use a wick made of a 20 inch length of ASTM A 416 seven wire 0.5 inch diameter strand. Wrap the strand with two inch wide duct or electrical tape at each end prior to cutting to avoid splaying to the wires when it is cut. Degrease (with acetone or hexane solvent) and wire brush to remove any surface rust on the strand before temperature conditioning.

(ii) Condition the dry ingredients, mixing water, prestressing strand and test apparatus overnight to 65 to 75 °F.

(iii) Mix the conditioned dry ingredients with the conditioned mixing water and place 800 ml of the resulting grout into the 1,000 ml cylinder. Measure and record the level of the top of the grout.

(iv) Completely insert the strand into the graduated cylinder. Center and fasten the strand so it remains essentially parallel to the vertical axis of the cylinder. Measure and record the level of the top of the grout.

(v) Store the mixed grout at the temperature range listed in (ii).

(vi) Measure the level of the bleed water every 15 minutes for the first hour and hourly for two successive readings thereafter.

(vii) Calculate the bleed water, if any, at the end of the three hour test period and the resulting expansion In accordance with the procedures outlined in ASTM C 940, with the quantity of bleed water expressed as a percent of the initial grout volume. Note if the bleed water remains above or below the top of the original grout height. Note if any bleed water is absorbed into the specimen during the test.

Grout used on the project shall have been sampled and tested within the last twelve months in accordance with the above referenced test procedures. The Contractor shall provide certified test reports for the grout used on the project from an independent AASHTO Accredited Laboratory and a sample of the grout for evaluation by the Department with the plan for grouting the ducts. The grout sample submitted to the Project

Page 73: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

73

shall be at least 2,000 grams in a sealed container. Grout which does not meet the above requirements shall not be used.

(c) Mixing of Grout. All grout shall be mixed with a high speed shear (colloidal) mixer.

(d) Grouting. All grouting operations shall be performed under the immediate control of the Contractor’s designee. An individual of the post-tensioning system supplier, who possesses an ASBI Certified Grouting Technician Certificate and the grout supplier’s field representative shall be available to provide technical expertise to the Contractor’s designee as required during grouting.

The Contractor shall either perform or contract a commercial testing entity experienced with the following tests, in the presence of the Inspector/Engineer and report the results to the Engineer:

(1) One pressure bleed test per day in accordance with the “Schupack Pressure Bleed Test” using a Gelman Filter in accordance with the requirements in Appendix C of the “Specification for Grouting of Post-Tensioned Structures” by the Post-Tensioning Institute. The Gelman filtration funnel shall be secured vertically plumb in a stand. The maximum percent bleed shall be zero when the funnel is pressurized to 50 psi for evaluating installed ducts having a vertical rise greater than 6 feet; the maximum percent bleed shall be 2percent when the funnel is pressurized to 30 psi for evaluating installed ducts having a vertical rise greater than 2 feet but less than 6 feet; and the maximum percent bleed shall be 4 percent when the funnel is pressurized to 20 psi for evaluating installed ducts having a vertical rise that is less than 2 feet.

(2) Two mud balance tests, one at grout mixer and one at duct outlet, per day or when there is a visual or apparent change in the characteristics of the grout in accordance with the API Recommended Practice 13B-1 “Standard Procedure for Field Testing Water-Based Drilling Fluids”. Acceptable specific gravity values for the grout shall be provided by the grout manufacturer and included with the grouting plan.

(3) Minimum of one strength test per day in accordance with ASTM C942 and the minimum 28 day compressive strength shall be 7000 psi.

(4) Minimum of two fluidity tests (flow cone) – one at the mixer and one at the duct outlet in accordance with ASTM C939, “Standard Tests Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method)”. The efflux time shall be as shown in Table 618-1.

Grout shall be injected from the lowest end of a tendon to the highest end in an uphill direction. A continuous, one-way flow of grout shall be maintained for each duct.

All grout vent openings shall be open when grouting starts. Grout shall be allowed to flow to the first vent from the inlet pipe until residual slugs of water or entrapped air have been eliminated and the grout has the same consistency as that of the grout being injected. The vent shall then be capped or otherwise closed. Remaining vents shall be capped or closed in sequence in the same manner except that at draped tendon high points, the secondary vents placed a short distance downstream from the high point vent shall be closed before the highpoint vent.

The Contractor shall inspect the interiors of box girders during grouting operations for grout leakage. Leaks shall be sealed before grouting is continued.

Grout shall be pumped through the duct and continuously wasted at the outlet pipe until all visible slugs of water or air are ejected. To insure that the tendon remains filled with grout, the outlet shall be closed and the pumping pressure allowed to build to a minimum of 75 psi and held for one minute before the inlet vent is closed.

For all vertical tendons that are 20 feet and taller, a standpipe shall be provided at the upper end of the tendon to collect bleed water and allow it to be removed from the grout. This device shall be designed with commercial steel plumbing fittings so that the grout level will not drop below the elevation at the highest point in the upper anchorage device due to bleeding. If the level of the grout drops below the highest point in the upper

Page 74: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

74

anchorage device, additional grout shall immediately be added to the standpipe. After the grout has hardened, the standpipe shall be removed.

For vertical internal tendons, if the grouting pressure exceeds the maximum recommended pumping pressure, the grout shall be injected at increasingly higher outlets (which become inlets) that have been or are ready to be closed as long as one-way flow of grout is maintained. Grout shall be allowed to flow from each outlet until all slugs of air and water have been purged prior to using that outlet for injection.

Plugs, caps, and valves thus required shall not be removed or opened until the grout has set.

The Contractor shall monitor all anchorages, grout ports and vents periodically until the grout sets. The Engineer shall be notified if bleed water is dripping from these locations. Bleed water may be an indication of voids and will require investigation by the Contractor after the grout sets.

After the grout has set, the grout port and vent plugs shall be removed. The Contractor shall inspect the tendon anchorages, grout ports and vents for voids or other evidence of incomplete grouting. If evidence is found of voids in these areas, the Contractor shall submit a plan for regrouting the voids to the Engineer for approval. All costs for remedial grouting will not be measured and paid for separately but shall be included in the work.

(e) Temperature Considerations.

The temperature of the concrete adjacent to the ducts shall be 40 °F or higher from the time of grouting until site cured 2-inch grout cubes, tested in accordance with AASHTO T 106, reach a minimum compressive strength of 800 psi.

Grout shall be between 40 and 90 °F during mixing and pumping. If necessary, the mixing water shall be heated or cooled.

If a special cold weather grout is selected for shear key grouting operations, the prestressed girders shall be heated to raise the temperature at least 2 degrees above the minimum temperature required for placement of the grout product selected. This same minimum temperature shall be maintained throughout the minimum curing period to achieve 4000 psi in compliance with all manufacturers requirements.

618.10 Equipment. Equipment used for fabrication of pretensioned and combination tensioned members shall conform to the following requirements:

(a) Jacking Equipment and Load Cells. All equipment shall be calibrated as a system that represents actual use. Jacks, gage and pump systems, and load cells shall be calibrated at intervals not longer than 12 months, or whenever the tensioning system yields erratic results. Master gage systems shall be calibrated at intervals not longer than six months, or whenever the tensioning system yields erratic results. If load, sensor or indicator components are replaced or repaired, the system shall be recalibrated before resuming jacking operations. System error shall not exceed plus or minus 1 percent of the applied loads.

Calibration shall be performed by an agency or service that uses equipment certified by the National Institute for Standards and Technology (NIST). Accuracy of the calibration equipment shall be traceable to the NIST records. The calibration procedures used shall conform to ASTM Standard Practices E 4 and E 74. Each time that calibration verification is performed, a copy of the certified test report shall be furnished to the QA representative or the Engineer.

(b) Concrete Batching Equipment. The weighing system shall be calibrated at intervals no longer than 12 months. If disassembly, replacement, damage or repair of scales or balance indicators should occur, the weighing system shall be recalibrated before resumption of mix operations. Scale calibrations shall be performed in conformance with the State of Colorado - Department of Agriculture requirements. Current calibration labels shall be visibly displayed on the equipment.

Page 75: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

75

The batching system shall record the weights of all concrete mix ingredients for each batch. Ingredient weights shall meet the requirements of ASTM C 94, Section 8, Measuring Materials.

The batching system shall be equipped with a flow meter which measures the weight or volume of the added mixing water within plus or minus 1 percent of the total water added to each batch.

(c) Concrete Load Testing Machine. The test machine shall meet the requirements of ASTM C 39.

(d) Concrete Cylinder Molds. Shall meet the requirements of ASTM C470.

(e) Forms. Forms shall be sufficiently mortar tight to minimize fresh mortar paste leakage, and sufficiently rigid to prevent product distortion due to concrete pressure or consolidation operations. Form joints shall be kept clean, smooth and adjusted to minimize form finish irregularities.

Forms shall be constructed and erected to produce units that conform to the product dimensional tolerances required by subsection 618.14(b); the forms shall also meet smoothness tolerances required by this subsection.

Forms shall be treated with a form release agent that does not adhere to or significantly discolor the final concrete product.

Forms that have known deviations from the typical sections shown on the plans shall be approved by the Engineer before use. The deviations shall be submitted on working or shop drawings.

(f) Miscellaneous Test Equipment. All miscellaneous test equipment used during fabrication shall be kept in a condition such that accurate test results are obtained. Proper equipment maintenance and calibration shall be the responsibility of the Contractor's QC section.

618.11 Concrete for Pretensioned and Combination Tensioned Products. The Contractor shall furnish and place concrete according to this subsection.

(a) Classification. Concrete shall be designated as class PS. The Contractor shall be responsible for the actual mix proportions and adjustments necessary to produce the specified strength. The specified strengths and air content shall be as stated on the plans. Fly ash may be substituted for hydraulic cement up to a maximum of 25 percent by weight. If fly ash is used in the mix, the weight of the total cementitious material content shall be the sum of the weights of the hydraulic cement and fly ash.

When voluntary use of fly ash by the Contractor results in delays, changes in mix quantities or materials sources, or unsatisfactory work, the costs of such delays, changes or corrective actions shall be borne by the Contractor.

(b) Concrete Mix Components. Materials sources shall be listed in the Contractor's QCP. The QC Manager must notify the QA representative in writing before changing the sources as listed in the QCP. For new sources, the Contractor must submit certified data for review and acceptance by the Engineer, at least 30 days before the sources can be used for production. Materials shall conform to the requirements of subsection 618.02(c).

(c) Proportioning. The minimum total cementitious material content shall be 610 pounds per cubic yard of concrete. Fine aggregates shall not exceed 55 percent of the total aggregate volume. Aggregates from different sources and of different gradings shall not be stockpiled together.

(d) Batching and Mixing. Concrete shall be batched and mixed according to ASTM C 94.

(e) Placing Concrete. Forms shall be free of dirt, mortar, debris, and foreign substances before depositing the fresh concrete. Rust areas shall be cleaned to prevent rust staining of the finished products.

The concrete shall be consolidated with suitable mechanical vibrating equipment. Vibration time shall be of sufficient duration to accomplish adequate consolidation throughout the entire product, but shall not be prolonged to the point that segregation of the fresh concrete occurs.

Page 76: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

76

The Contractor shall use the procedures listed in the QCP, to protect the freshly deposited concrete from rapid drying and surface moisture loss due to extreme ambient or climatic conditions.

Temperature limitations are as follows:

1. The temperature of the plastic concrete during placement operations shall not be lower than 50 °F.

2. Mixed concrete that has a temperature in excess of 90 °F shall not be placed.

3. Unless a suitable retarder is used the concrete shall be deposited in place within 90 minutes after batching; any load or portion of a load shall not be placed after the 90 minute limit.

4. Inner form temperature shall be within 40 °F of the fresh concrete temperature at time of concrete placement.

5. Minimum inner form temperature shall be 40 °F at the time of concrete placement.

6. Maximum inner form temperature shall be 130 °F at the time of concrete placement.

(f) Finishing Fresh Concrete. Open surfaces of fresh concrete shall be worked as little as possible to obtain the finish shown on the plans. Water shall not be added to the surfaces to ease finishing. Excessive water or laitance brought to the surface through vibration shall be removed before the surface is final finished. All hand finishing, required for precast members that have surfaces that become part of the final bridge deck surface, shall be performed in conformance with subsection 601.12(a).

Monomolecular film coatings or fogging systems, as approved by the QA Representative, may be used to retard evaporation during extreme ambient conditions. Application methods shall deposit a fine mist spray over the concrete surface. Streaming, puddling, or droplet application of coatings shall not be permitted. The concrete surfaces shall not be reworked after application of mist.

(g) Concrete Testing. The Contractor's QC section shall make representative cylinder test specimens for QC/QA testing. The Contractor shall forward test cylinders to the QA representative, for 28-day strength tests, and for shipping strength tests as required by subsection 618.15. Concrete tests shall be performed in accordance with the following requirements:

1. Test cylinder specimens shall be made in accordance with ASTM C 31. Vibration consolidation shall not be allowed unless the slump is less than 1 inch. Specimens shall be cured as listed in the accepted QCP.

2. Cylinders shall be tested in accordance with ASTM C 39. The average strength of at least two test cylinders shall be greater than the minimum required strength. No individual strength test shall be more than 7 percent below the minimum required strength.

3. Cylinder test specimens shall be made to verify stress transfer strength and to verify 28-day design strength. If the products will be shipped prior to 28-day testing, additional test specimens shall be available to verify product strength prior to shipment.

4. Representative cylinders shall be molded for each 50 cubic yards or portion thereof, for each different concrete mix design used per day per product line.

5. Air Content, when specified, shall be determined in accordance with either ASTM C 173 or ASTM C 231. Air entrained mixes shall be tested a minimum of once per day to assure specified air entrainment.

7. Slump of fresh concrete shall be determined in accordance with ASTM C 143. The slump shall be tested whenever test cylinder sets are made.

8. Unit Weight of fresh concrete shall be determined in accordance with ASTM C 138. Unit weight shall be tested a minimum of once per day for each different concrete mix design used.

9. Temperature of fresh concrete shall be taken as needed, to assure compliance with the temperature

Page 77: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

77

requirements.

618.12 Curing. (a) Pretensioned and Combination Tensioned Members. Members shall be uniformly cured from the time of

concrete placement until at least two representative product test specimens achieve an average strength that meets or exceeds 0.7 f 'c, or the specified release strength, f 'ci, whichever is higher.

Where:

f 'c = 28 Day Compressive Strength of Concretef 'c i = Required Concrete Strength at Release of Prestress Force

Additional curing requirements shall be maintained until the above strength requirements are achieved, and are as follows:

1. Exposed concrete surfaces shall be kept moist from the time of concrete placement until the freshly finished concrete is covered with an enclosure that retains heat and moisture. After enclosure, moist curing shall be maintained at a minimum 70 percent relative humidity.

The Contractor shall monitor the temperature and humidity conditions from the initial curing period through the end of the accelerated curing stage.

2. Temperature of the concrete shall be maintained above 50 °F.

3. The internal and surface temperature of the concrete shall not exceed 160 °F.

4. Concrete shall attain initial set prior to application of the accelerated curing cycle. If initial set was not determined in accordance with ASTM C 403, accelerated curing shall not be induced for 4 hours, or 6 hours if retarding admixtures are used.

While waiting for the initial set period, low cycle heat may be applied to maintain the curing chamber temperature; however, the temperature rise shall not exceed 10 °F per hour during the waiting period.

5. The rise in temperature in the curing chamber during accelerated curing cycle shall not exceed 40 °F per hour.

(b) Cast-in-Place Members. The curing of cast-in-place members shall conform to the requirements of subsection 601.13. The concrete shall not be exposed to temperatures below freezing for six days after casting, or until it has reached the strength required for applying the prestressing force. The minimum strength of the concrete shall be at least, 3500 psi for post-tensioned members, or as given on the plans whichever is greater, before prestressing.

(c) Other Precast Members. Precast members that do not contain pretensioned steel shall meet curing requirements as follows:

1. Exposed surfaces of freshly finished concrete shall be covered with moisture retaining material, or shall be treated with a concrete curing compound approved by the QA representative.

2. Temperature of the concrete shall be maintained above 50 ° F from the time of concrete placement until the curing is complete.

3. Uniform curing shall continue until at least two representative product test specimens achieve an average strength that meets or exceeds 0.7 f 'c or the specified release strength f 'c i, whichever is higher.

4. The internal and surface temperature of the concrete shall not exceed 150 ° F.

Page 78: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

78

618.13 Repairs of Pretensioned and Combination Tensioned Members. Repairable product defects discovered during QC or QA inspection, shall be corrected at the Contractor's expense prior to shipping. Damage incurred during handling, storage, shipment and erection shall be repaired or replaced at the Contractor's expense.

Defects shall be categorized as minor, structural, or rejectable. The QC section shall examine and record all defects. The QC section shall submit a written proposal for minor repairs to the QA Representative for review and acceptance prior to correcting the minor defects. The proposal shall also address the measures the Contractor will take to prevent recurring defects in future members. The QA Representative will approve, or reject, the finished repair work in writing.

Small production holes that are less than ½ inch in depth and less than 1 square inch in surface area, shall not be considered defects. Larger production holes shall be repaired according to the procedures listed in the QCP.

Structural and rejectable defects shall be examined by the Contractor's Engineer. A written proposal for repair of structural or rejectable defects shall be submitted to the QA Representative for review and acceptance prior to correcting any defects. The proposal shall include a detailed description and sketch of the defects, detailed repair procedures, description of repair materials, and the methods the Contractor will use to evaluate the finished repair work. The proposal shall also include the measures the Contractor will take to prevent recurring defects in future members.

Completed repairs shall be cured as needed to ensure soundness of the reworked area.

The defect categories and repair requirements are defined as follows:

(a) Minor Defects. Minor defects are those which do not affect the ability of the product to withstand service orconstruction loads. Minor defects include superficial discontinuities such as cracks; small spalls, voids andhoneycombed areas; and defects that do not extend beyond the centerline of any reinforcing steel or into anyelements of the tensioning system. Minor defects of other types may also be designated by the QARepresentative.

Repair methods shall not affect the structural integrity of the product. The finished repair work shall meet theapproval of the QA Representative and the Engineer.

(b) Structural Defects. Structural defects, as determined by the QA Representative or the Engineer, includedefects which may impair the ability of the product to adequately withstand construction or service loads.Defects that extend beyond the centerline of any reinforcing steel or into any element of the tensioning systemare classified as structural defects. Such defects also include cracks, spalls, honeycombed areas, voidedareas, significant concrete breakage areas, cold joints, and segregated concrete areas. Structural defects ofother types may also be designated by the QA Representative or the Engineer.

