Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC14-377 Oldcastle SW Group Fixed Bid Construction Agreement FIXED BID CONSTRUCTION AGREEMENT
BETWEEN
EAGLE COUNTY,COLORADO AND OLDCASTLE SW GROUP,INC.
FOR
EAGLE COUNTY DUCK POND BOAT RAMP AND SITE IMPROVEMENTS
THIS AGREEMENT is made this day of September 2014, by and between Eagle
County, (hereinafter "County" or "Owner"), and Oldcastle SW Group, Inc., a company
organized and existing by virtue of the laws of the State of Colorado ("Contractor").
RECITALS
WHEREAS,County desires to make certain improvements to the Eagle County Duck
Pond Open Space Property including improvements to or construction of the access road
paving,parking area and boat ramps (the "Project"); and; and
WHEREAS, Contractor is authorized to do business in the State of Colorado, has
experience and expertise necessary to perform said renovation and construction services
for County; and
WHEREAS, Contractor understands and acknowledges that the Project is for the
construction of boat ramp and site improvements at Duck Pond Open Space Property and
that Contractor's work under this Fixed Bid Construction Agreement (the "Agreement")
will be subject to the specifications, terms and requirements contained in the attached
Exhibit B; and
WHEREAS, County and Contractor intend by this Agreement to set forth the scope of
the responsibilities of Contractor in connection with the Project and related terms and
conditions to govern the relationship between Contractor and County in connection with
this Agreement.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing premises and the following
promises, County and Contractor agree as follows:
ARTICLE 1 —WORK
1.1 Contractor shall use licensed, skilled and competent laborers to complete all Work
as specified or indicated in the Contract Documents. The "Work" is generally described
as providing all labor, tools materials and services for the demolition, reconstruction and
site improvements of the Eagle County Open Space, Duck Pond Boat Ramp and Site
Improvements to complete the project in accordance with Eagle County Open Space
Duck Pond Drawings and Project Supplemental Conditions issued by High Country
Engineering, Inc. — Sheets CI, C2, C3, C4, C5, C6, C7, C8, C9, CI 0, and C11, all of
which are Dated September 5, 2014, and Structural Drawings by Oddo Engineering —
Sheet S1.0 dated August 27, 2014, including any Addendum thereto which may from
time to time be issued, which are collectively attached hereto and incorporated herein
as Exhibit B. As a component of the Work, Contractor will be required to protect all
construction areas from the public to prevent interference with the Work to be provided
hereunder. The Work may also be referred to herein as the "Construction Services."
ARTICLE 2 -EAGLE COUNTY'S REPRESENTATIVE
2.1 The Project is under the authority of the Eagle County Project Management
Department, the Manager of which, or his designee, shall be County's Project Manager
with Contractor with respect to the performance of the Work (hereinafter "Project
Manager").
2.2 The Eagle County Project Manager shall be authorized to sign change orders
increasing the scope of work and associated compensation within the budget constraints
set for the Project. Change orders in excess of the budgeted amount must be signed and
approved by the Board of County Commissioners.
ARTICLE 3—CONTRACT TIME
3.1 This Agreement shall commence upon execution of this Agreement by both
parties and, subject to the provisions of Article 11 hereof, shall continue in full force and
effect until the Work has been completed.
3.2 The Eagle County Project Manager will issue a Notice to Proceed with the
Construction Services for the Work. Contractor will commence Work with the
applicable component of the Project within seven (7) days of the County's issuance of a
Notice to Proceed for the applicable component of Work. Once a Notice to Proceed has
been issued, Contractor will complete the Work in a diligent and expeditious manner and
shall achieve Substantial Completion of the Project on or before November 30,2014
, or forty (40) calendar days of the date field construction has commenced, whichever is
earlier. Final completion of the Work in accordance with paragraphs 20 and 21(including
subparts) of the General Conditions shall be achieved by Contractor within nine (9)
calendar days after Substantial Completion.
3.3 Before a Notice to Proceed can be issued, County shall obtain a building permit
from the Eagle County Building Department.
ARTICLE 4—CONTRACT PRICE
4.1 For Work on the Project, County shall pay Contractor for the Construction
Services in current funds, based on the unit prices in Exhibit A, a sum not to exceed One
Hundred Forty Five Thousand Sixty Three dollars and 25 cents ($145,063.25) in
accordance with Contractor's Bid Form based on the Unit Prices dated
September 23, 2014 attached hereto as Exhibit A and incorporated herein by this
2
reference. Contractor shall not be entitled to overtime or other costs and Contractor
acknowledges that the compensation for the Work hereunder shall not exceed the
amount set forth in this paragraph
ARTICLE 5—PAYMENT PROCEDURES
5.1 Contractor shall submit applications for payment in accordance with paragraph 18
of the General Conditions. The Contractor shall submit applications for payment and all
back-up material (e.g. Subcontractor's invoices, vendor statements and receipts) as shall
be reasonably required in accordance with the General Conditions. Applications for
payment will be processed by the Project Manager as provided in the General Conditions.
The application for payment shall list all general and sub-trade divisions with each
division clearly showing the total construction cost and all increments for monthly
payment requests for labor and materials and all monthly reconciliation totals for each
division. The application shall also include a summary of all current changes to the
contract through approved Change Orders and the cost impact for these changes.
5.2 PROGRESS PAYMENTS: County shall make monthly progress payments on
account of the Contract Price on the basis of Contractor's applications for payments as
recommended by the Project Manager, as provided below. All progress payments will be
on the basis of the progress of the Work. County shall have the right to request and
inspect supporting documentation for progress payments, including but not limited to
receipts and invoices evidencing payments of charges associated with the Work.
5.2.1 Progress Payments will be in an amount equal to:
Ninety-five percent of the calculated value of Work completed and
materials and equipment not yet incorporated in the Work but
delivered and suitably stored less in each case the aggregate of
payments previously made. The withheld percentage of the
Contract Price may be retained until the Work is completed
satisfactorily and finally accepted by County as provided for
herein.
5.3 FINAL PAYMENT: Except as provided in section 5.4 of this Agreement,within
sixty (60) days of completion and acceptance of the Work by County in accordance with
the General Conditions, County shall pay the remainder of the Contract Price as
recommended by Project Manager as provided in paragraphs 20 and 21(including sub-
parts) of the General Conditions. The final payment shall not be made until after final
settlement of this contract has been duly advertised at least ten days prior to such final
payment by publication of notice thereof at least twice in a public newspaper of general
circulation published in Eagle County, and the ECAT Board has held a public hearing,
thereupon and complied with C.R.S. § 38-26-107, as amended. Final payment shall be
made in accordance with the requirements of aforesaid statute.
