LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B17-21 PROJECT NUMBER 9310 (ER C ) REPLACEMENT OF BRIDGE NO. LR

Size: px
Start display at page:

Download "LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B17-21 PROJECT NUMBER 9310 (ER C ) REPLACEMENT OF BRIDGE NO. LR"

Transcription

1 Project No (ER C ) September 28, 2017 LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B17-21 PROJECT NUMBER 9310 (ER C ) REPLACEMENT OF BRIDGE NO. LR OVER THE LITTLE THOMPSON RIVER LARIMER COUNTY, COLORADO SPECIAL PROVISIONS SEPTEMBER 28,

2 Project No (ER C ) September 28, 2017 LARIMER COUNTY DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS ENGINEERING PROJECT NO (ER C ) REPLACEMENT OF BRIDGE NO. LR OVER THE LITTLE THOMPSON RIVER 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. PROJECT SPECIAL PROVISIONS Date Page Project Special Provisions Index Sep. 28, CDOT Standard Special Provisions Index Sep. 28, Notice to Bidders Sep. 28, Commencement and Completion of Work Sep. 28, Revision of Section 101 Definitions and Terms Sep. 28, Revision of Section 102 Bidding Requirements and Conditions Sep. 28, Revision of Section 103 Award and Execution of Contract Sep. 28, Revision of Section 104 Scope of Work Sep. 28, Revision of Section 105 Control of Work Sep. 28, Revision of Section 105 Disputes and Claims Sep. 28, Revision of Section 106 Control of Material Sep. 28, Revision of Section 107 Legal Relations & Responsibility to the Public Sep. 28, Revision of Section 107 Performance of Safety Critical Work Sep. 28, Revision of Section 108 Prosecution and Progress Sep. 28, Revision of Section 109 Measurement and Payment Sep. 28, Revision of Section 201 Clearing and Grubbing Sep. 28, Revision of Section 202 Removal of Bridge Sep. 28, Revision of Section 203 Excavation and Embankment Sep. 28, Revision of Section 207 Topsoil Sep. 28, Revision of Section 209 Dust Palliatives Sep. 28, Revision of Section 211 Dewatering Sep. 28, Revision of Section 304 Aggregate Base Course Sep. 28, Revision of Section 401 Plant Mix Pavements General (Non-Voids Acceptance) Sep. 28, Revision of Section 403 Hot Mix Asphalt Sep. 28, Revision of Section 506 Riprap Sep. 28, Revision of Section 506 Soil Riprap Sep. 28, Revision of Section 601 Structural Concrete Coating Sep. 28, Revision of Section 607 Fence Sep. 28, Revision of Section 620 Field Office (Class 2) Sep. 28, Revision of Section 630 Construction Zone Traffic Control Sep. 28, Revision of Section 630 Portable Message Sign Panel Sep. 28, Revision of Section 702 Superpave PG Binders Sep. 28, Revision of Section 703 Aggregate for Plant Mix Pavements Sep. 28, Traffic Control Plan General Sep. 28, Special Notice to Contractors Sep. 28,

3 Project No (ER C ) September 28, 2017 Utilities Sep. 28, Force Account Items Sep. 28, OJT Contract Goal Sep. 28, DBE Contract Goal Sep. 28, COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIAL PROVISIONS Date Pages Revision of Section 101, 508, 614 and 710 Treated Timber July 31, Revision of Section 101 and 630 Construction Traffic Control April 30, Revision of Section 105 Construction Drawings July 29, Revision of Section 105 Construction Surveying July 31, Revision of Section 106 Buy America Requirements November 6, Revision of Section 106 Certificates of Compliance and Certified Test February 3, Reports Revision of Section 106 Material Sources October 31, Revision of Section 106 Supplier List May 4, Revision of Section 107 Warning Lights for Work Vehicles and January 30, Equipment Revision of Section 107 Water Quality Control (Contractor Obtained March 29, Stormwater Permit) Revision of Section 108 Delay and Extension of Contract Time April 30, Revision of Section 108 Liquidated Damages October 29, Revision of Section 108 Project Schedule July 31, Revision of Section 108 Subletting of Contract May 4, Revision of Section 109 Asphalt Cost Adjustment (Asphalt Cement August 3, Included in the Work) Revision of Section 109 Compensation for Compensable Delays May 5, Revision of Section 109 Fuel Cost Adjustment February 3, Revision of Section 109 Measurement of Quantities February 3, Revision of Section 109 Prompt Payment (Local Agency) January 20, Revision of Section 109 Scales October 29, Revision of Section 201 Clearing and Grubbing November 10, Revision of Section 203 Excavation and Embankment November 10, Revision of Section 206 Imported Material for Structural Backfill July 19, Revision of Section 206 Structure Backfill (Flow-Fill) March 23, Revision of Section 206 Structural Backfill at Bridge Abutments January 30, Revision of Section 206, 304, and 613 Compaction November 10, Revision of Sections 206 and 601 Maturity Meter and Concrete Form December 18, and Falsework Removal Revision of Section 208 Erosion Control April 20, Revision of Section 401 and 412 Safety Edge May 2, Revision of Sections 412, 601 and 711 Liquid Membrane-Forming May 5, Compounds for Curing Concrete Revision of Section 502 Extensions and Splices April 20, Revision of Section 503 Drilled Shafts January 12, Revision of Section 504 Concrete Block Facing MSE Wall February 3, Revision of Section 601 Class B, BZ, D DT and P Concrete February 18,

4 Project No (ER C ) September 28, 2017 Revision of Section 601 Concrete Batching February 3, Revision of Section 601 Concrete Finishing February 3, Revision of Section 601 Concrete Slump Acceptance October 29, Revision of Section 601 QC Testing Requirements for Structural May 8, Concrete Revision of Section 601 Structural Concrete Strength Acceptance April 30, Revision of Section 601 Cements and Pozzolans November 6, Revision of Section 618 Prestressed Concrete April 26, Revision of Section 630 Retroreflective Sheeting January 12, Revision of Section 702 Bituminous Materials March 29, Revision of Section 703 Concrete Aggregates July 28, Revision of Section 709 Epoxy Coated Reinforcing Bars February 18, Revision of Section 712 Geotextiles November 1, Revision of Section 712 Water for Mixing or Curing Concrete February 3, Affirmative Action Requirements - Equal Employment Opportunity February 3, Disadvantaged Business Enterprise (DBE) Requirements (Local Agency) January 20, Minimum Wages, Colorado, U.S. Dept. of Labor General Decision Number June 9, CO170024, MOD 1, Highway Construction for Larimer, Mesa and Weld Counties On the Job Training July 29, Required Contract Provisions Federal-Aid Construction Contracts October 20,

5 Project No (ER C ) September 28, 2017 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check or bid bond in the amount of 5% of the Contractor's total bid. If the proposal guaranty is a bid bond, the bid bond will be in the format presented in the proposal. No other wording will be accepted. A Pre-Bid Conference will be held at 10:00 a.m. Monday, October 9, 2017 in the Lake Estes Conference Room on the 3 rd 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 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. 5

6 Project No (ER C ) September 28, 2017 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 130 working days in accordance with the Notice to Proceed. All work in the river channel shall be completed by April 15, 2018 or as directed by the Engineer before spring runoff begins. The anticipated project schedule is included in the bidding document package. Salient features to be shown on the Contractor's Progress Schedule are as follows: 1) Clearing and Grubbing 2) Removal of Bridge 3) Removal of Tree 4) Unclassified Excavation 5) Borrow 6) Structure Excavation 7) Structure Backfill 8) Filter Material 9) Topsoil 10) Erosion Control 11) Aggregate Base Course 12) Hot Mix Asphalt 13) Geotextile 14) Piling 15) Drilled Caissons 16) Concrete Block Facing MSE Wall 17) Riprap 18) Soil Riprap 19) Waterproofing Membrane 20) Reinforcing Steel 21) Reinforcing Steel (Epoxy Coated) 22) Concrete Class D (Bridge) 23) Concrete Class D (Wall) 24) Structural Concrete Coating 25) Bridge Rail Type 10M 26) Fence (Plastic) 27) Prestressed Box Girders 28) Construction Traffic Control 29) Portable Message Sign Panels 6

7 Project No (ER C ) September 28, 2017 REVISION OF SECTION 101 DEFINITION AND TERMS Section 101 of the Standard Specifications is hereby revised for this project as follows: Section 101 shall include the following: Subsection , line 25 shall be deleted and replaced with the following: CDOT Colorado Department of Transportation or Larimer County, as applicable. Subsection shall be added CDOT Form 43. Approved job Mix Design performed by an independent laboratory. Subsection shall be deleted and replaced with the following: 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 delete the first paragraph and replace with the following: 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 shall be deleted and replaced with the following: Contractor. The individual, firm, or corporation contracting with the County of Larimer through the Engineering Department for performance of prescribed work. Subsection shall be deleted and replaced with the following: County. The County of Larimer acting through its authorized representative. Subsection shall be deleted and replaced with the following: Department. County Engineering Department. A department within the Larimer County Division of Public Works. Subsection shall be deleted and replaced with the following: Engineer. The County Engineer acting directly or through an authorized representative, who is responsible for engineering and administrative supervision of the project. 7

8 Project No (ER C ) September 28, 2017 Subsection shall be deleted and replaced with the following: Holidays. Holidays recognized by Larimer County are: New Year s Day Dr. Martin Luther King, Jr. s Birthday (observed) President s Day Memorial Day Independence Day Labor Day Veteran s Day Thanksgiving Day Day After Thanksgiving Christmas Day When New Year s Day, Independence Day, or Christmas Day fall on a Sunday, the following Monday shall be considered a holiday. When one of these days falls on a Saturday, the preceding Friday shall be considered a holiday. In subsection delete CDOT and replace with Larimer County. Subsection shall be deleted and replaced with the following: 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) (b) 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. 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

9 Project No (ER C ) September 28, 2017 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: Only Colorado Department of Transportation prequalified bidders will be allowed to bid on this project. In subsection delete the first sentence and replace with the following: Any change to proposal forms, plans, or specifications prior to the opening of proposals will be posted on the County s website. It is the contractor s responsibility to check the website for these changes. Subsections and shall be deleted and replaced with the following: Preparation of Proposal. The bidder shall submit the proposal (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) Proposal Guaranty. A proposal 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 proposal Guaranty is a bid bond, the bid bond will be in the format presented in the proposal. No other wording will be accepted. 9

10 Project No (ER C ) September 28, 2017 (b) Delivery of Bids. Each bid shall be submitted separately in a sealed envelope to the County by mail, personal delivery, or messenger service at the location indicated in the invitation for bids. The envelope shall be clearly labeled to identify it as a bid for the subject public project. The sealed bid shall be addressed to: Heather MacMillan Purchasing Director 200 West Oak Street, Suite 4000 Fort Collins, Colorado 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) (f) 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. 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. 10

11 Project No (ER C ) September 28, If the bid does not contain a unit price, for each pay item listed except in the case of authorized alternative pay items, the mathematical products of the respective unit prices and the estimated quantities, and the total amount of the bid obtained by adding such mathematical products. 5. If Larimer County determines that any of the unit bid prices are materially unbalanced to the potential detriment of the County. There are two types of unbalanced bids: (1) mathematically unbalanced and, (2) materially unbalanced. The mathematically unbalanced bid is a bid containing lump sum or unit pay items which do not reflect reasonable actual costs plus a reasonable proportionate share of the bidder s anticipated profit, overhead costs, and other indirect costs, but not necessarily to the detriment of the County. These costs shall all relate to the performance of the items in question. The materially unbalanced bid is a mathematically unbalanced bid which Larimer County determines leaves reasonable doubt that award will result in the lowest ultimate cost to the County, or that award is in the public interest. 6. If the contractor submitting the bid is affiliated with another contractor that has submitted a bid on the same public project. 7. If the contractor submitting the bid has been asked in writing to show why it should not be found in default on a Larimer County contract. 8. If the contractor submitting the bid has had its prequalification by the Colorado Department of Transportation revoked, or if the contractor submitting the bid is currently under debarment or suspension by the Colorado Department of Transportation. Larimer County reserves the right to reject any or all bids, to waive technicalities, to further negotiate price, scope of work, terms, and conditions with the successful bidder, or to advertise for new bids, if, in the judgment of Larimer County, the best interests of Larimer County will be promoted thereby. 11

12 Project No (ER C ) September 28, 2017 REVISION OF SECTION 103 AWARD AND EXECUTION OF CONTRACT Section 103 of the Standard Specifications is hereby revised for this project as follows: Subsection shall be deleted and replaced with the following: 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 proposal discrepancies, as defined in this subsection and in subsection , that occur in the low bidder's proposal at the time the Contract is awarded. Proposal 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 proposal. Subsection shall be deleted and replaced with the following: 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 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 12

13 Project No (ER C ) September 28, 2017 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 is hereby added to the Standard Specifications and shall include the following: 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 proposal guarantee which shall become the property of the County. The County may elect to waive forfeiture of the proposal 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 to the next lowest responsible bidder, or the work may be re-advertised. 13

14 Project No (ER C ) September 28, 2017 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: In subsection , paragraph 3, delete the second sentence and replace with the following: Snow removal will be the responsibility of the Contractor. In subsection (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 14

15 Project No (ER C ) September 28, 2017 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: In subsection (i) delete Table and replace with the following: Section No. Description 15 Type Contractor P.E. Seal Required? 504 MSE Walls (Contractor Alternative) Shop Drawing Yes 504 MSE Walls (Default Design) Shop Drawing No 508 Timber Structures Shop Drawing No 509 Steel Structures Shop Drawing No 512 Bearing Devices Type II Shop Drawing No 512 Bearing Devices Type III Shop Drawing Yes 514 Pedestrian and Bikeway Railing Working Drawing No 518 Expansion Devices: 0-4 Working Drawing No 518 Expansion Devices: 0-6, 9, 12 Shop Drawing Yes 601 & Precast Panel Deck Forms Working Drawing No Permanent Steel Bridge Deck Forms Working Drawing Yes 601 Falsework Working Drawing Yes 602 Reinforcing Steel Working Drawing No 603 Precast Concrete Box Culvert Shop Drawing Design Calculations Yes Yes 606 Bridge Railing Working Drawing No 607 Sound Barriers (Alternative) Shop Drawing Yes 607 Sound Barriers (Default Design) Working Drawing No 613 Light Standards (Low Mast) Working Drawing Yes 613 Light Standards (High Mast) Working Drawing Yes 614 Overhead Sign Structures Shop Drawing Yes* 614 Traffic Signal Pole (Mast Arm) Shop Drawing No 614 Traffic Signal Pedestal Pole Working Drawing No 614 Traffic Signal Equipment Working Drawing No 618 Prestressed Concrete (Pre-tensioned) Shop Drawing Yes* 618 Prestressed Concrete (Post-tensioned) Shop Drawing Yes* 618 Steel Diaphragms between Prestressed Girders Working Drawing No 618 Pre-fabricated Pedestrian Bridges Shop Drawing Yes *A PE seal is required where the Contractor has provided the design for the item, or performed engineering to modify the details shown on the plans. The PE seal is not required where complete details are provided on the plans. In subsection delete (b) 4 and replace with the following: Unless otherwise specified, four sets of shop drawings shall be submitted to the Engineer. In subsection delete the second paragraph and replace with the following:

16 Project No (ER C ) September 28, 2017 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 shall include the following: Superpave Performance Graded binders shall meet all requirements of Subsection 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 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 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 Delete subsection and replace with the following: 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 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. 16

17 Project No (ER C ) September 28, 2017 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 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 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 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. 17

18 Project No (ER C ) September 28, 2017 REVISION OF SECTION 105 DISPUTES AND CLAIMS In subsection 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 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 (d) and subsection 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 18

19 Project No (ER C ) September 28, 2017 Board of County Commissioners, in the same manner as if the Director of Public Works had denied the Contractor's dispute. (e) (f) 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. When the Contractor properly files a written appeal to the Larimer County Board of County Commissioners pursuant to subsection (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 (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 (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 (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 19

20 Project No (ER C ) September 28, 2017 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 (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 , 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. 20

21 Project No (ER C ) September 28, 2017 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised as follows: Subsection (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 , CRS) to control the spread of the following noxious weeds: Leafy spurge Canada thistle Musk thistle Russian knapweed Spotted knapweed Diffuse knapweed Yellow toadflax Dalmation toadflax Hoary Cress Hoary Alyssum Perennial Pepperweed Euphorbia esula Cirsium arvense Carduus nutans Centaurea repens Centaurea maculosa Centaurea diffuse Linaria vulgaris Linaria genistifolia Cardaria draba Berteroa incana 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 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) (b) 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. 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. 21

22 Project No (ER C ) September 28, 2017 (c) (d) (e) (f) 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. 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. No manufacturing activity, such as asphalt hot-mix plant, concrete batch plant, or rock crushing facility shall be operated on the site. 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. 22

23 Project No (ER C ) September 28, 2017 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: All mobile machinery, as defined by Section , 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 , CRS. The Larimer County Clerk and Recorder's Office monitors compliance of registration and tax laws by owners of S.M.M. under Section , 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 : a) The Contractor certifies that the Contractor shall comply with the provisions of C.R.S , 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 , 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 (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 , 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 preemployment 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. 23

24 Project No (ER C ) September 28, 2017 Subsection 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 ( 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 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) (b) (c) All employees on the Work and other persons who may be affected thereby, All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and 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 , 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 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. 24

25 Project No (ER C ) September 28, 2017 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 II. D. Waiver of Subrogation 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 AND Colorado Department of Transportation staff and Region 4-Flood Recovery, Gian Garufo, W 10 th St, Greeley, CO 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. 25

26 Project No (ER C ) September 28, 2017 V. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. VI. VII. 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 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. 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. 26

27 Project No (ER C ) September 28, 2017 REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is hereby revised as follows: Add subsection immediately following subsection as follows: 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 work B. Training taken in performing similar work C. Certifications earned in performing similar work (7) Names and qualifications of workers operating cranes or other lifting equipment A. Years of experience performing similar work B. Training taken in performing similar work C. Certifications earned in performing similar work (8) The construction plan shall address how the Contractor will handle contingencies such as: A. Unplanned events (storms, traffic accidents, etc.) B. Structural elements that don t fit or line up C. Work that cannot be completed in time for the roadway to be reopened to traffic D. Replacement of workers who don t perform the work safely E. Equipment failure F. Other potential difficulties inherent in the type of work being performed (9) Name and qualifications of Contractor s person designated to determine and notify the Engineer in writing when it is safe to open a route to traffic after it has been closed for safety critical work. 27

28 Project No (ER C ) September 28, 2017 (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 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. 28

29 Project No (ER C ) September 28, 2017 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: In subsection 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 proposal. In accordance with the special provision to subsection 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 delete the last sentence and replace with the following: The Contractor shall commence work under the Contract on or prior to the 30 th 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 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 (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. 29

30 Project No (ER C ) September 28, 2017 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection (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 delete items (e), (f), and (g). In subsection (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 shall include the following: The County is required, by Law (CRS ), 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. 30

31 Project No (ER C ) September 28, 2017 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: In Subsection 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. In Subsection 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. 31

32 Project No (ER C ) September 28, 2017 REVISION OF SECTION 202 REMOVAL OF BRIDGE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: This work consists of removal of the existing bridge (LR ) on County Road 15 over the Little Thompson 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 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. 32

33 Project No (ER C ) September 28, 2017 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 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. 33

34 Project No (ER C ) September 28, 2017 (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, the substructure, including pipe piles to a depth of 2 feet below finish grade or bottom of riprap (whichever is deeper), which includes the abutments, wing walls and the bridge rail. Existing riprap may be stockpiled and reused according to the note in the plans. Existing riprap that is not reused shall be removed. The cost for removal of riprap shall be included in removal of bridge. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Class 2) to the adjacent existing grades. All materials removed from the existing structure shall become the property of the Contractor and shall be properly disposed of offsite at the Contractor s expense, unless otherwise stated in the plans. Existing structures, facilities, and surrounding roadways shall not be damaged by the removal operations. Any damage that does occur shall be repaired immediately at the Contractor s expense. Subsection shall include the following: Payment will be made under: Pay Item Removal of Bridge Pay Unit 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. 34

35 Project No (ER C ) September 28, 2017 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection (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 (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 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 , 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 (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 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. 35

36 Project No (ER C ) September 28, 2017 REVISION OF SECTION 207 TOPSOIL Section 207 in the Standard Specifications is hereby revised for this project as follows: Delete subsection 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 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. 36

37 Project No (ER C ) September 28, 2017 REVISION OF SECTION 209 DUST PALLIATIVES Section 209 of the Standard Special Provisions is hereby revised for this project as follows: Subsection shall include: Application of dust palliative may be required when work is not in progress, including weekends, holidays, and nighttime. Delete subsections and Dust palliative will not be measured and paid for separately but shall be included in the work. 37

38 Project No (ER C ) September 28, 2017 REVISION OF SECTION 211 DEWATERING Section 211 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION This work consists of dewatering temporary excavations and temporarily diverting the Little Thompson River and tributary to facilitate construction activities. MATERIALS The Contractor shall provide all required materials and equipment to facilitate dewatering and diversion activities. CONSTRUCTION REQUIREMENTS The Contractor s method of dewatering and water disposal, including pumping and discharge equipment, must be approved by the Engineer prior to implementation. The Contractor shall submit a dewatering plan for review and approval 40 calendar days prior to implementation in accordance with Subsection Water Disposal shall be in accordance with Subsection 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 Little Thompson River during construction. Geotextile membrane shall be in the river to provide a barrier between the river and any material placed in the channel to construct work platforms, diversion berms, etc. 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 30 calendar days prior to implementation in accordance with Subsection 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 Dewatering work will not be measured. No additional measurement will be allowed in the event of any bank erosion caused from the stream flows or storm events. 38

39 Project No (ER C ) September 28, 2017 BASIS OF PAYMENT Dewatering and diversion work will consist of design and construction of the diversion, including all pumping, bailing, draining and incidentals required for the dewatering and diversion work and materials. The Contractor will be responsible for the protection of the constructed items and dewatering equipment. Dewatering will not be paid for separately but shall be included in the cost of other items. 39

40 Project No (ER C ) September 28, 2017 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: Materials for the base course shall be Aggregate Base Course (Class 5) as shown in Subsection 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 shall include the following: Variation from the aggregate base course plan elevation specified shall not be more than 0.04 foot. 40

41 Project No (ER C ) September 28, 2017 REVISION OF SECTION 401 PLANT MIX PAVEMENTS GENERAL (NON-VOIDS ACCEPTANCE) Section 401 of the Standard Specifications is hereby revised for this project as follows: Subsection (a) shall include the following: No Hot Mix Asphalt (HMA) shall be placed prior to submittal of a mix design. No Hot Mix Asphalt (HMA) shall be placed until the Job Mix Formula is approved. Subsection (b) shall include the following: The top layer of HMA shall not contain reclaimed asphalt pavement. Layers below the top layer shall not contain more than 20 percent reclaimed asphalt pavement. The reclaimed asphalt pavement shall meet the requirements for subsection The Contractor shall submit an R.A.P. Stockpile Management Plan for each asphalt mix design that contains Recycled Asphalt Paving material. Delete subsection and replace with the following: Tack Coat. When ordered by the Engineer, a tack coat shall be applied between pavement courses. Tack coat shall be applied to all existing asphalt surfaces that are more than 12 hours old or have not been kept clean. Tack coat shall be considered subsidiary to the contract. Approved tack coat material shall be applied at a rate determined by the Engineer. The tack coat will not be paid for separately but shall be included in the unit price bid for Hot Mix Asphalt In subsection , delete paragraph 9(1) and replace with the following: The Engineer will delineate the segregated areas to be evaluated and inform the Contractor of the location and extent of these areas. In subsection , delete paragraphs five, six and seven. In subsection , paragraph ten, delete the first sentence and replace with the following: The contractor may be required to construct a compaction pavement test section (CTS) for each job mix for which 2000 or more tons are required for the project. In subsection delete the first and second sentences and replace with the following: Transverse joints shall be formed by first performing the breakdown rolling operation then cutting back on the previous run to expose the full-depth of the course (minimum of 10 feet). 41

42 Project No (ER C ) September 28, 2017 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: The mix design for Hot Mix Asphalt shall conform to the following: Property Air Voids, percent at: N (initial) [information only] N (design) Lab Compaction (Gyrations): N (initial)[ information only] TABLE Test Values For Grading Method SX(75) S(75) CPL 5115 CPL 5115 > > N (design) Stability, minimum CPL Aggregate Retained on the No. 4 Sieve with at least 2 Mechanically Induced fractured faces, % minimum Accelerated Moisture Susceptibility Tensile Strength Ratio (Lottman), minimum 7 75 CP CPL 5109 Method B 80% 80% Minimum Dry Split Tensile CPL 5109 Strength, kpa (psi) Method B 205 (30) 205 (30) Grade of Asphalt Cement, Top Layer PG64-22 PG64-22 Grade of Asphalt Cement, Layers below Top PG64-22 PG64-22 Voids in the Mineral Aggregate See Table See Table CP 48 (VMA) % minimum Voids Filled with Asphalt (VFA), % AI MS Dust to Asphalt Ratio Fine Gradation CP Coarse Gradation Note: AI MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Colorado Department of Transportation Region 4 Materials Engineer. Note: Mixes with gradations having less than 40% passing the No. 4 sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate size of one-inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a 42

43 Project No (ER C ) September 28, 2017 nominal maximum aggregate size of ¾ inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table Note: Table 1 of CPL 5115, which contains the laboratory mixing and compaction temperatures to be used for mix design development and laboratory verification of project produced mixtures, is deleted for this project and replaced with the following: Superpave Binder Grade CPL 5115 TABLE 1 Laboratory Mixing Temperature, C ( F) Laboratory Compaction Temperature, C ( F) PG (310) 138 (280) PG (310) 138 (280) PG (325) 149 (300) PG (325) 149 (300) PG (325) 149 (300) PG (310) 138(280) PG (325) 149 (300) TABLE Minimum Voids in the Mineral Aggregate (VMA) Nominal Design Air Voids ** Maximum Size*, mm (inches) 3.5% 4.0% 4.5% 37.5 (1½) (1) (¾) (½) (⅜) * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. 43

44 Project No (ER C ) September 28, 2017 The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The top layer of HMA shall not contain reclaimed asphalt pavement. Layers below the top layer shall not contain more than 20 percent reclaimed asphalt pavement. The reclaimed asphalt pavement shall meet the requirements for subsection A minimum of 1 percent hydrated lime by mass (weight) of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Subsection shall include the following: The contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The contractor s Progress Schedule shall show the methods to be used to comply with this requirement. Subsection shall include the following: The Contractor shall collect the scale ticket on each load when it is delivered to the project site, and ensure that the information required in subsection is shown on each ticket. The scale tickets shall be available on site for county personnel to inspect. Each day the Contractor shall provide to the Engineer envelopes which contain the previous day s signed tickets and the following: (1) On each envelope: Project number, date of paving, type of material, daily total and cumulative total. (2) One of the following: (a) (b) (c) Two adding machine tape tabulations of the weight tickets with corresponding totals run and signed by different persons, One signed adding machine tape tabulation of the weight tickets that has been checked and signed by a second person, Signed check tape of computer scale tickets that have a cumulative total. These scale tickets must be consecutive and without voids adjustments. (3) A listing of any overweight loads on the envelope, including ticket numbers and amount over legal limit. (4) A comparison of the actual yield for each day s placement to the theoretical yield. Theoretical yield shall be based on the actual area paved, the planned thickness, and the actual density of the mixture being placed. Any variance greater than +2.5% shall be indicated on the envelope and a written explanation included. The Contractor shall provide a vehicle identification sheet that contains the following information for each vehicle: 44

45 Project No (ER C ) September 28, 2017 (1) Vehicle number (2) Length (3) Tare weight (4) Number of axles (5) Distance between extreme axles (6) All other information required to determine legal weight (7) Legal weight limit. In subsection , delete paragraph 4 and replace with the following: Removal of asphalt, excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. 45

46 Project No (ER C ) September 28, 2017 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised to include the following: Subsection shall be revised to include the following: New riprap shall be grey granite type rock. Existing pink sandstone riprap shall be buried as described in the plans. Subsection shall be revised to include the following: Riprap locations shall be dewatered during excavation, placement of geotextile, filter material, and riprap. All dewatering work shall comply with subsection , Water Quality Control. Dewatering operations will not be measured and paid for separately but shall be included in the work. 46

47 Project No (ER C ) September 28, 2017 REVISION OF SECTION 506 SOIL RIPRAP Section 506 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: Rock for soil riprap shall conform to Table for a nominal stone size (d50) of 12 inches. The soil material shall be 35 percent native topsoil mixed with 65 percent riprap by volume. Subsection shall include the following: a) Mixing Soil Riprap. Soil riprap shall consist of a uniform mixture of soil and riprap without visible voids. Soil and riprap shall be stockpiled adjacent to each other at a predefined location. Stockpiling at the location of final soil riprap placement will not be permitted. The Contractor shall mix the riprap and soil in the proportions described above, using additional moisture and control procedures that assure a homogenous mixture. The soil shall fill the inherent voids in the riprap without displacing riprap. Soil thickness between riprap shall be less than six inches. b) Installing Soil Riprap. Install the thickness of the riprap layer in accordance with the plans. Water shall be added in such a manner to fill the remaining voids with soil. Remaining voids larger than 6 inches shall be filled with rock as needed; visible voids less than six inches shall be filled with soil. The mixture shall be consolidated to create a tight, dense interlocking mass. The resulting top surface shall be smooth. The final surface of the soil riprap shall be thoroughly wetted, smoothed and compacted. The surface shall then be hand raked to receive planting or seeding. Subsection shall include the following: Soil riprap will be measured as the actual number of cubic yards of soil and riprap mix that are installed and accepted. Subsection shall include the following: PAY ITEM Soil Riprap (9 Inch) PAY UNIT CY Structure Excavation will be not be measured and paid for separately, but shall be included in the work. Class A Filter material will not be measured and paid for separately, but included in the cost of the work. 47

48 Project No (ER C ) September 28, 2017 REVISION OF SECTIONS 601 STRUCTURAL CONCRETE COATING Section 601 of the Standard Specifications are hereby revised to include the following: In Subsection (b) 4, paragraph 3 (2) shall be deleted and replaced with the following: (2) Following sandblasting, a mortar mix, proportioned by volume, consisting of one part portland cement, two to three parts sand (conforming to the requirements of ASTM C 144), and an approved bonding agent shall be used to patch all holes produced by form ties, honeycombing, voids ¼ inch or larger in any dimension, broken corners and edges, and other defects. The mortar mix shall include an approved bonding agent. The quantity, and application procedure of the bonding agent shall be in accordance with the recommendations of the manufacturer of the bonding agent. Areas to be patched shall be moistened with water before the mortar is applied, and the patched area shall be float finished and left flush with the concrete surface without checking or cracking of patches. Patching shall be done when the ambient temperature is at least 40 F. Holes deeper than 3/4 inch shall be filled in multiple layers. Subsection (b)4, paragraph 5 shall be deleted and replaced with the following: The coating shall be applied at a rate that will provide a total finished minimum dry film thickness of 10 to 12 mils without texturing agent. The coating shall be mixed by a mechanical mixer and applied by spraying, rolling, or brushing and in all cases shall be applied in two coats. The first coat shall be backrolled immediately after application. Workmanship shall be such that the final coated surface is colored and textured uniformly and presents a pleasing appearance. All areas determined by the Engineer to be insufficiently coated shall be recoated. 48