Repair methods shall adequately restore structural integrity of the product. When repairs have beencompleted, the Contractor's Engineer shall examine and analyze the product for construction and service loadability, and certify in writing that the repair work is structurally adequate. Evaluation and test data shall besubmitted along with the written certification. The finished repair work, including aesthetic acceptability, shallmeet the approval of the Engineer.

(c) Rejectable Defects. Rejectable defects or damages, as determined by the QA Representative or the Engineer,are those which impair the ability of the product to adequately withstand construction or service loads, andwhich cannot be successfully repaired to structural and architectural acceptability. Structurally defective orrejected products shall not be incorporated into the work but shall be replaced with acceptable productssupplied at the Contractor's expense.

Damaged and defective products will also be rejected by the QA Representative for the following reasons:

1. Failure by the Contractor's Engineer to approve and submit proposed repair procedures in writing beforerepair work begins.

Page 79: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

79

2. Failure by the Contractor to execute the repair work according to QA approved procedures.

3. Failure by the Contractor to provide written certification of acceptable structural repair, along with submittalof evaluation and test data, if applicable.

4. Failure by the Contractor to correct recurring defects.

5. Determination by the QA Representative that the work, or materials used in the work, does not meet allcontract requirements.

618.14 Other Fabrication Requirements for Pretensioned and Combination Tensioned Members.(a) Finishing Hardened Concrete Products. Finished and repaired areas shall reasonably match the coloration

and profile characteristics of the adjacent concrete. Loose concretious laitance shall be removed from theproduct before storage.

Each finished product shall clearly display legible identification markings that show the cast date, piece markand unique sub-mark. The marking shall also identify the setup location where the product was cast.

Finishing operations shall also conform to the following requirements:

1. Excessive laitance and unsound rubble shall be removed from surfaces to be bonded.

2. Fins and irregular projections shall be removed from the formed surfaces.

3. Bulges or offsets on the formed surfaces greater than ¼ inch shall be smoothed by stoning, sawing, orgrinding.

4. Dented and inset surfaces greater than 4 square inches in area and deeper than ½ inch shall require awritten repair proposal before repair or finish work begins.

5. Patches in areas of exposed steel or prestressing strand shall be bonded with an approved bonding agentand patched with an approved non-shrink grout.

6. If liquid membrane curing compounds are used on the concrete surfaces which are to be bonded, theyshall be removed by sandblasting, prior to shipping the product.

(b) Product Dimensional Tolerances. Tolerances for prestressed concrete products shall meet the unit tabulationslisted in the PCI Manual MNL-116, unless otherwise stated in the Contract. The PCI tolerance figures andtabulations shall be specification requirements. Out-of-dimensional-tolerance variations shall be considereddefects and shall be examined and evaluated by the Contractor's Engineer. The evaluation shall be submittedto the QA Representative in writing and shall contain written opinion of structural adequacy as determined bythe Contractor's Engineer. The submittal shall meet the approval of the Engineer. Failure to submit the writtenevaluation and opinion will be cause for rejection.

The following work or products shall meet the specific PCI tolerance requirements described as follows, unlessotherwise specified in the plans:

(1) Bulb-Tee Sections shall conform to Division VI, I-Beams.

(2) G-Series Sections shall conform to Division VI, I-Beams.

(3) Box Girders and U-Girders shall conform to Division VI, Box Beams.

(4) Deck Panels shall conform to the dimensional tolerances as listed in the PCI Special Report JR-343-88,Chapter 4, or the updated published edition thereof.

(c) Handling, Storage, Shipment and Erection. The Contractor shall handle the product in such a manner as toprevent cracking or damage. Cracked or damaged products shall be inspected by the QC section and repairedin accordance with subsection 618.13, or replaced at the Contractor's expense.

Page 80: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

80

Braces, trusses, chains, cables, or other metal devices used for handling, storing, shipping, or erecting shall be adequately padded at points in contact with the concrete, to prevent chipping of the finished product.

Beam sections shall be handled, stored, shipped and erected with supports and devices that maintain the product in an upright position. Deck panels shall be lifted as directed in the Contract unless alternative lifting methods are allowed by the Engineer. Lifting of more than one panel at a time shall not cause panel cracking. Methods for multiple lifting of panels shall be shown on the working or shop drawings. Panel products shall be stacked in such a manner that damage does not occur.

Pre-cast concrete members shall be erected to prevent damage to all elements of the structure and in a safe manner. Pre-cast concrete members to which the erection specification applies are those members that bear on the substructure of a bridge. The primary members such as beams and girders shall be temporarily anchored and braced as they are erected to preclude detrimental movement in any direction, and to prevent overturning and buckling. Struts, bracing, tie cables, and other devices used for temporary restraint shall be considered falsework and shall be designed to resist all loads imposed during each stage of construction until the deck concrete has attained the Field Compressive Strength shown in Table 601-1.

At least one week prior to the Pre-Erection Conference, the Contractor shall approve, sign and submit an Erection Plan to the Engineer for record purposes only. The Erection Plan shall be stamped “Approved for Construction” and signed by the Contractor. The Erection Plan will not be approved by the Engineer. If falsework is required, falsework drawings shall conform to and be submitted in accordance with subsection 601.11.

The Erection Plan and procedure shall provide complete details of the erection process with dimension tolerances including:

(1) Falsework, struts, bracing, tie cables and other devices, material properties and specifications for temporary works, bolt torque requirements prior to releasing girders from the cranes (if required), connection details and attachments to other structure components or objects;

(2) Procedure and sequence of operations, including a detailed schedule with completion times for work items that complies with the working hour limitations;

(3) Minimum load chart lift capacity, outrigger size and reactions for each crane;

(4) Assumed loads and girder weights, lift points, lifting devices, spreaders, and angle of lifting cables.

(5) Girder stresses at critical points along the girder length during progressive stages of erection shall be investigated to assure that the structural integrity and stability of the girders is maintained. Stresses at lift points induced as a result of lifting shall be investigated and adequate bracing provided as indicated by the analysis.

(6) Locations of cranes, trucks delivering girders, and the location of cranes and outriggers relative to other structures, including retaining walls, wingwalls and utilities.

(7) Drawings, notes, catalog data showing the manufacturer’s recommendations or performance tests, and calculations clearly showing the above listed details, assumptions, and dimensions.

(8) Contingency plans detailing what measures the Contractor will take in case of inclement weather (forecast or actual), equipment failure, delivery interruption, and slower than planned production.

A Pre-Erection Conference will be held at least one week prior to the beginning of erection. The Engineer, Contractor, erection subcontractor, and the Contractor’s Engineer shall attend the meeting. The erection subcontractor shall demonstrate his knowledge and familiarity of where the piece marks are located on the components to be erected, their orientation in the erected structure, and the shop drawing piece mark convention used by the girder fabricator at the Pre-Erection Conference. The girder fabricator shall either

Page 81: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

81

attend the meeting or participate in the conference, by way of speaker telephone. Participation is required during that portion in which the piece marks are discussed. The girder fabricator shall state whether the erection subcontractor has demonstrated a correct understanding of the piece marks, and if not, correct any misunderstanding.

Additional Pre-Erection conferences may be required for subsequent phases of construction, or for phases that differ from the original construction plan, as directed by the Engineer. Additional conferences may also be requested by the Contractor, and approved by the Engineer.

The Contractor shall submit a final Erection Plan to the Engineer prior to girder erection for record purposes only. The Contractor’s Engineer shall sign and seal (1), (5), and (7) listed above in the final Erection Plan. The final Erection Plan shall be stamped “Approved for Construction” and signed by the Contractor. The final Erection Plan will not be approved by the Engineer.

When a bridge spans traffic of any kind, except for construction traffic and the Contractor’s employees, the Contractor’s Engineer shall inspect and provide written approval of the erected girders prior to opening the area beneath the girders to traffic. For this specification, traffic is defined as the vehicles, railroad, pedestrians and watercraft moving along a route. The Contractor shall perform daily inspections of the erected girders and other permanent and temporary bridge elements until the deck concrete has attained the Field Compressive Strength. The Contractor’s Engineer shall provide an inspection form to the Engineer and the Contractor that lists the items the Contractor will document during the daily inspection of the erected girders. The inspection form shall include inspection items specific to each bridge being constructed. The Contractor shall provide the Engineer and the Contractor’s Engineer with written documentation of these inspections within 24 hours of each inspection.

All temporary struts, bracing, tie cables, other devices and extra material required shall be removed upon completion of the structure.

Falsework shall conform to subsection 601.11.

618.15 Product Shipping Strength for Pretensioned and Combination Tensioned Members. Products shall not be shipped before concrete strength meets or exceeds 0.95 f 'c , unless otherwise indicated on the plans. The average of at least two representative test specimens shall meet or exceed 0.95 f 'c. No individual specimen strength shall be more than 7 percent below 0.95 f 'c. The shipping strength test specimens shall be cured in the same environment as the actual product until the time of testing. The QC section shall test the specimens for actual shipping strength. The QA Representative may independently verify any shipping strength tests.

The Contractor may elect to take concrete cores from the actual product in lieu of curing cylinder test specimens with the product. If the Contractor chooses this test option, the QC Manager shall submit written request to the QA Representative. Core extraction shall not begin until the request has been accepted in writing by the QA Representative. The written request shall include the proposed location and time schedule for core extraction and testing.

The cores shall be delivered in a wrapped and moist condition to the certified test laboratory as listed in the QCP. The QA Representative may witness any or all stages of the core testing operations. The test laboratory shall provide a copy of the formal test report to the QA Representative.

The Contractor shall bear all expenses associated with the optional core testing requirements. Sampling and testing of the concrete core specimens shall conform to ASTM C 42 with the following addenda:

(1) Samples may be removed at any age at the Contractor's sole risk of damage.

(2) Test cores shall not contain embedded reinforcement.

(3) A minimum of three core samples shall be taken from the product casting in question. Three specimens shall be tested for compressive strength. The average compressive strength of the three tests shall meet or exceed

Page 82: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

82

product f(c). If the compressive test result of any specimen differs from the average strength by more than 15 percent, those results shall be disregarded, and the compressive strength shall be determined from at least two remaining valid test results.

(4) If end capping of test specimens is necessary, the capping shall be done with sulfur mortar in accordance withASTM C 617. Specimens shall be kept moist until end capping preparation begins.

Ends shall be trimmed or prepped as required, wiped with absorbent cloth and air-dried or fan-dried to preparefor end capping. The drying period shall not exceed 20 minutes before capping is completed.

Specimens shall be air-dried for 10 to 20 minutes after capping, then wrapped with a double layer of wet, thickcloth or burlap. Compressive testing shall not be started for at least one hour after wet-wrapping. The wrappedspecimens shall be kept moist until compressive testing begins.

The Contractor shall submit a written repair proposal to the QA Representative for patching the core holes. Repair work shall not begin until the proposal is accepted in writing by the Engineer.

METHOD OF MEASUREMENT618.16 Prestressed units will be measured by one of the following methods as indicated in the Contract.

(1) Prestressed girders will be measured by the linear foot from end to end or by the square foot, based on theplan length multiplied by the plan width, whichever is specified on the plans.

(2) Prestressed concrete box girders and prestressed concrete slabs will be measured by the square foot basedon the plan length multiplied by the plan width.

(3) When measured by component materials, concrete and reinforcing steel will be measured and paid for inaccordance with Sections 601 and 602 respectively.

The quantities of prestressing steel will not be measured but shall be the quantities shown on the plans,completed and accepted. MKFT equals the jacking force, in thousands of KIPS, times the length in feet.

Grout (Bridge) (Special) will be measured by the cubic foot of material completed and installed.

BASIS OF PAYMENT618.17 The accepted quantities of prestressed units and prestressing steel will be paid for at the contract unit price per unit of measurement for each of the pay items listed below that is included in the bid schedule. Precast panel deck forms required by the plans will be paid for at the contract unit price for the area shown on the plans.

Payment will be made under:

Pay Item Pay UnitPrestressing Steel Bar MKFTPrestressed Concrete Box (Depth 32” Through 48”)) Square FootGrout (Bridge) (Special) Cubic Foot

Payment will be full compensation for all work necessary to complete the designated pay item.

Prestressing steel bar and prestressing steel strand shall include but not be limited to all anchorage devices, prestressing steel, ducts, grout, and miscellaneous hardware. Elastomeric leveling pads, and galvanized steel diaphragms and connectors will not be paid for separately, but shall be included in the work. Concrete and reinforcing steel not shown on the plans but required by the Contractor's alternative will not be paid for separately but shall be included in the work. All required testing will not be paid separately but shall be included in the work.

Page 83: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

83

Concrete quantities will not be reduced for the volume occupied by the ducts, prestressing steel, anchorages, blockouts for tensioning, etc., and will not include web flares, projections, warts, etc., required to accommodate the prestressing system used.

All costs associated with the preparation and implementation of the Erection Plan will not be paid for separately, but shall be included in the work.

Concrete, reinforcing steel, and prestressing steel for permanent steel bridge deck forms will not be measured and paid for separately, but shall be included in the work.

Page 84: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

84

REVISION OF SECTION 630CONSTRUCTION ZONE TRAFFIC CONTROL

Section 630 of the Standard Specifications is hereby revised for this project as follows:

Subsection 630.01 shall be revised to include the following:

The Contractor shall submit, in writing, the proposed Method of Handling Traffic (MHT) to Larimer County for approval prior to beginning any construction. Larimer County will coordinate CDOT approval.

Subsection 630.02 shall be revised to include the following:

All traffic control devices shall conform to the most recent version of the Federal manual on Uniform Traffic Control Devices (MUTCD), the “Colorado Supplemental MUTCD,” the Larimer County Rural Roadway Standards and all applicable specifications and illustrations in the CDOT M & S Standards, Standard Plan S-630-1. The Contractor installing signing is responsible for scheduling and providing utility locates; and identifying conflicts, and protecting all existing utilities. Subsection 630.03 shall be revised to include the following:

This Project will require two (2) Variable Message Boards (VMB) placed at suitable locations on State Highway 14 to advise drivers of full road closures as required by the contractor’s site activities. The Engineer will direct the use and exact placement of the VMB and the duration of their use. One advanced VMB is expected to be located on SH14 near SH287 and another in Waldon, in advance of and during full road closures at the construction site. The VMB’s can be removed from operation once full road closures are completed and replaced with advanced construction signing. The contractor is responsible for maintaining the operation of, and the updates necessary to communicate accurate dates and information on the VMB’s in accordance with the construction schedule. Any portable device that requires weight to prevent overturning shall be weighted with appropriate sized sandbags. Traffic Control Devices that are damaged, weathered, worn, or otherwise determined to be unacceptable by the Engineer, shall be replaced at the Contractor’s expense. Traffic Control Devices shall be kept clean throughout all phases of construction and as directed by the Engineer.

In Subsection 630.09, add the following to the third paragraph:

Approval of the MHT does not relieve the Contractor of traffic control liability specifically assigned to him under this Contract. A copy of the approved MHT shall be available at the Project site in order that County and Engineer personnel may verify compliance with the specified traffic control requirements.

Subsection 630.10 shall be revised to include the following:

The MHT shall be developed for the work location and provide for phased construction to maintain the number of lanes open at each bridge location as specified in the plans. The following provisions and restrictions shall apply to this project:

1. The Crown Point Drive bridge will be closed to all non-construction traffic for the duration of the project. Home owner and contractor light vehicle access to the south side of the Poudre River shall be provided by the existing permit through the Rustic community.

1.1 Contractor access through the Rustic Road community shall be respected and considered a courtesy permit to the contractor for light duty construction vehicles. Tandem axle vehicles such as concrete trucks,

Page 85: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

85

dirt hauling vehicles and similar trucks with a gross weight of more than 20 tons are not allowed. Construction traffic shall be minimized to the greatest extent possible and traffic per day shall be limited to 12 through trips per day.

1.2 The contractor shall be permitted to stockpile material and small equipment in the designated areas shown on the plans, using the existing Crown Point Bridge as the primary access.

2. Lane closures shall be permitted on State Highway 14 between the hours of 6:00AM and 7:00PM Monday through Friday. Full closure of the highway shall be permitted upon written request to Larimer County and CDOT, between the hours of 10:00PM and 6:00AM Monday through Friday.

3. No lane or road closures are allowed on State Highway 14 during weekends beginning 7:00PM Friday through 10:00PM Sunday unless approved in writing by both Larimer County and CDOT.

4. During non-construction periods, all work shall be adequately protected to ensure the safety of vehicular and pedestrian traffic, using methods and materials meeting standard methods of practice and the approval of the Owner.

5. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time. All personal vehicle and construction equipment parking will be prohibited where it conflicts with safety, access, or flow of traffic.

6. The Contractor shall cover all non-applicable or conflicting signs as may be required during the construction period.

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.

Delete Subsection 630.15 and 630.16 and replace with the following:

All costs incidental to the foregoing requirements (including but not limited to the preparation of the TCP, all traffic control devices necessary to implement the MHT/TCP and all required management and inspection) necessary to carry out the traffic control plan will not be measured and paid for separately. The contractor shall base the bid for all equipment, materials, devices, labor and incidentals to perform the work under the lump sum bid item stated below:

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 630.14 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 630.15 delete the first, second, third and fourth paragraphs and replace with the following:

Page 86: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

86

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.

Subsection 630.16 shall include the following:

Payment will be made under:

Pay Item Pay Unit

Construction Traffic Control Lump Sum

Subsection 630.16 delete the first paragraph following the Pay Item table.

Page 87: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

87

REVISION OF SECTION 630PORTABLE 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 7 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 88: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

88

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. The Contractor will be paid for each day of sign operation as approved by the Engineer.

Subsection 630.16 shall include the following:

Pay Item Pay Unit

Portable Message Sign Panel Each/Day

Page 89: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

89

TRAFFIC CONTROL PLAN - GENERAL

The key elements of the Contractor’s method of handling traffic (MHT) are outlined in subsection 630.09.

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 17 and Standard Plan S-630-2.

(3) Additional Traffic Control Plan requirements are listed in these special provisions under Revision of Section 630 Construction Zone Traffic Control and Special Construction Requirements.

(4) 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, Crown Point Drive traffic will use the Rustic Road access off of SH14, located 0.5 mile east, and connector road onto the east end of Crown Point Drive.