3
5.4 County may withhold from any payments due to Contractor, to such extent as
may be necessary to protect the County from loss, because of defective work or material
not remedied or the failure of Contractor to carry out the Scope of Work in accordance
with this Agreement.
ARTICLE 6—CONTRACTOR'S REPRESENTATIONS
In order to induce County to enter into this Agreement, Contractor makes the following
representations:
6.1 Contractor has familiarized himself with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions, and federal, state, and local
laws, ordinances, rules and regulations that may, in any mariner, affect cost,progress, or
performance of the Work.
6.2 Contractor has studied carefully all reports of investigations and tests of
subsurface and latent physical conditions at the site or otherwise affecting cost, progress,
or performance of the Work which were relied upon by Project Manager in the
preparation of the plans and specifications as shown in Exhibit B.
6.3 Contractor has made, or caused to be made, examinations, investigations, and
tests and studies of such reports and related data in addition to those referred to herein as
he deems necessary for the performance of the Work at the contract price, within the
contract time, and in accordance with other terms and conditions of the Contract
Documents; and no additional examinations, investigations, tests, reports, or similar data
are, or will be required by Contractor for such purposes.
6.4 Contractor has correlated the results of all such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of the Contract
Documents.
6.5 Contractor has given Project Manager written notice of all conflicts, errors, or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by Project Manager is acceptable to Contractor.
ARTICLE 7—CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement, made a part hereof, and
consist of the following:
7.1 This Agreement.
7.2 General Conditions.
7.3 Contractor's Bid Forms dated September 23, 2014which are attached hereto and
4
incorporated herein as Exhibit A.
7.4 Eagle County Open Space Duck Pond Boat Ramp and Site Improvements
Drawings and Supplemental Conditions issued by High Country Engineering, Inc. Sheets
Dated September 5, 2014 and Structural Drawings by Oddo Engineering dated August
27, 2014, including any Addendum that may be issued thereafter, which are collectively
attached hereto and incorporated herein as Exhibit B.
7.5 HP Geotech Subsoil Study Report dated June 30, 2014 and HP Geotech Subsoil
Report Addendum dated August 27, 2014 which are attached hereto and incorporated
herein as Exhibit C.
7.6 There are no Contract Documents other than those listed above in this Article 7.
The Contract Documents may only be altered, amended, or repealed by a Change Order
or Modification (as defined in the General Conditions).
7.7 The intent of the Contract Documents is to include all items, components and
services necessary for the proper execution and completion of all the Work outlined in
paragraph 1.1 of this Agreement. The Contract Documents are complementary, and what
is required by any one shall be as binding as if required by all. Words and abbreviations
which have well known technical or trade meanings are used in the Contract Documents
in accordance with such recognized meanings. The Contract Documents are listed in
order of priority. If a conflict exists in the terms of any of the Contract Documents, the
document with a higher priority shall control.
ARTICLE S—MISCELLANEOUS
8.1 No assignment by a party hereto of any rights under, or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically, but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent (except
to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment, no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
8.2 County and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
8.3 Notwithstanding anything to the contrary contained in this Agreement, Eagle
County shall have no obligations under this Agreement after, nor shall any payments be
made to Contractor in respect of any period after without an appropriation therefore by
County in accordance with a budget adopted by the Board of County Commissioners in
compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local
5
Government Budget Law (C.R.S. § 29-1-101 et seq.) and the TABOR Amendment
(Colorado Constitution,Article X, Sec. 20).
8.4 Contractor shall comply with the following provisions mandated by C.R.S. § 8-
17.5-101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES:
If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. §
8-17.5-101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this
Contract. By execution of this Contract, Contractor certifies that it does not knowingly
employ or contract with an illegal alien who will perform under this Contract and that
Contractor will participate in the E-verify Program or other Department of Labor and
Employment program ("Department Program") in order to confirm the eligibility of all
employees who are newly hired for employment to perform work under this Contract.
8.4.1. Contractor shall not:
(i) Knowingly employ or contract with an illegal alien to perform
work under this contract for services; or
(ii) 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 the public
contract for services.
8.4.2. Contractor has confirmed the employment eligibility of all employees who
are newly hired for employment to perform work under this Contract
through participation in the E-verify Program or Department Program, as
administered by the United States Department of Homeland Security.
Information on applying for the E-verify program can be found at:
http://www.dhs.gov/xprevprot/programs/gc_1185221678150.shtm
8.4.3. The Contractor shall not use either the E-verify program or other
Department Program procedures to undertake pre-employment screening
of job applicants while the public contract for services is being performed.
8.4.4. If the Contractor obtains actual knowledge that a subcontractor performing
work under the public contract for services knowingly employs or
contracts with an illegal alien,the Contractor shall be required to:
(i) 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
(ii) Terminate the subcontract with the subcontractor if within three
days of receiving the notice required pursuant to subparagraph (i)
of the paragraph (D) the subcontractor does not stop employing or
6
contracting with the illegal alien; except that the Contractor shall
not terminate the contract with the subcontractor if during such
three days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with
an illegal alien.
8.4.5. The Contractor shall comply with any reasonable request by the
Department of Labor and Employment made in the course of an
investigation that the department is undertaking pursuant to its authority
established in C.R.S. § 8-17.5-102(5).
8.4.6. If a Contractor violates these prohibitions, the County may terminate the
contract for a breach of the contract. If the contract is so terminated
specifically for a breach of this provision of this Contract, the Contractor
shall be liable for actual and consequential damages to the County as
required by law.
8.4.7. The County will notify the office of the Colorado Secretary of State if
Contractor violates this provision of this Contract and the County
terminates the Contract for such breach.
8.5 In the event of litigation between the parties hereto regarding the interpretation of
this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit
otherwise is brought in law or in equity to recover damages for breach of this Agreement,
or an action in tort or an action be brought for injunction or specific performance, then
and in such events, the prevailing party shall recover all reasonable costs incurred with
regard to such litigation, including reasonable attorney's fees.
8.6 At all times during the term of this Agreement, Contractor shall maintain insurance
on its own behalf in the minimum amounts required by paragraph 14 of the General
Conditions.
8.7 Contractor shall require each subcontractor to be bound by the terms of the
Contract Documents. All Work performed by a subcontractor shall be pursuant to the
appropriate written agreement in accordance with the requirements of the Contract
Documents.