49 Project No (ER C ) September 28, 2017 REVISION OF SECTION 607 FENCE Section 607 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: The vehicular gate at field access road shall be metal, twin driveway gates of the gate opening indicated on the plans. The gates shall be approximately 50 inches high and shall be constructed of 2 diameter 16 gauge steel tubing and shall be of all welded construction. The gates shall have a minimum of 5 horizontal bars. The gates shall be painted. The gate posts shall be 6 diameter treated wood or 2 ½ standard weight steel pipe. Gate posts shall be embedded a minimum of 40 inches in a 9 inch diameter hole filled with concrete. In subsection delete the second paragraph and replace with the following: Plastic fencing shall be placed as shown on the plans or as directed by the Engineer. Fencing along the east side project limits will be removed before the project begins and reset when the project is complete by the property owner. Subsection shall include the following: Pay Item Pay Unit Fence (Plastic) Linear Foot 20 Foot Gate (Metal) Each Additional materials and work for gate posts will not be measured and paid for separately but shall be included in the metal gate items. 49

50 Project No (ER C ) September 28, 2017 REVISION OF SECTION 620 FIELD OFFICE (CLASS 2) Section 620 of the Standard Specifications is hereby revised for this project as follows: Subsection paragraph 3 shall be deleted and replaced with the following: The field office shall be equipped with a copy machine and internet services that conform to the following: (1) Copy / Printer / Scanner Machine. The Contractor shall provide a all in one machine that is wi-fi capable for networking. The copier shall be a self-feeding plain paper machine, which is capable of making at least eight copies per minute and be capable of reproducing black & white and color copies at standard sizes up to and including 11 x 17 inches. The printer shall be capable to print in color at standard sizes up to and including 11 x 17 inches.. The scanner shall be capable to scanner in color at standard sizes up to and including 11 x 17 inches. Paper shall be provided by the contractor. The Contractor shall use an office equipment rental service to provide and maintain this machine in good working condition and shall provide replacement equipment due to breakage, damage, or theft within three working days. (2) The contractor shall provide internet service to the field office and field office computer by one of the following methods in order of availability: Broad Band Acceptable delivery technology: DSL, Point to Point Wireless, Cable, or Satellite Minimum Speed: 3.5 Mbps down/1.5 Mbps up Cellular Acceptable delivery technology: 4G LTE Minimum Speed: 3.5 Mbps down/1.5 Mbps Field office internet service shall include all hardware, and work to establish, install and maintain the service (99.9% availability), including connection to two field office computers, installation of required hardware and software. Standard Plan No. M shall be revised as follows: General Note No. 11 Shall deleted and replaced with the following: Office Desk: Two (2) 72 x 36 office desks with six drawers and one center pen drawer. The top of the desk shall be free of all scratches, chips and dents. General Note No. 10 Shall be Deleted and replaced with the following: Work Table: One (1) 96 x 48 Conference Table. Two (2) 72 x 36 Work Tables. The top of all tables shall be free of all scratches, chips, and dents. General Note No. 12 shall be deleted and replaced with the following: Furniture: Fourteen chairs with rollers and two drafting stools. Each of the appropriate height. All chairs shall be ergonomically built with adjustable seat height, adjustable arms, and reclining seat back. 50

51 Project No (ER C ) September 28, 2017 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 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 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 delete the first, second, third and fourth paragraphs and replace with the following: Construction traffic control items, except for Portable Message Sign Panel, Traffic Control Management, Traffic Control Inspection and Flagging hours, will not be measured but will be paid for on a lump sum basis. The Schedule of Construction Traffic Control Devices presents the minimum requirements for traffic control on the project. Additional devices the Contractor may elect to use on the project, which are not ordered by the Engineer, will not be paid for separately but shall be included in the work. Lump Sum payment for Construction Traffic Control shall be full compensation for the item for the full length of the project, including additional days added to the contract for inclement weather. The Contractor shall report all traffic control items on Larimer County Daily Traffic Control Log (LCE-073) and shall fax or these completed forms to the Engineer on a daily basis. Subsection shall include the following: Payment will be made under: Pay Item Construction Traffic Control Pay Unit Lump Sum Subsection delete the first paragraph following the Pay Item table. 51

52 Project No (ER C ) September 28, 2017 REVISION OF SECTION 630 PORTABLE MESSAGE SIGN PANEL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 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 is added following subsection as follows: Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully selfcontained 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 dotmatrix 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, 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. 52

53 Project No (ER C ) September 28, 2017 Subsection 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 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 shall include the following: Pay Item Portable Message Sign Panel Pay Unit Each/Day 53

54 Project No (ER C ) September 28, 2017 REVISION OF SECTION 702 SUPERPAVE PG BINDERS Section 702 of the standard specifications is hereby revised for this project as follows: In subsection (a), add the following: Delivery tickets shall include the date, quantity, source, hauler and description of binder delivered to the Contractor. Copies of all binder delivery tickets shall be submitted to the Engineer. The delivery tickets shall include the date, quantity, source, hauler and description of the binder delivered to the Contractor. 54

55 Project No (ER C ) September 28, 2017 REVISION OF SECTION 703 AGGREGATE FOR PLANT MIX PAVEMENTS Section 703 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: The top layer of HMA shall not contain reclaimed asphalt pavement. Layers below the top layer shall not contain more than 20 percent reclaimed asphalt pavement. 55

56 Project No (ER C ) September 28, 2017 TRAFFIC CONTROL PLAN - GENERAL The key elements of the Contractor s method of handling traffic (MHT) are outlined in subsection The components of the TCP, for this project, are included in the following: (1) Subsection and Section 630 of the specifications. (2) Standard Plan S-630-1, Traffic Controls for Highway Construction, Case 20 and Standard Plan S (3) Traffic Control Plan: Sheet 72 and 73 of the plans. (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, through traffic will not be allowed beyond the Bridge Out barricades. The property owner north of the bridge will require access into the driveway at all times during construction. The Contractor shall make accommodations for access and coordinate the timing of construction in the area with the owners or as directed by the Engineer. The property owner will require access onto the field access road south of the bridge beginning in March. The Contractor shall make this road accessible during this time as directed by the Engineer. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. Employee vehicle parking will be prohibited where it conflicts with safety, access, or the flow of traffic. 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. 56

57 Project No (ER C ) September 28, SCOPE SPECIAL NOTICE TO CONTRACTORS 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 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 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 # 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 is to 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. 57

58 Project No (ER C ) September 28, BUY AMERICA REQUIREMENTS. 4.1 In accordance with Subsection of the Standard Specifications as referenced in 23 CFR Part : 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 than steel 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 58

59 Project No (ER C ) September 28, 2017 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 of the CDOT Construction Manual contains specific information on Buy America Requirements. For more information see Construction Bulletin GLASS BEADS for PAVEMENT MARKING 5.1 The material shall meet the requirements of Standard Specifications Subsection , Section 627, and Subsection 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 an acknowledgement 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 Binder Sub-Part 2. Asphalt Emulsion Sub-Part 3. Hydraulic Cement Sub-Part 4. Fly Ash Sub-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 Bars Sub-Part 2. Epoxy-Coated Steel Reinforcing Bars & Epoxy-Coated Steel Dowel Bars Sub-Part 3. Precast Conc. Structures The QML is located within CDOT s Approved Products List (APL) web site, at 59

60 Project No (ER C ) September 28, 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 processed materials 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 A Expansion Device, Modular - Bridge A (0-6", through, 0-24") Prestressed Concrete Units - Bridge A Structural 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 the chemical analysis, heat treatment, and/or mechanical properties per the drawing and/or specification. The contract will designate products and assemblies that can be incorporated in the work, if accompanied by Certified Test Reports. The word preceding the Test Report may vary between different industries, such as Certified, Mill, Metallurgical, Laboratory; however, they are all considered equivalent. In accordance with Subsection 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, 60

61 Project No (ER C ) September 28, ) 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 testing laboratory. 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 delays to 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 material will be rejected or accepted according to Subsection 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 A Cribbing Mechanical Fasteners (Field) A Glass Beads (for pavement marking) Overhead Sign Structures A Top Soil Traffic Signal Structures A Welded 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 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, 61

62 Project No (ER C ) September 28, ) 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 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 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 applicable specifications, the material will be rejected or accepted according to Subsection 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 A Bridge Rail, Steel A Concrete Box Culverts, Precast Dampproofing, Asphalt Dust Palliative, Asphaltic or Magnesium Chloride Erosion Bales D Expansion Joint Material, Preform. Filler Flumes (all types)gabions and Slope Mattress Gaskets Glass Beads (for PMM) Guard Rail - End Anchors Guard Rail Metal A Guard Rail Posts - Metal A Guard Rail - Precast Guard Rail Posts - Timber Blocks and Posts A Hay D Headgates 62

63 Project No (ER C ) September 28, 2017 Inlets, Grates and Frames (Prefab) Interior Insulation Lighting Light Standards, High Mast Light Standards, Metal Luminaires (Inclusive) Manholes, Rings and Covers (Prefab) MSE Wall - Elements A,C Mulching Pedestrian Bridge A Piling A Pipes - all material compositions Rest Area Materials (construction of) Retaining Wall Blocks Seeding (Native), Seed C Sign Panels Silt Berm, Dike, Silt Fence Soil Conditioning C Sprinkler System(s) Steel Sign Posts Steel Sheet Piling A Storm Drain Inlet Protection Straw D Structural Glazed Tile and Ceramic Tile Structural Plate Structures A Structural Steel Galvanized A Treated 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 Report represents (quantity and units) of pay item (pay item # and description) that will be installed in conformance with the plans and specifications 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 Compliance represents (quantity and units) of pay item (pay item # and description) that will be installed in conformance with the plans and specifications on Project Number. Contractor Date 63

64 Project No (ER C ) September 28, 2017 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) 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 Data Sheets (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 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 , 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 Product Evaluation Coordinator within the Staff Materials & Geotechnical Branch at 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 web site will not be posted indefinitely. On February 1st of each calendar year batches or lots older than 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 is incorporated into the product name. 64

65 Project No (ER C ) September 28, 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: 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 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 Standard Specifications; 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 preapproved for use on CDOT Projects. Use of a WMA mix on a Project shall be approved by the Project Engineer. 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 as listed in the APL web site. DISCLAIMER: The Colorado Department of Transportation (CDOT) is not obligated to any manufacturer to use any of their products listed in the Approved Products List (APL). The APL simply documents that the listed products have been reviewed, tested, and evaluated against CDOT standards, and were found to be acceptable to be used in CDOT projects. Acceptance is based on product quality; however, price or availability 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 field performance is unacceptable to CDOT quality standards or if the product varies from the data as 65

66 Project No (ER C ) September 28, 2017 originally submitted. Additional disclaimer information can be found within the APL web site. APL Category APL Sub-Category APL Base Category Adhesive: Anchoring, Lateral: Acrylic Cementitious Epoxy Polyester Anchoring, Overhead: N/A Bonding: Epoxy Asphalt: Asphalt Release Agent: Truck Bed Only Truck & Equipment Binder: Emulsion: Hydrated Lime: N/A Roadway Patching: Pre-Mixed [Bagged] Bridge Structures: Geocomposite Drain: N/A Thin Bonded Overlay: Epoxy Non-Epoxy Structural Wrapping Repair N/A Concrete: Admixture: Air Entraining Water-Reducing Retarding Accelerating Water-Reducing & Retarding Water-Reducing & Accelerating Water-Reducing, High Range Water-Reducing, High Range & Retard. Extended Set-Control Specific Performance Concrete Corrosion Inhibitor Miscellaneous 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 150 Blended Cement, ASTM C 595 Hydraulic Cement, ASTM C 1157 Pozzolan: Fly Ash, Class C Fly Ash, Class F Fly Ash, Class N Silica Fume Concrete: Fiber: Macro Fiber Micro Fiber Grout: General Purpose [Non-Shrink] Post-Tensioned Cable 66

67 Project No (ER C ) September 28, 2017 APL Category APL Sub-Category APL Base Category Concrete: Repair/Patching: Rapid Set, Horizontal Rapid Set, Vertical & Overhead Bonding Agent Drainage: Culvert Pipe: Culvert Lining [Repair] Open-Cut/Direct-Bury Manholes & Inlets: 67 Manhole Riser Trench Drain Plastic Drains Drainage Storm Water Separator: Regular Flow Hydrodynamic High Flow Hydrodynamic Environmental: Sound Wall: Absorptive Reflective 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/A Vegetation Control Geotextile Environ., Sediment Control: Perimeter / TOS Control: Erosion Log Catch Basin Insert: N/A Dewatering Device: Dewatering Filter Bag Concrete Washout Structure: Pre-Fabricated Paint / Coating: Anti-Graffiti: N/A Concrete Corrosion Inhibitor: N/A Epoxy Coating: N/A Structural Concrete Coating: N/A Structural Steel Paint: N/A Wire Coating: N/A Pedestrian Safety: ADA Truncated Dome: Embedded Retrofit Joint System N/A Right-of-Way Structure: Mailbox Support System: N/A Utility Enclosure: N/A Fence, Non-Standard Coating N/A Pole Base Hardware: N/A Roadway Safety: Cable Barrier: NCHRP 350 TL-3 NCHRP 350 TL-4 Guardrail W-Beam: Crash Cushion: Guardrail Synthetic Blockout Guardrail End Treatment Guardrail Median Terminal Barrier End Terminal APL Category APL Sub-Category APL Base Category

68 Project No (ER C ) September 28, 2017 Roadway Safety: Crash Cushion: Impact Attenuator, Permanent Sand Barrel Impact Attenuator Railing Pedestrian & Bicycle Vehicle Sealant [Joint & Crack]: Asphaltic Plug Joint: N/A Hot Poured, Joint/Crack: ASTM D 6690, Type II ASTM D 6690, Type IV ASTM D Sealant [Joint & Crack]: Silicone, Joint: Non-Sag Self-Leveling Pre-Formed Joint Filler: N/A Loop 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 Mount Arrow Board: Type A Type B Type C Type D Speed Notification: Radar/Message Trailer Speed Display Trailer Speed Display Device Traffic Control Enhancement: AFAD Flashing Beacon Warning Light Raised Island, Temporary Rumble Strip, Temporary Glare Screen Channelizing Device: Cone Tubular Marker Vertical Panel Drum Barricade, Type 1 Barricade, Type 2 Barricade, Type 3 Direction Indicator Barricade Longitudinal Channelizing Device Opposing Traffic Lane Divider Delineator: Flexible Post Flexible, Multiple Hit Post Guardrail Mount Reflective Element: Barrier (Solid Wall) Marker Guardrail & Post Marker Delineator Post Marker APL Category APL Sub-Category APL Base Category 68

69 Project No (ER C ) September 28, 2017 Traffic Control: Reflective Element: Linear Reflector Strip Post Anchoring: Mechanical System Polyurethane Foam, Backfill Traffic Barrier, Temporary: N/A Crash Cushion, Temporary: Impact Attenuator, Temporary Truck Mounted Attenuator (TMA) Trailer Mounted Attenuator Sign Stand: N/A Pavement Marking Material: Preformed Plastic Tape, Type I, Perm. Preformed Plastic Tape, Type II, Perm. Preformed Plastic Tape, Type III, Perm. Thermoplastic, Hot Applied Thermoplastic, Preformed Epoxy Paint, Yellow Epoxy Paint, White Pavement Marking Material: Methyl Methacrylate Raised Flexible Marker Recessed Pavement Marker Traffic Control: Sign Sheeting: ASTM D 4956, Type IV ASTM D 4956, Type V ASTM D 4956, Type VI ASTM D 4956, Type VI [Roll-up & Cone Collar] ASTM D 4956, Type VII ASTM D 4956, Type VII, Fluorescent ASTM D 4956, Type VIII ASTM D 4956, Type VIII, Fluorescent ASTM D 4956, Type IX ASTM D 4956, Type IX, Fluorescent ASTM D 4956, Type X ASTM D 4956, Type X, Fluorescent ASTM D 4956, Type XI ASTM D 4956, Type X, Fluorescent Films / Miscellaneous Waterproofing: Concrete Sealer: Alkyl-alkoxy Silane Non-Alkyl-alkoxy Silane Penetrating Epoxy Micro-Subsurface Repair Elastomeric Membrane: Single Component, Hot Applied Non-Asphaltic

70 Project No (ER C ) September 28, 2017 UTILITIES Known utilities within the limits of this project are: Utility Company Service Contact Phone Little Thompson Water District Water Amber Kauffman Central Weld County Water District Water Mac McClellan Xcel Energy Overhead Electric Shayla UC Synergetics Xcel Energy Gas Shayla UC Synergetics Century Link Fiber & Copper Brian Terra Technologies The work described in these plans and specifications may require coordination between the Contractor and the utility company(s) in accordance with subsection 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: Little Thompson Water District The water meter located at sta left will be relocated approximately 33 feet left of the proposed road center line. Xcel Overhead Electric The sevice pole located at sta left will be relocated approximately 28 feet east of the proposed road center line. Century Link The fiber optic and copper lines will be relocated along the new east right-of-way line. 70

71 Project No (ER C ) September 28, 2017 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 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. 71

72 Project No (ER C ) September 28, 2017 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the Engineer s estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection Payment will constitute full compensation for all work necessary to complete the item. Force Account work valued at $5, or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Estimated Force Account Item Quantity Amount F/A Minor Contract Revisions F A $345, F/A Erosion Control F A $2, F/A On-The-Job Trainee F A $2, F/A Fuel Cost Adjustment F A $12, F/A Asphalt Cement Cost Adjustment F A $1,

73 Project No (ER C ) September 28, 2017 ON THE JOB TRAINING CONTRACT GOAL The Department has determined that On the Job Training shall be provided to trainees with the goal of developing full journey workers in the types of trades or classification involved. The contract goal for On the Job Trainees working in an approved training plan in this Contract has been established as follows: Minimum number of total On the Job Training required hours. 73

74 Project No (ER C ) September 28, 2017 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT GOAL This is a federally-assisted construction project. As described in the CDOT DBE Standard Special Provision, the Bidder shall make good faith efforts to meet the following contract goal: 10 Percent DBE Participation 74

75

76

77

78

79

80

81

82

83 REVISION OF SECTION 106 SUPPLIER LIST May 4, 2017 Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: All companies that will provide $10,000 or more in supplies or materials on any CDOT project must be registered in the B2GNow software system and shall update the registration on an annual basis. Prior to beginning any work on the project, the Contractor shall submit to the Engineer a completed Form 1425, Supplier List documenting all companies providing $10,000 or more of supplies or materials directly to the Contractor for the project. This list shall not include companies also responsible for the installation of the supplies or materials. During the performance of the project, the Contractor shall submit an updated Form 1425 if one or more of these companies change. The Contractor shall require each subcontractor to submit a Form 1425 listing all companies providing $10,000 or more of supplies or materials to the subcontractor. The Contractor shall submit the subcontractor s Form 1425 with Form 205. Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments.

84

85 1 REVISION OF SECTION 107 WATER QUALITY CONTROL (CONTRACTOR OBTAINED STORMWATER PERMIT) March 29, 2016 Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection and replace with the following: Water Quality Control. The project work shall be performed using practices that minimize water pollution during construction. All the practices listed in (b) below shall be followed to minimize the pollution of any State waters, including wetlands. (a) Definitions. 1. Areas of Disturbance (AD). Locations where any activity has altered the existing soil cover or topography, including vegetative and non-vegetative activities during construction. 2. Construction Site Boundary/Limits of Construction (LOC). The project area defined by the Stormwater Construction Permit. 3. Discharge of Pollutants. One or more pollutants leaving the LOC or entering State waters or other conveyances. 4. Limits of Disturbed Area (LDA). Proposed limits of ground disturbance as shown on the Plans. 5. Pollutant. Dredged spoil, dirt, slurry, solid waste, incinerator residue, sewage, sewage sludge, garbage, trash, chemical waste, biological nutrient, biological material, radioactive material, heat, wrecked or discarded equipment, rock, sand, or any industrial, municipal, or agricultural waste, as defined in the Colorado Code of Regulations (CCR) [5 CCR , 2(76)] 6. Pollution. Man made, man induced, or natural alteration of the physical, chemical, biological, and radiological integrity of water. [ (16), CRS] 7. State waters. Defined in subsection (b) Construction Requirements. 1. The Contractor shall comply with the Colorado Water Quality Control Act (Title 25, article 8, CRS), the Protection of Fishing Streams (Title 33, Article 5, CRS), the Clean Water Act (33 USC 1344), regulations promulgated, certifications or permits issued, and to the requirements listed below. In the event of conflicts between these requirements and water quality control laws, rules, or regulations of other Federal, or State agencies, the more restrictive laws, rules, or regulations shall apply. 2. If the Contractor determines construction of the project will result in a change to the permitted activities or LDA, the Contractor shall detail the changes in a written report to the Engineer. Within five days after receipt of the report, the Engineer, after coordination with Region Planning and Environmental Manager (RPEM), will approve or reject in writing the request for change, or detail a course of action including revision of existing permits or obtaining new permits. 3. If construction activities result in noncompliance of any permit requirement, the project will be suspended and the permitting agency notified, if required. The project will remain suspended until the Engineer receives written approval by the permitting agency. 4. The Contractor is legally required to obtain all permits associated with specific activities within, or off the Right of Way, such as borrow pits, concrete or asphalt plant sites, waste disposal sites, or other facilities. It is the Contractor s responsibility to obtain these permits. The Contractor shall consult with the Engineer, and contact the Colorado Department of Public Health and Environment (CDPHE) or other appropriate federal, state, or local agency to determine the need for any permit.

86 2 REVISION OF SECTION 107 WATER QUALITY CONTROL (CONTRACTOR OBTAINED STORMWATER PERMIT) March 29, The Contractor shall conduct the work in a manner that prevents pollution of any adjacent State waters. Erosion control work shall be performed in accordance with Section 208, this subsection, and all other applicable parts of the Contract. 6. Prior to the Environmental Pre-construction Conference the SWMP Administrator, identified in subsection (c), shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated with construction activities. The list of potential pollutants shall be continuously updated during construction. At a minimum, each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges and identified in the SWMP, if found to have such potential: (1) All exposed and stored soils (2) Vehicle tracking of sediments (3) Management of contaminated soils (4) Vehicle and equipment maintenance and fueling (5) Outdoor storage activities (building materials, fertilizers, chemicals, etc.) (6) Significant dust or particle generating processes (7) Routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc. (8) On site waste management practices (waste piles, dumpsters, etc.) (9) Dedicated asphalt and concrete batch plants (10) Concrete truck and equipment washing, including the concrete truck chute and associated fixtures and equipment (11) Concrete placement and finishing tool cleaning (12) Non-industrial waste sources that may be significant, such as worker trash and portable toilets (13) Loading and unloading operations (14) Other areas or procedures where spills could occur The SWMP Administrator shall record the location of potential pollutants on the site map. Descriptions of the potential pollutants shall be added to the SWMP notebook. At or prior to the Environmental Pre-construction Conference the Contractor shall submit a Spill Response Plan for any petroleum products, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. See subsection (c) for Spill Response Plan requirements. Work shall not be started until the plan has been submitted to and approved by the Engineer. On site above ground bulk storage containers with a cumulative storage shell capacity greater than 1,320 U.S. gallons, or storage containers having a "reasonable expectation of an oil discharge" to State waters, are subject to the Spill Prevention, Control and Countermeasure Plan (SPCC) Rule. Oil of any type and in any form is covered, including, but not limited to: petroleum; fuel oil; sludge; oil refuse; oil mixed with wastes other than dredged spoil. EPA Region 8 is responsible for administering and enforcing the SPCC

87 3 REVISION OF SECTION 107 WATER QUALITY CONTROL (CONTRACTOR OBTAINED STORMWATER PERMIT) March 29, 2016 plan requirements in Colorado. Prior to start of work, the Contractor shall submit a SPCC Form which has been approved by the EPA for the project. 7. The Contractor shall obtain a Construction Dewatering (CDW) permit from CDPHE anytime uncontaminated groundwater, including groundwater that is commingled with stormwater or surface water, is encountered during construction activities and the groundwater or commingled water needs to be discharged to State waters. If contaminated groundwater is encountered, a Remediation permit may be needed from CDPHE in accordance with Section Water from dewatering operations shall not be directly discharged into any State waters, unless allowed by a permit. Water from dewatering shall not be discharged into a ditch unless: (1) Written permission is obtained from the owner of the ditch. (2) It is covered in the approved CDW or Remediation permit that allows the discharge. (3) A copy of this approval is submitted to the Engineer. A copy of the Permit shall be submitted to the Engineer prior to dewatering operations commencing. If the site is covered by a Colorado Discharge Permit System Stormwater Construction Permit (CDPS- SCP) and the following conditions are met, a separate CDW permit will not be required for discharge to the ground: (1) The source is identified in the Stormwater Management Plan (SWMP) as updated by the SWMP Administrator. (2) The SWMP describes and locates the practices implemented at the site to control stormwater pollution from the dewatering of groundwater or stormwater. (3) The SWMP describes and locates the practices to be used that will ensure that no groundwater from construction dewatering is discharged from the LOC as surface runoff or to surface waters or storm sewers. (4) Groundwater and groundwater combined with stormwater do not contain pollutants in concentrations exceeding the State groundwater standards in Regulations 5 CCR and 42. If surface water are diverted around a construction area and no pollutants are introduced during the diversion, a CDW Permit is not required. If the diverted water enters the construction area and contacts pollutant sources (e.g. disturbed soil, concrete washout, etc.), the Contractor shall obtain a CDW permit for the discharge of this water to State waters or to the ground. Construction Dewatering may be discharged to the ground on projects that are not covered by a CDPS- SCP if the conditions of the CDPHE s low risk guidance document for Discharges of Uncontaminated Groundwater to Land are met. The conditions of this guidance are: (1) The source of the discharge is solely uncontaminated groundwater or uncontaminated groundwater combined with stormwater and does not contain pollutants in concentrations that exceed water quality standards for groundwater referenced above. (2) Discharges from vaults or similar structures shall not be contaminated. Potential sources of contamination include process materials used, stored, or conveyed in the structures, or introduced surface water runoff from outside environments that may contain oil, grease, and corrosives. (3) The groundwater discharge does not leave the project boundary limits where construction is occurring.

88 4 REVISION OF SECTION 107 WATER QUALITY CONTROL (CONTRACTOR OBTAINED STORMWATER PERMIT) March 29, 2016 (4) Land application is conducted at a rate and location that does not allow for any runoff into State waters or other drainage conveyance systems, including but not limited to streets, curb and gutter, inlets, borrow ditches, open channels, etc. (5) Land application is conducted at a rate that does not allow for any ponding of the groundwater on the surface, unless the ponding is a result of implementing BMPs that are designed to reduce velocity flow. If the BMPs used result in ponding, the land application shall be done in an area with a constructed containment, such as an excavation or berm area with no outfall. The constructed containment shall prevent the discharge of the ponding water offsite as runoff. (6) A visible sheen is not evident in the discharge. (7) BMPs are implemented to prevent any sediment deposited during land application from being transported by stormwater runoff to surface waters or other conveyances. (8) All BMPs used shall be selected, installed, implemented, and maintained according to good Engineering, hydrologic and pollution control practices. The selected BMPs shall provide control for all potential pollutant sources associated with the discharge of uncontaminated groundwater to land. The discharge shall be routed in such a way that it will not cause erosion to land surface. Energy dissipation devices designed to protect downstream areas from erosion by reducing the velocity of flow (such as hose attachments, sediment and erosion controls) shall be used when necessary to prevent erosion. Discharged water shall be drained slowly so that it soaks into the ground without running outside the project boundary or causing flooding issues. The discharge shall be routed in such a way that it will not contact petroleum products or waste. 9. At least 15 days prior to commencing dredging or fill operations in a watercourse, the Contractor shall provide written notification to owners or operators of domestic or public water supply intakes or diversion facilities, if these facilities are within 20 miles downstream from the dredging or fill operations. Notification shall also be given to Owners or operators of other intakes or diversions that are located within five miles downstream from the site of the project. Identities of downstream owners and operators can be obtained from Colorado Division of Water Resources, Office of the State Engineer. 10. Temporary fill into wetlands or streams will not be allowed, except as specified in the Contract and permits. If such work is allowed, upon completion of the work all temporary fills shall be removed in their entirety and disposed of in an upland location outside of flood plains unless otherwise specified in the Contract. 11. Construction operations in waters of the United States as defined in 33 CFR Part 328.3, including wetlands, shall be restricted to areas and activities authorized by the U.S. Army Corps of Engineers as shown in the Contract. Fording waters will be allowed only as authorized by the U.S. Army Corps of Engineers 404 Permit. 12. Wetland areas outside of the permitted limits of disturbance shall not be used for storage, parking, waste disposal, access, borrow material, or any other construction support activity. 13. Pollutant byproducts of highway construction, such as concrete, asphalt, solids, sludges, pollutants removed in the course of treatment of wastewater, excavation or excess fill material, and material from sediment traps shall be handled, stockpiled, and disposed of in a manner that prevents entry into State waters, including wetlands. Removal of concrete waste and washout water from mixer trucks, concrete finishing tools, concrete saw and all concrete material removed in the course of construction operations or cleaning shall be performed in a manner that prevents waste material from entering State waters. A minimum of ten days prior to the start of the construction activity, the Contractor shall submit in writing a Method Statement for Containing Pollutant Byproducts to the Engineer for approval.