30” x 60” Black on Orange “Crown Point Dr. Bridge Closed / Use Rustic Road Bridge and Access” signs shall be placed approximately 200 feet west of the Crown Point Dr. and 200 feet east of the Rustic Road bridge along SH 14.

The Contractor will be allowed to use the Rustic Road access route for light duty single unit tandem axle vehicles that weigh a maximum of 20 tons and a limit of 12 trips per day or 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.

Local traffic shall not be delayed for more than 10 minutes or as 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 90: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

90

SPECIAL CONSTRUCTION REQUIRMENTS

The following Permit and Special Construction Requirements shall apply to this project:

1. Use of the CDOT right-of-way for staging is strictly forbidden. Staging is defined as the storage of (but not limited to) material, equipment, or vehicles outside of the normal working hours allowed for in the permit.

1.1. Equipment will be allowed to operate for periods of time behind approved traffic control from the CDOT right-of-way between the state highway and the river. At the contractor’s option, and by permit from CDOT, a temporary work area can be constructed to level the area in the northwest quadrant of the bridge on CDOT right-of-way. For more information, measurement, and payment of this option, see the Revision of Section 206 Shoring.

2. The contractor shall provide for full containment of all labor, material and equipment to the work zone limits on the bridge deck and approach roadway, and shall protect adjacent vehicular and pedestrian traffic through enforcement of the TCP and best site management practices. Pedestrian access along the river or any water craft using the river shall be restricted via any suitable means necessary to communicate the restrictions and control the site.

3. No equipment shall be allowed to operate from the river except as necessary to remove the existing bridge, to remove the existing rock pile and to place scour protection materials (geotextiles and riprap) unless approved in writing by the Owner. Equipment will be allowed to operate for periods of time behind approved traffic control from the CDOT right-of-way between the state highway and the river.

4. No waste discharge into; or pumping of water to or from the Cache la Poudre River is allowed at any time.

5. A preconstruction meeting shall be held by the contractor with Larimer County, CDOT and the Engineer to outline and identify the following:

5.1. Project schedule including work hours during the day/week

5.2. Traffic control plan

5.3. Permit status

5.4. Coordination and communication protocol

5.5. Submittal status

6. All costs incidental to the foregoing requirements will not be measured and paid for separately (except as noted above for the Revision to Section 504), but shall be included in the work.

Page 91: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

91

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 The Qualified Manufacturers List (QML) is used for suppliers of Steel Reinforcing Bars & Steel Dowel Bars, Epoxy-Coated Steel Dowel Bars, and Precast Concrete Structures. These products are required to be selected off the QML. All relevant details for the proper submittal of specified Standard Manufactured Materials and Fabricated Structural Materials are found in CDOT's Field Materials Manual under CP 11, Quality Management Plans for the Qualified Manufacturers List or the approved Products 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. The County will sample and test materials proposed by the Contractor to be utilized for items 203, 206, and 304.If the material is not in conformance with the project specifications, the Contractor is directed to Subsection 106.02 regarding Contractor Source materials and additional testing requirements.

2.2 The list shall include: item to be supplied, quantity, a reference to the level of acceptance required by Larimer County (per Section 7, 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. Failure to utilize the QML or APL may result in rejection of materials.

3. INNOVATIVE CONTRACTING (DESIGN / BUILD PROJECTS, CMCG PROJECTS, ETC.) - MATERIALS DOCUMENTATION RECORD, CDOT FORM #250

3.1 Two weeks before construction of any element of work the Contractor shall furnish the Engineer a schedule of items, approximate quantities to be incorporated into the project, and a reference to the method of acceptance required by CDOT (per Section 7, Designated Products and Assemblies). This information isto include the item of work with its placement location and dates. The Contractor shall immediately notify the Engineer, in writing, if the items of work or quantities are revised. 3.2 At the completion of the project, the Contractor shall furnish the Engineer with a completed CDOT Form #250 - Materials Documentation Record listing items utilized to construct the project and the approximate quantity of each item.

Page 92: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

92

4. BUY AMERICA REQUIREMENTS.

4.1 In accordance with Subsection 106.11 of the Standard Specifications as referenced in 23 CFR Part 635.410:

A. Regulations require the use of domestic steel and iron in Federally funded construction components which are "predominately steel products", as defined by the FHWA as products which are manufactured with at least 90% steel or iron content when delivered to the job site for installation. (See "C" below for examples.) FHWA provides waivers for manufactured products and products that are not predominately steel or iron. (See "D" below for examples.) Buy America strictly limits, but does not eliminate, the amount of foreign steel. (See "E" for minimum use & waiver information.

B. All manufacturing processes are defined as “processes required to change the raw ore or scrap metal into the finished, in-place steel or iron product”. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process.

C. Examples of products that are subject to Buy America requirements include, but are not limited to, the following:• steel or iron products used in pavements, bridges, tunnels or other structures, which include, but are not limited to, the following: fabricated structural steel, reinforcing steel, piling, high strength bolts, anchor bolts, dowel bars, permanently incorporated sheet piling, bridge bearings, cable wire/strand, pre-stressing / post-tensioning wire, motor/machinery brakes and other equipment for moveable structures;• guardrail, guardrail posts, end sections, terminals, cable guardrail;• steel fencing material, fence posts;• steel or iron pipe, conduit, grates, manhole covers, risers;• mast arms, poles, standards, trusses, or supporting structural members for signs, luminaires, or traffic control systems; and• steel or iron components of precast concrete products, such as reinforcing steel, wire mesh and pre-stressing or post-tensioning strands or cables.

D. Examples of products which are exempt from Buy America requirements include, but are not limited to, the following:• products made of material other thansteel or iron (aluminum, copper, brass,nickel, etc.);• cabinets, covers, shelves;• clamps, fittings, sleeves;• washers, bolts, nuts, screws;• tie wire, spacers;• chairs;• lifting hooks;• faucets; and• door hinges.

E. Buy America will not prevent a minimal use of foreign steel or iron provided the total project delivery cost of all such steel and iron which includes the cost of delivering the steel and iron to the project, does not exceed one tenth of one percent of the total contract cost or $2,500, whichever is greater. With prior concurrence from FHWA Headquarters, the FHWA Division Administrator may grant a waiver of the Buy America requirements for specific projects. When domestic steel products are

Page 93: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

93

available, meeting the contractor’s schedule should not be the basis for requesting a Buy America waiver.

F. The Contractor shall maintain on file the certifications that every process, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United Stated of America. 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.

G. Prior to the permanent incorporation into the project of the steel or iron products, the Contractor shall certify in writing that the documentation is on file and the steel or iron products are in compliance with this requirement. (An example of what is required on a Certificate of Contractor’s Compliance to Buy America Clause can be found in the CDOT Special Notice to Contractors. An original signature is required on the Certificate for the Project Files copy.)

NOTE 1: Section 106.8 of the CDOT Construction Manual contains specific information on Buy America Requirements. For more information see Construction Bulletin 2010-4.

5. GLASS BEADS for PAVEMENT MARKING

5.1 The material shall meet the requirements of Standard Specifications Subsection 106.11, Section 627, and Subsection 713.08.

6. QUALITY MANAGEMENT PLANS FOR THE QUALIFIED MANUFACTURERS LIST OR THE APPROVED PRODUCTS LIST

6.1 CP 11 specifies requirements and procedures for a certification system that shall be applicable to all referenced manufacturers, as well as suppliers and contractors within certain industries. Certifying a Manufacturer’s Quality Management Plan is not an automatic acceptance of any particular product, but anacknowledgement that the Manufacturer has taken steps to ensure that their quality controls meet the applicable Industry standards. Manufacturers whose Quality Management Plans are acceptable will be placed on the Qualified Manufacturers List (QML). Only Manufacturers listed on the QML will be eligible to provide the referenced products to a CDOT project.

6.2 The following Standard Manufactured Materials as referenced in CP 11 require an annual submission of a Quality Management Plan along with a sample for evaluation.• Part I, Standard Manufactured Materials

Sub-Part 1. Asphalt BinderSub-Part 2. Asphalt EmulsionSub-Part 3. Hydraulic CementSub-Part 4. Fly AshSub-Part 5. Hydrated Lime

These products are located on the APL.

6.3 The following Fabricated Structural Materials as referenced in CP 11 require an annual submission of a Quality Management Plan.• Part II, Fabricated Structural Materials

Sub-Part 1. Steel Reinforcing Bars & Steel Dowel BarsSub-Part 2. Epoxy-Coated Steel Reinforcing Bars & Epoxy-Coated Steel Dowel BarsSub-Part 3. Precast Conc. Structures

The QML is located within CDOT’s Approved Products List (APL) web site, atwww.coloradodot.info/business/APL .

Page 94: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

94

6.4 The respective QML web site pages are updated regularly. All pages will have at least one revision referencing acceptability for the new calendar year.

7. DESIGNATED PRODUCTS AND ASSEMBLIES

7.1 The majority of materials submitted for inclusion on Larimer County projects will fall within one of four methods of product acceptance for their sampling and testing. Larimer County always retains the right through its Quality Assurance (QA) Program to obtain samples for additional testing and require supplemental documentation.

7.2 If the material or product is not referenced within the four methods of product acceptance then the materials or products must be fabricated or supplied in accordance with the requirements of the applicable Colorado Department of Transportation specifications, plans, and standards. An example of processedmaterials not found in the following four methods are Aggregate Base Course (ABC), Hot Mix Asphalt (HMA), and Concrete (PCCP). An example of a manufactured product treated uniquely is the Dynamic Message Signs (DMS) which are competitively bid on projects or through state awards.

7.3.a. PRE-INSPECTION (PI):

Pre-Inspection is when representatives from the 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 Larimer County 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 2: Bearing Devices and Expansion Devices are inspected randomly at the discretion of the Larimer County.

Products needing Pre-Inspection:Bearing Devices (Type III) - Bridge AExpansion Device, Modular - Bridge A (0-6", through, 0-24")Prestressed Concrete Units - Bridge AStructural Steel - Bridge A

CDOT Form #193 may need to be provided with the above referenced products.

7.3.b. CERTIFIED TEST REPORT (CTR):

The Certified Test Report method 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 thechemical 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 byCertified Test Reports. The word preceding the “Test Report” may vary between different industries, such as Certified, Mill, Metallurgical, Laboratory; however, they are all considered equivalent.

In accordance with Subsection 106.13 of the Standard Specifications and the requirements of this document, each CTR shall include:

1) Department’s project number,2) Manufacturer’s name,3) Address of manufacturing facility,4) Laboratory name & address,5) Name of product or assembly,

Page 95: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

95

6) Complete description of the material,7) Model, catalog, stock no. (if applicable),8) Lot, heat, or batch number identifying the material delivered,9) Date(s) of the laboratory testing,10) All test results that are required so as to verify that the material furnished conforms to all applicable Department specifications. Test results shall be from tests conducted on samples taken from the same lot, heat, or batch.11) The following certification, signed by a person having legal authority to act for the Contractor: [Example at the end of 7.3.d]

The Certified Test Report shall be a legible copy or an original document and shall include the Contractor’s original signature. The signature (including corporate title) on the Certified Test Report, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer or the independent testinglaboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of the material. Failure to comply may result in delaysto the project and/or rejection of the materials. Each product or assembly delivered to the project must contain the lot, heat, or batch number identical to that on the accompanying Certified Test Report. Products or assemblies furnished on the basis of Certified Test Reports may be sampled and tested by the Department and if determined that the material does not meet the applicable specifications, the materialwill be rejected or accepted according to Subsection 105.03.

An example of what is required on a CTR can be found in the CDOT Special Notice to Contractors.

Products requiring Certified Test Report (below is an incomplete list):Bearing Devices (Type III) - Bridge ACribbingMechanical Fasteners (Field) AGlass Beads (for pavement marking)Overhead Sign Structures ATop SoilTraffic Signal Structures AWelded Wire Reinforcement

7.3.c. CERTIFICATE OF COMPLIANCE (COC):

The Certificate of Compliance method of acceptance is when a manufacturer is required to submit a document certifying that the material being provided meets all required Department 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 the actual test results. The contract will designate products and assemblies that can be incorporated in the work, if accompanied by Certificates of Compliance.

In accordance with Subsection 106.12 of the Standard Specifications and the requirements of this document, the certificate shall include:

1) Department’s project number,2) Manufacturer’s name,3) Address of manufacturing facility,4) Laboratory name & address,5) Name of product or assembly,

Page 96: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

96

6) Complete description of the material,7) Model, catalog, stock no.(if applicable),8) Lot, heat, or batch number identifying the material delivered,9) Date(s) of the laboratory testing,10) Listing of all applicable specifications required by the Department for this particular product or assembly. Certificates shall reference the actual tests conducted on samples taken from the same lot, heat, or batch, and shall include a statement that the product or assembly to be incorporated into the project was fabricated in accordance with and meets the applicable specifications.11) The following certification, signed by a person having legal authority to act for the Contractor: [Example on following page]

The original Certificate of Compliance shall include the Contractor’s original signature. The original signature (including corporate title) on the Certificate of Compliance, under penalty of perjury, shall be of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to beincorporated into the project has been sampled and passed all specified tests in conformity to the plans and specifications for this project. One legible copy of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. Each product or assembly delivered to the project must contain the lot, heat, or batch number identical to that on the accompanying Certificate of Compliance. Products or assemblies furnished on the basis of Certificates of Compliance may be sampled and tested by the Department and if determined that the material does not meet the applicablespecifications, the material will be rejected or accepted according to Subsection 105.03.

An example of what is required on a COC can be found in the CDOT Special Notice to Contractors.

NOTE 3: 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.

Products requiring Certificate of Compliance (below is an incomplete list):AEP (Asphalt Emulsion Prime)Bearing Devices (Type I, II A B)Bridge Deck Forms, Permanent Steel ABridge Rail, Steel AConcrete Box Culverts, PrecastDampproofing, AsphaltDust Palliative, Asphaltic or MagnesiumChlorideErosion Bales DExpansion Joint Material, Preform. FillerFlumes (all types)Gabions and SlopeMattressGasketsGlass Beads (for PMM)Guard Rail - End AnchorsGuard Rail Metal AGuard Rail Posts - Metal AGuard Rail - PrecastGuard Rail Posts - Timber Blocks and Posts AHay DHeadgates

Page 97: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

97

Inlets, Grates and Frames (Prefab)Interior InsulationLightingLight Standards, High MastLight Standards, MetalLuminaires (Inclusive)Manholes, Rings and Covers (Prefab)MSE Wall - Elements A,CMulchingPedestrian Bridge APiling APipes - all material compositionsRest Area Materials (construction of)Retaining Wall BlocksSeeding (Native), Seed CSign PanelsSilt Berm, Dike, Silt FenceSoil Conditioning CSprinkler System(s)Steel Sign PostsSteel Sheet Piling AStorm Drain Inlet ProtectionStraw DStructural Glazed Tile and Ceramic TileStructural Plate Structures AStructural Steel Galvanized ATreated Timber

Example of stamp or affixed sticker to be placed on Certified Test Reports (CTRs), per Subsection 7.2 B (11).

I herby certify under penalty of perjury that the material listed in this Certified Test Reportrepresents ___________(quantity and units) of pay item ___________________________(pay item # and description) that will be installed in conformance with the plans andspecifications on Project Number_________________ .________________________________ __________________

Contractor Date

Example of stamp or affixed sticker to be placed on Certificates of Compliance (COCs), per Subsection 7.2 C (11).

I herby certify under penalty of perjury that the material listed in this Certificate of Compliancerepresents ___________(quantity and units) of pay item ____________________________(pay item # and description) that will be installed in conformance with the plans andspecifications on Project Number_________________ .________________________________ __________________

Contractor Date

Page 98: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

98

NOTE 4:A Mill Test Report shall be included.B Certified Test Report(s) on components must accompany the material or product.C Certified Test Report shall be included.D Contractor may obtain a current list of Weed Free Forage Crop Producers by contacting the Colorado Department of Agriculture at (303) 239-4149.

7.3.d. PRE-APPROVED (APL):

The Pre-Approved method of acceptance is when a manufacturer is required to submit all relevant documentation on their product in advance of any specific project. A primary requirement to be considered for the Approved Products List (APL) is that the material retains a very high level of uniformity and consistency in its production quality (i.e. not project specific). The submittal of Product literature /TechData Sheet (TDS), Certificates of Compliance, Certified Test Reports, Materials Safety DataSheets (MSDS), etc., as well as product samples for specific categories combine all previous methods of acceptance into one. A Manufacturer whose product is not currently on the APL should read and follow the instructions within the Notice to Manufacturers on the APL web site at www.coloradodot.info/business/APL

.Product evaluation can take a minimum of four months to in excess of a year for some product categories. If CDOT specifications need to be altered or created for a product’s acceptance then it could take even longer.

In accordance with CDOT's Procedural Directive 1401.1, a manufacturer's product is evaluated within CDOT to determine its acceptability on CDOT construction projects, as defined by CDOT specifications, plans and standards. For additional information on the APL or the web site contact the ProductEvaluation Coordinator within the Staff Materials & Geotechnical Branch at 303-398-6566.

Locate products on the web site through APL Search, and then use the referenced Category, the Manufacturer’s name, or the Product name. A category search requires that the drop-down menus be used.

APL User Guidance

1. If three or more products are listed for any applicable category then one of these products shall be selected. If the category is unpopulated a COC will be required for the product actually used. If the category is under-populated a COC will be required for the product actually used if not from the APL.

2. Products that are evaluated on a batch or lot basis and subsequently posted on the APL website will not be posted indefinitely. On February 1st of each calendar year batches or lots olderthan two complete years will be automatically removed or they will be removed sooner if informed that the batch or lot has expired. Specifically this refers to (1) single component, hot-applied, elastomeric membranes for bridge decks, (2) hot poured, joint/crack sealant, and (3) asphalt plug joints.

3. Asphalt Binder and Asphalt Emulsions: Approved asphalt binders and emulsions will remain on the APL for only the calendar year they were submitted before being removed. Approved binders and emulsions are only valid for the calendar year in which they were tested and approved, as per CP 11. The year isincorporated into the product name.

Page 99: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

99

4. Environmental Erosion Control and Sediment Control Category: All questions regarding erosion control and sediment control materials, both the current specifications and the products, should be directed to the Engineer.

5. Traffic Control Pavement Marking Material Sub-Category: All questions regarding pavement marking materials, both the current specifications and the products, should be directed the Engineer.