ARTICLE 9 -JURISDICTION AND VENUE
9.1 This Agreement shall be interpreted in accordance with the laws of the State of
Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof.
Venue shall be in the Fifth Judicial District for the State of Colorado.
ARTICLE 10-INDEMNIFICATION
7
10.1 The Contractor shall, to the fullest extent permitted by law, indemnify and hold
harmless County and any of its officers, agents and employees against any losses, claims,
damages or liabilities for which County or any of its officers, agents, or employees may
become subject to, insofar as any such losses, claims, damages or liabilities arise out of,
directly or indirectly, this Agreement, or are based upon any performance or
nonperformance by Contractor hereunder or any subcontractor or anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable,
regardless of whether or not it is caused in part by a party indemnified hereunder; and
Contractor shall reimburse County for any and all legal and other expenses including
attorney fees incurred by County in connection with investigating or defending any such
loss, claim, damage, liability or action. This indemnification shall not apply to claims by
third parties against the County to the extent that the County is solely liable to such third
party for such claim.This Article shall survive termination of this Agreement.
ARTICLE 11 -TERMINATION
11.1 County may terminate this Agreement, in whole or in part, for any reason, at any
time, with or without cause. Any such termination shall be effected by delivery to
Contractor of a written notice of termination specifying the date upon which termination
becomes effective. Upon termination, Contractor shall deliver all redlined drawings and
other illustrations, photos or documents entirely or partially completed, whether in
electronic form or otherwise, together with all material supplied by Contractor or by
County. In such event, Contractor shall be compensated for all Work satisfactorily
completed up to the date of termination. Final payment, subject to the requirements
of Article 5 of this Agreement, will be due within thirty (30) days after Contractor has
delivered the last of the documents or records due the County.
ARTICLE 12 -OWNERSHIP OF DOCUMENTS
12.1 All documents (including electronic files) which are obtained during or wholly or
partially prepared in the performance of the Work shall remain the property of the County
and are to be delivered to County before final payment is made to Contractor or upon
earlier termination of this Agreement.
ARTICLE 13—NOTICE
13.1 Any notice required under this Agreement shall be personally delivered, mailed in
the United States mail, first class postage prepaid, or sent via facsimile provided an
original is also promptly delivered to the appropriate party at the following addresses:
The County: Eagle County Project Management
Rick Ullom, Construction Manager
P.O. Box 850
Eagle, Colorado 81631
(970) 328-8881 (p)
(970) 328-8899(f)
8
and a copy to: Eagle County Attorney
P.O. Box 850
Eagle, Colorado 81631
(970) 328-8685 (p)
(970) 328-8699 (f)
The Contractor: Oldcastle SW Group, Inc
Dba United Companies of Mesa County
P.O. Box 3609
Grand Junction, CO 81502
Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted
and confirmed received or, if transmitted after normal business hours, on the next
business day after transmission, provided that a paper copy is mailed the same date; or
three days after the date of deposit, first class postage prepaid, in an official depositary of
the U.S. Postal Service.
ARTICLE 14—INDEPENDENT CONTRACTOR
14.1 It is expressly acknowledged and understood by the parties hereto that nothing
contained in this Agreement shall result in, or be construed as establishing an
employment relationship. Contractor shall be, and shall perform as, an independent
contractor. No technician, agent, subcontractor, employee, or servant of Contractor shall
be, or shall be deemed to be, the employee, agent or servant of County. Contractor shall
be solely and entirely responsible for its acts and for the acts of its subcontractors,
technicians, agents, employees, and servants during the performance of this agreement.
Contractor shall not represent, act, purport to act or be deemed the agent, representative,
employee or servant of County.
///THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY.
SIGNATURE PAGE FOLLOWS.///
9
IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate on
the day and year first set forth above. One counterpart each has been delivered to
County, Contractor and Project Manager. All portions of the Contract Documents have
been signed or identified by County and Contractor.
EAGLE COUNTY, STAT • " C•LORADO,
By: ,
�.ir an
ATTEST: 4 1
, ItlAir:
Teak Simonton �torti∎v°
Clerk to the Board
(Duty p-
CONTRACTOR:
Name: Kyle Alpha
Title: General Manager
STATE OF COLORADO )
) SS
COUNTY OF MESA )
The foregoing instrument was acknowled e before me by
/� g g r c���eastit. �g �rcc�l Y i1 � 2/pJ1a as
& ey a 1 /11w�� of rei c2f,,fed�,,Var, e� o1 , Inc. on this 0746-day of
Cqi-erY11:2e.-r 2014. MO o- Cc u, Y
My commission expires: /(pr,t )r),,:71(>1
FiAt
Notary Public
SONA L. VAN HORN
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID#20144015627
My Commission Expires April 10,2018
10
GENERAL CONDITIONS
FOR
CONSTRUCTION SERVICES AGREEMENT
DUCK POND BOAT RAMP AND SITE IMPROVEMENTS
1. Contractor shall provide and pay for labor, materials, equipment, tools, licenses,
transportation, and other facilities and services necessary for proper execution and
completion of the Work.
2. If Contractor fails to obtain the tax exemption(s) applicable to public works
projects from sales, consumer, use and similar taxes, Contractor shall pay the same.
County will cooperate with Contractor to obtain tax exemption for this project.
3. Contractor shall be responsible for having taken steps reasonably necessary to
ascertain the nature and location of the Work, and the general and local conditions which
can affect the Work or the cost thereof. Any failure by Contractor to do so will not
relieve it from responsibility for successfully performing the Work without additional
expense to the County. County assumes no responsibility for any understanding or
representations concerning conditions made by any of its officers, employees or agents
prior to the execution of this Agreement, unless such understanding or representations are
expressly stated in the Agreement.
4. Before commencing activities, Contractor shall: (1) take field measurements and
verify field conditions; (2) carefully compare this and other information known to
Contractor with the Agreement; and (3) promptly report errors, inconsistencies or
omissions discovered to County.
5. Contractor shall supervise and direct the Work, using Contractor's best skill and
attention. Contractor shall be solely responsible for and have control over construction
means, methods, techniques, sequences and procedures, and for coordinating all portions
of the Work.
6. Contractor, as soon as practicable, shall furnish in writing to the County the
names of subcontractors and suppliers for each portion of the Work.