89 5 REVISION OF SECTION 107 WATER QUALITY CONTROL (CONTRACTOR OBTAINED STORMWATER PERMIT) March 29, The use of chemicals such as soil stabilizers, dust palliatives, herbicides, growth inhibitors, fertilizers, deicing salts, etc., shall be in accordance with the manufacturer s recommended application rates, frequency, and instructions. 15. All materials stored on site shall be stored in a neat, orderly manner, in their original containers, with the original manufacturer s label. Materials shall not be stored in a location where they may be carried into State waters at any time. 16. Spill prevention and containment measures conforming to subsection shall be used at storage, and equipment fueling and servicing areas to prevent the pollution of any State waters, including wetlands. All spills shall be cleaned up immediately after discovery, or contained until appropriate cleanup methods can be employed. Manufacturer s recommended methods for spill cleanup shall be followed, along with proper disposal methods. When required by the Colorado Water Quality Control Act, Regulation 5 CCR , spills shall be reported to the Engineer and CDPHE in writing. 17. The Contractor shall prevent construction activities from causing grass or brush fires. 18. The construction activities shall not impair Indian tribal rights, including, but not limited to, water rights, and treaty fishing and hunting rights. 19. Prior to start of work, the Contractor shall certify in writing to the Engineer that construction equipment has been cleaned prior to initial site arrival. Vehicles and equipment shall be free of soil and debris capable of transporting noxious weed seeds or invasive species onto the site. Additional equipment required for construction shall also be certified prior to being brought onto the project site. 20. Vehicles which have been certified by the Contractor as having been cleaned prior to arrival on site may be cleaned on site at an approved area where wash water can be properly contained. Vehicles leaving and reentering the project site shall be recertified. 21. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers. 22. Construction waste that is considered a pollutant or contaminant shall be collected and disposed of in appropriate containers. This material may be stockpiled on the project when it is contained or protected by an appropriate BMP. (c) Measurement and Payment. 1. All the work listed in (b) above, including but not limited to dewatering, erosion control for dewatering, and disposal of water resulting from dewatering operations, including all costs for CDPHE concurrences and permits, will not be measured and paid for separately, but shall be included in the work. 2. The Contractor shall be liable for any penalty (including monetary fines) applied to the Department caused by the Contractor s noncompliance with any water quality permit or certification. Monetary fines shall be deducted from any money due to the Contractor. If the monetary fine is in excess of all the money due to the Contractor, then the Contractor shall pay to the Department the amount of such excess. 3. The Contractor will not receive additional compensation, or time extensions, for any disruption of work or loss of time caused by any actions brought against the Contractor for failure to comply with good Engineering, hydrologic and pollution control practices. 4. If a spill occurs as a direct result of the Contractor s actions or negligence, the clean up of such spill shall be performed by the Contractor at the Contractor s expense. 5. Areas exposed to erosion by fire resulting from the Contractor s operations shall be stabilized in accordance with Section 208 by the Contractor and at the Contractor s expense.

90 6 REVISION OF SECTION 107 WATER QUALITY CONTROL (CONTRACTOR OBTAINED STORMWATER PERMIT) March 29, 2016 (d) Contractor Obtained Stormwater Construction Permit. The Contractor shall obtain a Colorado Discharge Permit System Stormwater Construction Permit (CDPS-SCP) for any project work that disturbs at least 1 acre of land. The Contractor shall apply for and obtain the permit upon award of the Contract. The Contractor shall provide a copy of permit certification or the submitted CDPS-SCP application to the Engineer prior to or at Pre-construction Conference. No work shall begin until the CDPS-SCP permit has been approved from CDPHE, unless otherwise directed. A copy of the Permit and application to obtain a permit shall be placed in the project SWMP notebook. If a Utility Company has pulled a permit for the area prior to the Contractor being on site, then the Contractor shall coordinate with the Utility Company to transfer those areas over to the Contractor prior to work commencing. The Contractor shall not commence construction until Application for Transfer of Ownership for All Permits, Certifications and Authorizations has been approved by CDPHE and submitted to the Engineer. To initiate Partial Acceptance of the stormwater construction work (including seeding and planting required for erosion control), the Contractor shall request in writing a Stormwater Completion Walkthrough. The Engineer will set up the walkthrough and will include: the Engineer or designated representative, Superintendent or designated representative, Stormwater Management Plan (SWMP) Administrator, Region Water Pollution Control Manager (RWPCM) and Landscape Architect representing the region. Unsatisfactory and incomplete erosion control work will be identified in this walkthrough, and will be summarized by the Engineer in a punch list. The Water Quality Permit Transfer to Maintenance Punch List may be used as a template in creating the Engineer s punch list. The Engineer will coordinate with CDOT Maintenance on regular inspections of the corrective work. The completed action items associated with the corrective work shall be shown as completed on the Punch List. Upon completion of all items shown, the Contractor shall submit the completed Punch List to the Engineer for review. Upon written approval of the Punch List, the Contractor shall submit the Application for Transfer of Ownership for All Permits, Certifications and Authorizations to the CDPHE requesting transfer of ownership of the CDPS-SCP to CDOT Maintenance. When requested by CDOT Maintenance and approved by the Engineer, the Permit may be transferred by the Contractor to the Resident Engineer instead of CDOT Maintenance. Until the transfer of the permit has been approved by the CDPHE the Contractor shall continue to adhere to all permit requirements. Requirements shall include erosion control inspections, BMP installation, BMP maintenance, BMP repair, including seeded areas, and temporary BMP removal. All documentation shall be submitted to the Engineer and placed in the SWMP notebook. All costs associated with the Contractor applying for, holding, and transferring the CDPS-SCP permit between parties will not be measured and paid for separately, but shall be included in the work in accordance with subsection

91

92

93 October 29, 2015 REVISION OF SECTION 108 LIQUIDATED DAMAGES Section 108 of the Standard Specifications is hereby revised for this project as follows: In subsection , delete the Schedule of Liquidated Damages and replace with the following: Original Contract Amount ($) Liquidated Damages per Calendar Day ($) From More Than To And Including 0 150, , ,000 1, ,000 1,000,000 1,600 1,000,000 2,000,000 2,300 2,000,000 4,000,000 4,100 4,000,000 10,000,000 5,800 10,000, ,000

94

95

96

97

98

99

100 REVISION OF SECTION 108 SUBLETTING OF CONTRACT May 4, 2017 Section 108 of the Standard Specifications is hereby revised for this project as follows: Delete subsection and replace with the following: Subletting of Contract. The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor s organization shall perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the contract as specialty items may be performed by subcontract. The cost of specialty items so performed by subcontract may be deducted from the total original contract amount before computing the amount of work required to be performed by the Contractor s own organization. The original contract amount includes the cost of material and manufactured products which are to be purchased or produced by the Contractor and the actual agreement amounts between the Contractor and a subcontractor. Proportional value of a subcontracted partial contract item will be verified by the Engineer. When a firm both sells material to a prime contractor and performs the work of incorporating the materials into the project, these two phases shall be considered in combination and as constituting a single subcontract. The calculation of the percentage of subcontracted work shall be based on subcontract unit prices. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or Contracts, or any portion thereof without written permission of the Engineer. Prior to the subcontractor beginning any work, the Contractor shall request permission from the Engineer by submitting a completed Sublet Permit Application, CDOT Form 205. The subcontract work shall not begin until the Contractor has received the Engineer s written permission. The Contractor shall make all project related written subcontracts, agreements, and purchase orders available to the Engineer for viewing, upon request and at a location convenient to the Engineer. All firms to which a Prime will be subletting a portion of the Contract must be registered in the B2GNow Software System and shall update the registration on an annual basis. If the firm is not registered, approval of the Form 205 may be withheld. Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond.

101

102

103

104 1 REVISION OF SECTION 109 FUEL COST ADJUSTMENT February 3, 2011 Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection shall include the following: (h) Fuel Cost Adjustments. Contract cost adjustments will be made to reflect increases or decreases in the monthly average prices of gasoline, diesel and other fuels from the average price for the month preceding the month in which bids were received for the Contract. These cost adjustments are not changes to the Contract unit prices bid. When bidding, the Contractor shall specify on the Form 85 whether the cost adjustment will apply to the Contract. After bids are submitted, the Contractor will not be given any other opportunity to accept or reject this adjustment. If the Contractor fails to indicate a choice on the Form 85, the cost adjustment will not apply to the Contract. If the fuel cost adjustment is accepted by the Contractor, the adjustment will be made in accordance with the following criteria: 1. Cost adjustments will be based on the fuel price index established by the Department and calculated as shown in subsection (h)2.D below. The index will be the monthly average of the rates posted by the Oil Price Information Service (OPIS) for Denver No. 2 Diesel. The rate used will be the OPIS Average taken from the OPIS Standard Rack table for Ultra-Low Sulfur w/lubricity Gross Prices (ULS column), expressed in dollars per gallon and rounded to two decimal places. 2. Cost adjustments will be made on a monthly basis subject to the following conditions: A. Adjustment will be based on the pay quantities on the monthly partial pay estimate for each of the pay items listed in the table below for which fuel factors have been established. Adjustment will be made only when the pay item is measured by the pay unit specified in the table: Item Pay Unit Fuel Factor (FF) 202-Removal of Asphalt Mat (Planing) Square Yard Gal/SY/Inch depth 203-Excavation (muck, unclassified) Embankment, Cubic Yard 0.29 Gal/CY Borrow 203-Rock Excavation Cubic Yard 0.39 Gal/CY 206-Structure Excavation and Backfill [applies only Cubic Yard 0.29 Gal/CY to quantities paid for by separate bid item; no adjustment will be made for pay items that include structure excavation & backfill, such as RCP(CIP)] 304-Aggregate Base Course (Class ) Cubic Yard 0.85 Gal/CY 304-Aggregate Base Course (Class ) Ton 0.47 Gal./Ton 307-Processing Lime Treated Subgrade Square Yard 0.12 Gal/SY 310-Full Depth Reclamation Square Yard 0.06 Gal/SY 403-Hot Mix Asphalt (HMA) (Grading ) * Ton 2.47 Gal/Ton 403-Stone Matrix Asphalt (Grading ) Ton 2.47 Gal/Ton 405-Heating and Scarifying Treatment Square Yard 0.44 Gal/SY 405-Heating and Repaving Treatment Square Yard 0.44 Gal/SY 405-Heating and Remixing Treatment Square Yard 0.44 Gal/SY 406-Cold Bituminous Pavement (Recycle) Square Yard 0.01 Gal/SY/Inch depth 412- Concrete Pavement ( Inch) Square Yard 0.03 Gal/SY/Inch thickness 412-Place Concrete Pavement** Square Yard 0.03 Gal/SY/Inch thickness *Hot Mix Asphalt (Patching) is not subject to fuel cost adjustment. **Use the thickness shown on the plans.

105 2 REVISION OF SECTION 109 FUEL COST ADJUSTMENT February 3, 2011 B. A fuel cost adjustment will be made only when the current fuel price index varies by more than 5 percent from the price index at the time of bid, and only for that portion of the variance in excess of 5 percent. Fuel cost adjustments may be either positive or negative dollar amounts. C. Fuel cost adjustments will not be made for any partial estimate falling wholly after the expiration of contract time. D. Adjustment formula: EP greater than BP: FA = (EP 1.05 BP)(Q)(FF) EP less than BP: FA = (EP 0.95 BP)(Q)(FF) Where: BP EP FA FF Q Note: = Average fuel price index for the calendar month prior to the calendar month in which bids are opened = Average fuel price index for the calendar month prior to the calendar month in which the partial estimate pay period ends = Adjustment for fuel costs in dollars = Fuel usage factor for the pay item = Pay quantity for the pay item on the monthly partial pay estimate When the pay item is based on area, and the rate of fuel use varies with thickness, Q should be determined by multiplying the area by the thickness. For example: for 1000 square yards of 8-inch concrete pavement Q should be Example: Bids are opened on July 16. The BP will be the average of the daily postings for June 1 through June 30. For an estimate cut-off date selected by the Contractor at the Pre- Construction Conference of the 20 th of the month a February estimate will include HMA quantities (Q) measured from the 21 st of January through the 20 th of February, the FF will be 2.47 Gal/Ton, and the EP index used to calculate FA will be the average of the daily postings for January 1 through January 31 as established by CDOT. E. Fuel cost adjustment will not be made for the quantity of any item that is left in place at no pay. F. Fuel cost adjustments will not be made to items of work added to the Contract by Change Order after the award of the Contract. The fuel cost adjustment will be the sum of the individual adjustments for each of the pay items shown. No adjustment will be made for fuel costs on items other than those shown. The factors shown are aggregate adjustments for all types of fuels used, including but not limited to gasoline, diesel, propane, and burner fuel. No additional adjustments will be made for any other type of fuel. Fuel cost adjustments resulting in an increased payment to the Contractor will be paid for under the planned force account item: Fuel Cost Adjustment. Fuel cost adjustments resulting in a decreased payment to the Contractor will be deducted from monies owed the Contractor.

106

107 1 REVISION OF SECTION 109 PROMPT PAYMENT (LOCAL AGENCY) January 20, 2017 Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection , delete (e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant subcontractor until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors. In subsection , delete (f) and replace with the following: (f) Retainage by the Contractor. The Contractor may withhold retainage of each progress estimate on work performed by subcontractors. If during the prosecution of the project, a subcontractor satisfactorily completes all work described on Form 205, as amended by changes directed by the Engineer, the following procedure will apply: 1. The subcontractor may make a written request to the Contractor for the release of the subcontractor s retainage. 2. Within ten working days of the request, the Contractor shall determine if all work described on Form 205 has been satisfactorily completed and shall inform the subcontractor in writing of the Contractor s determination. 3. If the Contractor determines that the subcontractor has not achieved satisfactory completion of all work described on Form 205, the Contractor shall provide the subcontractor with written notice, stating specifically why the subcontract work is not satisfactorily completed and what has to be done to achieve completion. A copy of this written notice shall be provided to the Engineer. 4. If the Contractor determines that the subcontractor has achieved satisfactory completion of all work described on Form 205, the Contractor shall release the subcontractor s retainage within seven calendar days. 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower-tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor s work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor s work. 6. Within 14 calendar days after receiving the Contractor s request, the Engineer will make inspection of all work described on Form 205. The Engineer will measure and furnish the final quantities to the Contractor of the items completed by the subcontractor. Agreement on these final quantities by the Contractor will not constitute the acceptance of the work described on Form 205 by the Engineer.

108 2 REVISION OF SECTION 109 PROMPT PAYMENT (LOCAL AGENCY) January 20, If the subcontractor performs only a portion of an item of work, the Contractor shall release retainage in accordance with the procedures stated above and when the subcontractor has completed all of the work included in the subcontract, however, final measurement of quantities will not be made until the item of work and all of the work on the associated Form 205 has been completed. 8. If additional quantities of a particular item of work are required at a later date after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection (a), the Contractor shall release all subcontractors retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor s retainage on work that has been partially accepted in accordance with subsection (a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor s retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. 10. The Contractor shall be solely responsible for all additional costs involved in paying retainage to the subcontractors prior to total project completion. In subsection , delete (g) and replace with the following: (g) Good Cause Exception. If the Contractor has good cause to delay or withhold a subcontractor s progress payment, the Contractor shall notify LPA and the subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. Good cause shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Section shall include the following: (h) Monthly Reporting. On a monthly basis, the Contractor shall submit the Form 1418, Monthly Payment Report, to the Engineer along with the project schedule updates, in accordance with subsections (b) or (c) (3). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage to the Contractor.

109 REVISION OF SECTION 109 SCALES October 29, 2015 Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection , delete the 11 th 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 ( 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.

110 REVISION OF SECTION 201 CLEARING AND GRUBBING November 10, 2016 Section 201 of the Standard Specifications is hereby revised for this project as follows: In subsection , 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 , 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 (e) for disturbed area limits.

111 1 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 Section 203 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION General. This work consists of excavation, hauling, disposal, placement, and compaction of all material encountered within the limits of the work, including construction of dikes and the excavation for ditches and channels, necessary for the construction of the roadway in accordance with the Contract. MATERIALS Definitions. All excavation will be defined as, unclassified excavation, stripping, removal of unsuitable material, rock excavation, borrow, or potholing as described below: (a) Unclassified Excavation. Unclassified Excavation shall consist of the excavation of all materials of whatever character required for the work, obtained within the right of way, including surface boulders and excavation for ditches and channels that is not removed under some other item. (b) (c) (d) Stripping. Stripping shall consist of removing overburden or other specified material from borrow pits, and the replacement of overburden or other specified material over the disturbed area of the site or pit after the underlying material has been removed. Removal of Unsuitable Material. Removal of Unsuitable Material shall consist of the removal of soils or mixtures of soil and organic matter identified in the Contract or as directed by the Engineer that would be detrimental to the roadway or embankment if left in place in its existing condition. Rock Excavation. Rock Excavation shall consist of igneous, metamorphic, and sedimentary rock which cannot be excavated without blasting or with the use of rippers, including all boulders or other detached stones having a volume of ½ cubic yard or more. Unless specified in the Contract, Rock Excavation is material that meets one of the following field test criteria to be conducted by the Contractor: 1. Ripping Test: Material that cannot be broken down by one pass with a single tooth ripper mounted on a crawler type tractor in low gear with a minimum net flywheel power rating of 235 horsepower; or material that cannot be broken down with a pound tracked excavator utilizing a bucket with rock teeth. 2. Seismic Test: Material that has a seismic velocity of 6,000 feet per second or greater. The Contractor shall submit the qualifications of the individual performing or interpreting the seismic testing to the Engineer a minimum of 14 days prior to testing. The ripping test will be used to resolve differences if seismic velocities fall below 6,000 feet per second. 3. Handling Test: Any boulder or detached stone having a volume of ½-cubic yard or more that cannot be readily broken down with the excavation equipment described above in 1. (e) (f) Borrow. Borrow shall consist of approved material obtained from outside the right of way, required for the construction of the project. Potholing. Potholing consists of exposing and verifying the location of existing utilities at locations as directed.

112 2 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, Embankment Materials. Embankment Material shall consist of approved material acquired from excavations or borrow pits, and hauled and placed in embankments. Approval of Embankment Material shall be contingent on the material meeting the Atterberg Limit and gradation requirements specified in the Contract. Approval of the embankment material in the upper 2 feet of embankment below the subgrade elevation is contingent on the material meeting one of the following as specified in the Contract: (1) the specified resistance value when tested by the Hveem Stabilometer, or equivalent resilient modulus (2) the specified Atterberg Limit and gradation requirements (3) the specified resistance value when tested by the Hveem Stabilometer, or equivalent resilient modulus, and the specified Atterberg Limit and gradation requirements Non-durable bedrock shall be identified and classified using Colorado Procedure CP-L Any material that classifies as Soil-like Non-durable (S-N) as defined in the procedure shall be pulverized, broken down and processed to 6-inch maximum particle sizes before incorporation into embankment fill. These materials shall be placed and compacted as Soil Embankment in accordance with subsection (a). Non-durable bedrock particles in excess of 6 inches shall not be placed into embankment fill. If recycled concrete or asphalt are to be incorporated into embankment fill; the maximum dimension permitted for concrete is 24 inches and the maximum dimension permitted for asphalt is 12 inches. Embankment Material imported onto the project will be tested for water soluble sulfates using CP-L 2103 Method B. The average of three consecutive tests shall show that the sulfate content is not greater than that corresponding to the sulfate exposure level specified in the Contract. No single test shall have a sulfate content more than 20 percent greater than that corresponding to the sulfate exposure level specified in the Contract. A single failing test shall have the remaining sample split into four equal portions. CDOT Region Lab shall receive one portion, the Contractor shall receive one portion and the remaining two portions shall go to the CDOT Central lab. The CDOT Region Lab, CDOT Central Lab and the Contractor s Lab shall retest the sample. If the results from the three Labs are within 10 percent of each other, the results will be averaged. The averaged result will be used for determining Contract compliance. If the results from the Labs are not within 10 percent of each other, the remaining split sample will be sent to an independent laboratory for testing using CP-L The independent laboratory will be mutually agreed upon by the Department and the Contractor. The Independent Lab s test result will be used for determining Contract compliance. If the water soluble sulfate content is less than that corresponding to the sulfate exposure level specified in the Contract, CDOT will bear all costs associated with the independent lab test. If the soluble sulfate content is greater than that corresponding to the sulfate exposure level specified in the Contract, all costs associated with independent lab testing shall be at the Contractor s expense. Embankment represented by failing tests shall be removed from the project and replaced at the Contractor s expense. Imported Material used for backfilling pipes (storm sewer, cross culverts, side drains, etc) shall be tested for compatibility with the selected pipe material. When Non-reinforced Concrete Pipe or Reinforced Concrete Pipe is used, the imported material shall be tested for sulfate and ph. When Corrugated Steel Pipe, Bituminous Coated Corrugated Steel Pipe or Pre-coated Corrugated Steel Pipe is used, the imported material shall be tested for sulfates, chlorides, ph and resistivity. When Aramid Fiber Bonded Corrugated Steel Pipe or Corrugated Aluminum Pipe is used, the imported material shall be tested for ph and resistivity. When Plastic pipe is selected, the imported material does not need to be tested for sulfates, chlorides, ph or resistivity. Sulfates, chlorides, ph and resistivity shall be determined by the following procedures: (1) Water soluble sulfates using CP-L 2103 Method B (2) Chlorides using CPL 2104 (3) Resistivity using ASTM G57 (4) ph using ASTM G51

113 3 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 The average of three consecutive tests shall show the imported material s sulfate, chloride, ph and resistivity is not greater than the limits corresponding to the Pipe Class in Table or for the pipe class specified in the Contract. No single test shall have a result more than 20 percent greater than that corresponding to the limit in Table or Table for sulfates, chlorides and resistivity. No single test shall have a result more than 5 percent outside the limit in Table for ph. The remaining sample material from a single failing test shall be split into three equal portions. CDOT shall receive one portion, the Contractor shall receive one portion and the remaining portion shall be retained by the Project. CDOT and the Contractor s Lab shall retest the failed sample; if the results from those tests are within 10 percent of each other, the results will be averaged. The averaged result will be used for Contract compliance. If the results from the Labs are not within 10 percent of each other, the remaining sample portion will be sent to an independent laboratory for testing using the testing requirements specified above. The independent laboratory will be mutually agreed upon by the Department and the Contractor. The Independent Lab s test result will be used for Contract compliance. If the imported material s sulfates, chlorides, and resistivity are less than the limits and the ph is within the limits in Table or 203-2, CDOT will bear all costs associated with the independent lab test. If the imported material s sulfates, chlorides, and resistivity is greater than the limits and the ph is outside the limits in Table or 203-2, all costs associated with independent lab testing shall be at the Contractor s expense. Embankment represented by failing tests shall be removed from the project and replaced at the Contractor s expense. Table SULFATE, CHLORIDE AND PH OF IMPORTED MATERIAL Pipe Class SOIL Sulfate Chloride (SO 4 ) (Cl) ph % max % max 0, , , , , , , 10 >2.00 >2.00 <5 or >9 Table RESISTIVITY AND PH OF IMPORTED MATERIAL SOIL SIDE Resistivity, R (Ohm cm) ph 1,

114 4 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 Embankment Material shall be classified into one of the material groups listed below, and placed and compacted in accordance with the appropriate methods specified in subsection If any material does not meet the criteria for one of the following classifications, it shall be processed on site to meet the requirements for one of the material groups listed below, or disposed of at the Contractor s expense. (a) Soil Embankment. Soil Embankment shall have all particle sizes less than 6 inches. The material shall be classified in accordance with AASHTO M 145 and placed and compacted in accordance with subsection (a). (b) Rock Embankment. Rock Embankment shall meet all of the following requirements: (1) Contains 50 percent or more retained on the 4.75 mm (No. 4) sieve. (2) Contains > 30 percent retained on the 19.0 mm (¾-inch) sieve. (3) Classifies as an AASHTO A-1 soil type. (4) All particle sizes shall be less than 6 inches. (5) Particles retained on the 4.75mm (No. 4) sieve shall not be composed of non-durable bedrock types. Rock Embankment can be placed without moisture density control as described in subsection (b). (c) Rock Fill. Rock Fill shall meet all of the following requirements: (1) A minimum of 50 percent of the material shall be retained on a 100 mm (4-inch) sieve. (2) Maximum dimension of any particle permitted is 36 inches. (3) Shall be well-graded by visual inspection. (4) Shall contain less than 20 percent by volume of material passing the 75 μm (No. 200) sieve based on visual inspection. This requirement shall be at the discretion of the Engineer. (5) Particles retained on the 4.75 mm (No. 4) sieve shall not be composed of non-durable bedrock types. Rock Fill can be placed without moisture density control as described in subsection (c). CONSTRUCTION REQUIREMENTS General. The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 foot. Where asphalt or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 foot. Materials shall not be wasted without written permission of the Engineer. Excavation operations shall be conducted so material outside of the slope limits will not be disturbed. Prior to beginning grading operations, all necessary clearing and grubbing in that area shall have been performed in accordance with Section 201. The Contractor shall notify the Engineer not less than five working days prior to beginning excavation so the necessary cross sections may be taken. The Contractor shall not excavate beyond the dimensions and elevations established. Archaeological and paleontological materials encountered during the work shall be dealt with in accordance with subsection All excavation activities in areas where asbestos is encountered or expected to be encountered shall conform to the Colorado Department of Public Health and Environment s Asbestos-Contaminated Soil Guidance Document or the State of Colorado s Asbestos Contaminated Soil Statewide Management Plan (ACS), whichever is more recent at the time of advertisement and in accordance with subsection (d) and the Air Quality Control Commission Regulation No. 8 Part B or Section 5.5 of the solid Waste Regulation 6 CCR , as applicable.

115 5 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, Excavation. Excavation shall be one or more of the following: (a) Rock. Unless otherwise specified, rock shall be excavated to a minimum depth of 0.5 foot and a maximum depth of 1 foot below subgrade, within the limits of the roadbed. Rock removed in excess of 1 foot below subgrade will not be paid for. Backfilling of the depth in excess of 1 foot below subgrade shall be at the Contractor s expense. Approved embankment material shall be used to bring the rock-excavated areas to subgrade elevations within the tolerances specified in subsection Undrained pockets shall not be left in the rock surface and depressions shall be drained at the Contractor s expense. Any change to cut slopes by the Department will be made prior to the next drilling operations. When required for rock excavation, controlled blasting shall be conducted in accordance with the Contract. (b) Unclassified. Excess or unsuitable excavated material, including rock and boulders, that cannot be used in embankments may be placed on the side slopes of the nearest fill as approved. Unless otherwise specified by the Engineer, intercepting ditches shall be made above the top of cut slopes and carried to outlets near the ends of the cuts. In order to blend the intersection of cut slopes with the slope of the adjacent natural ground surfaces in a uniform manner, the tops of all cut slopes, except those in solid rock, shall be flattened and rounded in accordance with typical sections and details specified. Earth overburden lying above solid rock cuts shall be treated in the same manner as earth cuts. The Department reserves the right to change cut slopes during the progress of excavation. (c) (d) (e) (f) Unsuitable Material. Unsuitable materials encountered in the subgrade that are determined to be detrimental to the roadway or embankment shall be removed to the depth and extents as directed by the Engineer. The excavated area shall be backfilled to the finished graded section with approved material. Materials that contain organics or that cannot be dried or moisture conditioned, then compacted to the required density will be disposed of and cannot be reused as embankment fill. Materials not containing organics and that can be dried or moisture conditioned and compacted to the required density can be reused as embankment fill as approved by the Engineer. Borrow. If the Contractor places more borrow than is specified or approved and causes a waste of roadway excavation, the quantity of waste will be deducted from the borrow volume. All borrow areas shall be bladed and shaped to permit accurate measurements after excavation is completed. The finished borrow areas shall be graded to a smooth and uniform surface and shall be finished so water will not collect or stand therein, unless otherwise specified. Stripping. Overburden shall be removed to the depth required for the production of acceptable material, and at least 5 feet beyond the working limits of the area being excavated. Potholing. All necessary potholing as determined by the Contractor and agreed to by the Engineer shall be completed under this item with appropriate equipment as approved. The Contractor shall acquire necessary permits, locate utilities, excavate all materials of whatever character required to expose the utilities, survey the location of the utilities, and backfill the excavation to existing grade lines with the excavated or other approved materials. Backfilling shall be accomplished in accordance with subsection The Contractor shall use extreme caution during this work. All damage to existing utility lines or adjacent facilities shall be repaired promptly at the Contractor s expense.