6. Geosynthetics and Geotextiles: Materials Bulletin (2008 Number 1) dated January 25, 2008 is posted at:http://www.dot.state.co.us/DesignSupport/Materials%20Bulletins/Materials%20Bulletins.htm

This Materials Bulletin clarifies the terminology and application of geosynthetics as specified in the standard specifications and the standard special provision (SSP), Revision of Sections 208, 420, 605, and 712 – Geosynthetics and Geotextiles. For New York State web site navigation refer to (NYDOT APL Instructions) at http://internal/infoexchg/organizations.cfm .

7. Concrete Mix Designs: On the APL website there is a folder listing concrete mix designs that have been preapproved. When a concrete mix is placed on the APL, it meets the most current CDOT StandardSpecifications; however, it may not meet a CDOT project’s Special Provisions. CP 62 is the procedure for approving all concrete mixes for use on a Larimer County project.

8. Warm Mix Asphalt (WMA) Mixes: On the APL website there is a folder listing approved WMA technologies and a folder listing approved contractors for specific WMA technologies that have been pre-approved for use on CDOT Projects. Use of a WMA mix on a Project shall be approved by the ProjectEngineer.

9. Contractors are required to submit a Certificate of Compliance to the project engineer documenting the selection of the CDOT APL and/or QML products that they wish to include for project incorporation. (See CDOT Special Notice to Contractors for example).

10. APL Quality Assurance Program: Upon selecting the sub-category or base category the Product ID (PID), Product Name, Manufacturer, and Comments will be displayed.

(a) By clicking on the PID / Form #595 the Pre-Approved Product Evaluation Request & Summary will be displayed. This will provide the customer with both a mini product data sheet and the information necessary for additional product analysis for specific utilization.

(b) From a Quality Assurance (QA) perspective, it is highly recommended that the Comments – Add field be selected so that a database can be generated for products that work best in specific situations. In those rare occasions, bad or flawed products can be removed from the APL. Only comments from the Contractor, applicable sub-contractor, and the project personnel representing the Department will be accepted.

(c) If a product fails to perform to within minimum quality expectations contact the CDOT Product Evaluation Coordinator immediately via e-mail as listed in the APL web site.

DISCLAIMER: The Colorado Department of Transportation (CDOT) is not obligated to any manufacturerto use any of their products listed in the Approved Products List (APL). The APL simply documents thatthe listed products have been reviewed, tested, and evaluated against CDOT standards, and were foundto be acceptable to be used in CDOT projects. Acceptance is based on product quality; however, price oravailability may be the determining factor by a contractor or sub-contractor on the Larimer County project.The product shall be removed from the APL if Product Performance comments indicate that fieldperformance is unacceptable to CDOT quality standards or if the product varies from the data as

Page 100: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

100

originally submitted. Additional disclaimer information can be found within the APL web site.

APL Category APL Sub-Category APL Base CategoryAdhesive: Anchoring, Lateral: Acrylic

CementitiousEpoxyPolyester

Anchoring, Overhead: N/ABonding: Epoxy

-------------------------------------------------------------------------------------------------------------------------------------------Asphalt: Asphalt Release Agent: Truck Bed Only

Truck & EquipmentBinder:Emulsion:Hydrated Lime: N/ARoadway Patching: Pre-Mixed [Bagged]

-------------------------------------------------------------------------------------------------------------------------------------------Bridge Structures: Geocomposite Drain: N/A

Thin Bonded Overlay: EpoxyNon-Epoxy

Structural Wrapping Repair N/A-------------------------------------------------------------------------------------------------------------------------------------------Concrete: Admixture: Air Entraining

Water-ReducingRetardingAcceleratingWater-Reducing & RetardingWater-Reducing & AcceleratingWater-Reducing, High RangeWater-Reducing, High Range & Retard.Extended Set-ControlSpecific PerformanceConcrete Corrosion InhibitorMiscellaneous

Curing Compound: Type 1 [Clear, Wax Based]Type 1 [Clear, Resin Based]Type 2 [White Pigmented, Wax Based]Type 2 [White Pigmented, Resin Based]

Cement: Portland Cement, ASTM C 150Blended Cement, ASTM C 595Hydraulic Cement, ASTM C 1157

Pozzolan: Fly Ash, Class CFly Ash, Class FFly Ash, Class NSilica Fume

Concrete: Fiber: Macro FiberMicro Fiber

Grout: General Purpose [Non-Shrink]Post-Tensioned Cable

Page 101: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

101

APL Category APL Sub-Category APL Base CategoryConcrete: Repair/Patching: Rapid Set, Horizontal

Rapid Set, Vertical & OverheadBonding Agent

-------------------------------------------------------------------------------------------------------------------------------------------Drainage: Culvert Pipe: Culvert Lining [Repair]

Open-Cut/Direct-BuryManholes & Inlets: Manhole Riser

Trench DrainPlastic Drains

Drainage Storm Water Separator: Regular Flow HydrodynamicHigh Flow Hydrodynamic

Environmental: Sound Wall: AbsorptiveReflective

Environ., Erosion Control: Soil Retention Covering: SRB [Biodegradable Class 1]SRB [Photodegradable Class 1]SRB [Biodegradable Class 2]SRB [Photodegradable Class 2]TRM [Class1]TRM [Class 2]TRM [Class 3]

Geogrid: N/AVegetation Control Geotextile

Environ., Sediment Control: Perimeter / TOS Control: Erosion LogCatch Basin Insert: N/ADewatering Device: Dewatering Filter BagConcrete Washout Structure: Pre-Fabricated

-------------------------------------------------------------------------------------------------------------------------------------------Paint / Coating: Anti-Graffiti: N/A

Concrete Corrosion Inhibitor: N/AEpoxy Coating: N/AStructural Concrete Coating: N/AStructural Steel Paint: N/AWire Coating: N/A

-------------------------------------------------------------------------------------------------------------------------------------------Pedestrian Safety: ADA Truncated Dome: Embedded

RetrofitJoint System N/A

-------------------------------------------------------------------------------------------------------------------------------------------Right-of-Way Structure: Mailbox Support System: N/A

Utility Enclosure: N/AFence, Non-Standard Coating N/APole Base Hardware: N/A

-------------------------------------------------------------------------------------------------------------------------------------------Roadway Safety: Cable Barrier: NCHRP 350 TL-3

NCHRP 350 TL-4Guardrail W-Beam: Guardrail Synthetic Blockout

Guardrail End TreatmentCrash Cushion: Guardrail Median Terminal

Barrier End TerminalAPL Category APL Sub-Category APL Base Category

Page 102: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

102

Roadway Safety: Crash Cushion: Impact Attenuator, PermanentSand Barrel Impact Attenuator

Railing Pedestrian & BicycleVehicle

-------------------------------------------------------------------------------------------------------------------------------------------Sealant [Joint & Crack]: Asphaltic Plug Joint: N/A

Hot Poured, Joint/Crack: ASTM D 6690, Type IIASTM D 6690, Type IVASTM D 5078

------------------------------------------------------------------------------------------------------------------------------------------Sealant [Joint & Crack]: Silicone, Joint: Non-Sag

Self-LevelingPre-Formed Joint Filler: N/ALoop Detector Slot: One Component

Two Component-------------------------------------------------------------------------------------------------------------------------------------------Soil / Geotechnical: Stabilization: Chemical, Liquid

Void Elimination: Polyurethane Foam, High Density-------------------------------------------------------------------------------------------------------------------------------------------Traffic Control: Portable Changeable Message: Trailer Mount

Vehicle MountArrow Board: Type A

Type BType CType D

Speed Notification: Radar/Message TrailerSpeed Display TrailerSpeed Display Device

Traffic Control Enhancement: AFADFlashing BeaconWarning LightRaised Island, TemporaryRumble Strip, TemporaryGlare Screen

Channelizing Device: ConeTubular MarkerVertical PanelDrumBarricade, Type 1Barricade, Type 2Barricade, Type 3Direction Indicator BarricadeLongitudinal Channelizing DeviceOpposing Traffic Lane Divider

Delineator: Flexible PostFlexible, Multiple Hit PostGuardrail Mount

Reflective Element: Barrier (Solid Wall) MarkerGuardrail & Post MarkerDelineator Post Marker

APL Category APL Sub-Category APL Base Category

Page 103: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

103

Traffic Control: Reflective Element: Linear Reflector StripPost Anchoring: Mechanical System

Polyurethane Foam, BackfillTraffic Barrier, Temporary: N/ACrash Cushion, Temporary: Impact Attenuator, Temporary

Truck Mounted Attenuator (TMA)Trailer Mounted Attenuator

Sign Stand: N/APavement Marking Material: Preformed Plastic Tape, Type I, Perm.

Preformed Plastic Tape, Type II, Perm.Preformed Plastic Tape, Type III, Perm.Thermoplastic, Hot AppliedThermoplastic, PreformedEpoxy Paint, YellowEpoxy Paint, White

Pavement Marking Material: Methyl MethacrylateRaised Flexible MarkerRecessed Pavement Marker

Traffic Control: Sign Sheeting: ASTM D 4956, Type IVASTM D 4956, Type VASTM D 4956, Type VIASTM D 4956, Type VI

[Roll-up & Cone Collar]ASTM D 4956, Type VIIASTM D 4956, Type VII, FluorescentASTM D 4956, Type VIIIASTM D 4956, Type VIII, FluorescentASTM D 4956, Type IXASTM D 4956, Type IX, FluorescentASTM D 4956, Type XASTM D 4956, Type X, FluorescentASTM D 4956, Type XIASTM D 4956, Type X, FluorescentFilms / Miscellaneous

-----------------------------------------------------------------------------------------------------------------------------------------Waterproofing: Concrete Sealer: Alkyl-alkoxy Silane

Non-Alkyl-alkoxy SilanePenetrating EpoxyMicro-Subsurface Repair

Elastomeric Membrane: Single Component, Hot AppliedNon-Asphaltic

-----------------------------------------------------------------------------------------------------------------------------------------

Page 104: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

Project No. 8085 November 16, 2017

104

UTILITIES

Known utilities within the limits of this project are:

Utility Company Service Contact Phone

None

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.

None

The work listed below will be performed by the utility owners or their agents prior to construction:

None

The work listed below will be performed by the utility owners or their agents in coordination with the Contractor’s construction:

None

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 105: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 106: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 107: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 108: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 109: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 110: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 111: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 112: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

March 29, 20161

REVISION OF SECTIONS 107 AND 208 WATER QUALITY CONTROL

UNDER ONE ACRE OF DISTURBANCE

Sections 107 and 208 of the Standard Specifications are hereby revised for this project as follows:

In subsection 107.25(b) 6 delete the second paragraph and replace it with the following:

The Contractor shall record the location of potential pollutants on the plans. Descriptions of the potential pollutants shall be submitted to and approved by the Engineer.

In subsection 208.03 delete the first paragraph and replace it with the following:

Prior to construction the Contractor shall implement BMPs in accordance with the approved project schedule as described in subsection in 208.03(b).

In subsection 208.03 delete the third, fourth, and fifth paragraphs and replace them with the following:

The Contractor shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, BMPs shall be used to protect off-site water from becoming contaminated with sediment or other pollutants.

The Contractor shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented BMP added to the plans.

When additional BMPs are required and approved by the Engineer, the Contractor shall implement the additional BMPs and shall record and describe them on the plans. The approved BMPs will be measured and paid for in accordance with subsections 208.11 and 208.12.

Delete subsections 208.03(c) and (d) and replace them with the following:

(c) Implementation, Maintenance and Revision of the SWMP.

The Contractor's responsibilities shall be as follows:

(1) Install, construct, and maintain all BMPs specified in the Contract and coordinate the construction of BMPs with all other construction operations.

(2) Implement suitable temporary erosion and sediment control features as necessary to correct unforeseen conditions or emergency situations. Dismantle those features when their purpose has been fulfilled unless the Engineer directs that the features be left in place.

(3) Implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities.

(4) Make available, all labor, material, and equipment needed to install, maintain, and remove BMPs.

(5) The Contractor shall assign to the project an individual to serve in the capacity of Stormwater Administrator (SWMP Administrator). These duties may be assumed by the Superintendent. The SWMP Administrator shall be experienced in all aspects of construction and have satisfactorily completed a Transportation Erosion Control Supervisor Certification (TECS) training authorized by the Department. Proof that this requirement has been met shall be submitted to the Engineer prior to or at the preconstruction conference. A list of authorized TECS training programs will be provided by the Engineer upon request by the Contractor. The SWMP Administrator shall be the person responsible for ensuring that the responsibilities listed in (1) through (7) in (d) are fulfilled.

(d) Documentation Available on the Project. The following Contract documents and references will be made available for reference in one location on the project during construction.

1. Project Documents. The following documents shall be kept, maintained, and updated in a single notebook:

(1) SWMP Sheets(2) SWMP site map, if applicable to the project.(3) Details of BMPs used on the project not covered in Standard Plan M-208-1.(4) List of potential pollutants as described in subsection 107.25.

Page 113: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

March 29, 20162

REVISION OF SECTIONS 107 AND 208 WATER QUALITY CONTROL

UNDER ONE ACRE OF DISTURBANCE

(5) Spill Response Plan and reports of spills submitted to CDPHE.(6) Form 105s and all other correspondence relating to water quality.(7) Project environmental permits and associated applications and certifications.

2. Reference Materials

(1) CDOT Erosion Control and Stormwater Quality Guide.(2) CDOT Erosion Control and Stormwater Quality Field Guide.(3) Copy of biological opinion, if applicable.

In subsection 208.04 delete the first and second paragraphs and replace them with the following:

The Contractor shall modify the SWMP to clearly describe and locate all BMPs implemented at the site to control potential sediment discharges from vehicle tracking.

Vehicle tracking pads shall be used at all vehicle and equipment access points to the site to prevent sediment exiting the project site onto paved public roads. Access shall be provided only at locations approved by the Engineer.

Delete subsection 208.04(e) and replace it with the following:

(e) Stabilization. Once earthwork has begun on a section, it shall be pursued until completion.

Clearing and grubbing operations shall be scheduled and performed so that grading operations and final stabilization measures can follow immediately thereafter if the project conditions permit. Otherwise temporary stabilization measures shall be taken between successive construction stages. Additional work required because the Contractor has failed to properly coordinate the entire erosion control schedule, thus causing previously seeded areas to be disturbed by operations that could have been performed prior to the seeding shall be performed at the Contractor's expense.

In subsection 208.06 delete the first paragraph and replace it with the following:

208.06 Materials Handling and Spill Prevention. The Contractor shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have spill contingency plans in place as specified in subsections 107.25(b) 6 or 208.06(c).

In subsection 208.07 delete the second paragraph and replace it with the following:

Erodible stockpiles (including topsoil) shall be contained with acceptable BMPs at the toe (or within 20 feet of the toe) throughout construction. BMPs shall be approved by the Engineer.

In subsection 208.08, delete the first paragraph and replace it with the following:

The Contractor shall limit construction activities to those areas within the limits of disturbance shown on the plans and cross-sections. Construction activities, in addition to the Contract work, shall include the on-site parking of vehicles or equipment, on-site staging, on-site batch plants, haul roads or work access, and all other action which would disturb existing conditions. Off road staging areas must be pre-approved by the Engineer, unless otherwise designated in the Contract. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor’s expense. The Contractor shall tabulate additional disturbances not identified in the SWMP and indicate locations and quantities on the SWMP and report to the Engineer.

In subsection 208.06 (c), delete (1) and replace with the following:

(1) Identification and contact information of the Contractor, CDOT spill cleanup coordinators and the SWMP Administrator.

Page 114: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

March 29, 20163

REVISION OF SECTIONS 107 AND 208 WATER QUALITY CONTROL

UNDER ONE ACRE OF DISTURBANCE

In subsection 208.09, second paragraph, delete the list and replace it with the following:

(1) Failure to include erosion control in the project schedule or failure to include erosion control in each schedule update as specified in subsection 208.03(b).

(2) Failure of the Contractor to implement necessary actions required by the Engineer as required by subsection 208.03(c) 4.

(3) Failure to amend SWMP and implement BMPs as required by subsection 208.04.

(4) Failure to keep documentation and records current.

(5) Failure to construct or implement erosion control or spill containment measures required by the Contract, or failure to construct or implement them in accordance with the Contractor’s approved schedule as required by subsection 208.06(c).

(6) Failure to stabilize disturbed areas as required by subsections 208.04(e) and 208.08.

(7) Failure to replace or perform maintenance on an erosion control feature after notice from the Engineer to replace or perform maintenance as required by subsection 208.04(f).

(8) Failure to remove and dispose of sediment from BMPs as required.

(9) Failure to install and properly utilize a concrete washout structure for containing washout from concrete placement operations.

(10) Failure to perform permanent stabilization as required by subsection 208.04 (e).

The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control in accordance with these specifications, including items (1) through (10) above. Correction shall be made as soon as possible but no later than 48 hours from the date of notification to correct the failure. The Contractor will be charged liquidated damages in the amount of $970 for each day after the 48 hour period has expired, that one or more of the incidents of failure to perform the requirements for each notification, including items (1) through (10) above, remains uncorrected. Liquidated damages will begin at Midnight of the date the 48 hours has expired.

This deduction will not be considered a penalty, but will be considered liquidated damages based on estimated additional construction engineering costs. The liquidated damages will accumulate, for each cumulative day that one or more of the incidents remain uncorrected. The number of days for which liquidated damages are assessed will be cumulative for the duration of the project; that is: the damages for a particular day will be added to the total number of days for which liquidated damages are accumulated on the project. The liquidated damages will be deducted from any monies due the Contractor.

When a failure meets any one of the following conditions, the Engineer will immediately issue a Stop Work Order in accordance with subsection 105.01 irrespective of any other available remedy:

(1) It may endanger health or the environment.

(2) It consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the state.

(3) It consists of a discharge which may cause an exceedance of a water quality standard.

If the Contractor requires more than 96 hours to perform the corrective work from the date on the Form 105, the Contractor shall submit a request for deferment. The deferment request shall be in writing and shall include the specific failure, temporary measures until final correction is made, the methodology which will be employed to

Page 115: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

March 29, 20164

REVISION OF SECTIONS 107 AND 208 WATER QUALITY CONTROL

UNDER ONE ACRE OF DISTURBANCE

make the correction and interim milestones to completing the work. The Region Water Pollution Control Manager (RWPCM), Engineer, the SWMP Administrator and the Contractor shall concur on this deferral and set a proposed date of completion. If approved, the Contractor shall complete the corrective measures by Midnight of the proposed completion date. If corrective work is not corrected by the completion date the Engineer will issue a Stop Work Order. Liquidated Damages will apply retroactively back to the 48 hours after the 105 date of notification. Liquidated Damages will assessed until the corrective work has been completed and accepted. .