6.1 Contractor shall be fully responsible for all acts and omissions of his
subcontractors, and of persons and organizations directly or indirectly employed by them,
and of persons and organizations for whose acts any of them may be liable to the same
extent that Contractor is responsible for the acts and omissions of persons directly
employed by Contractor. Nothing in the Contract Documents shall create a contractual
relationship between Owner and any subcontractor or other person or organization having
a direct contract with Contractor, nor shall it create any obligation on the part of Owner
to pay or to see to the payment of any monies due any subcontractor, or other person or
organization, except as may otherwise by required by law. Owner may furnish to any
subcontractor or other person or organization, to the extent practicable, evidence of
amounts paid to Contractor on account of specific Work done.
7. No charge shall be made by Contractor for hindrances or delays from any cause
whatever during the progress of any portion of the Work. In any event, County may grant
an extension of time for the completion of the Work,provided it is satisfied that delays or
hindrances were due to causes outside Contractor's control, e.g., weather, or to acts of
omission or commission by the County, provided that such extensions of time shall in no
instance exceed the time actually lost to Contractor by reason of such causes, and
provided further that Contractor shall have given County immediate (as determined by
the circumstances, but not exceeding 72 hours) notice in writing of the cause of the
detention or delay.
7.1 Contractor shall promptly notify County in writing of any latent physical conditions
at the site or in an existing structure differing materially from those indicated or referred
to in the Contract Documents. County shall obtain the necessary additional
investigations and tests and furnish copies to Contractor. If County finds that the results
of such investigations or tests indicate that there are latent physical conditions which
differ materially from those intended in the Contract Documents, and which could not
reasonably have been anticipated by Contractor, a change order shall be issued
incorporating the necessary revisions.
The parties agree that, by way of example only, opening a wall and finding something
that logically would be there, like an electrical run to a receptacle is not an unforeseen
condition.
8. Contractor shall deliver, handle, store and install materials in accordance with
manufacturers'instructions.
9. Contractor promises to perform the Work in a workmanlike manner and
guarantees all Work against defects in material or workmanship for a period of one (1)
year from the date of completion. Contractor warrants to County that the materials and
equipment furnished under the Agreement will be new and of good quality; (2) the Work
and materials will be free from defects; and (3) the Work will conform to the
requirements of the Agreement.
9.1 All guarantees and warranties of equipment and other materials furnished to
Contractor or subcontractors by any manufacturer or supplier are for the benefit of
County. If any manufacturer or supplier of any equipment or material furnishes a
guarantee or warranty for a period longer than one (1) year from the date of completion,
Contractor's guarantee shall extend for a like period as to such equipment or materials.
9.2 Contractor shall correct at its own expense without cost to County and without
interruption of County's occupancy, any defects in material or workmanship and any
damage to other Work or property caused by such defects or the repairing of such defects
2
•
for one(1) year from the date of completion all as more fully set forth in paragraph 27
hereof.
10. Contractor shall comply with and give notices required by all federal, state and
local laws, statutes, ordinances, building codes, rules and regulations applicable to the
Work. If Contractor performs Work knowing it to be contrary to laws, statutes,
ordinances, building codes, rules or regulations without notice to and written approval of
County, Contractor shall assume full responsibility for such Work and shall bear the
attributable costs. Contractor shall promptly notify County in writing of any conflicts
between the specifications for the Work and such governmental laws, rules and
regulations.
11. Contractor shall keep the premises and surrounding area free from accumulation
of debris and trash related to the Work.
12. Any Work that may reasonably be inferred from the Contract Documents as being
required to produce the intended result shall be supplied as part of the contract price
whether or not it is specifically called for.
13. Contractor shall be solely responsible for the protection of the Work and material.
Contractor shall have no claim against County because of any damage or loss to the
Work (except that caused by negligence of County or those for whom County is
responsible), and shall be responsible for the complete restoration of damaged Work to its
original condition at its sole cost and expense. In the event Contractor's Work is
damaged by another party, not under its supervision or control, Contractor shall make its
claim directly with the party involved. If a conflict or disagreement develops between
Contractor and another party concerning the responsibility for damage or loss to
Contractor's Work, such conflict shall not be cause for delay in Contractor's restoration of
the damaged Work.
14. Contractor's Insurance:
A. Contractor shall purchase and maintain such insurance as will protect it
from claims set forth below which may arise out of or result from Contractor's
operations under the contract, whether such operations be by itself, or by any of
its subcontractors, or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable. All such insurance shall
remain in effect until final payment, and at all times thereafter when Contractor
may be correcting, removing, or replacing defective Work. In addition,
Contractor shall maintain such completed operations insurance for at least one
year after final payment.
B. Insurance coverages shall be as follows:
3
Coverage for claims under Workmen's Compensation, disability benefits, and
other similar employee benefit acts, with coverage and in amounts as required by
the laws of the State of Colorado;
Coverage for claims for damage because of bodily injury, occupational sickness
or disease, or death of its employees, and claims insured by usual personal injury
liability coverage;
Coverage for claims for damage because of bodily injury, sickness or disease, or
death of any person other than its employees, and claims insured by usual
personal injury liability coverage; and
Coverage for claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
Coverage for Contractor's Liability Insurance issued to and covering the liability
for damage imposed by law upon Contractor and each subcontractor with respect
to all Work performed by them under this Agreement.
Coverage for Contractor's Protective Liability Insurance issued to and covering
the liability for damages imposed by law upon Contractor and each subcontractor
with respect to all Work under this Agreement performed for Contractor by
subcontractors.
Coverage for Completed Operations Liability Insurance issued to and covering
the liability for damage imposed by law upon Contractor and each subcontractor
arising between the date of final cessation of the Work, and the date of final
acceptance thereof out of that part of the Work performed by each.
Comprehensive Automobile Insurance shall be carried in the amount of
$500,000/$1,000,000 for bodily injury and $500,000 for property damage, each
occurrence. All liability and property damage insurance required hereunder shall
be Comprehensive General and Automobile Bodily Injury and Property Damage
form of policy.
Comprehensive Risk Policy Option: In lieu of the several policies specified for
Contractor's Liability Insurance, a comprehensive liability and property damage
insurance policy inclusive of all the insurance and requirements herein set forth,
subject to the approval of the County,will be permissible.