116 6 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, General Embankment Construction Requirements. When Contractor Process Control is required, the Contractor s Process Control Representative shall be certified for WAQTC Embankment and Base Testing and CDOT s Excavation, Embankment, and Soil Inspection certification course. Embankment construction shall include preparation of the areas upon which embankments are to be placed, construction of dikes, placing and compacting of approved material within roadway areas including holes, pits, and other depressions within the roadway area. Only approved materials shall be used in the construction of embankments and fills. All sod, vegetable and other organic matter, stumps, and roots shall be removed from the surface upon which the embankment is to be placed in accordance with Section 201. Unless a thickness is otherwise specified in the Contract, the upper 4 inches of the ground surface will be considered top soil and shall be removed in accordance with Section 207 prior to placement of Embankment Fill. The cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches or as specified in the Contract, the moisture content increased or reduced as necessary, and compacted to the specified embankment density for the material type present. When embankment is placed on a slope that is steeper than 4H:1V, as measured in the steepest direction, the existing slope shall be benched as the embankment is placed in layers. A 2-foot deep key shall be excavated at the base of the existing slope and backfilled with approved and compacted material. The embankment shall be placed in layers from that key. Each horizontal cut shall begin at the intersection of the original ground and the vertical sides of the previous bench. Excavated material from benching may be placed and compacted with the embankment material at the Contractor s expense. During the course of construction, embankment side slopes shall be built a minimum of 12 inches beyond the final grade indicated in the Contract to allow for compaction equipment to compact the outer edges of the embankment. Once the specified level of compaction is achieved, the side slopes shall be trimmed back to final grade. Excess material placement and removal to satisfy this requirement shall be at the Contractor s expense. If embankment can be placed on only one side of structures such as retaining walls, abutments, wing walls, piers, or culvert headwalls, compaction shall be accomplished without initiating movement or deformation of the structure and without placing excessive pressure against the structure. When noted in the Contract, the fill adjacent to the abutment of a bridge shall not be placed higher than the bottom of the backwall until the superstructure is in place. When embankment is placed on both sides of a concrete wall or box type structure, the embankment shall be brought up equally on both sides of the structure. Where embankment is to be placed and compacted and end dumping is permitted, the slopes of the original ground or embankment shall be deeply plowed or scarified before starting end dumping. Embankment fill other than A-1 soil types shall not be placed within standing water, unless otherwise noted in the Contract. During the construction of the embankment, the top surface shall be maintained so that it is well drained at all times. Frozen materials shall not be used in construction of embankments. Frozen material will be identified by the visual observation of ice crystals within the foundation or embankment material, or by measuring the surface temperature of the ground surface Embankment Placement and Compaction Requirements. Materials incorporated into embankment fill shall be placed and compacted according to the following requirements: (a) Soil Embankment. All Soil Embankment shall be placed in horizontal layers not to exceed 8 inches in loose lift thickness. Each layer shall be compacted prior to the placement of subsequent layers. Spreading equipment shall be used to obtain uniform thickness prior to compaction. As the compaction progresses, continuous mixing, leveling, and manipulating shall be done to assure uniform moisture and density. Additional work involved in drying Soil Embankment to the required moisture content shall be included in the contract price paid for excavating or furnishing the material with no additional

117 7 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 compensation. Soil Embankment that classifies as A-1 material can be used to bridge across standing water or swampy ground within the embankment foundation, and can be placed in lift thicknesses greater than 8 inches if used for this purpose as approved by the Engineer. Soil Embankment with less than or equal to 30 percent retained on the 19mm (¾-inch) sieve shall be tested for compaction using CP 80. Materials that classify as AASHTO A-1, A-2-4, A-2-5, and A-3 soils shall be compacted at ± 2 percent of Optimum Moisture Content (OMC) and to at least 95 percent of maximum dry density determined in accordance with AASHTO T 180 as modified by CP 23. All other soil types will be compacted to 95 percent of the maximum dry density determined in accordance with AASHTO T 99 as modified by CP 23. Soils with 35 percent fines or less shall be compacted at ± 2 percent of OMC. Soils with greater than 35 percent fines shall be compacted at a moisture content equal to or above OMC to achieve stability of the compacted lift. Stability is defined as the absence of rutting or pumping as observed and documented by the Contractor s Process Control Representative and as approved by the Engineer. If the soils cannot be compacted and prove to be unstable at a moisture content equal to or above OMC, then the required moisture content for compaction can be reduced below OMC as approved by the Engineer. Prior to placing any Soil Embankment with greater than 30 percent retained on the 19 mm (¾-inch) sieve, the Contractor will be required to construct a test strip to the dimensions specified in the Contract or as directed by the Engineer. The test strip can be incorporated into the final embankment. The Contractor will be responsible for determining the moisture conditioning necessary to achieve compaction, and will determine the equipment and number of passes necessary to achieve adequate compaction. The Contractor is required to use compression-type or vibratory rollers on granular materials and sheepsfoot rollers on cohesive soils. Adequate compaction will be demonstrated by the absence of rutting, pumping, or deflection following a proof roll of the test strip using any piece of construction equipment that exerts a minimum 18-kip per axle load. The proof roll will be observed and accepted by the Engineer. Once the test strip passes a proof roll, the Contractor can resume embankment construction with the same moisture conditioning and compaction methods as the test strip was constructed. Placement, moisture conditioning, and compaction of every lift of soil embankment with greater than 30 percent retained on the 19 mm (¾-inch) sieve will be observed by the Contractor s Process Control Representative, and accepted by the Engineer. Adequate compaction of each lift will be demonstrated as the absence of rutting, pumping, or deflection as construction equipment is routed over a lift following the compactive efforts that were used and accepted for the respective test strip. The Engineer may request a proof roll at any time to document the condition of a lift. Significant changes in the material being hauled for soil embankment with greater than 30 percent retained on the 19 mm (¾-inch) sieve will require construction of a new test strip, and demonstration of adequate compaction methods using a proof roll. The Contractor s Process Control representative shall be authorized to require additional test strips at their discretion. However, the requirement for an additional test strip shall not be waived without the written approval of the Engineer. Non-durable bedrock shall be watered to promote slaking and break down, and pulverized/processed to a maximum particle size of 6 inches. These materials shall be placed and compacted as Soil Embankment; except they shall be compacted with a heavy tamping foot roller, weighing at least 30 tons. Each tamping foot shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a minimum of four passes with the tamping foot roller. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional roller passes to achieve specified density requirements. Non-durable Bedrock shall not be used to bridge over standing water or swampy ground within an embankment foundation. Non-durable bedrock shall also not be placed within 2 feet of the final subgrade elevation.

118 8 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 (b) Rock Embankment and Rock Fill. Rock Embankment shall be placed in horizontal layers not to exceed 8 inches in loose lift thickness. The lift thickness can be increased when bridging over standing water or swampy ground in the embankment foundation as directed by the Engineer. Each layer shall be compacted prior to the placement of subsequent layers. Spreading equipment shall be used to obtain uniform thickness prior to compaction. Rock Fill shall be placed in horizontal layers not to exceed a loose lift thickness equivalent to the average particle size up to a maximum permitted lift thickness of 18 inches. Particles with a maximum dimension of 36 inches are permitted; however, rocks larger than the lift thickness shall be separated enough to allow compaction equipment to operate in between. Material shall be placed to fill in voids between larger stones with finer particle sizes and to avoid nesting. Spreading equipment shall be used to obtain uniform thickness prior to compaction. If the use of leveling equipment is not practical, the Engineer may permit rock fill material to be cast or end dumped. In such cases sufficient hand or machine work will be required to construct a compact, stable fill and to finish the slopes to a neat and smooth appearance. Rock Fill shall not be placed within 2 feet of the final subgrade elevation. When a Rock Fill is placed over any structure, the structure shall be covered with a minimum of 2 feet of compacted Soil or Rock Embankment material before the Rock Fill is placed. The Contractor will be responsible for determining the moisture conditioning necessary to achieve compaction for Rock Embankment or Rock Fill. Vibratory or compression-type rollers will be used to compact these materials. At a minimum, compression-type rollers weighing 20 tons shall complete 4 passes over the entire width of a lift at a speed not to exceed 3 miles per hour. Vibratory rollers shall exert a minimum dynamic force of 30,000 pounds of impact per vibration, and achieve a minimum 1,000 vibrations per minute. Vibratory rollers shall complete a minimum of 4 passes over the entire width of a lift at a speed not to exceed 1.5 miles per hour. Prior to placing Rock Embankment or Rock Fill, the Contractor will be required to construct a test strip to the dimensions specified in the Contract, or as directed by the Engineer. The test strip can be incorporated into the final embankment. Adequate compaction of the Rock Embankment or Rock Fill test strip will be demonstrated by the absence of rutting, pumping, or deflection following a proof roll of the test strip using any piece of construction equipment that exerts a minimum 18-kip per axle load. The proof roll will be observed and accepted by the Engineer. Once the test strip passes a proof roll, the Contractor can resume Rock Embankment or Rock Fill construction with the same moisture conditioning and compaction methods as the test strip was constructed. Placement, moisture conditioning, and compaction of every lift of Rock Embankment and Rock Fill will be observed by the Contractor s Process Control Representative, and accepted by the Engineer. Adequate compaction of each lift will be demonstrated as the absence of rutting, pumping, or deflection as construction equipment is routed over a lift following the compactive efforts that were used and accepted for the respective test strip. The Engineer may request a proof roll at any time to document the condition of a lift. Significant changes in the characteristics of material being hauled for Rock Embankment or Rock Fill will require construction of a new test strip, and demonstration of adequate compaction methods using a proof roll. The Contractor s Process Control representative shall be authorized to require additional test strips at their discretion. However, the requirement for an additional test strip shall not be waived without the written approval of the Engineer. If the Contractor wishes to deviate from the minimum equipment and compactive efforts specified above for Rock Embankment or Rock Fill, the Contractor must first demonstrate the adequacy of their proposed methods with a test strip and passing proof roll. In addition, a proof roll will be required for every lift placed for the first 2,000 cubic yards of Rock Embankment or Rock Fill placed. The proof rolls used to demonstrate adequate compaction of the first 2,000 cubic yards placed will not be measured and paid separately, but will be performed at the Contractor s expense. Recycled concrete and asphalt can be incorporated into embankment material, and shall be processed, placed, and compacted in accordance with (a) or (b); depending on the overall classification of the embankment material once the recycled material is incorporated. Rebar shall not extend more than one inch beyond the edges of recycled concrete particles. Recycled concrete or asphalt shall not be

119 9 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 permitted in the upper 2 feet of the final subgrade elevation or within 2 feet of the final finished side slopes unless otherwise noted in the Contract Proof Rolling. Proof rolling with pneumatic tire equipment shall be performed using a minimum axle load of 18 kips per axle. A weigh ticket from an approved scale shall be furnished by the Contractor to substantiate this weight. The subgrade shall be proof rolled after the required compaction has been obtained and the subgrade has been shaped to the required cross section. The proof roller shall be operated in a systematic manner so that a record may be readily kept of the area tested and the working time required for the testing. Areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive as determined by the Engineer, shall be ripped, scarified, dried or wetted as necessary and recompacted to the requirements for density and moisture at the Contractor s expense. After recompaction, these areas shall be proof rolled again and all failures again corrected at the Contractor s expense. Upon approval of the proof rolling, the sub base, base course, or initial pavement course shall be placed within 48 hours. If the Contractor fails to place the sub base, base course, or initial pavement course within 48 hours or the condition of the subgrade changes due to weather or other conditions, proof rolling and correction shall be performed again at the Contractor s expense Blading. Blading shall consist of furnishing motor graders of the specified horsepower rating, with operators, for shaping roadway, shoulders, or other areas as designated by the Engineer. When scarifying is specified the motor grader shall be equipped with an independently operated V type scarifier and attachments Dozing. Dozing shall consist of furnishing crawler-type tractors of the specified horsepower rating, complete with operators and bulldozer blades. Rippers, if specified, will not be measured and paid for separately, but shall be included in the work. METHOD OF MEASUREMENT Items paid for by volume 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 in the Contract in an amount of at least plus or minus two percent of the plan quantity. (a) Excavation. The original cross-sections will be used for determination of volumes of excavated material removed, unless changes have been directed. These measurements will include authorized excavation of rock, shale, or other unsuitable material. All accepted stripping will be measured in stockpiled locations by cross-sectioning. When the excavation conforms to the staked lines and grades, the original cross-sections and the staked sections shall be used for the determination of volumes excavated. Volumes will be computed from the cross-sections by the average end area or other acceptable method. When topsoil or wetland topsoil is included as an additional pay item and is specified, the measured volume of excavation will be reduced by the volume of topsoil or wetland topsoil removed from the area shown as excavation in the Contract. Measurements will include over-breakage in rock excavation from the back slopes to an amount not to exceed, in any half station of 50 feet, 10 percent of the actual quantity required for that half station. Costs associated with ripping tests or seismic tests to evaluate if a material meets the criteria for Rock

120 10 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 Excavation shall not be measured or payed separately, but shall be incurred by the Contractor and included in the cost for excavation. (b) Embankment. If provided in the Contract, embankment 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 embankment. The original crosssections will be used for determination of volumes of embankment material placed, unless changes have been directed. The measured volume of embankment material will be increased by the volume of topsoil or wetland topsoil removed from the area below the original ground line and under the embankment (c) (d) Rock Fill. Rock fill will be measured as the volume in cubic yards in its final position, unless otherwise specified, and shall be limited to the elevations specified. Blading and Dozing. The quantity measured under blading and dozing will be the number of hours that each motor grader or bulldozer is actually used as ordered. A minimum of four hours for any half shift or part thereof will be paid for unless the equipment is inoperative due to breakdown or other causes determined to be the Contractor s responsibility. Time involved in moving onto or off the project will not be measured and paid for. Time will be paid for moving motor graders or bulldozers from one location on the project to another, if directed; but time will not be allowed for moves which are made for the convenience of the Contractor. Payment for a minimum of four hours will not be allowed in cases where the motor grader, bulldozer, or operator is assigned to work on other pay items connected with the project. (e) (f) Potholing. Potholing will be measured by the total number of hours that excavation and backfilling equipment is actually used as directed. All other related work, including removal of existing pavement, backfilling, shoring, and labor will not be measured and paid for separately, but shall be included in the work. Proof Rolling. Proof rolling will be measured by the actual number of hours that the pneumatic equipment is used as a proof roller. The time to be measured under this item will be the number of hours that each piece of equipment is actually used as ordered. Proof rolling will be measured and paid for only once for each test strip required during construction; for final verification of subgrade prior to placement of subbase, base coarse, or pavement; or for each incident where the Engineer directs it through the course of construction. Additional proof rolling that is required due to failure of embankment fill; due to the Contractor s failure to place sub base, base course, or initial pavement course within 48 hours of the initial proof roll; or due to the condition of the subgrade changing due to weather; or additional proof rolls deemed necessary due to the Contractor s choice to deviate from minimum equipment and compaction efforts specified herein, shall be at the Contractor s expense.

121 11 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT November 10, 2016 BASIS OF PAYMENT The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Rock Excavation Rock Fill Unclassified Excavation Unclassified Excavation (Complete in Place) Unsuitable Materials Borrow Borrow (Complete in Place) Embankment Material (Complete in Place) Stripping Blading Dozing Potholing Proof Rolling Pay Unit Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Cubic Yard Hour Hour Hour Hour Water will not be measured and paid for separately but shall be included in the work. Compaction will not be measured and paid for separately, but shall be included in the work. Payment for replacement of Unsuitable Material shall be as follows: If excavated material can be re-used as embankment fill by moisture conditioning and compaction, replacement shall be included in the cost for Removal of Unsuitable Material. If the material cannot be re-used as embankment fill, payment for replacement of Unsuitable Material shall be for the volume that is placed in the excavated area at the respective unit price for the material that is approved by the Engineer and used. Payment for Unclassified Excavation (Complete in Place), Embankment Material (Complete in Place), and Borrow (Complete in Place) shall be full compensation for all work necessary to complete the item including construction of embankments, rework of existing materials to satisfy benching requirements, unclassified excavation, borrow, compaction, compaction of bases of cuts and fills, all work in available materials pits, and disposal of excess excavated material. All costs associated with reducing the size of the claystone particles, removing the oversized particles, and disposal of the oversized particles will not be paid for separately but shall be included in the work. Pavement replacement if required due to potholing, shall be accomplished, measured, and paid for in accordance with appropriate sections of the specifications. Pneumatic tire equipment and load required to achieve the desired weight of proof rolling equipment will not be measured and paid for separately, but shall be included in the work.

122

123

124 1 REVISION OF SECTION 206 STRUCTURE BACKFILL (FLOW-FILL) March 23, 2017 Section 206 of the Standard Specifications is hereby revised for this project as follows: Delete subsection (a) and replace with the following: (a) Structure Backfill. Class 1 and Class 2 structure backfill shall be composed of non-organic mineral aggregates and soil from excavations, borrow pits, or other sources. Material shall conform to the requirements of subsection Class of material shall be as specified in the Contract or as designated. Structure backfill (Flow-Fill) meeting the following requirements shall be used to backfill bridge abutments. The Contractor may substitute structure backfill (Flow-Fill) for structure backfill (Class 1) or structure backfill (Class 2) to backfill culverts and sewer pipes. Flow-Fill is a self-leveling low strength concrete material composed of cement, fly ash, aggregates, water, chemical admixtures and/or cellular foam for air-entrainment. Flow-fill shall have a slump of 7 to 10 inches, when tested in accordance with ASTM C143 or a minimum flow consistency of 6 inches when tested in accordance with ASTM D6103. Flow-Fill shall have a minimum compressive strength of 50 psi at 28 days, when tested in accordance with ASTM D4832. Flash fill is a rapid setting Flow-Fill that may be used when approved by the Engineer and will be tested, accepted, and paid for as Flow-Fill. Flow-Fill placed in areas that require future excavation, such as utility backfill shall have a Removability Modulus (RM) of 1.5 or less. Removability Modulus, RM, is calculated as follows: RM = W 1.5 x 104 x C where : W = unit weight (pcf) C = 28-day compressive strength (psi) Materials for structure backfill (Flow-Fill) shall meet the requirements specified in the following subsections: Fine Aggregate 1, Coarse Aggregate 2, Portland Cement Fly Ash 3, Water Air Entraining Admixture Chemical Admixtures Fine aggregate not meeting the requirements of subsection may be used if testing indicates acceptable results for strength and air content. 2 Coarse aggregate not meeting the requirements of subsection may be used if testing indicates acceptable results for strength and air content. 3 Fly ash not meeting the requirements of subsection may be used if testing indicates acceptable results for strength and air content. 4 Industrial by-product aggregates (foundry sand, bottom ash, etc..) and fly ash not meeting the requirements of subsection shall submit a report from the supplier documenting the results of testing in accordance with the Toxicity Characteristic Leaching Procedure (TCLP) described in 40 CFR 261. The report shall include the results of TCLP testing for heavy metals and other contaminants. Materials shall not exceed the TCLP limits of 40 CFR for heavy metals Cellular foam shall conform to ASTM C869 and ASTM C796 Recycled broken glass (glass cullet) is acceptable as part or all of the aggregate. Aggregate including glass must conform to the required gradations. All containers used to produce the cullet shall be empty prior to processing. Chemical, pharmaceutical, insecticide, pesticide, or other glass containers containing or having

125 2 REVISION OF SECTION 206 STRUCTURE BACKFILL (FLOW-FILL) March 23, 2017 contained toxic or hazardous substances shall not be allowed and shall be grounds for rejecting the glass cullet. The maximum debris level in the cullet shall be 10 percent. Debris is defined as any deleterious material which impacts the performance of the structure backfill (Flow-Fill) including all non-glass constituents. The Contractor may use aggregate which does not meet the above specifications if the aggregate conforms to the following gradation: Sieve Size Percent Passing 25.0 mm (1 inch) μm (No. 200) The amount of material passing the 75 μm (No. 200) screen may exceed 10 percent if testing indicates acceptable results for strength and air content. The Contractor shall submit a structure backfill (Flow-Fill) mix design for approval prior to placement. The mix design shall include the following laboratory test data: (1) ASTM C231, Air content (2) ASTM D6023, Unit Weight (3) ASTM C143, Slump or ASTM D6103 flow consistency (4) ASTM D day Compressive Strength (5) Removability Modulus (RM) The Contractor shall submit a Process Control (PC) Plan with the mix design to the Engineer. The PC plan shall address the batching, mixing, testing and placement of the structure backfill (Flow-Fill). In subsection , delete the thirteenth through fifteenth paragraphs and replace with the following: Compaction of structure backfill (Flow-Fill) shall not be performed. The maximum layer thickness for structure backfill (Flow-Fill) shall be 3 feet unless otherwise approved by the Engineer. The Contractor shall not place structure backfill (Flow-Fill) in layers that are too thick to cause damage to culverts, pipes and other structures, or that will cause formwork or soil failures during placement. Structure backfill (Flow-Fill) shall have an indention diameter less than 3 inches and the indention shall be free of visible water when tested in accordance with ASTM D6024 by the Contractor prior to placing additional layers of structure backfill (Flow-Fill).Testing structure backfill (Flow-Fill) in accordance with ASTM D6024 will be witnessed by the Engineer. Damage resulting from placing structure backfill (Flow-Fill) in layers that are too thick or from not allowing sufficient time between placements of layers shall be repaired at the Contractor s expense. The Contractor shall secure culverts, pipes and other structures to prevent floating and displacement of these items during the placement of the structure backfill (Flow-Fill). When Flash Fill is used, it shall be batched with a volumetric mixing truck. Volumetric mixing trucks to produce Flow-Fill and Flash Fill shall have a computer batching system, capable of producing the approved mix design and printing tickets. For Flash Fill, the batch weights of cement and/or fly ash per cubic yard shall be with 2 percent of the mix design batch weights and the batch weight of water per cubic yard shall be within 2 percent of the mix design batch weight. Prior to the placement of structure backfill (Flow-Fill), the Contractor shall sample the structure backfill (Flow-Fill) in accordance with ASTM D5971. The Contractor shall test the structure backfill (Flow-Fill) unit weight in accordance with ASTM D6023. For Flash Fill, the measured unit weight shall be within 5.0 percent or 5.0 pcf, whichever is larger, of the approved mix design unit weight. The Contractor shall test the structure backfill (Flow- Fill) for slump in accordance with ASTM C143 or flow consistency according to ASTM D6103. The Contractor shall sample and test the first three loads of structure backfill (Flow-Fill) for each placement and then randomly once every 50 cubic yards. Sampling and testing will be witnessed by the Engineer

126 3 REVISION OF SECTION 206 STRUCTURE BACKFILL (FLOW-FILL) March 23, 2017 When structure backfill (Flow-Fill) is placed in areas that require future excavation, the unit weight of the placed structure backfill (Flow-Fill) shall not exceed the unit weight of the approved mix design by more than 2.0 pcf. Structure backfill (Flow-Fill) shall not be allowed to freeze during placement and until it has set sufficiently according to ASTM D6024. Frozen structure backfill (Flow-Fill) shall be removed and replaced at the Contractor s expense. When the Contractor substitutes Structure Backfill (Flow-Fill) for Structure Backfill (Class 1) or (Class 2), the trench width may be reduced to provide a minimum 6 inch clearance between the outside diameter of the culvert and the trench wall.

127

128 November 10, 2016 REVISION OF SECTIONS 206, 304 AND 613 COMPACTION Sections 206, 304 and 613 of Standard Specifications are hereby revised for this project as follows: In subsection , delete the fourth and fifth paragraphs and replace with the following: Backfill shall consist of approved materials uniformly distributed in layers brought up equally on all sides of the structure. Each layer of backfill shall not exceed 6 inches and shall be compacted to the required density before successive layers are placed. Structure backfill (Class 1) shall be compacted to a density of not less than 95 percent of maximum dry density determined in accordance with AASHTO T 180 as modified by CP 23. Backfill shall be compacted at ± 2 percent of Optimum Moisture Content (OMC). Structure backfill (Class 2) shall be compacted to a density of not less than 95 percent of maximum dry density. The maximum dry density and OMC for A-1, A-2-4. A-2-5 and A-3 materials will be determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will be determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at ± 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. In subsection , delete the first paragraph and replace with the following: Shaping and Compaction. Compaction of each layer shall continue until a density of not less than 95 percent of the maximum density determined in accordance with AASHTO T 180 as modified by CP 23 has been achieved. The moisture content shall be at +/-2 percent of optimum moisture content. The surface of each layer shall be maintained during the compaction operations so that a uniform texture is produced and the aggregates are firmly keyed. Moisture conditioning shall be performed uniformly during compaction. In subsection , delete the 15 th paragraph and replace with the following: Trenching shall be backfilled and compacted as follows: Backfill shall be deposited in uniform layers. The thickness of each layer shall be 6 inches or less thick prior to compaction. The space under the conduit shall be completely filled. The remainder of the trench and excavation shall be backfilled to the finished grade. The backfill material shall be compacted to the density of not less than 95 percent of maximum dry density. The maximum dry density and optimum moisture content (OMC) for A-1, A-2-4. A-2-5 and A-3 materials will determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at ± 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. Each layer shall be mechanically compacted by tamping with power tools approved by the Engineer. Compaction methods or equipment that damage the conduit shall not be used.

129 December 18, REVISION OF SECTIONS 206 AND 601 MATURITY METER AND CONCRETE FORM AND FALSEWORK REMOVAL Sections 206 and 601 of the Standard Specifications are hereby revised for this project as follows: In subsection , delete the ninth paragraph and replace with the following: Backfill material shall not be deposited against newly constructed masonry or concrete structures, until the concrete has developed a compressive strength of 0.8 f 'c, except in cases where the structures support lateral earth pressure. Concrete compressive strength for structures supporting lateral earth pressure shall conform to subsection (o). Concrete compressive strength shall be determined by maturity meters. In subsection , delete (h) and replace with the following: (h) Removal of Forms. The forms for any portion of the structure shall not be removed until the concrete is strong enough to withstand damage when the forms are removed. Unless specified in the plans, forms shall remain in place for members that resist dead load bending until concrete has reached a compressive strength of at least 80 percent of the required 28 day strength, 0.80f c. Forms for columns shall remain in place until concrete has reached a compressive strength of at least 1,000 psi. Forms for sides of beams, walls or other members that do not resist dead load bending shall remain in place until concrete has reached a compressive strength of at least 500 psi. Forms and supports for cast-in-place concrete box culverts (CBCs) shall not be removed until the concrete compressive strength exceeds 0.6 f c for CBCs with spans up to and including 12 feet, and 0.67 f c for CBCs with spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans larger than 20 feet shall not be removed until after all concrete has been placed in all spans and has attained a compressive strength of at least 0.80f c. Concrete compressive strength shall be determined by maturity meters. At the pre-pour conference, the Contractor shall submit the location where maturity meters will be placed. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire.. At a minimum a maturity meter will be placed at the mid-span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple maturity meters, the lowest compressive strength shall determine when the forms can be removed. Acceptance cylinders shall not be used for determining compressive strength to remove forms. When field operations are controlled by maturity meters, the removal of forms, supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have the required compressive strength. Forms for median barrier, railing or curbs, may be removed at the convenience of the Contractor after the concrete has hardened. All forms shall be removed except permanent steel bridge deck forms and forms used to support hollow abutments or hollow piers when no permanent access is available into the cells. When permanent access is provided into box girders, all interior forms and loose material shall be removed, and the inside of box girders shall be cleaned.

130 December 18, REVISION OF SECTIONS 206 AND 601 MATURITY METER AND CONCRETE FORM AND FALSEWORK REMOVAL In subsection , delete (e) and replace with the following: (e) Falsework Removal. Unless specified in the plans or specifications, falsework shall remain in place until concrete has attained a minimum compressive strength of 0.80f c. Falsework supporting any span of a simple span bridge shall not be released until after all concrete, excluding concrete above the bridge deck, has attained a compressive strength of at least 0.80f c. Falsework supporting any span of a continuous or rigid frame bridge shall not be released until after all concrete, excluding concrete above the bridge deck, has been placed in all spans and has attained the compressive strength of at least 0.80f c. Falsework for arch bridges shall be removed uniformly and gradually, beginning at the crown, to permit the arch to take its load slowly and evenly. Falsework supporting overhangs and deck slabs between girders shall not be released until the deck concrete has attained a compressive strength of at least 0.80f c. Falsework for pier caps which will support steel or precast concrete girders shall not be released until the concrete has attained a compressive strength of at least 0.80f c. Girders shall not be erected onto such pier caps until the concrete in the cap has attained the compressive strength of at least 0.80f c. Falsework for cast-in-place prestressed portions of structures shall not be released until after the prestressing steel has been tensioned. Concrete compressive strength shall be determined by maturity meters. At the pre-pour conference, the Contractor shall submit the location that maturity meters will be placed. The Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meters and wires. At a minimum a maturity meter will be placed at the mid-span of beams and at support locations. Placement shall be as directed by the Engineer. For structures with multiple maturity meters, the lowest compressive strength shall determine when the falsework can be removed. Acceptance cylinders shall not be used for determining compressive strength to remove falsework. Subsection (I) shall include the following after the first paragraph: Concrete compressive strength shall be determined by maturity meters. Subsection shall include the following: (o) Backfilling Structures that Support Lateral Earth Pressure. Concrete compressive strengths shall reach f'c before backfilling operations can begin with heavy equipment, such as skid-steers or self-powered riding compactors. Concrete compressive strengths shall reach 0.8 f'c before backfilling operations can begin with hand operated equipment. Concrete compressive strength shall be determined by maturity meters.

131 December 18, REVISION OF SECTIONS 206 AND 601 MATURITY METER AND CONCRETE FORM AND FALSEWORK REMOVAL Delete subsections (2) and (3) and replace with the following: (2) The minimum curing period shall be from the time the concrete has been placed until the concrete has met a compressive strength of 80 percent of the required field compressive strength. The Contractor shall develop a maturity relationship for the concrete mix design in accordance with CP 69. The Contractor shall provide the maturity meter and all necessary thermocouples, thermometers, wires and connectors. The Contractor shall place, protect and maintain the maturity meters and associated equipment. Locations where the maturity meters are placed shall be protected in the same manner as the rest of the structure. Subsection shall include the following: (f) Maturity Meter Strength. When maturity meters are specified for determining strength for removing forms, removing false work, backfilling against structures or loading the structure, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69 prior to placement of concrete. If a maturity meter fails, is tampered with, is destroyed or was not placed, the following shall apply: The minimum curing time or waiting time for removing forms, removing false work, backfilling against structures or loading the structure shall be 28 days. The Contractor may choose at his own expense to core the structure represented by the maturity meter. Cores will be obtained and tested according to CP 65. Cores will be a minimum of 4 inches in diameter. A minimum of three cores in a two square foot area will be obtained. If the compressive strength of any one core differs from the average by more than 10 percent that compressive strength will be deleted and the average strength will be determined using the compressive strength of the remaining two cores. If the compressive strength of more than one core differs from the average by more than 10 percent the average strength will be determined using all three compressive strengths of the cores. The average compressive strength of the cores shall be achieve the specified compressive strength of the structure. A structure may only be cored once.

132 1 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 Section 208 is hereby deleted from the Standard Specifications for this project and replaced with the following: DESCRIPTION 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 , 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. MATERIALS Erosion control materials are subject to acceptance in accordance with subsection Erosion control materials shall be subject to the following approval process: Material Approval Notes: Process 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 APL Structures (above ground) Pre-fabricated Vehicle Tracking APL Pad Aggregate Bag COC Storm Drain Inlet Protection APL (Type I, II and III) 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) Also available at

133 2 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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: Property Physical Requirements for Silt Fence Geotextiles Wire Fence Supported Requirements Self-Supported Requirements Geotextile Elongation <50% Test Method Grab Strength, lbs 90 minimum 124 minimum ASTM D 4632 Permittivity sec ASTM D 4491 Ultraviolet Stability Minimum 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 (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 inches Height 6-10 inches Weight lbs./sq. ft. Percent Open Area 30 50% (f) Securing spikes shall be10 to12 inch x inch diameter (minimum). 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 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

134 3 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 percent weed free compost and 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 for the remaining compost physical properties. The compost/wood chip blend may be pneumatically shot into a geotextile cylindrical bag or be premanufactured. 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. Table208-1 Diameter Type 1 (Inches) Diameter Type 2 (Inches) NOMINAL DIMENSIONS OF EROSION LOGS Min. Length (feet) Max. Weight (minimum) (pounds/foot) Stake Dimensions (Inches) by 1.5 (nominal) by by 1.5(nominal) by by 2 (nominal) by 30 Stakes to secure erosion logs shall consist of pinewood or hardwood. (i) (j) 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 Center height Base Section length Section width including fabric extensions Staples shall be 6 gauge and at least 8 inches long. Length 8 to 10 inches 16 to 21 inches 3 to 7 feet 5.6 feet 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.

135 4 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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) mm (2 inch) 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 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 Length of pad 14 feet 30 feet Weight (min.) (lbs./sq. ft.) Crush strength (min.) (psi) (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) 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 , Table for Class C. The aggregate bag shall consist of a woven geotextile fabric with the following properties: Property Requirement Test Method Grab Tensile Strength 90 lbs. min. ASTM D 4632 Trapezoid Tear Strength 25 lbs. min. ASTM D 4533 Mullen 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:

136 5 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 Storm Drain Inlet Protection Properties Protection Types 1 Type I Type II 3 Type III Diameter 4 in. 4 in. N/A Minimum Section Length 7 ft. 5 ft. 5 ft. 30 in. or sized to Apron Insert --- grate 1 Type I protection shall be used with Inlet Type R. 2 Type II protection shall be used with Combination Inlet. Option A or B 3 Type III protection Inlet Vane Grate only. Option A or B 30 in or sized to grate 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 % 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 for Class C. Storm drain inlet protection (Type III) shall have insert containment (option A) or insert without storage capacity (option B). CONSTRUCTION REQUIREMENTS 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

137 6 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 (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 and (a) Project Review. The Contractor may submit modifications to the Contract s BMPs in a written proposal to the Engineer. 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 (b) Erosion and Sediment Control Activities. The erosion and sediment control activities shall be included in the weekly meeting update. The project schedule shall specifically indicate the sequence of clearing and grubbing, earthwork operations, and construction of temporary and permanent erosion control features and stabilization. Project schedule shall include erosion and sediment control work for haul roads, borrow pits, storage and asphalt or concrete batch sites, and all areas within the project limits. If during construction the Contractor proposes changes which would affect the Contract's 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 be implemented until the proposed measures have been approved in writing by the Engineer. (c) Erosion Control Management (ECM). Erosion Control Management for this project shall consist of Erosion Control Inspection and the SWMP Administration. All ECM staff shall have working knowledge and experience in construction, and shall have successfully completed the Transportation Erosion Control Supervisory Certificate Training (TECS) as provided by 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 less than 40 acres of disturbed area.