Deferment of work to correct failure to perform erosion control will not affect the Contractor’s other Contractual responsibilities, notifications for other non-compliance, nor the final completion date of the project. Liquidated damages for other non-compliance notifications will continue to apply during the deferment period in addition to liquidated damages associated with the deferment.

Based on the submittal date of the approved deferment Liquated Damages and a Stop Work Order may not be mandated to the Contractor.

Disagreements regarding the suggested corrective action for a BMP compliance issue between the Engineer, SWMP Administrator, and Superintendent, shall be discussed with the Resident Engineer. If after the discussions, the SWMP Administrator, Engineer and the Contractor are still in disagreement and feel that additional compensation is owed, the Contractor will follow the decision of the Project Engineer, keep track of the costs and negotiate further with the Project Engineer. If after pursuing the issue, the Contractor is unable to reach agreement with the Project Engineer, then the Contractor can follow the dispute process outlined in subsection 105.22.

If the Contractor’s corrective action plan and schedule are not submitted and approved within 96 hours of the initial notice, the Engineer will issue a Stop Work Order and have an on-site meeting with the Superintendent, SWMP Administrator. This meeting will also be attended by the Resident Engineer and the Region Program Engineer. This meeting will identify and document needed corrective actions and a schedule for completion. If after the meeting, the unacceptable work is not remedied within the schedule as agreed to in the meeting, the Engineer will take action to effect compliance by utilizing CDOT Maintenance personnel or other non-Contractor forces and deduct the cost from any moneys due or to become due to the Contractor pursuant to subsection 105.17. Delays due to these Stop Work Orders shall be considered non-excusable. The Stop Work Order shall be in place until the project is in compliance.

If the Contractor remains non-responsive to requirements of the on-site meeting, the Engineer will start default or Contract termination procedures in accordance with subsections 108.09 and 108.10. CDOT will proceed with corrective or disciplinary action in accordance with the Rules for Prequalification, Debarment, Bidding and Work on Transportation, Road, Highway and Bridge Public Projects. .

Delete subsection 208.10 and replace it with the following:

208.10 Items to Be Accomplished Prior to Requesting Partial Acceptance of Water Quality Work. (a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in

accordance with subsection 208.05(n) at the Contractor’s expense.

(b) Survey. The Contractor shall survey Permanent Water Quality BMPs (Permanent BMPs) on the project after they are constructed and confirm they are at final configuration and grade. The Engineer will identify which Permanent BMPs shall be surveyed prior to the final walk through. The survey shall be performed in accordance with Section 625.

(c) Removal of Temporary BMPs. Temporary BMPs subject to removal will be determined by the Engineer at the final walk through of the project and shall be removed by the Contractor. If any temporary BMPs are left in place, the Region’s Water Pollution Control Manager shall be notified of the BMP locations.

In subsection 208.12, delete the first paragraph and replace with the following:

SWMP Administrator duties on projects having less than one acre of total disturbed area will not be measured and paid for separately but shall be included in the work. The Erosion Control Management Pay Item will not apply to these projects.

Page 116: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 117: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 118: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

July 20, 2017REVISION OF SECTION 108

LIQUIDATED DAMAGES

Section 108 of the Standard Specifications is hereby revised for this project as follows:

In subsection 108.09 delete the schedule of liquidated damages and replace with the following:

Original Contract Amount ($) Liquidated Damages per Calendar Day ($)From More Than To And Including0 500,000 900500,000 1,000,000 1,5001,000,000 2,000,000 2,2002,000,000 5,000,000 4,1005,000,000 15,000,000 5,50015,000,000 ----- 9,900

Page 119: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 120: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 121: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 122: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 123: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 124: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 125: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 126: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

February 3, 2011

1REVISION OF SECTION 109

MEASUREMENT OF QUANTITIES

Section 109 of the Standard Specifications is hereby revised for this project as follows:

In subsection 109.01, delete the 17th paragraph and replace it with the following:

Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each of these vehicles shall be weighed empty daily at times directed by the Engineer. The Contractor shall furnish to the Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on the project:

(1) identification mark(2) vehicle length(3) tare weight (4) number of axles(5) the distance between extreme axles(6) information related to legal weight, including the Permit No. and permitted weight of each vehicle for which the

State has issued an overweight permit. This information shall be furnished prior to time of delivery of the material and at any subsequent time the Contractor changes vehicles, combination vehicles, axle length relationships, or overweight permitting of vehicles.

Page 127: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

October 29, 2015REVISION OF SECTION 109

SCALES

Section 109 of the Standard Specifications is hereby revised for this project as follows:

In subsection 109.01, delete the 11th paragraph and replace with the following:

Materials measured or proportioned by weight shall be weighed on accurate scales. Scales shall be accurate within the allowable tolerances as prescribed by State law. The scales shall be tested for accuracy by the Colorado Department of Agriculture or an approved Colorado Department of Agriculture vendor (https://www.colorado.gov/pacific/aginspection/scale-companies) as least once each year, each time the scales are relocated, and as often as the Engineer may deem necessary. Scales shall be furnished by the Contractor or the Contractor may utilize commercial scales.

Page 128: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

November 10, 2016REVISION OF SECTION 201CLEARING AND GRUBBING

Section 201 of the Standard Specifications is hereby revised for this project as follows:

In subsection 201.02, delete the third paragraph and replace with the following:

All surface objects, trees, stumps, roots, and other protruding obstructions not designated to remain shall be cleared and grubbed. In areas to be rounded at the tops of backslopes, stumps shall be removed to at least 2 feet below the surface of the final slope line.

In subsection 201.02, delete the ninth paragraph and replace with the following:

The Contractor shall clear and grub the areas within the excavation or embankment grading limits and shall include the removal from the ground of brush, roots, sod, grass, residue of agricultural crops, sawdust, and other vegetable matter. See subsection 208.04(e) for disturbed area limits.

Page 129: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20171

REVISION OF SECTION 208EROSION CONTROL

Section 208 is hereby deleted from the Standard Specifications for this project and replaced with the following:

DESCRIPTION208.01 This work consists of constructing, installing, maintaining, and removing when required, Best Management Practices (BMPs) during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any State waters as defined in subsection 107.25, including wetlands.

The Contractor shall coordinate the construction of temporary BMPs with the construction of permanent BMPs to assure economical, effective, and continuous erosion and sediment control throughout the construction period.

When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin effecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) requirements.

MATERIALS208.02 Erosion control materials are subject to acceptance in accordance with subsection 106.01. Erosion control materials shall be subject to the following approval process:

Material Approval Process

Notes:

Erosion Bales (Weed Free) COC The Contractor shall provide a transit certificate number or a copy of the transit certificate as supplied from the producer.

Silt Fence COC Silt Berm APL Erosion Log (Type 1 and 2) COC Silt Dikes COC Pre-fabricated Concrete Washout Structures (above ground)

APL

Pre-fabricated Vehicle Tracking Pad

APL

Aggregate Bag COC Storm Drain Inlet Protection (Type I, II and III)

APL

The material for BMPs shall conform to the following:

(a) Erosion Bales. Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5, CRS. Each certified weed free erosion bale shall be identified by blue and orange twine binding the bales.

The Contractor shall not place certified weed free erosion bales or remove their identifying twine until the Engineer has inspected and accepted them.

The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the Colorado Department of Agriculture, Weed Free Forage Program, 305 Interlocken Pkwy, Broomfield, CO 80021, Contact: Weed Free Forage Coordinator at (303) 869-9038. Also available at www.colorado.gov/ag/csd.

Page 130: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20172

REVISION OF SECTION 208EROSION CONTROL

Bales shall be approximately 5 cubic feet of material and weigh at least 35 pounds. Stakes shall be wood and shall be 2 inch by 2 inch nominal.

(b) Silt Fence. Silt fence posts shall be wood with a minimum length of 42 inches. Wood posts shall be 1.5 inch by 1.5 inch nominal. Geotextile shall be attached to wood posts with three or more staples per post.

Silt fence geotextile shall conform to the following requirements:

Physical Requirements for Silt Fence Geotextiles

Property Wire Fence Supported

Requirements

Self-Supported Requirements

Geotextile Elongation

<50%

Test Method

Grab Strength, lbs 90 minimum 124 minimum ASTM D 4632Permittivity sec-1 0.05 0.05 ASTM D 4491

Ultraviolet StabilityMinimum 70%

Strength Retained

Minimum 70% Strength Retained

ASTM D 4355

Silt Fence (Reinforced). Silt fence posts shall be metal "studded tee" T-post with a minimum length of 66 inches. Metal posts shall be “studded tee” with .095 inch minimum wall thickness. Wire fabric reinforcement for the silt fence geotextile shall be a minimum of 14 gauge, with a maximum mesh spacing of 6 inches. Geotextile shall be attached to welded wire fabric with ties or nylon cable ties 12 inch O.C. at top, mid and bottom wire. Welded wire fabric shall be attached to the post with a minimum three 12 gauge wire ties per post. Vinyl or rubber safety caps shall be installed on all T-post.

(c) Temporary Berms. Temporary berms shall be constructed of compacted soil.

(d) Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half round pipe, metal or plastic pipe, wood flume, flexible rubber or other materials suitable to carry accumulated water down the slopes. Outlet protection riprap shall conform to section 506. Erosion control geotextile shall be a minimum Class 2, conforming to subsection 712.08.

(e) Silt Berm. Silt berm shall consist of an ultraviolet (UV) stabilized high-density polyethylene, shall be triangular in shape, and shall have the following dimensions:

Width 6 - 11 inchesHeight 6 - 10 inchesWeight 0.3 - 1.4 lbs./sq. ft.

Percent Open Area 30 – 50%

Securing spikes shall be10 to12 inch x 0.375 inch diameter (minimum).

(f) Rock Check Dam. Rock Check dams shall be constructed of stone. Stone shall meet the requirements of Section 506.

(g) Sediment Trap. In constructing an excavated Sediment Trap, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of subsection 203.03. Outlet protection riprap shall be the size specified in the Contract and shall conform to Section 506. Erosion control geotextile shall be a minimum Class 1, conforming to subsection 712.08.

Page 131: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20173

REVISION OF SECTION 208EROSION CONTROL

(h) Erosion log. Shall be one of the following types unless otherwise shown on the plans:

(1) Erosion Log (Type 1) shall be curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photo-degradable tube netting and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log called for on the plans. The curled aspen wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances.

(2) Erosion Log (Type 2) shall consist of a blend of 30-40 percent weed free compost and 60-70 percent wood chips. The compost/wood blend material shall pass a 50 mm (2 inch) sieve with a minimum of 70 percent retained on the 9.5 mm (3/8 inch) sieve and comply to subsection 212.02 for the remaining compost physical properties. The compost/wood chip blend may be pneumatically shot into a geotextile cylindrical bag or be pre-manufactured. The geotextile bag shall consist of material with openings of 1/8 to 3/8 inches of HDPE or polypropylene mesh (knitted, not extruded), and contain the compost/wood chip material while not limiting water infiltration.

Erosion log (Type 1 and Type 2) shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log.

Table208-1NOMINAL DIMENSIONS OF EROSION LOGS

DiameterType 1(Inches)

Diameter Type 2

(Inches)

Length (feet) Weight (minimum)(pounds/foot)

Stake Dimensions(Inches)

Min. Max.9 8 10 180 1.6 1.5 by 1.5 (nominal)

by 18 12 12 10 180 2.5 1.5 by 1.5(nominal)

by 24 20 18 10 100 4.0 2 by 2 (nominal)

by 30

Stakes to secure erosion logs shall consist of pinewood or hardwood.

(i) Silt Dikes. Silt dikes shall be pre-manufactured triangular shaped urethane foam covered with a woven geotextile fabric. The fabric aprons shall extend a minimum of two feet beyond each side of the triangle.

Each silt dike shall have the following dimensions:

Dimension LengthCenter height 8 to 10 inchesBase 16 to 21 inchesSection length 3 to 7 feetSection width including fabric extensions 5.6 feet

Staples shall be 6 gauge and at least 8 inches long.

(j) Concrete Washout Structure. The Contractor shall construct a washout structure that will contain washout from concrete placement and construction equipment cleaning operations. Embankment required for the concrete washout structure may be excavated material, provided that this material meets the requirements of Section 203 for embankment.

A pre-fabricated concrete washout structure shall only be used when specified in the Contract. It shall consist of a watertight container designed to contain liquid and solid waste from concrete washout.

Page 132: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20174

REVISION OF SECTION 208EROSION CONTROL

(k) Vehicle Tracking Pad. Aggregate for the vehicle tracking pad shall be crushed natural aggregate with at least two fractured faces that meets the following gradation requirements:

Sieve size Percent by weight Passing Square Mesh Sieves

75 mm (3 inch) 10050 mm (2 inch) 0-2519.0 mm (¾ inch) 0-15

Recycled crushed concrete or asphalt shall not be used for vehicle tracking pads.

Erosion Control Geotextile shall be Class 2 and conform to the requirements of subsection 712.08.

Pre-fabricated vehicle tracking pads if specified in the Contract shall have the following properties.

Minimum overall dimensions of the modular systems shall be:

Width of pad along edge of

roadway

14 feet

Length of pad 30 feet

Weight (min.) (lbs./sq. ft.)

8

Crush strength (min.) (psi)

400

(l) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following properties:

Diameter (inches) Weight (minimum) (pounds per foot)

6-8 610 10 12 15

Rubber used in bags shall be clean, 95 percent free of metal and particulates.

Crushed stone contained in the aggregate bags shall conform to subsection 703.09, Table 703-7 for Class C.

The aggregate bag shall consist of a woven geotextile fabric with the following properties:

Property Requirement Test MethodGrab Tensile Strength 90 lbs. min. ASTM D 4632

Trapezoid Tear Strength 25 lbs. min. ASTM D 4533Mullen Burst 300 psi ASTM D 3786

Ultraviolet Resistance 70% ASTM D 4355

(m) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with the following dimensions:

Page 133: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20175

REVISION OF SECTION 208EROSION CONTROL

Protection TypesStorm Drain Inlet Protection Properties

1Type I Type II 3Type IIIDiameter 4 in. 4 in. N/AMinimum Section Length 7 ft. 5 ft. 5 ft.

Apron Insert --- 30 in. or sized to grate

30 in or sized to grate

1Type I protection shall be used with Inlet Type R.2Type II protection shall be used with Combination Inlet. Option A or B3Type III protection Inlet Vane Grate only. Option A or B

The storm drain inlet protection (Type I, II and III) shall consist of a woven geotextile fabric with the following properties:

Property Test Method Unit Requirement

Grab tensile strength ASTM D 4632 lbs. minimum 350X280

Mullen Burst Strength ASTM D 3786 lbs. 600

Trapezoid Tear Strength ASTM D 4533 lbs. minimum 110X95

Percent Open Area COE-22125-86 % 28

Water Flow Rate ASTM D 4491 gal./min./sq. ft. 250

Ultraviolet Resistance ASTM D 4355 % 70

Curb roll for storm drain inlet protection (Type I and II) shall have an approximate weight of 7 to 10 pounds per linear foot of device. The device shall be capable of conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of gravel or crushed stone conforming to Table 703-7 for Class C.

Storm drain inlet protection (Type III) shall have insert containment (option A) or insert without storage capacity (option B).

CONSTRUCTION REQUIREMENTS208.03 Project Review, Schedule, and Erosion Control Management. Prior to construction, an on-site Environmental Pre-construction Conference shall be held. The conference shall be attended by:

(1) The Engineer, (2) The Superintendent, (3) The Contractor's SWMP Administrator(4) Supervisors or Foremen of subcontractors working on the project, (5) The Region Water Pollution Control Manager (RWPCM), and

Page 134: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20176

REVISION OF SECTION 208EROSION CONTROL

(6) CDOT personnel (e.g., CDOT Landscape Architect) who prepared or reviewed the Stormwater Management Plan(SWMP).

At this conference, the attendees shall discuss the SWMP, CDPS-SCP, sensitive habitats on site, wetlands, other vegetation to be protected, and the enforcement mechanisms for not meeting the requirements of this specification.

Prior to beginning construction the Contractor shall evaluate the project site for storm water draining into or through the site. When such drainage is identified, BMPs (i.e., Control Measures) shall be used if possible to divert stormwater from running on-site and becoming contaminated with sediment or other pollutants. The diversion may be accomplished with a temporary pipe or other conveyance to prevent water contamination or contact with pollutants. Run-on water that cannot be diverted shall be treated as construction runoff and adequate BMPs shall be employed.

The SWMP Administrator shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, BMPs shall be used to protect off-site water from becoming contaminated with sediment or other pollutants.

The SWMP Administrator shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the location of the implemented BMP added to the SWMP site map.

Prior to construction, the Contractor shall implement appropriate BMPs for protection of wetlands, sensitive habitat and existing vegetation from ground disturbance and other pollutant sources, in accordance with the approved project schedule as described in subsection 208.03(b).

When additional BMPs are required and approved by the Engineer, the Contractor shall implement the additional BMPs and the SWMP Administrator shall record and describe them on the SWMP site map. The approved BMPs will be measured and paid for in accordance with subsections 208.11 and 208.12.

(a) Project Review. The Contractor may submit modifications to the Contract’s BMPs in a written proposal to theEngineer. The written proposal shall include the following information:

(1) Reasons for changing the BMPs.(2) Diagrams showing details and locations of all proposed changes.(3) List of appropriate pay items indicating new and revised quantities.(4) Schedules for accomplishing all erosion and sediment control work.(5) Effects on permits or certifications caused by the proposed changes.

The Engineer will approve or reject the written proposal in writing within 5 working days after the submittal. The Engineer may require additional control measures prior to approving the proposed modifications. Additional modifications and additional BMPs will be paid for at the Contract Unit Price for the specific items involved. If no items exist, they will be paid for as extra work in accordance with subsection 109.04.

(b) Erosion and Sediment Control Activities. The erosion and sediment control activities shall be included in the weeklymeeting update. The project schedule shall specifically indicate the sequence of clearing and grubbing, earthworkoperations, and construction of temporary and permanent erosion control features and stabilization. Project scheduleshall include erosion and sediment control work for haul roads, borrow pits, storage and asphalt or concrete batchsites, and all areas within the project limits. If during construction the Contractor proposes changes which would affectthe Contract's BMPs, the Contractor shall propose revised BMPs to the Engineer for approval in writing. If necessary,the SWMP Administrator shall update proposed sequencing of major activities in the SWMP. Revisions shall not beimplemented until the proposed measures have been approved in writing by the Engineer.