Insurance covering claims for damages to persons or property required by the
preceding paragraph shall be in the following minimum amounts:
Bodily Injury Liability:
Each Person: $1,000,000
Each Accident or Occurrence: $1,000,000
4
Property Damage Liability:
Each Accident or Occurrence: $1,000,000
Aggregate: $2,000,000
Insurance shall be placed jointly in the names of the County, Contractor, and any
and all subcontractors, and any and all others obliged by contract with the County
to do Work on this Project, and, at the County's option, any other person or
persons whom the County deems to have an insurable interest in said property, or
any part thereof, payable as their several interests may appear. Any proceeds
obtained from insurance provided for by this paragraph shall be paid to and held
by the County as trustee. The County shall have the right to withhold payment of
such proceeds until such time as the Work destroyed or damaged and covered by
such insurance shall be reconstructed and shall pay such proceeds on an
installment basis similar to that provided for by progress payments covering the
original Work.
C. Certificates of Insurance: Certificates of Insurance acceptable to the
County shall be filed with the County with respect to each contractor and
subcontractor prior to commencement of the Work. These Certificates shall
contain provisions naming the County as an additional insured under Contractor's
insurance, as more fully required by the General Conditions herein, and that
coverage afforded under the policies will not be canceled until at least thirty days
prior written notice has been given the County. Contractor and its subcontractors
shall not permit any of its subcontractors to start Work until all required insurance
have been obtained and certificates with the proper endorsements have been filed
with the County. Failure of Contractor to comply with the foregoing insurance
requirements shall in no way waive the County's rights hereunder.
15. The County, at its option, may purchase and maintain such liability insurance as
will protect it against claims which may arise from operations under this contract.
Purchasing and maintaining such insurance, however, will not relieve Contractor from
purchasing and maintaining the insurance hereinbefore specified.
16. Before permitting any of its subcontractors to perform any Work under this
contract, Contractor shall either (a) require each of its subcontractors to procure and
maintain during the life of its subcontracts, Subcontractor's General Liability and
Property Damage Insurance of the types and in the amounts as may be applicable to its
Work, which type and amounts shall be subject to the approval of the County, or (b)
insure the activities of its subcontractors in its own policy.
17. Without invalidating the Agreement, Owner may, at any time or from time to
time, order additions, deletions, or revisions in the Work; these will be authorized by
change orders. Upon receipt by Contractor, of a change order approved by
Owner, Contractor shall proceed with the Work involved. All such Work shall be
performed under the applicable conditions of the Contract Documents. The Contract
5
Price may only be changed by a change order authorized by County. Failure of
Contractor to obtain a change order prior to performing the Work shall result in non-
payment for such Work.
18. Progress Payments:
Not more often than once a month, Contractor shall submit to County an application for
payment filled out and signed by Contractor covering the Work completed as of the date
of the application, and accompanied by such supporting documentation as County may
reasonably require. If payment is requested on the basis of materials and equipment not
incorporated in the Work,but delivered and suitably stored at the site or at another
location agreed to in writing,the application for payment shall also be accompanied by
such data, satisfactory to County, as will establish County's title to the material and
equipment, and protect County's interest therein, including applicable insurance. Each
subsequent application for payment shall include an affidavit of Contractor stating that all
previous progress payments received on account of the Work have been applied to
discharge in full all of Contractor's obligations reflected in prior applications for
payment. The amount of retention with respect to progress payments will be as stipulated
in the Agreement.
County will,within ten(10) days after receipt of each application for payment, either
indicate in writing a recommendation of payment, or return the application to Contractor
indicating in writing its reasons for refusing to recommend payment. In the latter case,
Contractor may make the necessary corrections and resubmit the application. County
shall, within ten(10)days of a recommendation of payment,pay Contractor the amount
recommended.
18.1 Substantial Completion shall mean when the Work(or a specified part thereof)
has progressed to the point where it has received a temporary or final certificate of
occupancy from Eagle County, and in the opinion of County as evidenced by a definitive
certificate of substantial completion, it is sufficiently complete in accordance with the
Contract Documents, so that the Work(or specified part) can be utilized for the purposes
for with it is intended; or if there is no such certificate issued,when final payment is due
in accordance with the Contract Documents.
When Contractor considers the entire Work ready for its intended use, and a temporary or
final certificate of occupancy has been issued for the Work; Contactor shall, in writing to
County certify that the entire Work is substantially complete. Within a reasonable
time thereafter, County, and Contractor shall make an inspection of the Work to
determine the status of completion. If County does not consider the Work substantially
complete, County will notify Contractor in writing giving its reasons therefore and
Contractor shall complete or correct such items identified by County. There shall be
attached to the certificate a tentative list of items to be completed or corrected before
final payment.
6
19. Contractor warrants and guarantees that title to all work, materials, and equipment
covered by any application for payment, whether incorporated in the project or not, will
pass to County at the time of payment free and clear of all liens, claims, security interests,
and encumbrances(in these General Conditions referred to as "Liens").
20. Final Payment:
A. Upon written notice from Contractor that the Work is complete, County
will make a final inspection with Contractor, and will notify Contractor in writing
of all particulars in which this inspection reveals that the Work is incomplete or
defective. Contractor shall immediately take such measures as are necessary to
remedy such deficiencies.
B. After Contractor has completed all such corrections to the satisfaction of
County, and delivered all maintenance and operating instructions, guarantees,
bonds, certificates of inspection, Contractor may make application for final
payment following the procedure for progress payments. The final application for
payment shall be accompanied by all documentation called for in the Contract
Documents, and such other data and schedules as County may reasonably require,
together with complete and legally effective releases or waivers (satisfactory to
County) of all liens arising out of, or filed in connection with the Work. In lieu
thereof, and as approved by County, Contractor may furnish receipts or releases in
full; an affidavit of Contractor that the releases and receipts include all labor,
services, material, and equipment for which lien could be filed, and that all
payrolls, material, and equipment bills, and other indebtedness connected with the
Work, for which County or its property might in any way be responsible, have
been paid or otherwise satisfied; and consent of the surety, if any, to final
payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor
fails to furnish a release or receipt in full, Contractor may furnish a bond or other
collateral satisfactory to County to indemnify County against any lien.
21. Final payment shall not become due until Contractor submits to County releases
and waivers of liens, and data establishing payment or satisfaction of obligations, such as
receipts, claims, security interests or encumbrances arising out of the Work. Final
payment is subject to the Final Settlement requirements and time periods set forth in
C.R.S. §38-26-107.
21.1 The County shall not authorize final payment until all items on the punch list have
been completed and the County has received a Certificate of Occupancy from the local
jurisdiction, the Notice of Acceptance is issued, and the Notice of Contractor's Final
Settlement Date is published and at least 30 days have expired with no claims filed.