138 7 REVISION OF SECTION 208 EROSION CONTROL April 20, 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 (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 (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

139 8 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 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 (e). An ECI shall not be responsible for more than 40 acres in the project. Accepted permanent stabilization methods as defined in subsection (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

140 9 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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) (ii) (iii) (iv) Noncompliance which may endanger health or the environment. Spills or discharge of hazardous substance or oil which may cause pollution of waters of the State. Discharge of stormwater which may cause an exceedance of a water quality standard. 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:

141 10 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 and M (5) BMP Details not in Standard Plan M 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 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.

142 11 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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 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 (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)

143 12 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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.

144 13 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 and 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 (b) 13. Material containment and removal will not be paid for separately, but shall be included in the work Construction of BMPs. BMPs shall be constructed in accordance with Standard Plans M-208-1, M 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.

145 14 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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) (j) 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. 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. (l) 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 (f). 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.

146 15 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 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 (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.

147 16 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (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 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 (b) 6 or (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).

148 17 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 (b) (c) 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 byproducts resulting from POL leaks shall be performed at the Contractor's expense. 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 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 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 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 COS 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

149 18 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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 (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 (b). (2) Failure of the Contractor to perform the inspections required by subsection (c) 2. (3) Failure of the Contractor to implement necessary actions required by the Engineer as required by subsection (c). (4) Failure to amend the SWMP and implement BMPs as required by subsection (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 (c). (7) Failure to limit temporary stabilization to 20 or fewer acres as required by subsection (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 (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 (e). (12) Failure of the Superintendent or designated representative to attend inspections as required by subsection (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 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

150 19 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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 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 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 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 and 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 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.

151 20 REVISION OF SECTION 208 EROSION CONTROL April 20, 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 (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 MEASUREMENT 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.

152 21 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 BASIS OF PAYMENT 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 Aggregate Bag Concrete Washout Structure Erosion Bales (Weed Free) Erosion Control Management Erosion Log (Type 1) ( Inch) Erosion Log (Type 2) ( Inch) Pre-Fabricated Concrete Washout Structure Pre-Fabricated Vehicle Tracking Pad Maintenance Aggregate (Vehicle Tracking Pad) Removal and Disposal of Sediment (Equipment) Removal and Disposal of Sediment (Labor) Removal of Trash Rock Check Dam Sediment Basin Sediment Trap Silt Berm Silt Dike Silt Fence Silt Fence (Reinforced) Storm Drain Inlet Protection (Type ) Storm Drain Inlet Protection (Type ) Sweeping (Sediment Removal) Temporary Berm Temporary Diversion Temporary Slope Drains Vehicle Tracking Pad Pay Unit Linear Foot Each Each Day Linear Foot Linear Foot Each Each Cubic Yard Hour Hour Hour Each Each Each Linear Foot Linear Foot Linear Foot Linear Foot Linear Foot Each Hour Linear Foot Linear Foot Linear Foot 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.

153 22 REVISION OF SECTION 208 EROSION CONTROL April 20, 2017 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.

154 1 REVISION OF SECTIONS 401 AND 412 SAFETY EDGE May 2, 2013 Sections 401 and 412 of the Standard Specifications are hereby revised for this project as follows: Subsection shall include the following: The paver shall include an approved longitudinal paver wedge system to create a sloped safety edge as shown on the plans. The wedge system shall be attached to the screed and shall compact the HMA to a density at least as dense as the compaction imparted to the rest of the HMA layer by the paving screed. The system shall provide a sloped Safety Edge equal to 32 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. The use of a single plate strike off is not permitted. The system shall be adjustable to accommodate varying paving thicknesses. The Engineer may allow the Contractor to use handwork for short sections or to saw cut the sloped Safety Edge after paving operations are completed in areas such as transitions at driveways, intersections, interchanges. The Contractor shall submit the proposed system for approval at the Preconstruction Conference. The Engineer may require proof that the system has been used on previous projects with acceptable results or may require a test section constructed prior to the beginning of work to demonstrate that it creates an acceptable wedge shape and compaction. Paving shall not begin until the system is approved in writing by the Engineer. The Safety Edge may be constructed on each lift of HMA or on the full specified plan depth on the final lift. The finished shape of the Safety Edge shall extend for the full depth of the asphalt pavement or for the top 5 inches whichever is less. Subsection shall include the following: All costs associated with the construction of the Safety Edge will not be paid for separately, but shall be included in the work. Subsection shall include the following: The Contractor shall use an approved longitudinal paver wedge system to create a sloped Safety Edge. The Contractor shall modify the paver screed to create a Safety Edge that meets the final cross-section shown on the plans. The system shall provide a sloped Safety Edge equal to 32 degrees plus or minus 5 degrees measured from the pavement surface cross slope extended. There may be areas where it is not possible to place the Safety Edge in conjunction with mainline paving but where the Safety Edge is required, such as transitions at driveways, intersections, interchanges, etc. In these areas the Engineer may allow the Contractor to use handwork for short sections or to saw cut the sloped Safety Edge after paving operations are completed. The Contractor shall submit the proposed system for approval at the Preconstruction Conference. The Engineer may require proof that the system has been used on previous projects with acceptable results or may require a test section constructed prior to the beginning of work to demonstrate that it creates an acceptable wedge shape. Paving shall not begin until the system is approved in writing by the Engineer. The finished shape of the Safety Edge shall extend for the full depth of the concrete pavement or for the top 5 inches whichever is less.

155 2 REVISION OF SECTIONS 401 AND 412 SAFETY EDGE May 2, 2013 Subsection shall include the following: Concrete Safety Edge will be measured by the actual number of linear feet that are installed and accepted. Subsection shall include the following: Pay Item Concrete Safety Edge Pay Unit Linear Foot Payment for concrete safety edge will be full compensation for all work and materials required to complete the item.

156

157 1 REVISION OF SECTION 502 EXTENSIONS AND SPLICES April 20, 2017 Section 502 of the Standard Specifications is hereby revised as follows: Delete subsection and replace with the following: Extensions and Splices. There will not be a limit placed on the number of splices allowed for steel piles; however, payment will be limited to two splices per pile. Commercial splices may be used if approved by the Engineer. Full length piles shall be used unless otherwise approved. All welded splices shall be made by using a prequalified joint design in accordance with AWS D1.1. The CJP design shall include beam copes (weld access holes) through the web of the pile at the junctures with the flanges. Copes shall be made in accordance with AWS D1.1, Section If backing is used it shall be in accordance with AWS D1.1, removal of the backing after welding is not required. Personnel performing quality assurance (QA) and process control (PC) welding inspection shall be qualified as a certified welding inspector (CWI) in accordance with AWS D1.1, Chapter 6. All welded pile splices shall be made in accordance with a written Welding Procedure Specification (WPS), as submitted by the Contractor. The WPS shall be reviewed, and approved by the Contractor s CWI, prior to welding any piling splices on the project. The WPS shall list all essential variables of the process in accordance with AWS D1.1. The WPS shall be available for review during welding operations. All welded splices shall be made with low hydrogen electrodes. The Contractor shall adhere to the low hydrogen practice for electrodes in accordance with AWS D1.1. All cuts at splices shall be made normal to the longitudinal axis of the pile. The cut-off portion may be driven to start the next pile or it may be welded to previously driven piles to provide the necessary extension length. All welders shall be currently qualified in accordance with AWS D1.1. Welder qualifications shall be approved by the Contractor s CWI prior to the start of welding. The Contractor shall provide an AWS Certified Welding Inspector (CWI) on the project site for PC. The CWI shall inspect all production stages of the welded splice, including assembly of the splice joint, during welding, and after welding to ensure that workmanship and materials meet the requirements of the contract documents. Prior to CDOT acceptance, the CWI shall submit documentation that all material and workmanship is in accordance with the Contract. The CWI shall keep a record of all findings, which shall be available to the Engineer at any time. The first two CJP welded splices shall be ultrasonically tested (UT) for acceptance in accordance with Table 6.3 of AWS D1.1. If both of the UT tested CJP splices are determined to be acceptable, no further UT testing of CJP splices will be required. If either of the first two UT tested CJP splices are not acceptable, UT testing of CJP splices shall continue until two consecutive tests are acceptable. Personnel performing UT testing of CJP splices shall be qualified in accordance with the current edition of the American Society for Nondestructive Testing Practice No. SNT-TC-1A. Individuals who perform nondestructive testing shall be qualified for NDT Level II. In subsection , delete the fifth paragraph and replace with the following: Partial Joint Penetration (PJP) welded splices for piles, when specified in the plans, will be measured as the additional length of pile, each splice considered as 3 linear feet. CJP welded splices, when specified in the plans, will be the actual number completed and accepted.

158 2 REVISION OF SECTION 502 EXTENSIONS AND SPLICES April 20, 2017 Subsection shall include the following: Pay Item Complete Joint Penetration (CJP) Splice Pay Unit Each All costs for providing Certified Welding Inspector (CWI) services for Partial Joint Penetration (PJP) welded splices will not be measured and paid for separately, but shall be included in the additional measured length of pile in accordance with subsection Payment for completing the CJP splices shall include the CJP splice, Ultrasonic Testing, Certified Welding Inspector (CWI) services and all required documentation.

159 January 12, REVISION OF SECTION 503 DRILLED SHAFTS Section 503 of the Standard Specifications is hereby deleted for this project and replaced with the following: DESCRIPTION This item of work consists of furnishing all materials, labor, tools, equipment, services and incidentals necessary to construct the drilled shafts (also referred to as drilled caissons, drilled piers, cast-in-place-drilledholes, or cast-in-situ piles) in accordance with the Contract Documents and this Specification. SUBMITTALS AND MEETINGS Submittals. At least 30 days prior to the start of drilled shaft construction, the Contractor shall submit to the Engineer an electronic file of a project reference list verifying the successful completion by the Contractor of at least three separate foundation projects within the last five years with drilled shafts of similar size (diameter and depth) and construction difficulty to those shown in the Plans in similar subsurface geotechnical conditions. A brief description of each project and the project owner's contact name and current phone number shall be included for each project listed. Work shall not begin until all the required submittals have been received by the Engineer. (a) Experience and Personnel. The personnel assigned to the project shall have the following minimum experience: 1. On-site supervisors shall have a minimum of two years of experience in supervising construction of drilled shaft foundations of similar size (diameter and depth) and installation method to those shown in the Plans and similar geotechnical conditions to those described in the geotechnical report. The work experience shall be direct supervisory responsibility for the on-site drilled shaft construction operations. Project management level positions indirectly supervising on-site drilled shaft construction operations are not acceptable for this experience requirement. 2. Drill rig operators shall have a minimum one year experience in construction of drilled shaft foundations. The Engineer may request a list identifying on-site supervisors and drill rig operators assigned to the project for review. The list shall contain a detailed summary of each individual's experience in drilled shaft excavation operations. The Contractor shall inform the Engineer in writing of changes to field personnel. (b) Drilled Shaft Installation Plan. At least 30 days prior to the start of drilled shaft construction the Contractor shall submit an electronic file of a Drilled Shaft Installation Plan narrative.. In preparing the narrative, the Contractor shall reference the available subsurface geotechnical data provided in the Contract and any geotechnical reports prepared for this project. This narrative shall provide at a minimum the following information: (1) Description of overall construction operation sequence and the sequence of drilled shaft construction when in groups or lines. (2) A list, description and capacities of proposed equipment including but not limited to cranes, drills, augers, bailing buckets, final cleaning equipment and drilling unit. As appropriate, the narrative shall describe why the equipment was selected and suitability to the anticipated site and subsurface conditions. (3) Details of drilled shaft excavation methods, including proposed drilling methods, methods for cleanout of the bottom of the excavation hole and a disposal plan for excavated material including drilling slurry (if applicable). This shall include means and methods to address subsurface geotechnical conditions including boulder and obstruction removal techniques if such are indicated in the Contract subsurface geotechnical information or Contract Documents.

160 January 12, REVISION OF SECTION 503 DRILLED SHAFTS Details of the methods to be used to ensure drilled shaft hole stability (i.e., prevention of caving, bottom heave, etc. using temporary casing, slurry, or other means) during excavation and concrete placement. (4) Detailed procedures for mixing, using, maintaining, storing, and disposing of the slurry shall be provided if applicable. A detailed mix design (including all additives and their specific purpose in the slurry mix) and a discussion of its suitability to the anticipated subsurface geotechnical and site conditions shall also be provided for the proposed slurry. (5) The submittal shall include a detailed plan for process control of the selected slurry including property tests, test methods, and minimum and/or maximum property requirements which must be met to ensure that the slurry functions as intended for the anticipated subsurface conditions and shaft construction methods in accordance with the slurry manufacturer's recommendations and these Specifications. (6) When casings are proposed or required, casing dimensions and detailed procedures for casing installation, removal, advancing the casing, and excavating the drilled shaft hole in accordance with subsection (b) of this Specification shall be provided. When removing casing, detail the method to extract the casing to maintain shaft reinforcement in proper alignment and keep concrete workable during casing extraction. (7) Details of concrete placement including proposed equipment and procedures for delivering concrete to the drilled shaft, placement of the concrete into the shaft, placement and raising of the tremie or pump line during placement, size of tremie and pump lines, operational procedures for pumping, and a sample uniform yield form to be used by the Contractor for plotting the volume of concrete placed versus the depth of shaft for all shaft concrete placement. Describe the method to be used to form a horizontal construction joint during concrete placement. Include details of procedures to prevent loss of slurry or concrete into waterways, and other areas to be protected. (8) Describe the method and materials that will be used to fill or eliminate all voids below the top of shaft between the plan shaft diameter and excavated shaft diameter, or between the shaft casing and surrounding soil if permanent casing is specified. (9) Details of any required load tests or shaft integrity tests including equipment, instrumentation, procedures, calibration data for test equipment, calculations and drawings. (10)Details and procedures for protecting existing structures, utilities, roadways and other facilities during drilled shaft installation. (c) Slurry Technical Assistance. If slurry is to be used to construct the drilled shafts, the Contractor shall provide or arrange for technical assistance from the slurry manufacturer as specified in subsection (b).5.(1) of this Specification. The Contractor shall submit three copies of the following to the Engineer at least 14 days prior to the start of drilled shaft construction: (1) The name and current phone number of the slurry manufacturer's technical representative assigned to the project. (2) The names of the Contractor s personnel assigned to the project and trained by the slurry manufacturer s technical representative in the proper use of the slurry. The submittal shall include a signed training certification letter from the slurry manufacturer for each individual including the date of the training. (d) Logs of Shaft Construction. The Contractor s Quality Control staff shall prepare inspection logs using CDOT Form 1333 Inspector s Report of Caisson Installation documenting each shaft construction activity. In addition, the Contractor shall prepare and submit the logs documenting any subsurface investigation borings or rock core holes performed by the Contractor at drilled shaft foundation locations.

161 January 12, REVISION OF SECTION 503 DRILLED SHAFTS In addition to the information required on the Form 1333, the Contractor shall provide the following information: type and dimensions of tools and equipment used, and any changes to the tools and equipment; type of drilling fluid if used, the results of slurry tests, any problems encountered, and method used for bottom cleaning. In addition to the information required on the Form 1333, concrete placement records shall include at least the following information: tremie tip elevation during concrete placement, and concrete yield curve (volume versus concrete elevation, actual and theoretical. A complete set of shaft inspection logs for an individual drilled shaft shall be submitted to the Engineer within 48 hours of the completion of concrete placement at the shaft Meetings. The Engineer will evaluate the Drilled Shaft Installation Plan for conformance with the Contract within ten working days after receipt of the submission. At the option of the Department, a Shaft Installation Plan Submittal Meeting may be scheduled following review of the Contractor s initial submittal of the Plan. Those attending the Shaft Installation Plan Submittal Meeting, if held, should include the following: (1) The superintendent, on-site supervisors, and other Contractor personnel involved in the preparation and execution of the Drilled Shaft Installation Plan. (2) The Project Engineer and Owner s personnel involved with the structural, geotechnical, and construction review of the Drilled Shaft Installation Plan together with Owner s personnel who will provide inspection and oversight during the drilled shaft construction phase of project. The Contractor shall submit to the Engineer updates or modifications to the Drilled Shaft Installation Plan whenever such updates or modifications are proposed. The Engineer will evaluate the new information for conformance with the Contract Plans and Specifications and respond within ten working days after receipt of the submission. A shaft preconstruction meeting shall be held at least five working days prior to the Contractor beginning any shaft construction work at the site to discuss investigative boring information, construction procedures, personnel, and equipment to be used, and other elements of the accepted Shaft Installation Plan as specified in Subsection (b) of this Specification. If slurry is used to construct the shafts, the frequency of scheduled site visits to the project site by the slurry manufacturer s representative will be discussed. Those attending shall include: (1) The superintendent, on site supervisors, and other key personnel identified by the Contractor as being in charge of excavating the shaft, placing the casing and slurry as applicable, placing the steel reinforcing bars, and placing the concrete. If slurry is used to construct the shafts, the slurry manufacturer's representative and a Contractor s employee trained in the use of the slurry, as identified to the Engineer in accordance with Subsection (c).4.(1) of this Specification, shall also attend. (2) The Engineer, key inspection personnel, and appropriate representatives of the Department. If the Contractor s key personnel change, or if the Contractor proposes a significant revision of the approved Drilled Shaft Installation Plan, an additional conference may be held at the request of the Engineer before any additional shaft construction operations are performed Control and Disposal of Materials. Collect and properly dispose offsite all slurry and water displaced during final cleaning and concrete placement. Open pits for collection of materials may be allowed during construction activities for later disposal. Control all excavated material, slurry, water, and other matter so that at no time it enters or encroaches upon the adjacent travel lanes, railroad, water ways, and.environmentally sensitive or restricted areas as shown on the plans. All environmental regulations for handling, discharge, and disposal of all construction materials shall be followed.

162 January 12, REVISION OF SECTION 503 DRILLED SHAFTS MATERIALS Concrete. Concrete used in the construction of drilled shafts shall be Class BZ and shall conform to the requirements of Section 601. If the concrete does not meet the requirements of Section 601, reductions shall be applied to the Subsection drilled caisson pay item. The concrete slump shall be between 6 in. and 9 in. and the coarse aggregate size shall not exceed in. A minimum of 6 in. slump shall be maintained during the period equal to the anticipated pour period plus 2.0 hours. The use of retarders and mid-range water reducers is allowed to extend the slump life of the concrete Reinforcing Steel. Reinforcing steel used in the construction of drilled shafts shall conform to Section 602. When necessary, vertical bars shall be bundled in order to maximize clear space between vertical reinforcement. Rolled hoops or bundled spirals shall be used in order to maximize the clear space between horizontal reinforcement. Reinforcing steel cages for drilled shafts with varying shaft and socket diameters shall be designed with a single, uniform diameter. At all times, the reinforcing bars and fabricated steel reinforcing cage shall be supported off the ground surface and shall be protected from contamination with mud, oils and solvents, and other deleterious materials. The steel should be free of excessive rust (flaking, peeling, and thick coating) at the time of cage placement into the hole. Any contamination or excessive rust shall be cleaned and removed by the Contractor to the Engineer s acceptance prior to placement Casings. All permanent structural casing shall be of steel conforming to ASTM A36/A36M or ASTM A252 Gr 2 unless specified otherwise in the Plans. All splicing of permanent structural casing shall be in accordance with Section , Welded Connections, of the AASHTO LRFD Bridge Design Specifications, which includes AASHTO/AWS D 1.5M/ D 1.5 Bridge Welding Code. All casing shall be watertight and clean prior to placement in the excavation. Where the minimum thickness of the casing is specified in the Plans, it is specified to satisfy structural design requirements only. The Contractor shall increase the casing thickness from the minimum specified thickness, as necessary and accepted by the Engineer, to satisfy the construction installation requirements. All permanent casing shall be of ample strength to resist damage and deformation from transportation and handling, installation stresses, and all pressures and forces acting on the casing. For permanent nonstructural casing, corrugated casing may be used. The diameter of permanent casing shall be as shown on the Plans unless a larger diameter casing is approved by the Engineer. When a larger size permanent casing is approved by the Engineer, no additional payment will be made for the increased weight of casing steel or the increased quantity of drilled shaft excavation and concrete. All temporary casing shall be a smooth wall structure steel except where corrugated metal pipe is shown in the Plans as an acceptable alternative material. All temporary casing shall be of ample strength to resist damage and deformation from transportation and handling, installation and extraction stresses, and all pressures and forces acting on the casing. The casing shall be capable of being installed and removed without deforming and causing damage to the completed shaft and without disturbing the surrounding soil. Temporary casing shall be completely removed, unless otherwise shown on the Plans or approved by the Engineer. The outside diameter of temporary casing shall not be less than the specified diameter of the shaft Mineral Slurry. Mineral Slurry shall be used in conformance with the quality control plan specified in Subsection (b).(5) Mineral slurry shall conform to the following requirements:

163 January 12, REVISION OF SECTION 503 DRILLED SHAFTS Property Test Requirement Density (pcf) Mud Weight (Density) API 13B-1, 64.3 to 72 Section 1 Viscosity Marsh Funnel and Cup API 13b-1, 28 to 50 (seconds/quart) Section 2.2 ph Glass Electrode, ph Meter, or ph 8 to 11 Paper Sand Content (percent) API 13B-1, Section max immediately prior to placing concrete Polymer Slurry. Polymer slurries, either natural or synthetic, shall be used in conformance with the manufacturer's recommendations, and shall conform to the quality control plan specified in Subsection (b).(5) of this Specification. The polymer slurry shall conform to the following requirements: Property Test Requirement Density (pcf) Mud Weight (Density) API 13B-1, 64.3 max. Section 1 Viscosity Marsh Funnel and Cup API 13b-1, 32 to 135 (seconds/quart) Section 2.2 ph Glass Electrode, ph Meter, or ph 8 to 1.5 Paper Sand Content (percent) API 13B-1, Section max immediately prior to placing concrete The sand content of polymer slurry prior to final cleaning and immediately prior to placing concrete shall be less than or equal to 1.0 percent, in accordance with American Petroleum Institute API 13B-1, Section 5. Slurry temperature shall be at least 40 F when tested Water Slurry. Water may be used as slurry when casing is used for the entire length of the drilled hole, or to stabilize the bedrock below the temporary casing provided that the method of drilled shaft installation maintains stability at the bottom of the shaft excavation. Water slurry shall conform to the following requirements: Property Test Requirement Density (pcf) Mud Weight (Density) API 13B-1, 64 max. Section 1 Sand Content (percent) API 13B-1, Section max Access Tubes for CSL Testing. Access tubes for CSL testing shall be steel pipe of inches minimum wall thickness and at least 1-1/2 inch inside diameter. The access tubes shall have a round, regular inside diameter free of defects and obstructions, including all pipe joints, in order to permit the free, unobstructed passage of 1.3 inch maximum diameter source and receiver probes used for the CSL tests. The access tubes shall be non-galvanized, watertight, free from corrosion, and with clean internal and external faces to ensure good bond between the concrete and the access tubes. The access tubes shall be fitted with watertight threaded caps on the bottom and the top. Grout for filling the access tubes at the completion of the CSL tests shall be a neat cement grout with a minimum water/cement ratio of CONSTRUCTION REQUIREMENTS Drilled Shaft Excavation.. The excavation and drilling equipment shall have adequate capacity, including power, torque and down pressure to excavate a hole of both the maximum diameter and to a depth of 20 feet or 20 percent beyond the maximum shaft length shown on the Plans, whichever is greater. Blasting will only be permitted if specifically stated on the Plans or authorized in writing by the Engineer. Once the excavation

164 January 12, REVISION OF SECTION 503 DRILLED SHAFTS operation has been started, the excavation shall be conducted in a continuous operation until the excavation of the shaft is completed except for pauses and stops. Pauses or interruptions during this excavation operation will not be allowed except for casing installation, casing splicing and removal of materials or obstructions. Drilled shaft excavation operation interruptions not conforming to this definition shall be considered stops. The Contractor shall provide temporary casing at the site in sufficient quantities to meet the needs of the construction method. If the drilled shaft excavation is not complete at the end of the shift or series of continuous shifts, the drilled shaft excavation operation may be stopped provided the Contractor protects the shaft as indicated in subsection (b) of this Specification before the end of the work day. If slurry is present in the shaft excavation, the Contractor shall conform to the requirements of subsection (b).5.(2) of this Specification regarding the maintenance of the minimum level of drilling slurry throughout the stoppage of the shaft excavation operation, and shall recondition the slurry to the required slurry properties in accordance with Sections , and of this Specification prior to recommencing shaft excavation operations. Sidewall over reaming shall be performed when the time for shaft excavation exceeds 24 hours (measured from the beginning of excavation below the casing when casing is used). Sidewall over reaming shall also be performed when the sidewall of the hole is determined by the Engineer to have softened due to the excavation methods, swelled due to delays in the start of concrete placement, or degraded because of slurry cake buildup. Over reaming thickness shall be a minimum of 1/2-inch.or as directed by the Engineer. Over reaming may be accomplished with a grooving tool, over reaming bucket, or other equipment approved by the Engineer. If over reaming is required as a result of the excavation time exceeding the time limit specified herein, the Contractor shall bear the costs associated with both sidewall over reaming and additional drilled shaft concrete related to over reaming. Excavation to the foundation cap elevation shall be completed before drilled shaft construction begins unless otherwise noted in the Contract Documents or approved by the Engineer. Any disturbance to the foundation cap area caused by shaft installation shall be repaired by the Contractor prior to placing the cap concrete. When drilled shafts are to be installed in conjunction with embankment construction, the Contractor shall construct drilled shafts after placement of the embankment fill unless otherwise shown on the Contract Documents or approved by the Engineer. Drilled shafts installed prior to the completion of the embankment fill shall not be capped until the fill has been placed to the bottom of cap level. (a) Drilled Shaft Excavation. The dry construction method consists of drilling the shaft excavation, removing accumulated water and loose material from the excavation, placing the reinforcing cage, and concreting the shaft in relatively dry excavation. The dry construction method may only be used if the shaft excavation demonstrates that the following conditions are met: less than 12 inches of water accumulates above the base of excavation over a period of one hour when no pumping is performed, the sides and bottom of the hole remain stable without detrimental caving, sloughing or swelling between the completion of excavation and concrete placement, all loose material and water can be satisfactorily removed prior to inspection and concrete placement (no more than 2 inches of water will be permitted in the bottom of the shaft excavation at the time of concrete placement), and the Engineer can visually inspect the sides and bottom of the shaft prior to placing the concrete. The drilled shaft excavations shall not be left open overnight unless cased full depth or otherwise protected against sidewall instability. An open excavation is defined as a drilled shaft that has not been filled with concrete, or temporarily backfilled with a material approved by the Engineer in accordance with Subsection (b) of this Specification or protected in accordance with Subsection (b). The use of slurry to protect a drilled shaft during a drilling stoppage or overnight shutdown may be approved by the Engineer. The excavation shall be protected with a suitable cover which will prevent persons or materials from falling into the hole. Casing of drilled shafts in stable rock formations during stoppages is not required if accepted by the Engineer unless shown on the Plans or specified herein.

165 January 12, REVISION OF SECTION 503 DRILLED SHAFTS (b) Drilled Shaft Excavation Protection Methods. The Contractor bears full responsibility for selection and execution of the methods of stabilizing and maintaining the drilled shaft excavation. The walls and bottom of the drilled shaft excavation shall be protected so that sidewall caving and bottom heaves are prevented from occurring. For shafts where the soils above the bedrock do not contribute to the bearing calculations as shown on the plans, the soils surrounding the temporary casing may be disturbed during the installation of temporary casing using uncontrolled in-situ slurries. Acceptable protection methods include the use of casing, drilling slurry, or both. 1. Temporary Casing Construction Method The Contractor shall conduct casing installation and removal operations and drilled shaft excavation operations such that the adjacent soil outside the casing and drilled shaft excavation for the full height of the drilled shaft is minimally disturbed. For shafts where the soils above the bedrock do not contribute to the bearing calculations as shown on the plans, the soils surrounding the temporary casing may be disturbed during the installation of temporary casing using uncontrolled in-situ slurries. If the Contractor is utilizing casing that is sealed into the underlying bedrock, water may infiltrate the shaft below the casing. Excavation of the bedrock may continue without the use of casing or slurry if the shaft remains stable. The Contractor shall remove all temporary casings from the excavation as concrete placement is completed, unless approval has been received from the Engineer to leave specified temporary casings in place. As the temporary casing is withdrawn, sufficient head of fluid concrete must be maintained to ensure that water or slurry outside the temporary casing will not breach the column of freshly placed concrete. Casing extraction shall be at a slow, uniform rate with the pull in line with the shaft axis. Excessive rotation of the casing shall be avoided to limit deformation of the reinforcing steel cage. 2. Permanent Casing Construction Method After the casing has been filled with concrete, all void space occurring between the casing and drilled shaft excavation shall be filled with a material which approximates the geotechnical properties of the insitu soils, in accordance with the Drilled Shaft Installation Plan specified in subsection (b) of this Specification. Tops of permanent casings for the drilled shafts shall be removed to the top of the drilled shaft or finished ground line, whichever is lower, unless the top of permanent casing is shown in the Plans at a different elevation. For those drilled shafts constructed within a permanent body of water, tops of permanent casings for drilled shafts shall be removed to the low water elevation unless otherwise shown on the Plans or directed otherwise by the Engineer. Casing used for forming shafts installed through a body of water shall not be removed. 3. Alternative Casing Methods When approved by the Engineer, installation of casing using rotating or oscillating methods will be permitted. Use of this alternative casing method shall be in accordance with the equipment and procedures shown in the approved Drilled Shaft Installation Plan, and shall comply with all other requirements specified herein. Drilled shaft casing shall be equipped with cutting teeth or a cutting shoe and installed by either rotating or oscillating the casing. 4. Uncontrolled In-Situ Slurry The uncontrolled in-situ slurry consists of in-situ soils from the drilled shaft mixed with water. For shafts where the soils above the bedrock do not contribute to the bearing calculations as shown on the plans, the contractor can use uncontrolled in-situ slurry to install temporary casing. For shafts where the soils

166 January 12, REVISION OF SECTION 503 DRILLED SHAFTS above the bedrock do contribute to the bearing calculations, the use of uncontrolled in-situ slurry to install temporary casing shall not be allowed. Slurry in accordance with subsections , and or temporary casing in accordance with subsection will be required if the drilled shaft does not remain stable using uncontrolled in-situ slurry. 5. Slurry The Contractor may use slurry in accordance with Subsections , and of this Specification to maintain a stable excavation during drilled shaft excavation and concrete placement operations once water begins to enter the drilled shaft excavation and remain present. The Contractor may use slurry to maintain stability during drilled shaft excavation and concrete placement operations in the event that water begins to enter the drilled shaft excavation at a rate of greater than twelve inches per hour, or if the Contactor is not able to restrict the amount of water in the drilled shaft to less than three inches prior to concrete placement, or to equilibrate water pressure on the sides and base of the drilled shaft excavation when groundwater is encountered or anticipated based on the available subsurface data. A. Slurry Technical Assistance If slurry is used, the manufacturer's representative, as identified to the Engineer in accordance with Subsection (c) of this Specification, shall provide technical assistance for the use of the slurry. The manufacturer s representative or the Contractor s employee trained in the use of the slurry, as identified to the Engineer in accordance with Subsection (c) of this Specification, shall be present at the site throughout the shaft slurry operations for this project to perform the duties specified above. B. Minimum Level of Slurry in the Excavation When slurry is used to maintain a stable excavation, the slurry level in the excavation shall be maintained to obtain hydrostatic equilibrium throughout the construction operation at a height required to provide and maintain a stable hole, but not less than 5 feet above the water table. Slurry levels shall be as follows: (1) not less than five feet above the water table for mineral slurries, (2) not less than ten feet above the water table for water slurry and uncontrolled in-situ slurries, (3) not less than ten feet above the water table for polymer slurries, except when a lesser dimension is specifically recommended by the slurry manufacturer for the site conditions and construction methods. The Contractor shall provide casing, or other means, as necessary to meet these requirements. The slurry level shall be maintained above all unstable zones a sufficient distance to prevent bottom heave, caving or sloughing of those zones. Throughout all stops in drilled shaft excavation operations, the Contractor shall monitor and maintain the slurry level in the excavation the greater of the following elevations: (1) no lower than the groundwater level elevation outside the drilled shaft, (2) elevation as required to provide and maintain a stable hole.