(c) Erosion Control Management (ECM). Erosion Control Management for this project shall consist of Erosion ControlInspection and the SWMP Administration. All ECM staff shall have working knowledge and experience inconstruction, and shall have successfully completed the Transportation Erosion Control Supervisory CertificateTraining (TECS) as provided by the Department. The Superintendent will not be permitted to serve in an ECM role.The Erosion Control Inspector (ECI) and the SWMP Administrator may be the same person in projects involving lessthan 40 acres of disturbed area.

Page 135: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20177

REVISION OF SECTION 208EROSION CONTROL

1. SWMP Administration. The SWMP shall be maintained by a SWMP Administrator. In the case of a project requiring only one TECS, the SWMP Administrator may also be the ECI for the project. The name of the SWMP Administrator shall be recorded on the SWMP Section 3. B. The SWMP Administrator shall have full responsibility to maintain and update the SWMP and identify to the Superintendent critical action items needed to conform to the CDPS-SCP as follows:

(1) Complete the SWMP Notebook as described in subsection 208.03 (d).

(2) Participate in the Environmental Pre-construction Conference

(3) Attend weekly meetings

(4) Attend all Headquarter and Region water quality control inspections. The Contractor and the Contractor’s SWMP Administrator will be notified a minimum of five days in advance of each inspection by the CDOT region or headquarter water quality staff.

(5) Coordinate with the Superintendent to implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities.

(6) Coordinate with the Superintendent to ensure that all labor, material, and equipment needed to install, maintain, and remove BMPs are available as needed.

(7) During construction, update and record the following items on the SWMP site map as changes occur:

(i) Limits of Construction (LOC).

(ii) Areas of disturbance (AD)

(iii) Limits of Disturbance (LDA)

(iv) Limits of cut and fill.

(v) Areas used for storage of construction materials, equipment, soils, or wastes.

(vi) Location of any dedicated asphalt or concrete batch plants.

(vii) Location of construction offices and staging areas.

(viii) Location of work access routes during construction.

(ix) Location of borrow and waste.

(x) Location of temporary, interim and permanent stabilization.

(xi) Location of outfall(s)

(xii) Arrows showing direction of surface flow

(xiii) Structural and non-structural BMPs

(xiv) LDA and LOC lines as defined in subsection 107.25

(8) Amend the SWMP whenever there are: additions, deletions, or changes to BMPs. SWMP revisions shall be recorded immediately. Items shall be dated and initialed by the SWMP Administrator. Specifically, amendments shall include the following:

(i) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised BMPs; or

Page 136: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20178

REVISION OF SECTION 208EROSION CONTROL

(ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity.

(iii) Changes when BMPs are no longer necessary and are removed.

(9) Complete vegetative survey transects when required in accordance with CDOT Erosion Control and Stormwater Quality Guide.

(10) Start a new site map before the current one becomes illegible. All site maps shall remain in the SWMP notebook.

(11) Document all inspection and maintenance activities. The SWMP and documentation shall be kept on the project site.

(12) When adding or revising BMPs on the SWMP, add a narrative explaining what, when, where, why, and how the BMP is being used, and add a detail to the SWMP notebook.

(i) How to install and inspect the BMP

(ii) Where to install the BMP

(iii) When to maintain the BMP

(13)If using existing topography, vegetation, etc. as a BMP, label it as such on the SWMP site map; add a narrative as to when, where, why, and how the BMP is being used.

(14)Indicate BMPS in use or not in use by recording on Standard Plans M-208-1, M-216-1, and M-615-1 in the SWMP notebook

(15)Record on the SWMP, the approved Method Statement for Containing Pollutant Byproducts.

(16)Update the potential pollutants list in the SWMP notebook and Spill Response Plan throughout construction.

2. Erosion Control Inspection.

One ECI is required for every 40 acres of total disturbed area which is currently receiving temporary and interim stabilization measures as defined in subsection 208.04 (e). An ECI shall not be responsible for more than 40 acres in the project. Accepted permanent stabilization methods as defined in subsection 208.04 (e) will not be included in the 40 acres.

ECI duties shall be as follows:

(1) Coordinate with the SWMP Administrator on reporting the results of inspections

(2) Review the construction site for compliance with the Stormwater Construction Permit.

(3) Inspect with the Superintendent and the Engineer (or their designated representatives) the stormwater management system at least every seven calendar days. Post storm event inspections shall be conducted within 24 hours after the end of any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur following a storm event, post-storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. The occurrence of delay in inspections shall be documented in the inspection report. Form 1176 shall be used for all 7 day inspections and inspections following storm events. The Contractor shall notify the Erosion control inspector when a storm event occurs. Failure to perform inspections on time will result in liquidated damages in accordance with subsection 208.09.

Page 137: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 20179

REVISION OF SECTION 208EROSION CONTROL

Inspections are not required at sites when construction activities are temporarily halted, when snow cover exists over the entire site and melting conditions do not pose a risk of surface erosion. This exception shall be applicable only during the period where melting conditions do not exist, and applies to the routine 7 day, Headquarters and Region inspections, as well as the post-storm event inspections. The following information shall be documented on Form 1176 for use of this exclusion: dates when snow cover occurred, date when construction activities ceased, and date melting conditions began.

The order of precedence for required inspections shall be as follows:

(i) Headquarter water quality inspections

(ii) Region water quality inspections

(iii) Post-storm event inspections

(iv) 7 day inspections

When one of the listed inspections is performed, the inspections listed below it need not be performed on that day if the required CDOT and Contractor personnel participated in the inspection.

For example: A 7 day inspection is not required on the same day a headquarters or Region inspection is conducted. A sheet shall be placed in the inspections area of the SWMP Notebook to refer to the date inspection performed.

(4) Follow all other agency Stormwater requirements and inspections unless a waiver or other agreement has been made.

(5) The ECI shall immediately report to the Contractor’s Superintendent and the SWMP Administrator the following instances of noncompliance:

(i) Noncompliance which may endanger health or the environment.

(ii) Spills or discharge of hazardous substance or oil which may cause pollution of waters of the State.

(iii) Discharge of stormwater which may cause an exceedance of a water quality standard.

(iv) Upset conditions that occur on site.

(6) Spills, leaks, or overflows that result in the discharge of pollutants shall be documented on the Form 1176 by the ECI. The ECI shall record the time and date, weather conditions, reasons for spill, and how it was remediated.

(d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the CDOT field office during construction:

1. SWMP Notebook. The Engineer will provide a SWMP Notebook at the Preconstruction Conference, which is and shall remain the property of CDOT. CDOT will initially provide the documentation for the first four items when available. The Contractor shall provide the contents required for items (5) through (18). The notebook shall be stored in the CDOT field office or at another on-site location approved by the Engineer. The SWMP Administrator shall modify and update the notebook as needed to reflect actual site conditions, prior to or as soon as practicable but in no case more than 72 hours after the change. The following Contract documents and reports shall be kept, maintained, and updated in the notebook under the appropriate items by the SWMP Administrator:

Page 138: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201710

REVISION OF SECTION 208EROSION CONTROL

(1) SWMP Plan Sheets - Notes, tabulation, sequence of major activities, area of disturbance, existing soil data, existing vegetation percent cover, potential pollutant sources, receiving water, non-stormwater discharges and environmental impacts.

(2) SWMP Site Maps and Plan Title Sheet - Construction site boundaries, ground surface disturbance, limits of cut and fill, flow arrows, structural BMPs, non-structural BMPs, Springs, Streams, Wetlands and surface water. Also included on the sheets is the protection of trees, shrubs and cultural resources.

(3) Specifications - Standard and Project special provisions related to Stormwater and Erosion Control.

(4) Standard Plans M-208-1, M-216-1 and M-615-1

(5) BMP Details not in Standard Plan M-208-1 - Non-standard details.

(6) Weekly meeting sign in sheet.

(7) Calendar of Inspections -Calendar of inspections marking when all inspections take place.

(8) Form 1176 – Weekly meeting notes and inspection report

(9) Region and Headquarter Water Quality Reports and Form 105(s) relating to Water Quality.

(10) Description of Inspection and Maintenance Methods - Description of inspection and maintenance methods implemented at the site to maintain all BMPs identified in the SWMP and Items not addressed in the design

(11) Spill Response Plan - Reports of reportable spills submitted to CDPHE

(12) List and Evaluation of Potential Pollutants - List of potential pollutants as described in subsection 107.25 and approved Method Statement for Containing Pollutant Byproducts.

(13) Other Correspondence e.g., agreements with other MS4s, approved deferral request, CDPHE audit documentation, Water Quality Permit Transfer to Maintenance Punch List and other miscellaneous documentation.

(14) TECS Certifications of the SWMP Administrator and all ECIs, keep current through the life of the project.

(15) Environmental Pre-construction Conference – Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. The certification shall be signed by all attendees. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Pre-construction Conference has been held.

(16) All Project Environmental Permits - All project environmental permits and associated applications and certifications, including, CDPS-SCP, Senate Bill 40, USACE 404,temporary stream crossings, dewatering, biological opinions and all other permits applicable to the project, including any separate CDPS-SCP obtained by the Contractor for staging area on private property, asphalt or concrete plant, etc.

(17) Photographs Documenting Existing Vegetation – Project photographs shall be time stamped on paper with a maximum of four colored images per 8 ½ inch by 11 inch sheet and/or a digital copy of all photographs on CD-ROM/Flash Drive in (JPG format), documenting existing vegetation prior to construction commencing. On the bottom of each photograph shall be a description using Station Number or Mile Post of where the photograph was taken.

(18) Permanent Water Quality Plan Sheets - Plan sheets and specifications for permanent water quality structures, riprap.

Page 139: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201711

REVISION OF SECTION 208EROSION CONTROL

The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction.The SWMP Administrator shall finalize the SWMP for CDOT Maintenance use upon completion of the project. SWMP completeness shall be approved by the Engineer, corrections to the SWMP shall be at the Contractor’s expense. The following Reference materials shall be used:

(1) CDOT Erosion Control and Stormwater Quality Guide.(2) CDOT Erosion Control and Stormwater Quality Field Guide.

(e) Weekly Meetings. The Engineer, Superintendent and the SWMP Administrator shall conduct a weekly meeting with supervisors involved in construction activities that could adversely affect water quality. The meeting shall follow an agenda prepared by the Engineer or a designated representative, and have a sign in sheet on which the names of all attendees shall be recorded. The SWMP Administrator shall take notes of water quality comments and action items at each weekly meeting, and place the agenda and sign in sheet in the SWMP notebook. At this meeting the following shall be discussed and documented on Form 1176:

(1) Requirements of the SWMP. (2) Problems that may have arisen in implementing the site specific SWMP or maintaining BMPs. (3) Unresolved issues from inspections and concerns from last inspection(4) BMPS that are to be installed, removed, modified, or maintained.

(5) Planned activities that will effect stormwater in order to proactively phase BMPs.

(6) Recalcitrant inspection findings

All subcontractors who were not in attendance at the Environment Pre-construction conference shall be briefed on the project by the Engineer, Superintendent, and the SWMP Administrator prior to start of work. The SWMP Administrator shall record the names of these subcontractors as an addendum to the list of attendees, and added the SWMP Notebook.

208.04 Best Management Practices (BMPs) for Stormwater.The SWMP Administrator shall modify the SWMP to clearly describe and locate all BMPs implemented at the site to control potential sediment discharges.

Vehicle tracking control shall be used at all vehicle and equipment exit points from the site to prevent sediment exiting the Limits of Construction (LOC) of the project site. Access shall be provided only at locations approved by the Engineer. The SWMP Administrator shall record vehicle tracking control pad locations on the SWMP site map.

New inlets and culverts shall be protected during their construction. Appropriate protection of each culvert and inlet shall be installed immediately. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours of completion of each pipe. The Contractor shall remove sediment, millings, debris, and other pollutants from within the newly constructed drainage system in accordance with the CDPS-SCP, prior to use, at the Contractor’s expense. All removed sediment shall be disposed of outside the project limits in accordance with all applicable regulations.

Concrete products wasted on the ground during construction shall include, but shall not be limited to: excess concrete removed from forms, spills, slop, and all other unused concrete are potential pollutants that shall be contained or protected by an approved BMP at a pre-approved containment area. The concrete shall be picked up and recycled in accordance with 6 CCR 1007-2 (CDPHE Regulations Pertaining to Solid Waste Sites and Facilities) at regular intervals, as directed. The uses of recycled concrete from approved recycling facilities shall be in accordance with Section 203.

(a) Unforeseen Conditions. The Contractor shall design and implement erosion and sediment BMPs for correcting conditions unforeseen during the design of the project, or for emergency situations, that develop during construction. The Department’s "Erosion Control and Stormwater Quality Guide" shall be used as a reference document for the purpose of designing erosion and sediment BMPs. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation.

(b) Other Agencies. If CDPHE, US Army Corps of Engineers (USACE), or the Environmental Protection Agency (EPA)

Page 140: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201712

REVISION OF SECTION 208EROSION CONTROL

reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. If the work may negatively affect another MS4, the Contractor shall cease and desist activities resulting in the discharge and shall implement appropriate measures to protect the neighboring MS4, including installing additional measures. . Implementation of these additional measures will be paid for at contract unit price.

(c) Work Outside the Right of Way. Disturbed areas, including staging areas, which are outside CDOT ROW and outside easements acquired by CDOT for construction, are the responsibility of the Contractor. These areas may be subject to a separate CDPS-SCP or other permits. The Contractor shall acquire these permits and submit copies to the Engineer prior to any disturbance. These permits, shall be acquired and all erosion and sediment control work performed at the Contractor's expense. These areas are subject to inspections by CDOT or any other agency, as agreed upon in writing.

(d) Construction Implementation. The Contractor shall incorporate BMPs into the project as outlined in the accepted schedule.

(e) Stabilization. Once earthwork has started, the Contractor shall continue erosion BMPs until permanent stabilization of the area has been completed and accepted. Clearing, grubbing and slope stabilization measures shall be performed regularly to ensure final stabilization. Failure to properly maintain erosion control and stabilization methods, either through improper phasing or sequencing will require the Contractor to repair or replace sections of earthwork at his expense. The Contractor shall schedule and implement the following stabilization measures during the course of the project:

(1) Temporary Stabilization. At the end of each day, the Contractor shall stabilize disturbed areas by surface roughening, vertical tracking, or a combination thereof. Disturbed areas are locations where actions have been taken to alter the existing vegetation and/or underlying soil of a site, such as clearing, grading, road bed preparation, soil compaction, and movement and stockpiling of top soils. Other stabilization measures may be implemented, as approved. The maximum area of temporary stabilization shall not exceed 20 acres.

(2) Interim Stabilization. Stockpiles and disturbed areas as soon as known with reasonable certainty that work will

be temporarily halted for 14 days or more shall be stabilized using one or more of the specified following methods:

(i) Application of 1.5 tons of mechanically crimped certified weed free hay or straw in combination with an approved organic mulch tackifier.

(ii) Placement of bonded fiber matrix in accordance with Section 213.

(iii) Placement of mulching (hydraulic) wood cellulose fiber mulch with tackifier, in accordance with Section 213.

(iv) Application of spray-on mulch blanket in accordance with Section 213. Magnesium Chloride, Potassium Chloride and Sodium Chloride, or other salt products, will not be permitted as a stabilization method.

Protection of the interim stabilization method is required. Reapplication may be required as approved.

(3) Summer and Winter Stabilization. Summer and winter stabilization is defined as months when seeding will not be permitted. As soon as the Contractor knows shutdown is to occur, interim stabilization shall be applied to the disturbed area. Protection of the interim stabilization method is required. Reapplication of interim stabilization may be required as directed.

(4) Permanent Stabilization. Permanent stabilization is defined as the covering of disturbed areas with seeding, mulching with tackifier, soil retention coverings, and such non-erodible methods such riprap, road shouldering, etc., or a combination thereof as required by the Contract. Other permanent stabilization techniques may be proposed by the Contractor, in writing, and shall be used when approved in writing by the Engineer. Permanent stabilization shall begin within 48 hours after topsoil placement, soil conditioning, or combination thereof starts and shall be pursued to completion.

Page 141: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201713

REVISION OF SECTION 208EROSION CONTROL

(5) Final Stabilization. Final stabilization is defined as when all ground disturbing activities at the site have been completed, and uniform vegetative cover has been established with an individual plant density of at least 70 percent of pre-disturbance levels, or equivalent permanent physical erosion reduction methods have been employed.

(f) Maintenance. Erosion and sediment control practices and other protective measures identified in the SWMP as BMPs for stormwater pollution prevention shall be maintained in effective operating condition until the CDPS-SCP has been transferred to CDOT. BMPs shall be continuously maintained in accordance with good engineering, hydrologic and pollution control practices, including removal of collected sediment when silt depth is 50 percent or more of the height of the erosion control device. When possible, the Contractor shall use equipment with an operator rather than labor alone to remove the sediment.

Maintenance of erosion and sediment control devices shall include replacement of such devices upon the end of their useful service life as recommended by the Contractor and approved by the Engineer. Maintenance of rock check dams and vehicle tracking pads shall be limited to removal and disposal of sediment or addition of aggregate. Damages resulting from failure to maintain BMPs shall be paid at the contactors expense.

Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures, to assess the adequacy of BMPs at the site and the necessity of changes to those BMPs to ensure continued effective performance. Where site assessment results in the determination that new or replacement BMPs are necessary, the BMPs shall be installed to ensure continuous effectiveness. When identified, BMPs shall be maintained, added, modified or replaced as soon as possible, immediately in most cases.

Approved new or replaced BMPs will be measured and paid for in accordance with subsections 208.11 and 208.12. Devices damaged due to the Contractor's negligence shall be replaced at Contractor’s expense.

From the time seeding and mulching work begins until the date the Contract work is accepted, the Contractor shall maintain all seeded areas. Damage to seeded areas or to mulch materials shall be immediately restored. Damage to seeded areas or to mulch materials due to Contractor negligence shall be immediately restored at the Contractor’s expense. Restoration of other damaged areas will be measured and paid for under the appropriate bid item.