21.2. Before the County may advertise, Contractor shall:
A. Deliver to the Eagle County Project Manager for review:
7
1. All guaranties and warranties;
2. A letter confirming that sales taxes from which the County is
exempt have not been paid;
3. Three(3) complete bound
) coin p sets of required operations and
maintenance manuals and instructions plus One(1) electronic copy
placed on an archival quality compact disk;
4. Two (2) full size sets of as-built drawings plus One(1) electronic
copy placed on an archival quality compact disk;
5. To the extent not already furnished, one copy of all corrected Shop
Drawings;
6. Satisfactory evidence that all payrolls,material bills, and other
indebtedness connected with the Work have been paid or otherwise
satisfied;
7. A complete and final waiver and/or release of any and all lien
rights and liens from each subcontractor of all tiers, material, men,
supplier, manufacturer and dealer for all labor, equipment and
material used or furnished by each on the Work;
8. Consent of the surety to final payment; and
9. Any other documents required to be furnished by the Contract
Documents.
B. Demonstrate to the operating personnel of the County the proper operation
and maintenance of all equipment.
21.3. Upon completion of the foregoing, Contractor's Settlement shall be advertised in
accordance with Colorado law. On the date of final settlement thus advertised,
and after Contractor has submitted a written notice that no claims have been filed,
final payment and settlement shall be made in full.
21.4. Pursuant to C.R.S. §38-26-107, if any unpaid claim for labor,materials, rental
machinery, tools, supplies, or equipment is filed before payment in full of all
sums due Contractor, County shall withhold from Contractor sufficient funds to
insure the payment of such claim,until the same shall have been paid or
withdrawn, such payment or withdrawal to be evidenced by filing a receipt in full
or an order for withdrawal signed by the claimant or its duly authorized agent or
assignee.
8
21.5. The making of fmal payment, after the Date of the Notice of Contractor
Settlement of the Project, shall constitute a waiver of all claims by the County
except those arising from:
A. Unsettled Claims;
B. Faulty or defective work appearing after Completion of the Work;
C. Failure of the Work to comply with the requirements of the Contract
Documents; or
D. Terms of any warranties or special warranties required by the Contract
Documents.
21.6. The acceptance of final payment, after the Date of the Notice of Contractor
Settlement of the Project, shall constitute a waiver of all claims by Contractor
except those previously made in writing and separately identified by Contractor as
unsettled in the final Project Application for Payment.
21.7. All provisions of the Contract Documents including without limitation those
establishing obligations and procedures, shall remain in full force and effect
notwithstanding the making or acceptance of final payment.
22. Contractor's obligation to perform and complete the Work in accordance with the
Contract Documents shall be absolute. Neither the recommendation of any progress or
final payment, nor the payment by County to Contractor under the Contract Documents,
nor any use or occupancy of the Work or any part thereof by County, nor any act of
acceptance by County, nor any failure to do so, nor any correction of defective Work by
County shall constitute an acceptance of Work not in accordance with the Contract
Documents or a release of Contractor's obligation to perform the Work in accordance
with the Contract Documents.
23. Any Work in accordance with the Contract Documents that the County finds
improper, Contractor will correct said Work at its sole cost and expense and in a timely
manner so as not to delay completion of the Project.
24. If Contractor defaults or neglects to carry out the Work in accordance with the
Agreement and fails within a ten (10) day period after receipt of written notice from the
County to correct such default or neglect with diligence and promptness, the County may,
without prejudice to other remedies, correct such deficiencies and Contractor shall be
responsible for the cost of such correction.
25. Contractor shall be responsible for initiating, maintaining and supervising all
safety precautions and programs, including all those required by law in connection with
performance of the Agreement. Contractor shall promptly remedy damage and loss to
9
property caused in whole or in part by Contractor, or by anyone for whose acts
Contractor may be liable.
26. Contractor shall promptly correct Work rejected by County as failing to conform
to the requirements of the Agreement and Contractor shall bear the cost of correcting
such rejected Work.
27. Contractor warrants and guarantees to County that all Work will be in accordance
with the Contract Documents and will not be defective. Prompt notice of all defects shall
be given to Contractor. If, within one (1) years after the date of completion, or such
longer period of time as may be prescribed by law, prescribed by the terms of any
applicable warranty given by a materials supplier or required by or a part of the
Agreement, any Work is found to be defective, Contractor shall promptly, without cost to
County, and in accordance with County's written instructions, either correct such
defective Work, or, if it has been rejected by County, remove it from the site, and replace
it with non-defective work. If Contractor does not promptly comply with the terms of
such instructions, or in an emergency where delay would cause serious risk of loss or
damage, County may have the defective Work corrected or the rejected Work removed
and replaced, and all direct and indirect costs of such removal and replacement, including
compensation for additional professional services, shall be paid by Contractor.
28. The performance of the Work may be terminated at any time in whole, or from
time to time in part, by County for its convenience. Any such termination shall be
effected by delivery to Contractor of a written notice ("Notice of Termination")
specifying the extent to which performance of the Work is terminated and the date upon
which termination becomes effective. After receipt of a Notice of Termination, and
except as otherwise directed by County, Contractor shall, in good faith, and to the best of
its ability, do all things necessary, in the light of such notice and of such requests in
implementation thereof as County may make, to assure the efficient, proper closeout of
the terminated Work(including the protection of County's property).Among other things,
Contractor shall, except as otherwise directed or approved by County:
A. stop the Work on the date and to the extent specified in the Notice of
Termination;
B. place no further orders or subcontracts for services, equipment or materials
except as may be necessary for completion of such portion of the Work as is not
terminated;
C. terminate all orders and subcontracts to the extent that they relate to the
performance of Work terminated by the Notice of Termination;
D. assign to County, in the manner and to the extent directed by it, all of the right,
title and interest of Contractor under the orders or subcontracts so terminated, in
which case County shall have the right to settle or pay any or all claims arising
out of the termination of such orders and subcontracts;
10
E. with the approval of County, settle all outstanding liabilities and all claims
arising out of such termination or orders and subcontracts; and
F. deliver to County, when and as directed by County, all documents and all
property which, if the Work had been completed, Contractor would be required
to account for or deliver to County, and transfer title to such property to County
to the extent not already transferred.
In the event of such termination, Contractor shall be entitled to payment for the
Work satisfactorily performed prior to the termination date.
29. The selection of bidders shall be in accordance with the laws of Colorado. In the
event of Contractor's non-compliance with the Colorado labor laws, this Contract may be
canceled, terminated or suspended, in whole or in part,without any liability to the
County.