167 January 12, REVISION OF SECTION 503 DRILLED SHAFTS C. Cleaning Slurry The Contractor shall clean, re-circulate, de-sand, or replace the slurry, as needed, in order to maintain the required slurry properties. Sand content will only be required to be within specified limits immediately prior to concrete placement Obstructions. When obstructions are encountered, the Contractor shall notify the Engineer promptly. An obstruction is defined as a specific object not identified in the Plans or Geotechnical Report in accordance with subsection (including, but not limited to, boulders, logs, and manmade objects) encountered during the drilled shaft excavation operation which prevents or hinders the advance of the drilled shaft excavation. When efforts to advance past the obstruction to the design drilled shaft tip elevation result in the rate of advance of the drilled shaft drilling equipment being significantly reduced relative to the rate of advance for the portion of the drilled shaft excavation in the geological unit that contains the obstruction, then the Contractor shall remove, bypass or break up the obstruction under the provisions of subsection of this Specification. Blasting will not be permitted unless approved in writing by the Engineer. Drilling tools that are lost in the excavation will not be considered obstructions, and shall be promptly removed by the Contractor. All costs due to lost tool removal will be borne by the Contractor including, but not limited to, costs associated with the repair of hole degradation due to removal operations or an excessive time that the hole remains open Protection of Existing Structures and Drilled Holes. The Contractor shall control operations to prevent damage to existing structures and recently drilled holes, utilities, roadways and other facilities. Preventative measures shall include, but are not limited to, selecting construction methods and procedures that will prevent excessive caving of the drilled shaft excavation and monitoring and controlling the vibrations from the driving of casing or sheeting, drilling of the shaft, or from blasting, if permitted Slurry Sampling and Testing. Mineral slurry and polymer slurry shall be mixed and thoroughly hydrated in slurry tanks, lined ponds, or storage areas. The Contractor shall draw sample sets from the slurry storage facility and test the samples for conformance with the appropriate specified material properties before beginning slurry placement in the drilled hole. Slurry shall conform to the quality control plan included in the Drilled Shaft Installation Plan in accordance with Subsection (b).(5) of this Specification and approved by the Engineer. A sample set shall be composed of samples taken at mid-height and within two feet of the bottom of the storage area. The Contractor shall sample and test all slurry in the presence of the Engineer, unless otherwise approved by the Engineer. The date, time, names of the persons sampling and testing the slurry, and the results of the tests shall be recorded. A copy of the recorded slurry test results shall be submitted to the Engineer at the completion of each drilled shaft, and during construction of each drilled shaft when requested by the Engineer. Slurry samples shall be taken at mid-height and within two feet of the bottom of the drilled shaft and tested during drilling as necessary to verify the control of the properties of the slurry. As a minimum, sample sets of polymer slurry shall be taken and tested at least once every four hours after beginning its use during each shift. Sample sets of all slurry shall be taken and tested immediately prior to placing concrete Drilled Shaft Excavation Inspection. The Contractor shall use best methods such as a cleanout bucket, air lift, or hydraulic pump to clean the bottom of the excavation of all drilled shafts. For wet drilled shaft excavation in soils, the base of the excavation shall be covered with not more than 3 inches of sediment or loose or disturbed material just prior to placing concrete. For dry drilled shaft excavations in soils, the base of excavation shall be covered with not more than 1.5 inches sediment or loose or disturbed material just prior to placing concrete. For wet and dry drilled shaft excavations in rock, the base of the excavation shall be covered with not more than 0.5 inch for 50 percent of the base area of sediment or loose or disturbed material just prior to placing concrete.

168 January 12, REVISION OF SECTION 503 DRILLED SHAFTS The excavated drilled shaft will be inspected and approved by the Engineer prior to proceeding with construction. The bottom of the excavated drilled shaft shall be sounded with an airlift pipe, a tape with a heavy weight attached to the end of the tape, a borehole camera with visual sediment depth measurement gauge, or other means acceptable to the Engineer to determine that the drilled shaft bottom meets the requirements in the Contract. The contractor shall supply all needed equipment required to inspect the drilled shaft excavation Assembly and Placement of Reinforcing Steel. The contractor shall show bracing and any extra reinforcing steel required for fabrication of the cage on the shop drawings. The contractor will be responsible for engineering the temporary support and bracing of the reinforcing cages to ensure that they maintain their planned configuration during assembly, transportation and installation. The reinforcing cage shall be rigidly braced to retain its configuration during handling and construction. Individual or loose bars will not be permitted. All (100%) intersections of vertical and horizontal bars must be tied. At least 4 vertical bars of each cage, equally spaced around the circumference, shall be tied at all reinforcement intersections with double wire ties. The remaining reinforcement intersections in each cage shall be tied with single wire ties. The reinforcement shall be carefully positioned and securely fastened to provide the minimum clearances specified or shown on the Plans, and to ensure that no displacement of the reinforcing steel cage occurs during placement of the concrete. Splicing of the reinforcement cage during placement of the cage in the shaft excavation will not be permitted unless otherwise shown on the Plans or approved by the Engineer. If the reinforcing cage is spliced during placement of the cage into the drilled shaft excavation, the splice details and location of the splices shall be in accordance with the Plans and the accepted Drilled Shaft Installation Plan. In addition, the work shall be performed within the time limits specified in Subsection The steel reinforcing cage shall be securely held in position throughout the concrete placement operation. The reinforcing steel cage shall be supported from the top during the placement of the concrete to achieve the clearances shown on the plans. Setting the cage on the bottom of the hole will not be permitted. The support system shall be concentric to prevent racking and displacement of the cage. The reinforcing steel in the drilled shaft shall be tied and supported so that the location of the reinforcing steel will remain within allowable tolerance. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom, the top and at intervals not exceeding 10 feet vertically) to ensure concentric spacing for the entire cage length. The number of spacers required at each level will be one spacer for each foot of excavation diameter, with a minimum of four spacers at each level. The spacers shall be of adequate dimension to ensure an annular space between the outside of the reinforcing cage and the side of the excavation along the entire length of the drilled shaft as shown in the Plans. Acceptable feet made of plastic, or concrete (bottom supports) shall be provided to ensure that the bottom of the cage is maintained at the proper distance above the base of the excavation unless the cage is suspended from a fixed base during the concrete pour. Minimum concrete cover to reinforcing steel shall be as follows: Drilled Shaft Diameter Minimum Concrete Cover Less than or equal to 3'-0 3 Greater than 3-0 and less than '-0 or larger 6" If concrete placement does not immediately follow the cage placement, the Engineer may order the steel to be removed from the excavation so that the integrity of the excavation, including the presence of loose material in the bottom of the hole, and the surface condition of the reinforcing steel may be determined by inspection. Bracing steel which constricts the interior of the reinforcing cage must be removed after lifting the cage if freefall concrete or wet tremie methods of concrete placement are to be used. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the upward displacement of the rebar cage exceeds 2 inches, or if the downward displacement exceeds 6 inches, the drilled shaft will be considered defective. Corrections shall be made by the Contractor to the satisfaction of the Engineer.

169 January 12, REVISION OF SECTION 503 DRILLED SHAFTS No additional drilled shafts shall be constructed until the Contractor has modified the rebar cage support in a manner satisfactory to the Engineer Concrete Placement, Curing and Protection. Concrete placement shall commence as soon as possible after completion of drilled shaft excavation by the Contractor and inspection by the Engineer. Immediately prior to commencing concrete placement, the drilled shaft excavation and the properties of the slurry (if used) shall conform to subsections , and of this Specification. The CSL access tubes shall be filled with potable water before concrete placement and the top watertight threaded caps shall be reinstalled. Concrete placement shall continue in one operation to the top of the drilled shaft, or as shown in the Plans. If water is not present (a dry shaft), the concrete shall be deposited through the center of the reinforcement cage by tremie or free-fall preventing segregation of aggregates. The concrete shall be placed such that the free-fall is vertical down the center of the drilled shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. If water exists in amounts greater than two inches in depth or enters at a rate of more than twelve inches per hour then the drilled shaft excavation must be filled with slurry to at least the level specified in Subsection (b).5.(2) and concrete placed by tremie methods outlined in this section. The elapsed time for concrete placement shall not exceed the time limit defined in the accepted Drilled Shaft Installation Plan and demonstrated by a successful technique shaft or test shaft. The concrete placement time shall commence at the mixing of the concrete and extend through to the completion of placement of the concrete in the drilled shaft excavation, including removal of any temporary casing. For wet placement methods, the placement time shall start at the batching of the initial load of concrete to be placed in the shaft. Prior to concrete placement, the Contractor shall provide test results of both a trial mix and a slump loss test conducted by an approved testing laboratory using approved methods to demonstrate that the concrete meets this defined placement time limit. The concrete mix shall maintain a slump of 4 inches or greater over the defined placement time limit as demonstrated by trial mix and slump loss tests. The trial mix and slump loss tests shall be conducted at ambient temperatures appropriate for site conditions. Ambient air temperature at the time of concrete placement shall not be greater than the ambient temperature at the time of the concrete trial tests and slump loss tests. All admixtures, when approved for use, shall be adjusted for the conditions encountered on the job so the concrete remains in a workable plastic state throughout the defined placement time limit. Before placing any fresh concrete against concrete deposited in water or slurry (construction joint), the Contractor shall remove all scum, laitance, loose gravel and sediment on the surface of the concrete deposited in water or slurry, and chip off any high spots on the surface of the existing concrete that would prevent any steel reinforcing bar cage from being placed in the position required by the Plans. The Contractor shall not perform foundation piling driving or casing installation using oscillation method within a radius of 20 feet, nor drilled shaft excavation operations within a clear distance of three diameters of a newly poured drilled shaft 24 hours of the placement of concrete and only when the concrete has reached a minimum compressive strength of 1800 psi. For any portion of the caisson socketed in fine grained bedrock susceptible to slaking and degradation such as, but not limited to, claystone, siltstone, or shale and provided the proper slurry properties have been achieved. If the concrete is not placed within four hours of drilling, the Contractor shall drill into the bedrock an additional 1/3 of the plan specified rock socket prior to placing the concrete. The reinforcing cage shall extend to the new tip elevation. For the use of polymer slurry this requirement can be waived. Throughout the underwater concrete placement operation, the discharge end of the tube shall remain submerged in the concrete at least five feet and the tube shall always contain enough concrete to prevent water from entering. The concrete placement shall be continuous until the work is completed, resulting in a seamless, uniform shaft. If the concrete placement operation is interrupted, the Engineer may require the contractor to prove by core drilling or other tests that the drilled shaft contains no voids or horizontal joints. If testing reveals voids or

170 January 12, REVISION OF SECTION 503 DRILLED SHAFTS joints, the Contractor shall repair them or replace the drilled shaft at no expense to the Owner. Responsibility for coring and testing costs, and calculation of time extension, shall be in accordance with Section of this Specification. The Contractor shall use a concrete pump or gravity tremie. A tremie shall have a hopper at the top that empties into a watertight tube at least eight inches in diameter. If a pump is used, a watertight tube shall be used with a minimum diameter of four inches. The discharge end of the tube on the tremie or concrete pump line shall include a device to seal out water or slurry while the tube is first filled with concrete. In lieu of a seal at the discharge end of the pipe, the Contractor may opt to place a Pig or Rabbit in the hopper prior to concrete placement which moves through the tremie when pushed by the concrete, forcing water or slurry from the tremie pipe. The Contractor shall complete a concrete yield plot for each wet shaft poured by tremie methods. This yield plot will be submitted to the Engineer within 24 hours of completion of the concrete pour. The hopper and tubes shall not contain aluminum parts that will have contact with the concrete. The inside and outside surfaces of the tubes shall be clean and smooth to allow both flow of concrete and the unimpeded withdrawal of the tube during concrete placement Drilled Shaft Construction Tolerances. Drilled shafts shall be constructed so that the center of the poured shaft at the top of the drilled shaft or mudline, whichever is lower, is within the following horizontal tolerances: Drilled Shaft Diameter Tolerance Less than or equal to Greater than 2-0 and less than or larger 6 Drilled shafts in soil and rock shall be within 1.5 percent of plumb. Plumbness shall be measured from the top of poured drilled shaft elevation or mudline, whichever is lower. During drilling or excavation of the drilled shaft, the Contractor shall make frequent checks on the plumbness, alignment, and dimensions of the drilled shaft. Any deviation exceeding the allowable tolerances shall be corrected with a procedure approved by the Engineer. Drilled shaft steel reinforcing bars shall be no higher than six inches above or three inches below the plan elevation. The reinforcing cage shall be concentric with the drilled shaft excavation within a horizontal tolerance of 1-1/2 inches. The top elevation of the completed drilled shaft shall have a tolerance of plus one inch or minus three inches. The diameter of the drilled shaft shall not be less than the diameter on the Plans. Tolerances for casings shall be in accordance with American Pipe Institute tolerances applicable to regular steel pipe. Drilled shaft excavations and completed drilled shafts not constructed within the required tolerances will be considered defective. The Contractor shall be responsible for correcting all defective drilled shafts to the satisfaction of the Engineer. Materials and work necessary, including engineering analysis and redesign, to complete corrections for out-of-tolerance drilled shafts shall be furnished without either cost to the Owner or an extension of the completion date of the project. Redesign drawings and computations submitted by the Contractor shall be signed by a registered Professional Engineer licensed in the State of Colorado. TESTING AND VERIFICATION

171 January 12, REVISION OF SECTION 503 DRILLED SHAFTS Integrity Testing. CSL testing shall be performed in accordance with ASTM D6760. The minimum number of shafts tested shall be indicated in the plans. CSL testing shall be performed on shafts constructed using tremie concrete placement methods and drilled shafts selected by the Engineer. The Engineer may increase the number of shafts tested as deemed necessary. The Contractor shall accommodate the CSL testing by furnishing and installing access tubes in accordance with Subsection of this Specification. The Contractor shall install access tubes for CSL testing in drilled shafts as shown on the plans selected by the Engineer to permit access for the CSL test probes. If, in the opinion of the Engineer, the condition of the drilled shaft excavation permits drilled shaft construction in the dry, the Engineer may specify that the testing be omitted. The Contractor shall securely attach the access tubes to the interior of the reinforcement cage of the drilled shaft. One access tube shall be furnished and installed for each foot of drilled shaft diameter, rounded up to the nearest whole number, unless otherwise shown in the Plans. A minimum of three tubes will be required. The access tubes shall be placed around the drilled shaft, inside the spiral or hoop reinforcement and three inches clear of the vertical reinforcement, at a uniform spacing measured along the circle passing through the centers of the access tubes. If these minimums cannot be met due to close spacing of the vertical reinforcement, then the access tubes shall be bundled with the vertical reinforcement. If trimming the cage is required and access tubes for CSL testing are attached to the cage, the Contractor shall either shift the access tubes up the cage, or cut the access tubes provided that the cut tube ends are adapted to receive the watertight cap as specified. The access tubes shall be installed in straight alignment and as near to parallel to the vertical axis of the reinforcement cage as possible. The access tubes shall extend from the bottom of the drilled shaft to at least two feet above the top of the drilled shaft. Couple tubes as required with threaded couplers, such that inside of tube remains flush. The Contractor shall clear the access tubes of all debris and extraneous materials before installing the access tubes. Care shall be taken to prevent damaging the access tubes during reinforcement cage installation and concrete placement operations in the drilled shaft excavation. The access tubes shall be filled with potable water before concrete placement, and the top watertight threaded caps shall be reinstalled. Prior to performing any crosshole sonic log testing operations specified in this subsection, the Contractor shall remove the concrete at the top of the drilled shaft down to sound concrete. The Contractor shall engage a qualified Specialty Engineer to perform the CSL testing. The qualified CSL Specialty Engineer must have a minimum three years of experience of CSL testing and have a Colorado Licensed Professional Engineer supervising the collection and interpretation of data. The contractor shall provide all necessary assistance to the CSL Specialty Engineer to satisfactorily perform the testing. The testing shall be performed after the drilled shaft concrete has cured at least 96 hours. Additional curing time prior to testing may be required if the drilled shaft concrete contains admixtures, such as set retarding admixture or water reducing admixture. The additional curing time prior to testing required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor. No subsequent construction shall be performed on the completed drilled shaft until the CSL tests are approved and the drilled shaft accepted by the Engineer. After placing the drilled shaft concrete and before beginning the CSL testing of a drilled shaft, the Contractor shall inspect the access tubes. Each access tube that the test probe cannot pass through shall be replaced, at the Contractor s expense, with a two inch diameter hole cored through the concrete for the entire length of the drilled shaft. Unless directed otherwise by the Engineer, cored holes shall be located approximately six inches inside the reinforcement and shall not damage the drilled shaft reinforcement. Descriptions of inclusions and voids in cored holes shall be logged and a copy of the log shall be submitted to the Engineer. Findings from cored holes shall be preserved, identified as to location, and made available for inspection by the Engineer. The Engineer may approve the continuation of drilled shaft construction prior to approval and acceptance of the first shaft if the Engineer s observations of the construction of the first shaft are satisfactory, including, but not

172 January 12, REVISION OF SECTION 503 DRILLED SHAFTS limited to, conformance to the Drilled Shaft Installation Plan as approved by the Engineer, and the Engineer s review of Contractor s daily reports and inspector s daily logs concerning excavation, steel reinforcing bar placement, and concrete placement. Drilled shafts with velocity reduction exceeding 30% are not acceptable without additional offset CSL testing and Three Dimensional (3-D) Tomography analysis If subsequent testing at a drilled shaft indicates the presence of a defect(s) in the drilled shaft, the testing costs and the delay costs resulting from the additional testing shall be borne by the Contractor. If this additional testing indicates that the drilled shaft has no defect, the testing costs and the delay costs resulting from the additional testing will be paid by the Owner, and, if the drilled shaft construction is on the critical path of the Contractor s schedule, a time extension equal to the delay created by the additional testing will be granted. If the Engineer determines a drilled shaft is unacceptable based on the CSL tests and tomographic analyses, or observes problems during drilled shaft construction, coring of the shaft to allow further evaluation and repair is required, or the shaft has to be replaced. If coring to allow further evaluation of the shaft and repair is chosen, one or more core samples shall be taken from each unacceptable shaft for full depth of the shaft or to the depth directed by the Engineer. The Engineer will determine the number, location, and diameter of the cores based on the results of 3-D tomographic analysis of offset and horizontal CSL data. An accurate log of cores has to be kept. Properly mark and place the cores in a crate showing the shaft depth at each interval of core recovery. Transport the cores, along with five copies of the coring log to the Engineer. Perform strength testing by an AASHTO certified lab on portions of the cores that exhibit questionable concrete as determined by the Engineer. If the drilled shaft offset CSL testing, 3-D tomographic analyses and coring indicate the shaft is defective, propose remedial measures for approval by the Engineer. Such improvement may consist of, but is not limited to correcting defective portions of the shaft, providing straddle shafts to compensate for capacity loss, or providing a replacement shaft. Repair all detected defects and conduct post repair integrity testing using horizontal and offset CSL testing and 3-D tomographic imaging as described in this Section. Perform all work described in this Section at no additional cost to the Department, and with no increase in Contract Time. All access tubes and cored holes shall be dewatered and filled with a 4000 psi grout after tests are completed and the drilled shaft is accepted. The access tubes and cored holes shall be filled using grout tubes that extend to the bottom of the tube or hole or into the grout already placed Drilled Shafts Load Tests. Test shafts shall be installed at the locations shown on the Plans unless otherwise directed or approved by the Engineer. Test shafts shall be installed to the same dimensions, details and elevations shown on the Plans, and shall be installed using the same equipment and installation procedures proposed for installation of the foundation drilled shafts. If the methods or procedures are changed following the completion of load testing, the Contractor shall install additional load test shafts, and conduct additional load tests as directed by the Engineer at no additional cost to the Owner. A stamped report of load test results within five business days of the testing completion is required. Load testing results will be evaluated by the Engineer before installing any production drilled shafts, unless otherwise authorized by the Engineer, to allow for design modifications based on the load test results. Load test data as reported shall conform to the Drilled Shaft Foundation Testing (DSHAFT) and be available in electronic form at the project website ( (a) Static Load Tests. Static load tests shall be performed in accordance with the procedures specified in ASTM D 1143.

173 January 12, REVISION OF SECTION 503 DRILLED SHAFTS (b) Force Pulse (Rapid) Load Tests. Force pulse (rapid) load tests shall be performed in accordance with the procedures specified in ASTM D METHOD OF MEASUREMENT Drilled caisson will be measured by the linear foot from the elevation shown on the plans to the bottom of the hole as drilled. Each approved splice of the reinforcing cage for additional length of caisson will be measured as ½ linear foot of additional length of drilled caisson. BASIS OF PAYMENT The unit price of drilled shafts shall be full compensation for making all excavations; hauling and disposal of excavated material; provision and disposal of slurry, performing all necessary pumping; furnishing and placing required concrete and reinforcement steel, including the reinforcement projecting above the tops of the drilled shafts necessary for splicing and any intermediate reinforcement splices; furnishing and placing of CSL tubes; all backfilling; furnishing, placing, and removing temporary casings; furnishing permanent casing if required to complete the work; and for furnishing all tools, labor, equipment, and incidentals necessary to complete the work. Costs associated with repairing defects found in the drilled shaft shall be included in the cost of the drilled shaft. (a) Payment. The accepted quantities for drilled caissons will be paid for at the Contract unit price per linear foot except for price adjustments allowed in (b) below. Payment will be made under: Pay Item Drilled Caisson (XX Inch dia.) Load Tests CSL Testing Pay Unit Linear Foot Each Each Obstruction Encounter and Removal will not be measured, and will be paid for in accordance with subsection under Force Account Item, Obstruction Encounter and Removal. (b) Price Adjustments. When the Engineer orders holes to be drilled to a lower elevation than shown on the plans, compensation for additional depth will be as follows:

174 January 12, REVISION OF SECTION 503 DRILLED SHAFTS Additional Length Compensation 0 to 5 feet Contract Unit Price Over 5 feet to 15 feet Contract Unit Price plus 15% Over 15 feet As provided in subsection Additional compensation will not be paid for the portions of a caisson that are extended due to the Contractor s method of operation, as determined by the Engineer.

175 1 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 Section 504 of the Standard Specifications is hereby revised for this project to include the following: DESCRIPTION This work consists of constructing a Concrete Block Facing Mechanically Stabilized Earth (MSE) Retaining Wall System at the locations and to the lines and grades shown on the plans. Either metallic or geosynthetic reinforcement (woven fabrics or geogrids) as specified in this specification may be used as MSE reinforcement in the reinforced structure backfill zone. The retained structure backfill zone is the structure backfill retained by the reinforced structure backfill zone as shown on the plans. MATERIALS Shop Drawings. The Contractor shall submit six sets of shop drawings and certified material test reports for review prior to construction of the wall. See subsection for a complete list of submittal requirements. Shop drawings shall be submitted in accordance with subsection The shop drawings shall provide the details necessary to demonstrate compliance with the Contract, including: (a) (b) Wall Layouts. Wall layouts shall conform to the lines and grades on the plans including start, corner, and end stations, leveling pad step breaks, total number of blocks and top and bottom of wall elevations. For walls with rail anchoring slabs, the top of block elevations or the cast in place leveling course shall be within 2 inches of the elevation shown on the plans measured from the bottom of the anchoring slab. The construction batter required to achieve the batter shown on the plans shall be shown on the shop drawings. If temporary walls are required for the construction of permanent walls, the permanent wall vendor shall provide the shop drawings and certified material test reports for temporary walls. Block Reinforcement Locations. Unless otherwise shown on the plans, each layer of soil reinforcement shall be connected to the facial blocks. The block placement sequence, if other than bottom up and end to end of wall, shall be shown. The block to block reinforcement connections and the cut block limits at curved wall corners shall be shown. (c) Wall Elevations. Except for the top of the leveling pad, wall elevations given on the plans are based on an 8 inch nominal block height. The actual reinforcement elevations shall be marked on the shop drawings by taking into account the supplied block height, number of reinforced layers, thickness of soil reinforcing and shimming material, and, for curved corners, the interposing layers of reinforcement. (d) (e) Soil Reinforcement Material. The soil reinforcement type, Minimum Average Roll Value of the Ultimate tensile strength, T ULT (MARV), for geosynthetic soil reinforcement or yield strength for metallic soil reinforcement, spacing, lengths, elevations, and the corresponding wall design height segments shall be shown on the shop drawings. The starting and ending stations for change in grade of reinforcement material shall be shown for walls with different grade of reinforcement material at the same elevation. Material grade shall be clearly identified on each roll of reinforcement to avoid errors in placement. Elevations of the reinforcement layers shall be as specified on the shop drawings. Soil Reinforcement Length (RL). The soil reinforcement length shall be measured from the front face of the concrete block face to the end of the soil reinforcement as measured to the last cross member. Except for secondary reinforcement, soil reinforcement lengths shall not be less than the lengths specified on the plans. For wall segments with a Design Height (DH) greater than or equal to 8 feet, the soil reinforcement shall be the same length from top to bottom of the wall. For wall segments with a Design Height (DH) less than 8 feet, the length of the top layer of soil reinforcement shall be 8 feet and all other layers of soil reinforcement shall be the same length from top to bottom of the wall.