Temporary BMPs may be removed upon completion of the project, as determined by the Water Quality Partial Acceptance walk-through. If removed, the area in which these BMPs were constructed shall be returned to a condition similar to that which existed prior to its disturbance. Removed BMPs shall become the property of the Contractor.

If a project delay occurs, the Contractor shall be responsible to continue erosion and sediment control operations beyond the original contract time.

Sediment removed during maintenance of BMPs and material from street sweeping may be used in or on embankment, provided it meets conditions of Section 203 and is distributed evenly across the embankment.

Whenever sediment collects on the paved surface, the surface shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Sweeping with a kick broom will not be allowed.

Material from pavement saw cutting operations shall be cleaned from the roadway surface during operations using a vacuum. A BMP, such as a berm, shall be placed to contain slurry from joint flushing operations until the residue can be removed from the soil surface. Aggregate bags, erosion logs or other permeable BMPs shall not be used. Residue shall not flow into driving lanes. It shall be removed and disposed of in accordance with subsection 107.25(b) 13. Material containment and removal will not be paid for separately, but shall be included in the work.

208.05 Construction of BMPs. BMPs shall be constructed in accordance with Standard Plans M-208-1, M-216-1 and with the following.

(a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket shall be performed in accordance with Sections 212, 213, and 216.

(b) Erosion Bales. The bales shall be anchored securely to the ground with wood stakes.

Page 142: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201714

REVISION OF SECTION 208EROSION CONTROL

(c) Silt Fence. Silt fence shall be installed in locations specified in the Contract prior to any grubbing or grading activity.

(d) Temporary Berms. Berms shall be constructed to the dimensions shown in the Contract, and sufficiently compacted to prevent erosion or failure. If the berm erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense.

(e) Temporary Diversion. Diversions shall be constructed to the dimensions shown in the Contract, and graded to drain to a designated outlet. The berm shall be sufficiently compacted to prevent erosion or failure. If the diversion erodes or fails, it shall be immediately repaired or replaced at the Contractor's expense.

(f) Temporary Slope Drains. Temporary slope drains shall be installed prior to installation of permanent facilities or growth of adequate ground cover on the slopes. All temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion.

(g) Silt Berm. Prior to installation of silt berms, the Contractor shall prepare the surface of the areas in which the berms are to be installed such that are they free of materials greater than 2 inches in diameter and are suitably smooth for the installation of the silt berms, as approved. Silt berms shall be secured with spikes. The Contractor shall install the silt berm in a manner that will prevent water from going around or under the silt berm. Silt berms shall be installed on top of soil retention blanket.

(h) Rock Check Dam. Rock shall be installed at locations shown on the plans. Rock check dams shall conform to the dimensions shown on the plans.

(i) Riprap Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 foot minimum. Riprap size shall be as shown on the plans.

(j) Storm Drain Inlet Protection. Prior to installation, the Contractor shall sweep the surface of the area in which the storm drain inlet protection devices are to be installed such that the pavement is free of sediment and debris. The ends of the inlet protection Type 1 and Type 2 shall extend a minimum of 1 foot past each end of the inlet.

The Contractor shall remove all accumulated sediment and debris from the surface surrounding all storm drain inlet protection devices after each rain event or as directed. The Contractor shall remove accumulated sediment from Type II and III containment area when it is more than a maximum one third full of sediment, or as directed.

The Contractor shall protect storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place.

(k) Sediment Trap. Sediment traps shall be installed to collect sediment laden water and to minimize the potential of pollutants leaving the project site. Locations shall be as shown on the plans or as directed.

Sediment traps shall be constructed prior to disturbance of upslope areas and shall be placed in locations where runoff from disturbed area can be diverted into the trap.

The area under the embankment shall be cleared, grubbed and stripped of any vegetation and roots.

Fill material for the embankment shall be free of roots or other vegetation, organic material, large stones, and other objectionable material.

Sediment shall be removed from the trap when it has accumulated to one half of the wet storage depth of the trap and shall be disposed of in accordance with subsection 208.04(f).

(l) Erosion Logs. Erosion logs shall be embedded 2 inches into the soil. Stakes shall be embedded to a minimum depth of 12 inches. At the discretion of the Engineer, a shallower depth may be permitted if rock is encountered.

The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs.

Page 143: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201715

REVISION OF SECTION 208EROSION CONTROL

(m) Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the silt dikes are to be installed such that they are free of materials greater than two inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer.

(n) Concrete Washout Structure. The concrete washout structure shall meet or exceed the dimensions shown on the plans or be used in accordance with manufacturer’s recommendations. Work on this structure shall not begin until written acceptance is provided by the Engineer.

Concrete washout structure shall conform to standard plan M-208-1 and shall meet the following requirements:

(1) Structure shall contain all washout water.

(2) Stormwater shall not carry wastes from washout and disposal locations.

(3) The site shall be located a minimum of 50 horizontal feet from State waters and shall meet all requirements for containment and disposal as defined in subsection 107.25.

(4) The site shall be signed as “Concrete Washout”.

(5) The site shall be accessible to appropriate vehicles.

(6) Freeboard capacity shall be included into structure design to reasonably ensure the structure will not overtop during or because of a precipitation events.

(7) The Contractor shall prevent tracking of washout material out of the washout structure.

(8) Solvents, flocculents, and acid shall not be added to wash water.

(9) The structure shall be surrounded on three sides by a compacted berm.

(10)The structure shall be fenced with orange plastic construction fencing to provide a barrier to construction equipment and to aid in identification of the concrete washout area.

(11) Concrete waste, liquid and solid, shall not exceed 2/3 the storage capacity of the washout structure.

Pre-fabricated concrete washout structures shall meet the following requirements:

(1) Structure shall contain all washout water.

(2) Structure shall be located 50 horizontal feet away from State waters, and shall be confined so that no potential pollutants will enter State waters and other sensitive areas are as defined in the Contract. Locations shall be as approved by the Engineer. The site shall signed as “Concrete Washout”.

(3) The site shall be accessible to appropriate vehicles.

(4) Freeboard capacity shall be included into structure design to reasonably ensure the structure will not overtop during or because of a precipitation event.

(5) Solvents, flocculants, and acid shall not be added to wash water.

Page 144: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201716

REVISION OF SECTION 208EROSION CONTROL

(6) Concrete waste, liquid and solid, shall not exceed 2/3 the storage capacity of the washout structure.

(7) Prefabricated structures cannot be moved when they contain liquid, unless otherwise approved.

(8) The concrete washout structure shall be completed and ready for use prior to concrete placement operations.

(9) Washout areas shall be checked and maintained as required. On site permanent disposal of concrete washout waste is not allowed.

All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site and disposed of properly at the Contractor's expense.

(o) Vehicle Tracking Pad (VTP). Vehicle tracking pads shall be constructed to the minimum dimensions shown in the Contract, unless otherwise directed by the Engineer. Construction of approved vehicle tracking pads shall be completed before any disturbance of the area.

The Contractor shall maintain each vehicle tracking pad during the entire time that it is in use for the project. The vehicle tracking pad shall be removed at the completion of the project unless otherwise directed by the Engineer. Additional aggregate may be required for maintenance and will be paid for under Pay Item, Maintenance Aggregate (Vehicle Tracking Pad).

(p) Detention Pond. Permanent detention ponds shown on the construction plans may be used as temporary BMPs if all the following conditions are met:

(1) The pond is designated as a construction BMP in the SWMP.

(2) The pond outfall and outlet are designed and implemented for use as a BMP during construction in accordance with good engineering, hydrologic, and pollution control practices. The stormwater discharges from the outfall shall not cause degradation or pollution of State waters, and shall have BMPs, as appropriate.

(3) All silt shall be removed and the pond returned to the design grade and contour prior to project acceptance

(q) Aggregate Bag. Aggregate bags shall be placed on a stable surface, consisting of pavement, grass or gravel. Aggregate bags shall be placed to conform to the surface without gaps. Discharge water shall not cause erosion.

(r) Surface Roughening. Surface roughening creates horizontal grooves along the contour of the slope. Roughening may be accomplished by furrowing, scarifying, ripping or disking the soil surface to create a 2 to 4 inch minimum variation in soil surface. Surface roughening will not be paid for separately, but shall be included in the work.

(s) Vertical Tracking. Vertical tracking involves driving a tracked vehicle up and down the soil surface and creating horizontal grooves and ridges along the contour of the slope. Sandy soils or soils that are primarily rock need not be tracked. Vertical tracking will not be paid for separately, but shall be included in the work.

208.06 Materials Handling and Spill Prevention. The SWMP Administrator shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have a Spill Response Plan in place as specified in subsections 107.25(b) 6 or 208.06(c). Construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any State waters or more if the Contractor determines necessary. Equipment fueling and servicing shall occur only within approved designated areas.

(a) Bulk Storage Structures. Bulk storage structures for petroleum products and other chemicals shall have impervious secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering State waters. Secondary containment shall be capable of containing the combined volume of all the storage containers plus at least 10 percent freeboard. For secondary containment that is used and may result in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of all accumulated stormwater which is deemed to be contaminated (e.g., has an unusual odor or sheen).

Page 145: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201717

REVISION OF SECTION 208EROSION CONTROL

(b) Lubricant Leaks. The Contractor shall inspect equipment, vehicles, and repair areas daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. The Contractor shall inform all Spill Response Coordinators in accordance with the Spill Response Plan if unforeseen leakage is encountered. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. Control, cleanup, and removal of by-products resulting from POL leaks shall be performed at the Contractor's expense.

(c) Spill Response Plan. A spill Response Plan shall be developed and implemented to establish operating procedures for handling potential pollutants and preventing spills.

The Response Plan shall contain the following information:

(1) Identification and contact information of each Spill Response Coordinator

(2) Locations of areas on project site where equipment fueling and servicing operations are permitted.

(3) Location of cleanup kits.

(4) Quantities of chemicals and locations stored on site.

(5) Label system for chemicals and Safety Data Sheets (SDS) for products.

(6) Clean up procedures to be implemented in the event of a spill that does not enter State waters or ground water.

(7) Procedures for spills of any size that enter surface waters or ground water, or have the potential to do so. CDOT’s Erosion Control and Stormwater Quality Guide contains Spill notification contacts and phone numbers required in the Spill Response Plan.

(8) A summary of the employee training provided.

Information in items (1) through (8) shall be updated in the SWMP Notebook when they change.

208.07 Stockpile Management. Material stockpiles shall be located 50 horizontal feet away from State waters, and shall be confined so that no potential pollutants will enter State waters and other sensitive areas as defined in the Contract. Locations shall be approved by the Engineer.

Erodible stockpiles (including topsoil) shall be contained with acceptable BMPs at the toe (or within 20 feet of the toe) throughout construction. BMPs shall be approved by the Engineer. The SWMP Administrator shall describe, detail, and record the sediment control devices on the SWMP.

208.08 Limits of Disturbance. The Contractor shall limit construction activities to those areas within the limits of disturbance shown on the plans and cross-sections. Construction activities, in addition to the Contract work, shall include the on-site parking of vehicles or equipment, on-site staging, on-site batch plants, haul roads or work access, and all other action which would disturb existing soil conditions. Staging areas within the LDA shall be as approved by the Engineer. Construction activities beyond the limits of disturbance due to Contractor negligence shall be restored to the original condition by the Contractor at the Contractor’s expense. The SWMP Administrator shall tabulate additional disturbances not identified in the CDPS_SCP application and indicate changes to locations and quantities on the SWMP. The Contractor shall report the changes and additional disturbances to the Engineer, Water Quality Control Division of CDPHE and all other involved agencies.

The Contractor shall pursue and stabilize all disturbances to completion.

208.09 Failure to Perform Erosion Control. Failure to implement the Stormwater Management Plan is a violation of the CDPS – SCP and CDOT specifications. CDOT is obligated to implement enforcement mechanisms in accordance with CDOT’s MS4 Permit COS000005 for Stormwater Management and erosion control Best Management Practices. Penalties may be assessed to the Contractor by the appropriate agencies. Penalties will be assessed by the Department

Page 146: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201718

REVISION OF SECTION 208EROSION CONTROL

as liquidated damages for failure to meet the Permit. All fines assessed to the Department for the Contractor’s failure to implement the SWMP will be deducted from monies due the Contractor in accordance with subsection 107.25(c) 2.

The Contractor will be subject to liquidated damages for incidents of failure to perform erosion control as required by the Contract. Liquidated damages will be applied for failure to comply with the CDPS-SCP and these specifications, including the following:

(1) Failure to include erosion control in the project schedule or failure to include erosion control in each schedule update as specified in subsection 208.03(b).

(2) Failure of the Contractor to perform the inspections required by subsection 208.03(c) 2.

(3) Failure of the Contractor to implement necessary actions required by the Engineer as required by subsection 208.03(c).

(4) Failure to amend the SWMP and implement BMPs as required by subsection 208.04.

(5) Failure to keep documentation and records current.

(6) Failure to construct or implement erosion control or spill containment measures required by the Contract, or failure to construct or implement them in accordance with the Contractor’s approved schedule as required by subsection 208.06(c).

(7) Failure to limit temporary stabilization to 20 or fewer acres as required by subsection 208.04 (e).

(8) Failure to replace or perform maintenance on an erosion control feature after notice from the Engineer or from a water quality inspection as required by subsection 208.04(f).

(9) Failure to remove and dispose of sediment from BMPs as required.

(10) Failure to install and properly utilize a concrete washout structure for containing washout from concrete placement operations.

(11) Failure to perform stabilization as required by subsection 208.04 (e).

(12) Failure of the Superintendent or designated representative to attend inspections as required by subsection 208.03(c) and record findings in the appropriate form.

(13) Failure to prevent discharges not composed entirely of stormwater from leaving the Construction Site.

(14) Failure to provide the survey of Permanent Water Quality BMPs when required on the project in accordance with 208.10.

The Engineer will immediately notify the Contractor of each incident of failure to perform erosion control in accordance with the CDPS-SCP and these specifications, including items (1) through (14) above by issuing the Form 105. Correction shall be made as soon as possible but no later than 48 hours from the date of notification to correct the failure. The Contractor will be charged liquidated damages in the amount of $970 for each day after the 48 hour period has expired, that one or more of the incidents of failure to perform the requirements for each Form 105 remains uncorrected. Liquidated damages will begin at Midnight of the date the 48 hours has expired.

This deduction will not be considered a penalty, but will be considered liquidated damages based on estimated additional construction engineering costs. The liquidated damages will accumulate, for each cumulative day that one or more of the incidents remain uncorrected. The number of days for which liquidated damages are assessed will be cumulative for the duration of the project; that is: the damages for a particular day will be added to the total number of days for which

Page 147: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201719

REVISION OF SECTION 208EROSION CONTROL

liquidated damages are accumulated on the project. The liquidated damages will be deducted from any monies due the Contractor.

If all other failures are not corrected within 48 hours after liquidated damages have begun to be assessed, the Engineer will issue a Stop Work Order in accordance with subsection 105.01. Work shall not resume until the Engineer has approved a written corrective action plan submitted by the Contractor that includes measures to prevent future violations and a schedule for implementation.

If the Contractor requires more than 96 hours to perform the corrective work from the date on the Form 105, the Contractor shall submit a request for deferment. The deferment request shall be in writing and shall include the specific failure, temporary measures until final correction is made, the methodology which will be employed to make the correction and interim milestones to completing the work. The Region Water Pollution Control Manager (RWPCM), Engineer, the SWMP Administrator and the Contractor shall concur on this deferral and set a proposed date of completion. If approved, the Contractor shall complete the corrective measures by Midnight of the proposed completion date. If corrective work is not corrected by the completion date the Engineer will issue a Stop Work Order. Liquidated Damages will apply retroactively back to the 48 hours after the 105 date of notification. Liquidated Damages will be assessed until the corrective work has been completed and accepted.

Deferment of work to correct failures to perform erosion control will not affect the Contractor’s other contractual responsibilities, notifications for other non-compliance, nor the final completion date of the project. Liquidated Damages for other non-compliance notifications will continue to apply during the deferment period in addition to liquidated damages associated with the deferment.

Based on the submittal date of the approved deferment Liquated Damages and a Stop Work Order may not be mandated to the Contractor.

Disagreements regarding the suggested corrective action for a BMP compliance issue between the Project Engineer, SWMP Administrator, and Superintendent, shall be discussed with the Resident Engineer and Region Water Pollution Control Manager. If after the discussions, the Project Engineer and the Contractor are still in disagreement and feel that additional compensation is owed, the Contractor will follow the decision of the Project Engineer, keep track of the costs and negotiate further with the Project Engineer. If after pursuing the issue, the Contractor is unable to reach agreement with the Project Engineer, then the Contractor can follow the dispute process outlined in subsection 105.22.

If the Contractor’s corrective action plan and schedule are not submitted and approved within 96 hours of the initial notice, the Engineer will issue a Stop Work Order and have an on-site meeting with the Superintendent, SWMP Administrator, and the Superintendent’s supervisor. This meeting will also be attended by the Resident Engineer, the Region Water Pollution Control Manager, and the Region Program Engineer. This meeting will identify and document needed corrective actions and a schedule for completion. If after the meeting, the unacceptable work is not remedied within the schedule as agreed to in the meeting, the Engineer will take action to effect compliance with the CDPS-SCP and these specifications by utilizing CDOT Maintenance personnel or other non-Contractor forces and deduct the cost from any monies due or to become due to the Contractor pursuant to subsection 105.17. Delays due to these Stop Work Orders shall be considered non-excusable. The Stop Work Order shall be in place until the project is in CDPS-SCP compliance.

If the Contractor remains non-responsive to requirements of the on-site meeting, the Engineer will start default or Contract termination procedures in accordance with subsections 108.09 and 108.10.CDOT will proceed with corrective or disciplinary action in accordance with the Rules for Prequalification, Debarment, Bidding and Work on Transportation, Road, Highway and Bridge Public Projects.

When a failure meets any one of the following conditions, the Engineer will immediately issue a Stop Work Order in accordance with subsection 105.01 irrespective of any other available remedy:

(1) It may endanger health or the environment.

(2) It consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the state.

(3) It consists of a discharge which may cause a violation of a water quality standards.

Page 148: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201720

REVISION OF SECTION 208EROSION CONTROL

208.10 Items to Be Completed Prior to Requesting Partial Acceptance of Water Quality Work.(a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in

accordance with subsection 208.05(n) at the Contractor’s expense.