30. Contractor acknowledges that the Work is a public work financed in whole or in
part by funds of the state of Colorado and/or County, and pursuant to section Title 8-17-
101, C.R.S. (1973). Colorado labor shall be employed to perform the Work in the extent
of not less than eighty percent(80%) of each type or class of labor in the several
classifications of skilled and common labor employed in the Work. For purposes of this
provision, "Colorado labor"means "any person who is a resident of the state of
Colorado at the time of employment,without discrimination as to race, color, creed, sex,
age or religion except when sex or age is a bona fide occupational qualification."
31. Contractor agrees to comply with the letter and spirit of the Colorado Anti-
discrimination Act of 1957, as amended, and other applicable laws respecting
discrimination and unfair employment practices. Pursuant thereto,the following
provision shall be contained in all contracts or subcontracts during the performance of
this Contract:
A. Contractor will not discriminate against any employee or applicant for
employment because of race, creed, color,national origin, sex,marital status,
religion, ancestry,mental or physical disability, sexual orientation, or age.
Contractor will take affirmative action to insure that applicants are employed
and that employees are treated during employment,without regard to the above
mentioned characteristics. Such action shall include,but not be limited to, the
following: employment,upgrading, demotion or transfer, recruitment or
recruitment advertising; lay-offs or terminations; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. Contractor
agrees to post in conspicuous places, available to employees and applicants for
employment,notices to be provided by the contracting officer setting forth
provisions of this non-discrimination clause.
11
B. Contractor will, in all solicitations or advertisements for employees placed by or
on behalf of Contractor; state that all qualified applicants will receive
consideration for employment without regard to race, creed, color, national
origin, sex,marital status, religion, ancestry,mental or physical disability, or
age.
32. In addition to the indemnification in the Agreement, and to the fullest extent
permitted by law, Contractor shall indemnify and hold harmless County, and Eagle
County Board of Commissioners, employees and the agents of any of them, from and
against claims, damages, losses and expenses, including but not limited to attorneys'fees,
arising out of or resulting from performance of the Work,provided that such claim,
damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to
injury to or destruction of tangible property(other than the Work itself) including loss of
use resulting therefrom,but only to the extent caused in whole or in part by negligent acts
or omissions of Contractor, a subcontractor, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable.
33. Colorado Statutes do not provide for any right of lien against public buildings. In
lieu thereof, Title 38-26-107 et seq. C.R.S., as amended,provides adequate relief for any
claimant having furnished labor,materials,rental machinery, tools, equipment or services
toward construction of the particular public work in that final payment may not be made
to a Contractor until all such creditors have been put on notice by publication in the
public press of such pending payment and given opportunity to stop payment to
Contractor in the amount of such claims.
12
Ali o d(,tcik 4r mot t p„r tlidelYte
111110 \ r... iik
vow r4
okkastie
4„ :0, ,
40,
1.174 Aar ∎Id
,,,t.1fi,„s,„,„t .„,,tnnuy R.,A,!10, 9311i61-c";0,0 14,, t11,1,A1
. r
4ainlIi,t1.1 s.i5": (4(ow,,,1'..1,r3rf .(;46x1c,■1 Nixsar,04,C4.)81,t+rx ic=i+aSxtr.4,1Sit.
t'E sVVS.YallIt - rant ,'”? ,.:a i-i"?r 1, ■, ,:"ir�4q;rr_ czr/ti;,;sk.1't„s s s, o,
k t ";.�-_ t«sr °.ctlluritf—qracl.etant
To: Eagle County Open Space Contact:
Address: Eagle,CO 81631 Phone: 970-471-6776
Fax:
Project Name: 2014 Duck Pond Bid Number:
Project Location: Bid Date:
We are pleased to propose the following:
I Item# Item Description Estimated Quantity Unit Unit Price Total Price
1 Mobilization,complete and in place,per lump sum. 1.00 LS $8,000.00 $8,000.00
2 Erosion and sediment control to include all equipment 1.00 LS $1,190.00 $1,190.00
and materials required for installation and maintenance
of BMP's(silt fencing,hay bales, runoff track strips,
etc.)complete and in place,per lump sum.
3 Sediment Control Fence,including furnishing material, 565.00 LF $3.00 $1,695.00
hauling,excavation,backfill,per detail,complete and in
place,per linear foot.
8 Clearing and grubbing-no haul off is included. 1.00 LS $3,650.00 $3,650.00
10 Survey Layout,including all layout necessary to 1.00 LS $2,000.00 $2,000.00
construct boat ramp,roads, infrastructure,irrigation,
ect.,per lump sum.
11 Grading and Earthwork(Unclassified excavation) 1,287.50 CY $16.00 $20,600.00
including excavation and backfill; removal,haul and
disposal of excess excavated material;subgrade
scarification,hauling,placement,compaction;complete
and in place,per cubic yard.
12 Grading and Earthwork(Unclassified fill)including 1,209.09 CY $11.00 $13,300.00
subgrade scarification, hauling,placement,compaction,
topsoil removal and replacement;complete and in
place,per cubic yard.
14 Topsoil Stripping&Stockpiling. Excludes any stripping 208.00 CY $12.50 $2,600.00
of center island
29 CDOT Class D Concrete 4500 psi Cast-in-Place for Boat 22.00 CY $915.00 $20,130.00
Ramp,furnishing material including concrete and rebar,
hauling,base preparation, pouring,curing,grooving,
weather protection,testing,complete and in place,per
cubic yard.
30 24”deep Class 6 Aggregate Base Course for Boat Ramp, 65.00 CY $100.00 $6,500.00
including furnishing,hauling,placing and compacting,
per cubic yard.
31 12"deep 3/4”Washed Rock for Boat Ramp, including 37.00 CY $100.00 $3,700.00
furnishing,hauling, placing and compacting,per cubic
yard.
32 Type 2 Turbidity Curtain,including furnishing material, 272.00 LF $30.00 $8,160.00
installation and maintenance per project specifications,
complete and in place, per linear foot.
33 Oil Absorption Boom SPC 5510(or equivalent),including 242.00 LF $14.00 $3,388.00
furnishing material, installation,maintenance and
replacement per project specifications,complete and in
place,per linear foot.
34 Coffer Dam,including furnishing material,grading, 1.00 LS $18,850.00 $18,850.00
boulder removal,pollutant diversion away from river,
seepage and ground water control per projects specs,
complete and in place,per lump sum.
35 Concrete Laden Water Control,complete and in place, 1.00 LS $1,100.00 $1,100.00
per lump sum.