176 2 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 Unless shown otherwise on the plans, the soil reinforcement lengths shall be as follows: Design Height (DH) Reinforcement Length Reinforcement Length (RL) Top Layer DH < DH < 8-0 DH 8-0 DH x DH 0.7 x DH but not less than 8-0 but not less than 8-0 The Reinforcement Lengths shown on the shop drawings shall be the reinforcement length required for internal stability and pull-out only, but they shall not be less than those shown in the table above. External Stability (bearing pressure, sliding and overturning) and global stability have already been considered and checked in the design. (f) Soil Reinforcement Spacing. 1. The first (bottom) layer of soil reinforcement shall be one or two times the block height, not to exceed 16 inches, above the top of the leveling pad. 2. The last (top) layer of soil reinforcement shall be no further than three times the block height, not to exceed 24 inches, below the top of the uppermost concrete block. 3. The vertical spacing between layers of adjacent soil reinforcement shall be less than four times the block height, not to exceed 32 inches. For walls deriving their connection capacity by friction the maximum vertical spacing of the reinforcement shall be limited to two times the block depth (front face to back face), not to exceed 24 inches, to assure construction and long-term stability. For tributary strength computations, the top row of reinforcement shall be one-half the vertical spacing immediately below the top of the wall. (g) Long Term Design Strength (LTDS) of Reinforcement. 1. The design charts on the plans define the strengths required for the zone of mechanical reinforcement of soil. Based on the total summed LTDS, the reinforcement proposed by the shop drawings for a specific wall height shall meet or exceed the total LTDS shown on the plans. This proposed reinforcement shall allow for a maximum of plus or minus 15 percent variation in each individual layer. 2. Metallic (Inextensible) Soil Reinforcement. The net section at the soil reinforcement to block connection shall be used for the sacrificial thickness calculation. The following minimum sacrificial thickness for reinforcement shall be applied to the 75 year LTDS calculations: Galvanization Loss Carbon steel loss 15 µm/year for first 2 years 4 µm/year for subsequent years 12 µm/year after zinc depletion 3. C. Geosynthetic (Extensible) Soil Reinforcement. Geosynthetic soil reinforcement shall be a geogrid or woven geotextile. For polyester (PET), polypropylene (PP), and high-density polyethylene (HDPE) reinforcement, the LTDS of material shall be determined using the following K percentages to ensure the required design life. Unless otherwise specified, LTDS shall not exceed the following K percent of its ultimate tensile strength, T ULT (MARV), i.e. LTDS = K * T ULT (MARV) (1) Geogrid reinforcement (HDPE, PET):

177 3 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 Products K Tensar 20% Fortrac, Miragrid, Strata, Synteen and Raugrid 24% (2) All products not listed above: Products All geogrid or woven geotextile products meeting AASHTO Standard Specifications for Highway Bridges, 16 th Edition Products not meeting AASHTO Standard Specifications for Highway Bridges, 16 th Edition including Non-woven geotextile products K 10% 5% (h) Design Heights and Supplied Reinforcing Material. Unless otherwise defined on the plans, the wall design height shall be measured vertically from the top of the leveling pad to the top of the concrete rail anchoring slab for walls with railing, or to the top of the cast-in-place concrete coping for walls without railing. For walls that are in front of a bridge abutment that is founded on a deep foundation, the design height used to determine the soil reinforcement length shall be measured vertically from the top of the leveling pad to the top of the roadway carried by the bridge and the wall. Bridge approach slabs shall not be considered in the design of the MSE wall. For both geosynthetic and metallic reinforcement, the required reinforcement LTDS and the supplied LTDS (determined in accordance with the K factors or depletion of material as defined above) with corresponding brand and grade of material shall be marked clearly on the elevation view or in a tabulation summary. The LTDS of the supplied reinforcement grade must meet or exceed the required LTDS corresponding to the reinforcement spacing provided. (i) (j) (k) (l) (m) Tiered Walls. For the reinforcement layouts of tiered walls, the overall geometry, the reinforcement length and the sum of the LTDS provided from all layers in all tiers shall be in close conformity with the retaining wall system shown on the plans in order to ensure that local, global, and internal stability requirements have been met. Obstructions. Details for the placement of soil reinforcement around obstructions (i.e. steel piles, concrete piers, concrete boxes, pipes, etc.) shall be shown on the shop drawings. Design calculations shall be provided showing that the internal stability of the wall meets the required safety factors in the area of the obstruction. Table of Quantities. A table comparing the Structural Backfill (Class 1), Mechanical Reinforcement of Soil, Geomembrane, and Block Facing quantities shown on the plans to the quantities shown in the shop drawings and percent difference (positive percent indicates an increase in shop drawing quantities from the plans) shall be shown on the shop drawings. Structure Backfill (Class 1), Mechanical Reinforcement of Soil, Geomembrane, and Block Facing quantities shall be calculated in accordance with the Contract. The Contractor shall notify the Engineer of the difference in plan and shop drawing quantities before wall construction begins. Placement Schedule. Geomembrane placement schedule and clearances to soil reinforcements shall be shown. Vertical Slip Joints. Locations of stack bond blocks with vertical slip joints for differential settlement relief shall be as specified in subsection Backfill. Unless otherwise specified on the plans, wall backfill material in the reinforced structure backfill zone and the associated trapezoidal retained structure backfill zone shall conform to the requirements for Structure Backfill (Class 1) of Section 206. For reinforcement tensile stress and associated pullout, a friction angle of 34 degrees shall be assumed for Structure Backfill (Class 1). Structure Backfill (Class 1) shall be considered to be

178 4 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 non-aggressive soil for corrosion and durability computations. All reinforcing elements shall be designed to ensure a minimum design life of 75 years for permanent structures Leveling Pad. Concrete for the leveling pad shall be Concrete (Class D) conforming to the requirements of Section 601. Unless specified on the plans, the maximum vertical step shall be no greater than either 24 inches or three blocks, whichever is less. The leveling pad shall be reinforced only at the steps. When the toe of the wall is founded on a slope steeper than 1.5 (H) to 1 (V), the leveling pad shall be constructed with reinforced concrete with same reinforcing schedule as at its steps. Leveling pad concrete shall be cured for at least 12 hours before placement of the concrete blocks Geomembrane and Joints. A Geomembrane shall be installed on all walls at the top of the reinforced structure backfill zone and retained structure backfill zone to intercept surface runoff and prevent salt penetration into the backfill of the wall as shown on the plans. The Geomembrane shall meet the requirements of subsection for geomembrane, and shall have a minimum thickness of 30 mils. It shall be spliced with a dual track field seamed joint in accordance with ASTM D4437 or ASTM D7717. For small local coverage areas, less than 30 square feet, the membrane may be spliced using a 6 inch minimum overlap and an adhesive or a single seam portable thermal welding tool, as suggested by the membrane manufacturer and approved by the Engineer. Unless otherwise shown on the plans, the membrane shall have a minimum coverage length measured perpendicular to the wall face of at least the wall Design Height (DH) plus Soil Reinforcement Length (RL) plus 1.5 feet. The membrane shall be installed with a slope between 20:1 (minimum) and 10:1 (maximum), as shown on the plans, from the block facing to a drainage system located at the cut or pre-filled slope as shown on the plans. The drainage system shall consist of a 12 inch wide Geo-Composite strip drain inserted into a slot in the Geomembrane, at 10 foot maximum spacing, that collects the water from the membrane and conveys it to a water collector system at the toe of the 1:1 slope as shown on the plans. The water collector system shall consist of a 4 inch diameter perforated collector pipe surrounded by Filter Material Class B and wrapped with Class 3 Geotextile. A 4 inch diameter non-perforated drain pipe, at 100 foot maximum spacing, shall be used to discharge the water in the water collector system out the face of the wall. Alternatives for the drainage system shown on the plans may be used by the Contractor. A detailed layout of this equivalent water collection system shall be provided by the Contractor and approved by the Engineer. For tiered walls, a Geomembrane shall be installed between the top of the bottom wall and the toe of the top wall as shown on the plans Prefabricated Concrete Facing Blocks. Concrete blocks including partial blocks shall conform to the requirements shown on the plans and these specifications including the color, texture, and pattern. The Contractor shall provide certification that the results of tests performed in accordance with this subsection meet the requirements of the appropriate specification. (a) Cementitious material shall meet the requirements of Section 701. (b) (c) (d) Aggregates used in concrete blocks shall conform to ASTM C33 for normal weight concrete aggregate. The 28 day compression strength for concrete blocks shall be equal to or greater than 4500 psi. The quality of blocks shall be maintained such that the variations of the compression strengths are within 10 percent. The minimum oven dry unit weight shall be 125 pcf with a maximum water absorption rate by weight of 6 percent. Testing shall be performed in accordance with ASTM C140. All units shall be sound and free from cracks or other defects that would interfere with proper placement of the unit, or impair the strength or permanence of the construction. Cracks, chips, or color blemishes will be cause for rejection. Any architectural or graffiti resistant treatments shall meet the requirements shown on the plans. If architectural coating is used and graffiti resistant treatments or water repellant sealer is required, the

179 5 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 Contractor shall provide the Engineer with four sample blocks for each different color and texture prior to beginning wall construction. Water-resistant or repellant coatings shall conform to ASTM C1262. The permissible variations in the exterior dimensions of the concrete blocks shall not differ more than plus or minus ⅛ inch, except the height of the block shall be within plus or minus 1 / 16 inch from the specified dimensions for an individual block. The minimum thickness of any walls or webs within the block shall be on average 2.5 inches at the face and 1.5 inches and 2 inches at stem and back. The vertical edges, if applicable, shall be chamfered for splitting and precise dimensioning. (e) The Engineer shall be allowed access to the manufacturer's facilities to inspect and sample units from lots prior to delivery with a minimum 2 working days advance notice. The Engineer will reject any concrete blocks, which do not meet the requirements of this specification. The Contractor shall notify the Engineer in writing at least 3 working days before shipment of blocks begins Certifications, Calculations and Testing Reports. The Contractor shall provide the following reports, certifications, calculations and checklists as needed to accompany the shop drawing submittal. All engineering calculations, as stated in subsections (g)2, (j), (k), (e) and (f) shall be certified and stamped by a Professional Engineer licensed in the State of Colorado. (a) (b) (c) (d) (e) (f) (g) Certification of T ULT (MARV) or Ultimate Tensile Strength. For geo-synthetic reinforced systems only, the Contractor shall submit a certification letter from the manufacturer which provides the T ULT (MARV) and certifies that the T ULT (MARV) of the supplied materials have been determined in accordance with ASTM D4595 or ASTM D6637 as appropriate. For metallic wall reinforcement, a mill test report containing the ultimate tensile strength for the soil reinforcement shall be included in the certification. Report Of The Block-Reinforcement Connection Test. The test report shall be prepared and certified by an independent laboratory. The block to reinforcement connection test method shall conform to the requirements of ASTM D6638 with a service state connection strength displacement criterion of ¾ inch or National Concrete Masonry Association (NCMA) Methods SRWU-1. Report For Block-Block Connection Test. An independent laboratory shall prepare the test report. The block-to-block connection test method shall conform to the requirements of NCMA Methods SRWU-2. The service state connection strength displacement criterion shall be ¾ inch. Report For Soil To Reinforcement Interface Pullout Test. The test report shall be prepared and certified by an independent laboratory. The soil to reinforcement interface pullout test method shall conform to the requirements of ASTM D6706. Tests shall include the full range of overburden pressures as defined by the wall design heights. Certification of Facial Block To Reinforcement Long-Term Connection Strength. A certification shall be provided with detailed calculations according to the latest AASHTO Standard Specification including Interim and independent laboratory test results performed in accordance with FHWA NHI , Appendix A3 to demonstrate that the facial block to reinforcement connection meets or exceeds the current AASHTO 75 year design life requirements. Certification of Reinforcement Pullout. A certification shall be provided with detailed calculations to demonstrate that reinforcement pullouts meet or exceed the current AASHTO requirements. The metal reinforcement breakage and pullout calculations shall include a combination of 75 years of material depletion for carbon steel and galvanization loss. Report and Certification for Concrete Block 28 Day Compression Strength and Water Absorption Rate. For the 28 day compressive strength test, either a full block or a saw cut coupon compressive test is acceptable to verify the 28-day concrete strength provided the sample allows the test to conform to ASTM C90. The sampling shall be done at manufacturer s casting yard and testing results shall be pre-approved before shipment. The Engineer will approve the sample selections for the coupon tests. Coupons shall be cut from the two sides or the back of block (not the front split face) with maximum two original concrete surfaces. The

180 6 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 average compressive strength of three tests from three randomly selected blocks, with load applied in the bearing direction shall be equal to or greater than 4500 psi with the minimum of 4000 psi for individual tests in accordance with ASTM C90 and ASTM C140. For the water absorption rate test, a minimum of two coupons shall be prepared and marked for each block, one coupon for successfully conducting the supplier s tests and one spared for future Engineer s test. The spared coupons from the three tests shall be labeled and delivered to the Engineer with the certification. The minimum oven dry density of concrete coupons shall be 125 pcf with a maximum water absorption rate by weight of 6 percent as determined by ASTM C140. Coupons shall be cut from relatively the same location of each block and prepared with uniform workmanship. Each individual sample must test within 12 percent of the average of the three. (h) Efflorescence and Freeze and Thaw Test. The block shall be visually efflorescence free. Efflorescence control agent shall be used in concrete mix design. An independent laboratory shall provide reports and certifications using one of the following tests in accordance with ASTM C1262 using tap water or 3 percent saline solution and ASTM C1372 as appropriate: (1) Test results for freeze and thaw durability shall be graphed and supplied with test data points every 50 cycles up to 300 cycles to confirm that blocks with concrete additives alone can survive 150 cycles with weight loss for each of 4 of the five samples not exceeding 1.0 percent of the initial weight in a tap water solution. (2) Test results for freeze and thaw durability shall be graphed and supplied with test data points every 25 cycles up to 100 cycles to confirm that blocks with concrete additives alone can survive 60 cycles with weight loss for each of 4 of the five samples not exceeding 1.0 percent of the initial weight in a 3 percent saline solution. A project specific freeze and thaw durability test shall be required for walls meeting one of the following requirements: (1) Projects with a total facing area greater than 6000 square feet, as calculated in subsection , item (1), or (2) Projects with any wall in front of or adjacent to bridge abutments and piers. Wall construction may begin when acceptable freeze and thaw durability test results of units made with the same material, concrete mix design, manufacturing process, and curing method, conducted not more than 12 months prior to delivery until the test results of the actual blocks used in the wall can be obtained and submitted. The test results shall be submitted within one week of being recorded. The frequency of the freeze and thaw durability test shall be a minimum of one test every 6000 square foot of facing, as calculated in subsection , item (1). For walls not requiring a project specific freeze and thaw durability test, the Contractor shall submit a certification letter from the facing manufacturer. The certification letter shall include acceptable freeze and thaw durability test results conducted not more than 12 months prior to delivery, that meet the requirements of subsection 8 A or 8 B above. The Certification shall be for units made with the same material, concrete mix design, manufacturing process, and curing method. The Engineer shall be allowed access to the manufacturer's facilities and records to verify that the mix design used in the certified freeze and thaw durability test results is the same as the mix design used for the actual blocks used in the project. (i) Submittal Checklist. The Contractor shall submit the Block Faced MSE Wall Submittal Checklist, Form 1401, with the Certifications, Calculations and Testing Report submittal package included with the shop drawing submittal Conditions to Waive the Block-Reinforcement Connection Testing Reports. Unless otherwise noted on the plans the Contractor s Professional Engineer seal requirement for the Facial Block to Reinforcement Long- Term Connection Strength certified test report required by subsection (e) may be waived if the following conditions are met:

181 7 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 (1) Every block shall be connected by friction with either a main or a secondary reinforcement starting at 2 inches maximum from the front face of block. (2) The spacing for main reinforcement is two blocks maximum or 16 inches, whichever is less. (3) The secondary reinforcement shall be applied in between the main reinforcement. The same grade of material as used for main reinforcement shall be used for the secondary reinforcement: however only a minimum of 36 inches total length measured from the face of block is required. (4) Aggregate filled cells shall be filled with ¼ inch aggregate. In lieu of aggregate filled cells, the cells in the top four blocks of the wall shall be doweled with steel or fiberglass bars and grouted with cement. Punched or poked holes through fabric reinforcement are allowed to accommodate grout and dowel bars Hybrid MSE Wall Systems. A hybrid system is one which combines elements of both externally and internally stabilized systems. An externally stabilized system uses a physical structure to hold the retained soil. The stabilizing forces of this system are mobilized either through the weight of a shape stable structure or through the restraints provided by the embedment of wall into the soil, if needed, plus the tieback forces of anchorages. An internally stabilized system involves reinforced soils to retain fills and sustain loads. Reinforcement may be added to either the selected fills as earth walls or to the retained earth directly to form a more coherent stable slope. These reinforcements can either be layered reinforcements installed during the bottom-to-top construction of selected fills, or be driven piles or drilled caissons built into the retained soil. All this reinforcement must be oriented properly and extend beyond the potential failure mass. Hybrid MSE wall systems may be used unless otherwise noted on the plans. Hybrid MSE wall systems are subject to the same design requirements for MSE walls and this specification. The shop drawings for Hybrid MSE wall system shall include a combination of design calculations and appropriate test results to demonstrate that it meets or exceeds the block facing system. Each unit in the hybrid MSE wall system shall have a facing area of 3.5 square feet and be stabilized by a counterfort. Hybrid MSE wall facing units shall be factory made with Class B Concrete with the following additional requirements: (1) Minimum Cementitious Material Content: 610 lb./cu. yd. (2) No more than 50 percent fine aggregate (AASHTO M6) by volume of total aggregate. (3) Ambient temperature shall be a minimum of 40 F and rising when casting. (4) Hybrid MSE wall facing shall be cured in accordance with AASHTO M170. The following Certifications, Calculations and Testing Reports in subsection (c), (e), (g), and (h) are not required for Hybrid MSE wall systems. The facing to soil reinforcement connection test, subsection (b), may be waived only if the soil reinforcing spacing is less than or equal to 8 inches or the facing is secured and stabilized by hybrid components with primary reinforcement spacing less than 24 inches. The Contractor shall provide the following additional reports, certifications and calculations to accompany the shop drawing submittal for Hybrid MSE wall systems: The Contractor shall submit the Block Faced MSE Wall Submittal Checklist, Form 1401, and the Panel Faced MSE Wall Submittal Checklist, Form 1402, with the Certifications, Calculations and Testing Report submittal package included with the shop drawing submittal. CONSTRUCTION REQUIREMENTS Approval and Qualifications of MSE Wall Installer. The job site wall foreman shall have experience in construction of at least five transportation related MSE walls within the last three years. Transportation related MSE walls are walls that carry or are adjacent to vehicular traffic and are constructed with MSE reinforcement in

182 8 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 the reinforced structure backfill zone. The foreman must have prior experience or adequate training on the products that the Contractor elects to use on the project. The resume and credentials of the foreman shall be submitted to the Engineer for approval prior to the pre-construction meeting. The foreman shall be on the site for 100 percent of the time during which the wall is being constructed Wall Test Segment. The wall test segment shall be the first segment of the wall constructed. The wall test segment shall be constructed in the presence of the Technical Representative and the Engineer and shall include construction of each of the 5 elements listed in subsection The minimum length of the wall test segment shall be 40 feet or the full length of the wall if less than 40 feet. A wall test segment shall be constructed for the first wall constructed from each wall product used on the project Technical Representative of Wall Product Supplier. The Contractor shall arrange for a technical representative (Tech Rep) of the manufacturer of the wall products to be present during the construction of each wall test segment. If the wall products are supplied from different manufactures, a Tech Rep from each wall product shall be present. The Tech Rep shall be present for construction of the wall test segment and each of the following elements: (1) Placement of a minimum of the first two layers of primary soil reinforcement and backfill, (2) If obstructions (i.e. steel piles, concrete piers/abutments, concrete boxes, pipes, etc.) exist, placement of primary soil reinforcement and backfill at one of the obstructions, (3) Placement of a minimum of the first six courses of blocks or a minimum of a four foot wall height, (4) If a vertical slip joint is required, construction of the vertical slip joint in a minimum of a six course portion of block or a minimum of a four foot wall height, and (5) If corners are required, construction of a corner representative of the corners in the wall in the project in a minimum of a six course portion of block or a minimum of a four foot wall height.. Before construction of the wall test segment the Tech Rep shall provide the Contractor and the Engineer the following: (1) Technical instructions as required in the construction of the earth retaining wall system. (2) Product specific specifications in the placement of the soil reinforcement and backfill in accordance with the wall system. (3) Guidelines in placing the facing units and attaching them to the soil reinforcement in accordance with the system requirements. (4) Provide technical assistance to the facing unit fabricator. At the completion of the wall test segment the Tech Rep shall provide the following: (1) Documentation that the wall test segment was constructed in accordance with the product specific specifications. This documentation shall include a location description (starting and ending stations and elevations) of the wall test segment. (2) Documentation that the job site wall foreman is familiar with the wall products used to construct the walls on the project. After completion of the wall test segment the Tech Rep shall be available whenever there is any special field condition such as change of geological condition, when there are equipment or personnel changes, or when requested by the Engineer.

183 9 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, Facial Block Quality Control, Placing Plan and Daily Placement Logs. Before the start of each wall construction, the Contractor shall provide a block-placing plan and shall supply daily placement logs to the Engineer weekly and at the completion of the wall. The daily placement log shall consist of an elevation view of the wall showing the dates, number of blocks placed, and the lot numbers of the blocks placed. The block quality control shall contain multiple submittals if required by subsection (g). Blocks shall be labeled with the manufacturer s lot number for each pallet and corresponding certification with one set of random samples tested for each 6000 blocks. At least one certification with supporting test results is required for each wall. Test results shall be reviewed and pre-approved by the Engineer before shipment. The Engineer may conduct separate tests with the spared coupons from the original samples. Block testing shall be increased to one set of sampling for every 3000 blocks if the Engineer identifies substandard blocks or when block color or concrete mix changes. With the Engineer s approval, block sampling may be reduced to one set of sampling for every 12,000 blocks after the first acceptable sampling results. The blocks used for Engineer s verification purposes shall be a maximum of 0.5 percent of the total number of blocks. The Engineer will conduct block sampling as early as possible and acquire blocks regularly. However, when tests are not performed within 90 days of the sampling date, the blocks will be returned untested. The Contractor shall coordinate and mark the block and backfill placing sequence on the daily placement logs. The log serves as means for the Engineer to identify where each lot of blocks was placed Wall with Curved Alignments, Tight Curved Corners, and Sections Adjacent To Bridge Abutment. The Contractor shall provide a placement plan that shows curved layouts, special block or saw cut block dimensions, sequence of block placement, and construction off-sets as recommended by the manufacture. For tight curved corners, 8 foot radius or less, and dissimilar foundations such as bridge abutment, to avoid blocks with random cracks, the Contractor shall install stack bond blocks with vertical slip joints as shown on the shop drawings; however reinforcement spacing shall be reduced to one block height, or other properly designed methods of block stabilization shall be used as approved by the Engineer. Short secondary reinforcements used to tied-back cut blocks in between main reinforcements are acceptable. A vertical slip joint for stress relief may be built either with pre-cut or partial pre-cut individual blocks or by saw cutting block face of breaking running bond vertically right after installation Excavation and Backfill. The base of the leveling pad shall receive the same compaction as cut areas required by subsection The Contractor shall report to the Engineer in writing density test results for any unsatisfactory bearing material not meeting the minimum 90 percent compaction for walls less than 16 feet high and 95 percent of T-180 for walls higher than 16 feet. If the excavation for the placement of the leveling pad exposes an unsatisfactory bearing material, the Engineer may require removal and replacement of that material. The removed material shall be replaced with Structure Backfill (Class 1) compacted in conformance with subsection The Engineer with the assistance of the geotechnical engineer of record will provide the limits including the depth of removal. As directed by the Engineer, and if required, Structure Backfill (Class 1) shall be reinforced with soil reinforcements in conjunction with wick drains and outlet pipes. The Contractor shall grade the foundation for the bottom of the wall for a width equal to or exceeding the limits of the Reinforcement Length (RL) plus 18 inches as shown on the plans. This graded area shall be compacted with an appropriate vibratory roller weighing a minimum of 8 tons for at least five passes or as directed by the Engineer. For cut wall with continuous seepage, phasing of foundation construction or a different drainage and foundation improvement plan may be necessary. The reinforced structure backfill zone and the retained structure backfill zone portion immediately behind the wall as defined on the plans shall be Structure Backfill (Class 1). Recycled asphalt, recycled concrete and flow-fill material shall not be substituted for Structure Backfill (Class 1). Each compacted layer of backfill within a distance equal to the reinforcement spacing away from the back of the block shall not exceed 4 inches. The triangular or trapezoidal portion behind the concrete blocks and above the spill of backfill, as shown on the plans, shall be filled with ⅜ + inch crushed rock, filter aggregates with filter fabric, or wall system specific fill as approved by the Engineer. Density tests behind and parallel to the wall in the triangular or trapezoidal portion above the backfill spill zone are not required. Each compacted layer of backfill shall not exceed 8 inches and shall be roughly leveled with the top of block elevation of the lift. The fill and compaction operation shall start 3 feet from the wall back face and progress toward the end of the reinforcement. All Structure Backfill (Class 1) including fill material under the wall and on-site material as allowed under subsection shall be compacted to a density

184 10 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 of at least 95 percent of the maximum density as determined according to AASHTO T 180. For on-site foundation material containing more than 30 percent retained on the ¾ inch sieve, a method of compaction consisting of a conventional heavy vibratory roller starting with minimum 5 passes shall be used to establish the number of passes required to exceed the 95% T180 density requirement. At least 6 inches of material shall be in place prior to operation of tracked vehicles over soil with reinforcement. Only power operated roller or plate compaction equipment weighing less than 1,000 pounds is allowed within 3 feet of the front face of the wall. The reinforcement shall not be connected to the wall until the compacted fill is at or slightly higher than the location of the connector. Backfill containing frost or frozen lumps shall not be used. Backfill that has been placed and becomes frozen shall be removed and replaced at the Contractor's expense. If cold weather conditions prevent the placement of Structure Backfill (Class 1), the Contractor may use Filter Material Class B as backfill without compaction at the Contractor s expense and approved by the Engineer. The Contractor shall provide a test report, prepared and certified by an independent laboratory, that the internal friction angle of soil for the Filter Material Class B meets or exceeds that shown on the plans. The Contractor shall place additional blocks including partial height blocks and properly compacted fill material to return the finished grade to the plan elevations if settlement, as determined by the Engineer, has occurred. A final inspection before the installation of rail anchoring slab will be made after construction settlement, if any, has occurred or 30 days after the completion of the wall. The Contractor shall provide immediate temporary storm water protection and wind erosion control at the end of each day during construction. If settlement occurs as the result of loss of backfill due to wind or water erosion, non-conforming backfill such as frozen fill or over-saturated fill, or if the backfill does not meet compaction requirements, the Contractor shall remove the backfill, wash the soil reinforcement, and bring the elevation to the finished grade at the Contractor's expense. Before final project acceptance, the Contractor shall repair any backfill losses due to wind and water erosion. To avoid the foundation of the leveling pad being washed out by rain, the area in front of the wall and around the leveling pad shall be backfilled as soon as practicable Reinforcement. Steel reinforcement shall be slack free and geosynthetic reinforcement shall be slightly pre-tensioned. The minimum coverage ratio for geogrid reinforcement shall be 67 percent and the spaces between rolls shall be staggered between layers of soil reinforcement. The minimum coverage ratio for woven fabric reinforcement shall be 100 percent and an overlap between rolls is not required. Woven fabric sheet reinforcement shall be laid to within 1inch of the front face of block. Soil reinforcement shall not be cut to avoid obstructions unless shown on the shop drawings Leveling Pad. The foundation of the leveling pads shall meet the requirements of subsection The leveling pad shall be level within the tolerance of 1 / 16 inch for any two block lengths, and within ¼ inch for any two points that are 10 feet apart. Cushion or shimming material (Expansion Joint Material, Concrete Mortar Grout, Roofing Felt, or Geosynthetic Reinforcement) shall be used to support the blocks that are to be directly founded on the leveling pad. Before starting a new course of blocks, the Contractor shall take measures to ensure that the wall elevations will be matched at the next leveling pad step. Cushion or shimming material or grinding as necessary shall be used to obtain the necessary block elevations at the next leveling pad step Block Facing. For walls that support a roadway, the wall layout line at the leveling pad shall be set back and pre-measured with appropriate batter (5 to 8 percent) from the top of the blocks according to the offset with respect to the centerline of the road. For walls adjacent to a roadway, the wall layout line at the leveling pad shall be directly offset from the centerline of the road. An overall negative batter (wall face leaning outward) between the bottom and the top of the wall is not allowed. For vertical walls, unless otherwise noted on the plans, the final wall face shall be vertical or shall have a positive batter that is not greater than 5 percent for construction control purposes. For walls higher than 16 feet, the 5 percent batter requirement shall be relaxed to a maximum of 8 percent as required for special block products. The surface of the wall face shall be tested with a 10 foot straightedge laid along the surface in the horizontal and vertical directions. Except as necessary for horizontal

185 11 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 alignment of the wall, a convex deviation (wall belly) of the wall face from the straightedge shall not be allowed, and any concave deviation (wall depression) from the straightedge shall be less than ¾ inch. Unless otherwise noted, all blocks shall be dry-stacked and placed with each block spanning the joint in the row below (running bond). Shimming or grinding shall control the elevations of any two adjacent blocks within 1/24 inch. The top of blocks shall be tested with a 3 foot or longer straight edge bubble level. All high points identified by the straight edge shall be ground flat. Tilting of the blocks, from front to back of the wall, shall be checked at each course, correction by shimming shall be done no later than three completed courses. For walls without a rail-anchoring slab, the top two courses, or a cast-in-place reinforced concrete cap course and the two courses directly below it, shall be pinned and internally grouted together with a minimum of two #4 rebars per block. The concrete block shall have cells to accommodate grouted pins and modifications shall be made for blocks that do not have such cells. Grout is limited to penetrate a maximum depth of three blocks measured from the top of fill for each operation. For grout more than three blocks in height, if specified on the plans, multiple grout operations are required. A layer of fabric shall retain the grout in the lowest grouted block layer. The aggregate for grout shall be modified according to cell size and geogrid aperture. Grout in any 20 foot long wall segment shall be placed and consolidated by a minimum of two simultaneously working concrete vibrators. Precast cap blocks shall not be used in lieu of a cast-in-place reinforced concrete cap. All concrete used for cast-in-place cap and grout shall have a minimum 28 day compression strength of 4500 psi. For walls with rail anchoring slabs, the top of block elevations shall be within 2 inches of the bottom of the anchoring slab. Cast-in-place concrete or sawcut partial height blocks may be used to accomplish this without extra cost to the project. Where the Geomembrane for drainage interferes with the continuation of reinforcement, the blocks beyond the termination shall be reinforced or shimmed with the same grade of soil reinforcing material to maintain the reinforcing at the constant block elevation. As shown on the plans, facing blocks directly exposed to spray from deiced pavements and indirect windborne spray shall have three coats of water resistant or repellant concrete sealer applied to the front face of the wall before the wall is opened to traffic Fill under Leveling Pad. For walls requiring fill under the planned elevation of the leveling pad, the Contractor may lower the elevation of the leveling pad as approved by the Engineer, except that the finished elevation at the top of the wall shall not be altered. As requested by the Contractor, and with the Engineer s approval, the higher wall shall be redesigned with longer reinforcement length and revised reinforcement schedule. METHOD OF MEASUREMENT MSE retaining walls will not be measured for payment in the field, but will be paid for by the calculated quantities shown on the plans for the five major components of the wall: structure excavation, structure backfill, block facing, mechanical reinforcement of soil, and geomembrane. The Contractor's construction of a system that requires increased or decreased quantities of any of the components to complete the wall to the dimensions shown will not result in a change in pay quantities. 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 five percent of the plan quantity. (1) The block facing quantity was calculated for the square foot of wall front face area from the top of the leveling pad (or average pad elevations) as shown on the plans to the top of the anchoring slab for walls with railing, or to the top of the cast in place coping for walls without railing. (2) The structure excavation quantity was calculated for the total volume of earth to be removed before the installation of the reinforced zone as shown on the plans. (3) The structure backfill quantity was calculated for the total volume behind the wall (the retained structure backfill zone) including the material in the reinforced zone as shown on the plans.