(b) Survey. When Permanent Water Quality BMPs (Permanent BMP) are required on the project, the Contractor shall survey the BMPs to confirm that they conform to the configuration and grade shown on the Plans. The survey shall conform to Section 625. The results of the survey shall be submitted as Microstation or AutoCad drawing files and PDF files, showing both designed and final elevations and configurations. Paper versions of the drawings shall be submitted with the stamp and seal of the Contractor’s Surveyor.

The Engineer and the CDOT Hydraulics Engineer for the region will perform a walkthrough of the Permanent BMPs to confirm conformance to material requirements, locations and dimensions of the Permanent BMPs. Permanent BMPs not meeting the Contract requirements will be identified in writing by the Engineer, and shall be repaired or replaced at the Contractor’s expense. Correction surveys shall be performed at the Contractor’s expense to confirm the locations and dimensions of each Permanent BMP. Final as-built plans of the Permanent BMPs shall be provided to the Engineer and the CDOT Region and Headquarter Permanent Water Quality Control Specialist for their records.

(c) Locations of Temporary BMPs. The Engineer will identify locations where modification, cleaning or removal of temporary BMPs are required, and will provide these in writing to the Contractor. Upon completion of work required, the SWMP Administrator shall modify the SWMP to provide an accurate depiction of BMPS to remain on the project site.

METHOD OF MEASUREMENT208.11 Erosion Control Management will be measured as the actual number of days of ECM work performed, regardless of the number of personnel required for SWMP Administration and Erosion Control Inspection, including erosion control inspections, documentation, meeting participation, SWMP Administration, and the preparation of the SWMP notebook. If the combined hours of SWMP Administration and Erosion Control Inspection is four hours or less in a day, the work will be measured as ½ day. If the combined hours of SWMP Administration and Erosion Control Inspection is more than four hours in a day, the work will be measured as one day. Total combined hours of ECM work exceeding eight hours in a day will still be paid as one day.

Erosion bales will be measured by the actual number installed and accepted.

Silt fence, silt berms, erosion logs, aggregate bags, silt dikes, temporary berms, rock check dams, temporary diversions, and temporary slope drains, will be measured by the actual number of linear feet that are installed and accepted. Measured length will not include required overlap.

Concrete washout structure will be measured by the actual number of structures that are installed and accepted.

Storm drain inlet protection will be measured by linear foot or actual number of devices that are installed and accepted.

Sediment trap quantities will be measured by the actual number installed and accepted.

Removal of trash that is not generated by construction activities will be measured by the actual number of hours that Contractor workers actively remove trash from the project. Each week the Contractor shall submit to the Engineer a list of workers and the hours spent collecting such trash.

Removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal.

Vehicle tracking pads will be measured by the actual number constructed and accepted.

Additional aggregate required for maintaining vehicle tracking pads will be measured as the actual number of cubic yards installed and accepted.

Page 149: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201721

REVISION OF SECTION 208EROSION CONTROL

BASIS OF PAYMENT208.12 ECM 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 UnitAggregate Bag Linear FootConcrete Washout Structure EachErosion Bales (Weed Free) EachErosion Control Management DayErosion Log (Type 1) (____ Inch) Linear FootErosion Log (Type 2) (______Inch) Linear FootPre-Fabricated Concrete Washout Structure EachPre-Fabricated Vehicle Tracking Pad EachMaintenance Aggregate (Vehicle Tracking Pad) Cubic YardRemoval and Disposal of Sediment (Equipment) HourRemoval and Disposal of Sediment (Labor) HourRemoval of Trash HourRock Check Dam EachSediment Basin EachSediment Trap EachSilt Berm Linear FootSilt Dike Linear FootSilt Fence Linear FootSilt Fence (Reinforced) Linear Foot Storm Drain Inlet Protection (Type__) Linear FootStorm Drain Inlet Protection (Type__) EachSweeping (Sediment Removal) HourTemporary Berm Linear FootTemporary Diversion Linear FootTemporary Slope Drains Linear FootVehicle Tracking Pad Each

Payment for Erosion Control Management (ECM) will be full compensation for all labor, materials and equipment necessary for the SWMP Administrator and Erosion Control Inspectors to perform all the work described in this specification. This includes assembling items 5-19 and required updates to the SWMP Notebook on site.

The SWMP Administrator and ECI's commute times will not be measured and paid for separately, but shall be included in the work.

Modifications to the SWMP Notebook due to construction errors or survey errors by the contractor shall be at the Contractor’s expense.

Temporary erosion control will be measured and paid for by the BMPs used. Surface roughening and vertical tracking will not be measured and paid for separately but shall be included in the work. Payment for each BMP item will be full compensation for all work and materials required to furnish, install, maintain and remove the BMP when directed.

Page 150: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

April 20, 201722

REVISION OF SECTION 208EROSION CONTROL

Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, including the operator. Payment for Removal and Disposal of Sediment (Labor) will be full compensation for use of the labor.

Payment for concrete washout structure, whether constructed or prefabricated, will be full compensation for all work and materials required to install, maintain, and remove the item. Maintenance and relocation, as required, of these structures throughout the duration of the project will not be measured and paid for separately, but shall be included in the work.

Silt berm spikes will not be measured and paid for separately, but shall be included in the work. When required, soil retention blankets will be measured and paid for in accordance with Section 216.Silt dike staples will not be measured and paid for separately, but shall be included in the work.

Spray–on mulch blankets required by the Contract, including those used in both interim and final stabilization, will be measured and paid for in accordance with Section 213.

Payment for storm drain inlet protection will be full compensation for all work, materials, and equipment required to complete the item, including surface preparation, maintenance throughout the project, and removal upon completion of the work. Aggregate will not be measured and paid for separately, but shall be included in the work.

Sweeping, when used as a BMP as shown in the Contract, will be measured by the number of hours that a pickup broom or equipment capable of collecting sediment, authorized by the Engineer, is used to remove sediment from the roadway or other paved surfaces. Each week the Contractor shall submit to the Engineer a statement detailing the type of sweeping equipment used and the number of hours it was used to pick up sediment. Operator will not be measured and paid for separately, but shall be included in the work.

Stakes, anchors, connections, geotextile, riprap and tie downs used for temporary slope drains will not be measured and paid for separately, but shall be included in the work.

Payment for vehicle tracking pad will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be measured and paid for separately, but shall be included in the work. If additional aggregate for maintenance of vehicle tracking pads is required, it will be measured by the cubic yard in accordance with Section 304 and will be paid for under this Section.

Seeding, sod, mulching, soil retention blanket, and riprap will be measured and paid for in accordance with Sections 212, 213, 216, and 506.

Geotextile (Erosion Control) (Class 2) will be measured and paid for in accordance with Section 420.

All work and materials required to perform the permanent BMP survey and furnish the electronic files shall be included in the original unit price bid for surveying. Surveying will be measured and paid for in accordance with Section 625.

Payment will be made for BMPs replaced as approved by the Engineer. Temporary erosion and sediment BMPs required due to the Contractor’s negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor’s expense. If the Contractor fails to complete construction within the contract time, payment will not be made for Section 208 pay items for the period of time after expiration of the contract time. These items shall be provided at the Contractor's expense.

Page 151: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 152: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

February 3, 2011REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT FINISHING

Section 412 of the Standard Specifications is hereby revised for this project as follows:

Delete subsection 412.12(a) and replace it with the following:

(a) Hand Finishing. Hand finishing should be minimized wherever possible. The Engineer shall be notified prior to hand finishing work and the proposed hand finished work shall be addressed in the Quality Control Plan for concrete finishing. Unless otherwise specified, hand finishing methods will be permitted only under the following conditions. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the slab to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in-place for more than 30 minutes or when initial set has begun unless otherwise approved by the Engineer. Finishing tools made of aluminum shall not be used.

The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in accordance with current Industry standards in the concrete pavement placement. It shall also identify the Contractor’s method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference. Paving operations shall not begin until the Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality of finished concrete pavement including but not limited to:

(1) Timing of hand finishing operations(2) Methodology to place and transport concrete(3) Equipment and tools to be utilized(4) Qualifications and training of finishers and supervisors

When the Engineer determines that any element of the approved QCP is not being implemented or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address improperly placed material and how to remedy future hand finishing failures and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations.

Page 153: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

November 6, 2014

REVISION OF SECTION 512BEARING DEVICE TESTING

Section 512 of the Standard Specifications is hereby revised for this project as follows:

Delete the first paragraph of subsection 512.09 and replace with the following:

512.09 Testing and Acceptance. The materials for elastomeric bearings and finished bearings shall be subjected to the tests described in this section. Material tests shall be in accordance with Table 705-1 or 705-2 and as described herein. The manufacturer shall furnish facilities for the testing and inspection of the completed bearings in the plant or at an independent test facility. At the Engineer’s discretion, testing may be performed in the presence of the Engineer or a designated representative. The Engineer or the Engineer's representative shall be allowed free access to the necessary parts of the manufacturer's plant and test facility, as arranged by the Contractor. The Contractor shall inform the Engineer a minimum of two weeks in advance of a date and time when a visit to the plant and test facility would be permitted.

Page 154: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

February 18, 2016

1REVISION OF SECTION 601

CLASS B, BZ, D, DT AND P CONCRETE

Section 601 of the Standard Specifications is hereby revised for this project as follows:

Subsection 601.02 shall include the following:

Deviations from the Standard Class B, Class BZ, Class D, DT and P concrete may be made under the following conditions:

(1) The minimum cement content may be reduced from that specified in Table 601-1 if lab test results show that the permeability of the mix does not exceed 2,500 Coulombs at an age of not more than 56 days as determined by ASTM C1202.

(2) The maximum cement content may be increased from that specified in Table 601-1 if lab test results show that the unrestrained shrinkage is less than 0.050 percent when tested by CP-L 4103.

(3) The maximum amount of fly ash substituted for ASTM C150 cement or the maximum pozzolan content when ASTM C595 or C1157 cement is used may exceed the limits in subsection 601.05 if lab test results show that the permeability of the mix does not exceed 2,500 Coulombs at an age of not more than 56 days as determined by ASTM C1202 and the salt scaling resistance is less than 3 as determined by ASTM C672.

(4) Except for Class DT, the concrete mix may use an Optimized Gradation (OG). When an OG is used aggregate proportions must be a result of an optimized combined aggregate gradation (CAG) developed by an approved mix design technique such as Shilstone or KU Mix. The amount of aggregate in the CAG passing the 19 mm (¾ inch) sieve and retained on the12.5 mm (½ inch) sieve shall be a minimum of 8 percent for the trial mix design. The coarseness factor (CF) and workability factor (WF) must plot within the workability box (ABCD) depicted graphically by the following 4 coordinate points:

a. Point A> (CF,WF) 72, 31b. Point B> (CF,WF) 44.5, 35c. Point C> (CF,WF) 44.5, 43.5d. Point D> (CF,WF) 72, 40

Figure 601-1

CF = (S / T) x 100Where:

S = Percent Cumulative Retained on 9.5 mm (3/8 inch) SieveT = Percent Cumulative retained on 2.36 mm (No. 8) Sieve

WF is the percent passing the 2.36 mm (No. 8) sieve. Increase workability factor by 2.5 percentage points for every 94 pounds per cubic yard of cementitious material used in excess of 564 pounds per cubic yard in the mix design. Decrease workability factor by 2.5 percentage points for every 94 pounds per cubic yard of cementitious material used below 564 pounds per cubic yard in the mix design. The Contractor shall not adjust the workability factor if the amount of cementitious material is 564 pounds per cubic yard.

(5) Aggregate gradings not obtained through an OG may be used if lab test results show that the unrestrained shrinkage is less than 0.050 percent when tested by CP-L 4103.

Page 155: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

February 18, 2016

2REVISION OF SECTION 601

CLASS B, BZ, D, DT AND P CONCRETE

Concrete with any of the above deviations shall be known as Class (_) Non Standard concrete (Class _-NS concrete). For example Class B-NS. Non Standard concrete may be substituted for the equivalent standard concrete. Non Standard concrete shall be tested, accepted, measured and paid for as standard concrete or the pay item specifying standard concrete.

Subsection 601.05 shall include the following in the second paragraph:

(8) Concrete with an OG shall indicate the gradation proportions that results in a combined aggregate gradation corresponding to compliance within the specified CF and WF box and shall include the following charts used to perform aggregate gradation analysis:

(i) Coarseness Factor(ii) Workability Factor(iii) 0.45 power(iv) Combined gradation

Delete Subsection 601.06 (10) and (11) and replace with the following:

(10) Weights of fine and coarse aggregates or combined weight when an OG is pre-blended(11) Moisture of fine and coarse aggregates or combined moisture when an OG is pre-blended

Subsection 601.17 shall include the following:

(g) Water to cementitious material content (w/cm) ratio. When a Non Standard concrete is used the maximum w/cm ratio is the w/cm ratio that was used in the in the laboratory trial mix for the Concrete Mix Design. The w/cm ratio shall be determined for each batch of Non Standard concrete by the Contractor and provided to the Engineer for approval prior to placement. If an adjustment to the mix is made after the Engineer’s approval, the w/cm shall be determined and submitted to the Engineer prior to the continuation of placement. Any Non Standard concrete that is placed without the Engineer’s approval shall be removed and replaced at the Contractor’s expense.

Page 156: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 157: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 158: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

October 29, 2015

1REVISION OF SECTION 601

CONCRETE SLUMP ACCEPTANCE

Section 601 of the Standard Specifications is hereby revised for this project as follows:

Delete the fifth paragraph of Subsection 601.05 and replace with the following:

Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix design plus or minus 2.0 inch. The laboratory trial mix must produce an average compressive strength at least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, the trial mix shall be run with the required air content.

Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following:

(b) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that exceeds the slump of the approved concrete mix design by 2.0 inches will be retested. If the slump is exceeded a second time, that load is rejected. If the slump is greater than 2 inches lower than the approved concrete mix design, the load can be adjusted with a water reducer, or by adding water (if the w/cm allows) and retested.

Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to reduced payment or removal as determined by the Engineer.

(d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural Concrete.

If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the product of the individual pay factors.

Table 601-3PAY FACTORS

Percent Total Air StrengthDeviations

From Specified

Air (Percent)

Pay Factor

(Percent)

Below Specified

Strength (psi)[ < 4500 psi Concrete]

Pay Factor

(Percent)

Below Specified

Strength (psi)[ ≥ 4500 psi Concrete]

0.0-0.2 98 1-100 98 1-1000.3-0.4 96 101-200 96 101-2000.5-0.6 92 201-300 92 201-3000.7-0.8 84 301-400 84 301-4000.9-1.0 75 401-500 75 401-500

Over 1.0 Reject Over 500 Reject65 501-60054 601-70042 701-80029 801-90015 901-1000

Reject Over 1000

Page 159: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 160: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 161: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 162: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 163: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 164: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 165: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

January 12, 20171

REVISION OF SECTIONS 630 AND 713RETROREFLECTIVE SHEETING

Section 630 and 713 of the Standard Specifications is hereby revised for this project as follows:

In subsection 630.02, delete the sixth and seventh paragraphs, including Table 630-1, and replace them with the following:

Retroreflective sheeting for all signs requiring an orange background shall be Fluorescent.

Table 630-1RETROREFLECTIVE SHEETING TYPES

Sheeting Type IVType VI

(Roll-up sign material) Fluorescent1

Application Work Zone Work Zone Work ZoneAll Orange Construction Signs X

Orange Construction Signs that are used only during daytime hours for short term or mobile operations

X4 X

Barricades (Temporary) X XVertical Panels X XFlaggers Stop/Slow Paddle X XDrums and Tubular Markers2 X6 X

Non-orange Fixed Support signs with prefix “W” X

Special Warning Signs XSTOP sign (R1-1)YIELD sign (R1-2)WRONG WAY sign (R5-1a)DO NOT ENTER sign (R5-1)EXIT sign (E5-1a)

X

DETOUR sign (M4-9) or (M4-10) X

All other fixed support signs3 X XAll other signs used only during working hours X X

All other signs that are used only during daytime hours for short term or mobile operations

X X5 X

1 Fluorescent sheeting shall be of a brand that is on the CDOT Approved Products List.2 Drum and Tubular Marker sheeting shall be manufactured for flexible devices, and sheeting materials shall conform to Section 713.3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in

accordance with Standard Plan S-630-1.4 RS 24 only.5 White only.6 For projects advertised prior to September 1, 2017, Type IV or Fluorescent sheeting will be permitted. For projects advertised on or after September 1, 2017, only Fluorescent sheeting will be permitted.

Page 166: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

January 12, 20172

REVISION OF SECTIONS 630 AND 713RETROREFLECTIVE SHEETING

In subsection 630.07 (b), delete the first sentence of the second paragraph and replace it with the following:

Tubular Markers shall be retroreflectorized as shown in Table 630-1.

Delete Subsection 713.10(b) and replace with the following:

(b) Retroreflective Sheeting. Reflective sheeting for traffic control devices shall be listed on the CDOT Approved Products List, and conform to the requirements of ASTM D 4956.

1. Retroreflective Quality Requirements A. Drums and Tubular Markers. Retroreflective sheeting shall conform to ASTM D4956 Type IV, with the

following modifications:

The Minimum Coefficient of Retroreflection (RA) shall conform to the following minimum values.

Minimum Coefficient of Retroreflection (RA)

[cd/fc/ft2 (cd/lx.m2)]Observation Angle

Entrance Angle

White Fluorescent Orange

0.2o -4o 500 200

0.2o 30o 200 80

0.5o -4o 225 90

0.5o 30o 85 34

2. Daytime Color A. Drums and Tubular Markers. All fluorescent orange sheeting shall meet the color requirements of

ASTM D4956, with the following modifications:

The chromaticity coordinates and total luminance factor shall conform to the requirements as described in 23 CFR Part 655 Appendix to Subpart F.

The Fluorescence Luminance Factor (YF) shall conform to the following minimum values.

Color YF Initial Requirement YF Minimum Requirement

Fluorescent Orange 20 15

Page 167: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 168: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents

February 18, 2016

REVISION OF SECTION 709EPOXY COATED REINFORCING BARS

Section 709 of the Standard Specifications is hereby revised for this project as follows:

In subsection 709.01, delete the last row of the table and replace with the following

Epoxy Coated Reinforcing Bars AASHTO A 775

Delete the first sentence of subsection 709.03 and replace with the following:

Tie bars for longitudinal and transverse joints shall conform to AASHTO A 775 and shall be grade 40, epoxy-coated, and deformed.

Page 169: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 170: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents
Page 171: LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER … · REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER ... specifications and any other contract documents