186 12 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 (4) The mechanical reinforcement of soil quantity was calculated for the total volume of the reinforced zone as shown on the plans. (5) Geomembrane was calculated as the design height (DH) plus soil reinforcement length (RL) plus 1.5 feet, disregarding the slope of the membrane. The square foot and cubic yard quantities computed for payment are the wall plan quantities based on the height measured at 20 foot maximum intervals along the wall layout line. BASIS OF PAYMENT The accepted quantities will be paid for at the contract unit price per unit of measurement for the pay items listed below: Payment will be made under: Pay Item Block Facing Pay Unit Square Foot Structure excavation will be paid for under the Section 206 Pay Item Structure Excavation. Structure backfill will be paid for under the Section 206 Pay Item Structure Backfill (Class 1). Soil reinforcement will be paid for under the Section 206 Pay Item Mechanical Reinforcement of Soil. Geomembrane will be paid for under the Section 420 Pay Item Geomembrane. Rail anchoring systems (slabs) at the tops of walls and leveling pads at the bottom of wall will be measured and paid for separately under the Section 601Pay Item Concrete and the Section 602 Pay Item Reinforcing Steel. Payment will be full compensation for all work and materials required to construct the concrete block facing MSE wall. Miscellaneous items such as, dual track welding of Geomembrane, drainage ditches, rundowns, filter material, filter fabric, grout, pins, shimming material, concrete block coating and providing a technical representative will not be measured and paid for separately but shall be included in the work Block Facing Payment Reductions. In this subsection, block refers to either a concrete block or a hybrid unit. (1) A dislocated block is where the edge of an individual block is offset outward more than ¼ inch or placed with a vertical joint more than ¼ inch from the edge of adjacent blocks. (2) A cracked block is an individual block with any visible crack visible in natural light from a distance equal to the wall height. (3) A corner knock-off is a block with any missing facial corners or any side longer than ½ inch at the corner. (4) Substandard blocks are concrete blocks installed in any wall segments that do not meet the certified values of compression strength, water absorption rate, or freeze/thaw cycles; substandard blocks include blocks actually in the wall for which the Contractor does not provide reports and certifications as required in subsection In the completed wall, or completed portion of the wall, if the number of defective blocks (cracked blocks, corner knock-off blocks, dislocated blocks, efflorescence or cement blemished blocks and substandard blocks) and blocks failing the straightedge test exceeds 3 percent of the total number of blocks in any wall segment of 40 foot horizontal or arc length, a price reduction will be applied to that portion of the wall. The price reduction shall be 3 percent for each percent of defective blocks in this portion of the wall exceeding 3 percent. This percentage shall accumulate thereafter to a maximum reduction of 21 percent. For blocks subject to price reduction, if the defects are repairable or the overall quality of wall can be improved, with the consent from the Engineer, the Contractor may repair and reduce the percentage of price reduction. A walkthrough inspection will be made as requested by the Contractor before final payment. % of Defective x 3 3<x 4 4<x 5 5<x 6 6<x 7 7<x 8 8<x 9 9<x 10 x 10

187 13 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALL February 3, 2011 Blocks (x) in 40 foot section % of Price Reduction for that section Rejection The overall payment reduction percentage shall be calculated by dividing the sum of all defective blocks by the total number of blocks in that portion of the wall. When this percentage exceeds 10 percent, the Engineer will reject the entire wall or portions thereof. The Contractor shall replace the rejected wall at his own expense.

188 February 18, REVISION 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 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 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 if lab test results show that the unrestrained shrinkage is less than percent when tested by CP-L (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 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, 31 b. Point B> (CF,WF) 44.5, 35 c. Point C> (CF,WF) 44.5, 43.5 d. Point D> (CF,WF) 72, 40 Figure CF = (S / T) x 100 Where: S = Percent Cumulative Retained on 9.5 mm (3/8 inch) Sieve T = 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 percent when tested by CP-L 4103.

189 February 18, REVISION 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 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 (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 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.

190

191

192 October 29, REVISION 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 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 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 (b), (d) and Table 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 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. Percent Total Air Deviations From Specified Air (Percent) Pay Factor (Percent) Table PAY FACTORS Below Specified Strength (psi) [ < 4500 psi Concrete] Strength Pay Factor (Percent) Below Specified Strength (psi) [ 4500 psi Concrete] Over 1.0 Reject Over 500 Reject Reject Over 1000

193

194

195

196

197

198

199

200

201

202

203

204

205

206

207

208

209

210

211

212

213

214

215

216

217

218

219

220

221

222

223 1 REVISION OF SECTIONS 630 AND 713 RETROREFLECTIVE SHEETING January 12, 2017 Section 630 and 713 of the Standard Specifications is hereby revised for this project as follows: In subsection , 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 RETROREFLECTIVE SHEETING TYPES Type VI Sheeting Type IV (Roll-up sign material) Fluorescent 1 Application Work Zone Work Zone Work Zone All Orange Construction Signs X Orange Construction Signs that are used only during daytime hours for short term X 4 X or mobile operations Barricades (Temporary) X X Vertical Panels X X Flaggers Stop/Slow Paddle X X Drums and Tubular Markers 2 X 6 X Non-orange Fixed Support signs with prefix W X Special Warning Signs X STOP sign (R1-1) YIELD sign (R1-2) WRONG WAY sign (R5-1a) X DO NOT ENTER sign (R5-1) EXIT sign (E5-1a) DETOUR sign (M4-9) or (M4-10) X All other fixed support signs 3 X X All other signs used only X X during working hours All other signs that are used only during daytime hours X X for short term or mobile 5 X operations 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 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 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.

224 2 REVISION OF SECTIONS 630 AND 713 RETROREFLECTIVE SHEETING January 12, 2017 In subsection (b), delete the first sentence of the second paragraph and replace it with the following: Tubular Markers shall be retroreflectorized as shown in Table Delete Subsection (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 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 (R A ) shall conform to the following minimum values. Observation Angle Entrance Angle Minimum Coefficient of Retroreflection (R ) A [cd/fc/ft 2 (cd/lx.m 2 )] White Fluorescent Orange 0.2 o -4 o o 30 o o -4 o o 30 o 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 (Y F ) shall conform to the following minimum values. Color Y F Initial Requirement Y F Minimum Requirement Fluorescent Orange 20 15

225 1 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 Section 702 of the Standard Specifications is hereby deleted for this project and replaced with the following: Asphalt Cements. (a) Superpave Performance Graded Binders. Superpave Performance Graded Binders shall conform to the requirements listed in Table (Taken from AASHTO M 320) Asphalt cement shall not be acid modified or alkaline modified. Asphalt cement shall not contain any used oils that have not been re-refined. Modifiers that do not comply with environmental rules and regulations including 40 CFR Part 261.6(a) (3) (IV), and part 266/Subpart C shall not be added. Modifiers shall not be carcinogenic. The supplier of the PG binder shall be certified in accordance with CP 11.

226 2 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 Table SUPERPAVE PERFORMANCE GRADED BINDERS Requirement for PG Binder Property AASHTO Test No. Original Binder Properties Flash Point Temp., C, minimum T 48 Viscosity at 135 C, Pa s, T 316 maximum Dynamic Shear, Temp. C, where T 315 G*/Sin 10 rad/s 1.00 kpa Ductility, 4 C (5 cm/min.), cm T 51 minimum Toughness, joules (inch-lbs) CP-L 2210 (110) Tenacity, joules (inch-lbs) CP-L 2210 (75) Acid or Alkali Modification (passfail) Pass Pass Pass Pass Pass Pass CP-L 2214 RTFO Residue Properties CP-L 2215 Mass Loss, percent maximum CP-L 2215 Dynamic Shear, Temp. C, where T 315 G*/Sin 10 rad/s 2.20 kpa Elastic Recovery, 25 C, percent T 301 min. Ductility, 4 C (5 cm/min.), cm T 51 minimum PAV Residue Properties, Aging R 28 Temperature 100 C Dynamic Shear, Temp. C, where T 315 G* Sin 10 rad/s 5000 kpa Creep 60 s, Test T 315 Temperature in C S, maximum, MPa T 313 m-value, minimum T 313

227 3 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 Acceptance Samples of the PG binder will be taken on the project in accordance with the Schedule in the Field Materials Manual. The Department will test for acid modification and alkaline modification during the binder certification process. Thereafter, the Department will randomly test for acid modification and alkaline modification. (b) Damp proofing. Asphalt for damp proofing shall conform to the requirements of ASTM D 449, and the asphaltic primer shall conform to the requirements of ASTM D Emulsified Asphalts. Emulsified asphalts shall conform to AASHTO M 140 or M 208 for the designated types and grades. Emulsified asphalt and aggregate used for surface seals shall be sampled and will be tested for information only in accordance with CP-L Emulsified asphalt (HFMS-2S) with a residual penetration greater than 300 dmm shall conform to all properties listed in AASHTO M 140, Table 1 except that ductility shall be reported for information only. (a) Emulsion for Tack and Fog Coats. Emulsions for tack and fog coats shall conform to the requirements listed in Table or 702-3, prior to dilution.

228 4 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 Table TACK AND FOG COAT EMULSIONS Property CSS-1h SS-1h AASHTO Test No. Tests on Emulsion: Viscosity, at 25 ºC, Saybolt- min Furol, s max T 59 Storage stability, 24 hr, % max T 59 Particle charge test Positive T 59 Sieve test, % max T 59 Oil Distillate by volume, % max T-59 Residue by distillation/ evaporation, % min T 59/ CP-L Tests on residue: Penetration, 25 ºC, 100g, 5s, min, dmm Penetration, 25 ºC, 100g, 5s, max, dmm T 49 Ductility, 25 ºC, 5 cm/min, cm, min T 51 Solubility, in trichloroethylene% min T 44 1 If successful application is achieved in the field, the Engineer may wave this requirement. 2 CP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for tests on residue. CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine acceptability. 3 For polymerized emulsions the distillation and evaporation tests will in be in conformance with AASHTO T-59 or CP-L 2212 respectively with modifications to include 205 ± 5 ºC (400 ± 10 ºF) maximum temperature to be held for 15 minutes. (b) Emulsion for Chip Seals Polymerized emulsions for chip seals shall conform to the requirements listed in Table Emulsion for chip seals shall be an emulsified blend of polymerized asphalt, water, and emulsifiers. The asphalt cement shall be polymerized prior to emulsification and shall contain at least 3 percent polymer by weight of asphalt cement. The emulsion standing undisturbed for a minimum of 24 hours shall show no white, milky separation but shall be smooth and homogeneous throughout. The emulsion shall be pumpable and suitable for application through a distributor.

229 5 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 Table POLYMERIZED EMULSIONS FOR CHIP SEALS Property CRS-2 CRS-2P CRS-2R HFMS-2P AASHTO Test No. Tests on Emulsion: Viscosity, at 50 ºC, Saybolt- min Furol, s max T 59 Storage stability, 24 hr, % max T 59 Particle charge test Positive Positive Positive T 59 Sieve test, % max T 59 Demulsibility 1, % min T 59 Oil Distillate by volume, % max or range T-59 Residue by distillation/ evaporation, % min T 59/ CP-L Tests on residue: Penetration, 25 ºC, 100g, 5s, min, dmm Penetration, 25 ºC, 100g, 5s, max, dmm T 49 Ductility, 25 ºC, 5 cm/min, cm, min T 51 Ductility, 4 ºC, 5 cm/min, cm, min Solubility, in trichloroethylene% min T 44 Elastic Recovery, 25 ºC min 58 T 301 Float Test, 60 ºC, s min 1200 T 50 Toughness, in-lbs, min CP-L 2210 Tenacity, in-lbs, min CP-L If successful application is achieved in the field, the Engineer may waive this requirement. 2 CP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for tests on residue. CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine acceptability. 3 For polymerized emulsions the distillation and evaporation tests will in be in conformance with AASHTO T-59 or CP-L 2212 respectively with modifications to include 205 ± 5 ºC (400 ± 10 ºF) maximum temperature to be held for 15 minutes. 4 Solubility may be determined on the base asphalt cement prior to polymer modification. 40

230 6 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 (c) Emulsion for Slurry Seals and Micro-Surfacing. Emulsions for slurry seals and micro-surfacing shall conform to the requirements listed in Table The modified emulsion shall contain a minimum of 3 percent polymer, SBR latex, or natural latex by weight. Table SLURRY SEAL AND MICRO-SURFACING EMULSIONS Property CQS-1hL CQS-1hP AASHTO Test No. Tests on Emulsion: Viscosity, at 25 ºC, Saybolt- min Furol, s max T 59 Storage stability, 24 hr, % max T 59 Particle charge test Positive Positive T 59 Sieve test, % max T 59 Oil Distillate by volume, % max T-59 Residue by distillation/ evaporation, % min T 59/ CP-L Tests on residue: Penetration, 25 ºC, 100g, 5s, min, dmm Penetration, 25 ºC, 100g, 5s, max, dmm T 49 Ductility, 25 ºC, 5 cm/min, cm, min T 51 Solubility, in trichloroethylene% min T 44 1 If successful application is achieved in the field, the Engineer may wave this requirement. 2 CP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for tests on residue. CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine acceptability. 3 For polymerized emulsions the distillation and evaporation tests will in be in conformance with AASHTO T-59 or CP-L 2212 respectively with modifications to include 205 ± 5 ºC (400 ± 10 ºF) maximum temperature to be held for 15 minutes.

231 7 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 (d) Emulsion for Prime Coat. Emulsion for prime coat shall conform to the requirements of Table Circulate before use if not used within 24 hours. Table ASPHALT EMULSION FOR PRIME COAT (AEP) Property Requirement AASHTO Test No. Viscosity, Saybolt Furol, at 50 C (122 F), s T 59 % Residue 65% min. T 59 to 260 C (500 F) Oil Distillate by Volume, % 7% max. T59 Tests on Residue from Distillation: Solubility in Trichloroethylene, % 97.5 min. T 44 (e) Recycling Agent. Recycling Agent for Item 406, Cold Bituminous Pavement (Recycle), shall be either a high float emulsified asphalt (polymerized) or an emulsified recycling agent as follows: 1. High Float Emulsified Asphalt (Polymerized). High Float Emulsified Asphalt (Polymerized) for Cold Bituminous Pavement (Recycle) shall be an emulsified blend of polymer modified asphalt, water, and emulsifiers conforming to Table for HFMS-2sP. The asphalt cement shall be polymerized prior to emulsification, and shall contain at least 3 percent polymer. The emulsion standing undisturbed for a minimum of 24 hours shall show no white, milky separation, and shall be smooth and homogeneous throughout. The emulsion shall be pumpable and suitable for application through a pressure distributor.

232 8 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 Tests on Emulsion: Table HIGH FLOAT EMULSIFIED ASPHALT (POLYMERIZED) (HFMS-2sP) Requirement Property Minimum Maximum Viscosity, Saybolt Furol at 50 C (122 F), sec AASHTO Test T 59 Storage Stability test, 24 hours, % 1 T 59 Sieve test, % 0.10 T 59 % Residue 1 65 T 59 Oil distillate by volume, % 1 7 T 59 Tests on Residue: Penetration, 25 C (77 F), 100g, 5 sec T 49 Float Test, 60 C (140 F), sec 1200 T 50 Solubility in TCE, % 97.5 T 44 Elastic Recovery, 4 C (39.2 F), % 50 T ± 10 F maximum temperature to be held for 15 minutes. 2 When approved by the Engineer, Emulsified Asphalt (HFMS-2sP) with a residual penetration greater than 300 dmm may be used with Cold Bituminous Pavement (Recycle) to address problems with cool weather or extremely aged existing pavement. Emulsified Asphalt (HFMS-2sP) with a residual penetration greater than 300 dmm shall meet all properties listed in Table except that Elastic Recovery shall be reported for information only.

233 9 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, Emulsified Recycling Agent. Emulsified Recycling Agent for use in Cold Bituminous Pavement (Recycle) shall conform to the requirements in Table Table EMULSIFIED RECYCLING AGENT Requirement Property Minimum Maximum Test Tests on Emulsion: 25 C, SFS ASTM D 244 Pumping Stability Pass GB Method 1 ASTM D Sieve Test, %w 0.1 Cement Mixing, %w 2.0 ASTM D 244 Particle Charge Positive ASTM D 244 Conc. Of Oil Phase 64 ASTM D Tests on Residue: 60 C, CST ASTM D 2170 Flash Point, COC, C ( F) 232 ASTM D 92 Maltenes Dist. PC+A 1 Ratio 4 S+A PC/S Ratio 0.4 Asphaltenes, % max ASTM D 2006 ASTM D 2006 ASTM D Pumping stability is determined by charging 450 ml of emulsion into a one liter beaker and circulating the emulsion through a gear pump (Roper 29.B22621) having a 6.3 mm (1/4 inch) inlet and outlet. The emulsion passes if there is no significant separation after circulating ten minutes. 2 Test procedure identical with ASTM D 244 except that distilled water shall be used in place of 2 percent sodium oleate solution. 3 ASTM D 244 Evaporation Test for percent of residue is modified by heating 50 gram sample to 149 C (300 F) until foaming ceases, then cooling immediately and calculating results. 4 In the Maltenes Distribution Ratio Test by ASTM Method D PC = Polar Compounds S = Saturates A 1 = First Acidaffin A 2 = Second Acidaffins

234 10 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 (f) Asphalt Rejuvenating Agents. Asphalt rejuvenating agents (ARA) shall be composed of a petroleum resin-oil base uniformly emulsified with water and shall conform to the physical and chemical requirements of Table or ASTM D Table ASPHALT REJUVENATING AGENT Property Test Method Requirement Viscosity, 25 C (77 F), s ASTM D Residue, % min. ASTM D Miscibility Test ASTM D 244 No coagulation 3 Sieve Test, % max. ASTM D Particle Charge Test ASTM D 244 Positive ASTM D244 (Mod): Viscosity, 60 C (140 F), mm 2 /s ASTM D ASTM Flash Point, COC, C, min. ASTM D Asphaltenes, % max. ASTM D Maltenes Dist. PC+A Ratio S+A 2 D 2006 Saturated Hydrocarbons, % ASTM D ASTM D244 Modified Evaporation Test for percent of residue is made by heating 50-gram sample to 149 C (300 F) until foaming ceases, then cooling immediately and calculating results. 2 Test procedure identical with ASTM D244 except that 0.02 Normal Calcium Chloride solution shall be used in place of distilled water. 3 Test procedure identical with ASTM D244 except that distilled water shall be used in place of 2% sodium oleate solution. 4 In the Maltenes Distribution Ratio Test by ASTM Method D4124: PC = Polar Compounds S = Saturates A 1 = First Acidaffin A 2 = Second Acidaffins

235 11 REVISION OF SECTION 702 BITUMINOUS MATERIALS March 29, 2016 For hot-in-place recycling ARA-1P is an acceptable alternative to ARA. ARA-1P shall meet the requirements below: Emulsified Polymer Modified Asphalt Rejuvenating Agent (ARA-1P) for use in hot-in-place recycling of bituminous pavements shall be modified with a minimum of 1.5 percent styrene-butadiene solution polymer. The finished product shall conform to the physical requirements listed in Table below. Table ARA-1P Property Test Method Min Max Test on Emulsion Viscosity, 77 ºF, s ASTM D ºF, % ASTM D 244 Mod 60 Sieve Test, % ASTM D Oil distillate, % ASTM D Test on Residue 39.2 ºF, 100g, 5s, dmm ASTM D-5 Modified Asphaltenes, % ASTM D (unused) Hot Poured Joint and Crack Sealant. Hot poured material for filling joints and cracks shall conform to the requirements of ASTM D 6690, Type II or Type IV. The concrete blocks used in the Bond Test shall be prepared in accordance with CP-L Sealant material shall be supplied pre-blended, pre-reacted, and prepackaged. If supplied in solid form the sealant material shall be cast in a plastic or other dissolvable liner having the capability of becoming part of the crack sealing liquid. The sealant shall be delivered in the manufacturer s original sealed container. Each container shall be legibly marked with the manufacturer s name, the trade name of the sealer, the manufacturer s batch or lot number, the application temperature range, the recommended application temperature, and the safe heating temperature. The sealant shall be listed in CDOT s Approved Products List prior to use.

236

237 February 18, 2016 REVISION OF SECTION 709 EPOXY COATED REINFORCING BARS Section 709 of the Standard Specifications is hereby revised for this project as follows: In subsection , 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 and replace with the following: Tie bars for longitudinal and transverse joints shall conform to AASHTO A 775 and shall be grade 40, epoxycoated, and deformed.

238

239

240

241

242

243

244

245

246

247

248

249

250

LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B17-27 PROJECT NUMBER 8085 REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER

LARIMER COUNTY ENGINEERING DEPARTMENT BID NUMBER B17-27 PROJECT NUMBER 8085 REPLACEMENT OF THE CROWN POINT DRIVE BRIDGE OVER THE CACHE LA POUDRE RIVER 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

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Significant Changes. 101 Definitions and Terms. 102 Bidding Requirements and Conditions 105 Control of Work

Significant Changes. 101 Definitions and Terms. 102 Bidding Requirements and Conditions 105 Control of Work 1 SIGNIFICANT CHANGES IN CDOT's 2017 STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION The following are significant changes from the 2011 Standard Specifications Book to the new 2017 Standard Specifications

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

LAS ANIMAS COUNTY Invitation for Bid No. 18-R005 HOT MIX ASPHALT

LAS ANIMAS COUNTY Invitation for Bid No. 18-R005 HOT MIX ASPHALT LAS ANIMAS COUNTY Invitation for Bid No. 18-R005 HOT MIX ASPHALT County Contacts: Phil Dorenkamp Las Animas County Road & Bridge Supervisor Brandi Bowman Las Animas County Road & Bridge Assistant 2000

More information

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56

PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 PennDOT Pub. 170 Highway Occupancy Permit (HOP) Manual Page 56 Additional Fees Additional fees may be charged by PennDOT consistent with Sections 411 and 420 of the State Highway Law and Regulations 441.4(d)

More information

State of New Jersey Department of Transportation

State of New Jersey Department of Transportation State of New Jersey Department of Transportation Special Provisions For State Aid Projects Chris Christie Governor Richard T. Hammer Acting Commissioner Kim Guadagno Lt. Governor Edition 011 SPECIAL PROVISIONS

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page SECTION 14 RESTORATION OF SURFACES... 14.1 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01

More information

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017 PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS

106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS SECTION 106 CONTROL OF MATERIALS 106.1 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS a. Sources of Supply. (1) Use sources of supply that will generate materials that meet quality requirements. Sources of

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN April 21, 2014 ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents for

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2017.02 Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5 The following changes are made to the Proposal, Specifications and Plans: SPECIFICATIONS:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

CONSTRUCTION SPECIFICATION FOR CONCRETE PAVEMENT AND CONCRETE BASE

CONSTRUCTION SPECIFICATION FOR CONCRETE PAVEMENT AND CONCRETE BASE ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 350 MARCH 1998 CONSTRUCTION SPECIFICATION FOR CONCRETE PAVEMENT AND CONCRETE BASE 350.01 SCOPE 350.02 REFERENCES 350.03 DEFINITIONS TABLE OF CONTENTS

More information

Steve A. Kent Purchasing Agent (870)

Steve A. Kent Purchasing Agent (870) City of Jonesboro Invitation to Bid - Not an Order P.O. Box 1845 300 South Church St. Rm 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 2017:08_ Date February 11, 2017 Sealed bids, subject

More information

ROAD COMMISSION FOR OAKLAND COUNTY SPECIAL PROVISION FOR DIVISION I GENERAL PROVISIONS (LOCAL LET PROJECTS)

ROAD COMMISSION FOR OAKLAND COUNTY SPECIAL PROVISION FOR DIVISION I GENERAL PROVISIONS (LOCAL LET PROJECTS) ROAD COMMISSION FOR OAKLAND COUNTY SPECIAL PROVISION FOR DIVISION I GENERAL PROVISIONS (LOCAL LET PROJECTS) RCOC/DESIGN: JO Page 1 of 11 The General Provisions shall be in accordance with the 2012 Michigan

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

MIDLAND COUNTY ROAD COMMISSION

MIDLAND COUNTY ROAD COMMISSION MIDLAND COUNTY ROAD COMMISSION BID FORM Sealed Proposals will be received at the office of the Board of Road Commissioners, County of Midland, at 2334 N. Meridian Road, Sanford, Michigan, 48657, until:

More information

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1)

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1) January 23, 2019 ADDENDUM NO. 1 FOR BID #015-19 STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS BID #016-19 BLONDY JHUNE ROAD RECONSTRUCTION (Base Add Alternative 1) BID # 017-19 WINNINGKOFF ROAD PHASE 2

More information

SPECIAL PROVISION Concrete Pavement

SPECIAL PROVISION Concrete Pavement 1995 Metric CSJ s 0902-48-305, etc. SPECIAL PROVISION 360---036 Concrete Pavement For this project, Item 360, Concrete Pavement, of the Standard Specifications, is hereby amended with respect to the clauses

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

NOXIOUS WEED MANAGEMENT PLAN for PARK COUNTY, COLORADO

NOXIOUS WEED MANAGEMENT PLAN for PARK COUNTY, COLORADO NOXIOUS WEED MANAGEMENT PLAN for PARK COUNTY, COLORADO Background: In 2000 Park County developed and implemented a noxious weed management plan, which was written to comply with the requirements of HB90-1175;

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania.

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania. CHAPTER 21 PART 2 TUNNELING AND EXCAVATIONS 201. Definitions. The following words and phrases, when used in this Part, shall have the meanings ascribed to them in this 201, except in those instances where

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # 2016-04 PROJECT SPECIFICATIONS TABLE OF CONTENTS SECTION 100 GENERAL... 1 SECTION 200 MATERIALS... 1 CONSTRUCTION METHODS... 1 SECTION

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

TELEPHONE: (215) Addendum No. 03

TELEPHONE: (215) Addendum No. 03 THE SCHOOL DISTRICT OF PHILADELPHIA SCHOOL REFORM COMMISSION Office of Capital Programs 440 North Broad Street, 3 rd Floor Suite 371 Philadelphia, PA 19130 TELEPHONE: (215) 400-4730 Addendum No. 03 Subject:

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Rte. 66/29 Interchange Reconstruction Project: 0066-076-113,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Mileposts B-8.1 thru B-8.8 DOT 714-363S, 714-364Y Gainesville,

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR ACCEPTANCE OF LONGITUDINAL JOINT DENSITY IN HOT MIX ASPHALT PAVEMENTS

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR ACCEPTANCE OF LONGITUDINAL JOINT DENSITY IN HOT MIX ASPHALT PAVEMENTS MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR ACCEPTANCE OF LONGITUDINAL JOINT DENSITY IN HOT MIX ASPHALT PAVEMENTS CFS:CJB 1 of 8 APPR:KPK:DBP:10-10-13 FHWA:APPR:10-11-13 Delete the second

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 3690 NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Commissioners Kitsap County 614 Division Street Port

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL...18.1 18-2 ROADWAY EXCAVATION...18.1 18-2.01 General...18.1 18-2.02 Unsuitable Roadway Excavation and Backfill...18.1 18-2.03 Surplus

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT

901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT SECTION 901 STORMWATER POLLUTION MANAGEMENT 901.1 DESCRIPTION Design, implement, inspect and maintain appropriate best management practices to minimize or eliminate erosion, sediment and other pollutants

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

SECTION 18 - EARTHWORK TABLE OF CONTENTS

SECTION 18 - EARTHWORK TABLE OF CONTENTS SECTION 18 - EARTHWORK TABLE OF CONTENTS Section Page 18-1 GENERAL... 18.1 18-2 ROADWAY EXCAVATION... 18.1 18-2.01 General... 18.1 18-2.02 Unsuitable Roadway Excavation and Backfill... 18.1 18-2.03 Surplus

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

Special Provision No. 199S53 February 2005

Special Provision No. 199S53 February 2005 QUALITY CONTROL COMPLIANCE INCENTIVE Special Provision No. 199S53 February 2005 1.0 SCOPE This special provision covers the financial incentive available to the Contractor for compliance with the quality

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and Contract Number: Bid Opening Date: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-15-236J November 18, 2014 Time: 11:00 A.M. BID OPENING LOCATION:

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

CITY OF SACRAMENTO STANDARD SPECIFICATIONS

CITY OF SACRAMENTO STANDARD SPECIFICATIONS CITY OF SACRAMENTO STANDARD SPECIFICATIONS FOR PUBLIC CONSTRUCTION June 2007 STANDARD SPECIFICATIONS FOR PUBLIC CONSTRUCTION City of Sacramento California Adopted by City Council June, 2007 $20.00 Including

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA

BIDDING DOCUMENTS KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT WHEELER, INDIANA BIDDING DOCUMENTS FOR THE KRULL DITCH/PARK AVENUE CULVERT REPLACEMENT PROJECT IN WHEELER, INDIANA SEPTEMBER 8, 2017 PREPARED BY: PORTER CO. DEPT. OF DEVELOPMENT & STORM WATER MANAGEMENT 155 INDIANA AVE.,

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. FOUR Date: 07.17.17 Project: REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA A4.1 GENERAL

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

BID FOR SINGLE CHIP SEAL OVER ASPHALT & FOG SEAL General Information for Bidders

BID FOR SINGLE CHIP SEAL OVER ASPHALT & FOG SEAL General Information for Bidders BID FOR SINGLE CHIP SEAL OVER ASPHALT & FOG SEAL 2018 General Information for Bidders Sealed bids must be received by 12:00 Noon, Thursday, March 29, 2018 at the Wascott Town Hall as stated in the public

More information

BID BLACKTOP RESURFACING

BID BLACKTOP RESURFACING PO Box 159 Wascott, WI 54890 BID BLACKTOP RESURFACING - 2015 General Information for Bidders Sealed bids must be received by 12:00 Noon, Monday, June 29, 2015, at the Wascott Town Hall as stated in the

More information

REQUEST FOR WRITTEN BIDS

REQUEST FOR WRITTEN BIDS Parks & Recreation Department 9355 East Stockton Blvd., Suite 185 Elk Grove, CA 95624 REQUEST FOR WRITTEN BIDS TO: ALL PROSPECTIVE BIDDERS DATE: March 9, 2016 Project Managers: Priscilla Oliver, Landscape

More information

SECTION BID FORM. Garfield Street Drainage Improvements

SECTION BID FORM. Garfield Street Drainage Improvements SECTION 00410 BID FORM Garfield Street Drainage Improvements ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: City of Lindsborg, Kansas City Clerk s Office 101 S. Main Street Lindsborg, KS 67456

More information

TOWN OF HOLLIS, NEW HAMPSHIRE

TOWN OF HOLLIS, NEW HAMPSHIRE TOWN OF HOLLIS, NEW HAMPSHIRE ROAD and DRIVEWAY SPECIFICATIONS APPENDIX (Adopted 10/7/08) APPENDIX A A. Road Design Standards 1. Pavement and drainage facilities, curbs and sidewalks, when required, shall

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

Town of Chebeague Island 192 North Road Chebeague Island, ME 04017

Town of Chebeague Island 192 North Road Chebeague Island, ME 04017 2012 ROAD RECLAMATION AND PAVING WORK INVITATION TO BID Proposals are requested for full depth reclamation and paving (HMA and CMA) work for the Town of Chebeague Island, Maine. The project scope includes

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

Purchasing and Procurement Policy

Purchasing and Procurement Policy Purchasing and Procurement Policy Purpose The purpose of this document is to implement the requirements of state law with regard to procurement and bidding on public contracts for public works, goods,

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

Work Breakdown Structure Element Dictionary Construction

Work Breakdown Structure Element Dictionary Construction Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor

More information

SPECIAL PROVISIONS ROUTE I-78 FROM EAST OF TUNNEL ROAD TO BEAVER BROOK CONTRACT NO

SPECIAL PROVISIONS ROUTE I-78 FROM EAST OF TUNNEL ROAD TO BEAVER BROOK CONTRACT NO SPECIAL PROVISIONS ROUTE I-78 FROM EAST OF TUNNEL ROAD TO BEAVER BROOK RESURFACING AND GUIDE RAIL UPGRADES TOWNSHIPS OF BETHLEHEM, UNION, CLINTON, FRANKLIN & TOWN OF CLINTON FEDERAL PROJECT NO. IM-078-5(096)

More information