36 Construction De-Watering,including obtaining a state 1.00 LS $10,500.00 $10,500.00
permit,pumping and filtering of water being returned to
9/23/2014 4:16:15 PM Page 1 of 2
Item# Item Description Estimated Quantity Unit Unit Price Total Price'
main flow of river or other drainage,per lump sum.
37 CDPHE Construction Activities discharge permit in 1.00 LS $1,100.00 $1,100.00
association with the SWMP
38 36"deep of 12"d50 Type-M angular Rip-Rap protection 90.00 CY $165.00 $14,850.00
at boat ramp shoulders,including furnishing, hauling,
placing and compacting,complete and in place,per
cubic yard.
39 Mirafi 180N Filter Fabric below boat ramp rip-rap, 225.00 SY $3.65 $821.25
including furnishing material,installation per detail,
backfilling,complete and in place, per square yard.
40 Tensar TX 170 GeoGrid below boat ramp,including 120.00 SY $19.00 $2,280.00
furnishing material,installation per detail,backfilling,
complete and in place,per square yard.
41 Drill-Seed or hydromulch disturbed areas with the 2,950.00 SF $0.22 $649.00
Riparian seed mix,following the completion of the boat
ramp grading operations,surface roughening,complete
and in place,per square foot.
Total Bid Price: $145,063.25
Notes:
• These quantities and unit prices represent only a portion of the work indicated on the plans as agreed to with the County. Major work items include
excavation for and installing the boat ramp and associated work specifically to install the boat ramp. The full scope of work as represented in the
drawings is not covered by the unit prices herin nor the total sum of$145,063.25.
ACCEPTED: CONFIRMED:
The above prices,specifications and conditions are satisfactory and Oldcastle SW Group, Inc. dba United Companies
are hereby accepted. of Mesa County
Buyer:
Signature: Authorized Signature:
Date of Acceptance: Estimator:
9/23/2014 4:16:15 PM Page 2 of 2
Request for Proposal
for Construction Services
REQUEST FOR PROPOSALS
PROPOSAL FORM
THIS PROPOSAL FORM MUST BE SUBMITTED WITH YOUR PROPOSAL
TO: Eagle County Project Management Department Office
ATTN: Rick Ullom, Construction Manager
P.O. Box 850,Eagle,CO 81631-0850
Eagle County Project Management Department Office
Eagle County Maintenance Service Center
ATTN: Rick Ullom
3289 Cooley Mesa Road
Gypsum Colorado, 81637
Re: REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR
EAGLE COUNTY OPEN SPACE DUCK POND
BOAT RAMP AND SITE IMPROVEMENTS
The undersigned, having examined the Instructions to Proposers and any and all documents related to the
above referenced RFP:
(a) agree to comply with all conditions,requirements,and instructions of the Request for
Proposal as stated or implied therein;
(b) Acknowledges the right of Eagle County,Colorado in its sole discretion to reject any or all
proposals submitted,and that an award may be made to a proposer even though not the lowest
cost;
(c) Acknowledges and agrees that the discretion of Eagle County,Colorado in selection of the
successful proposer(s)shall be final, not subject to review or attack;and
(d) Acknowledges that this proposal is made with full knowledge of the foregoing and full
agreement thereto.
(e) Acknowledges and agrees that they have reviewed all identified documents and existing site
conditions.
By submission of this proposal,and signature below,the respondent acknowledges that it has the authority to
sign this Proposal Form and bind the company named below.The proposer further acknowledges that Eagle
County,Colorado has the right to make any inquiry or investigation it deems appropriate to substantiate or
supplement information contained in the proposal and related documents, and authorizes release to Eagle
County of any and all information sought in such inquiry or investigation.
Oldcastle SW Group, Inc
Company Name: dba United Companies of Mesa County
Title of Proposer: General Mana r
Signature of Proposer: ''
Kyle Alpha
Page 6
t1
ik it 1[ 110 ...47
lillittill ;1
ill i 8 II
l l I
Z it
I CO
e
V
0 -
Z
H
'. Z 0
H a e
O � s y}4 i 4
a
p,OZ ,47--
rte. #` . y
'C n �C`F4i. 4 _
ii;p
gd * " � N %la r n r y. . d
S o < ' ! 1 f '-;7 n n n
8 � f z ' emz
Et
A .4.3 ; * -3- t_ ?5 7r,'9 4, 1 gq ,3. i
4'2 -ryr
11 il it --`?.,—Z--.: a 3 ,314311#°
=s 52i
�§ n z ril
1: �o a, I- 4 j
BIS "
y& °„�eeoo00ayee n z I; I 1
�J
il : 121'11:1 7
6
1 T tifili 4J1 I-1 CD
4$L- i F Djp ,.9M 11118111"o
�g] f� »7000
' � !;fig Z
, �„4, C I
1g
4�54
t
iiF Fr?8 YY 1" Y 'F Ck ry p pxk 7i t: p ypit � / "r: CF ? g • f f f aHf
It! i r [ t t €` r tiii =tt j r;r&!#tr i !!7 i sr !! r =73! ! !`! ! _ ![ : !'!
!`it ! #t.. # t=t :11,11111! t• i ri r it Q ! it► l• p l'. t € 11 1 !_! t 1
P t t T ` ! � € ! : •[r =t i s €t't tit rrt`t�•` =t t t€t€t � ! [ i t
li Iti 1111/# it Eli i`# a rI l! ri 1f 1t1tI`II 11111111p1111111/111!111111111! 1111111111111 t
r #t ittrr its tE:€1r! $ t! ` `r= 1/13110 tt , t t 1 . .! I
:111 i ill;! 1111 it :1111 lt� F! 111 III 3 ' 111 Ili tlilliilr=i il11r x:11111 li 1111/II Il:1 1
is m= i i r L 11! 111 J p ` s5 = li II ` €! ! 'L}! # t 1= rii€}l L t
_ ,,11 1 i t €! f_iic# #s i ; P L 1+, .# =t 1; t i # t ilir ti!``.€. • L`ti ; it it I
li ii illiti#1 i_+ #t FiI !!il11113{ iI ti, €lli 111 `1111;itib i i:i 1#14 ii tiiiiii €t ij r ! i j�€ . r : j[ II L}[t . 0 M 11In 'i'i F if ii ( 1! 1 _� !, t'� .r iii ,t {I!1 i ai , !;! #1,1111 11 i 4 =! ! iii ii!r ;/ r 1;11 � #i liliti; 1 i/: 1 i!€` ii €ltil! ii i t t, it t i' • i i 111.(1,/ !II rsi tt�i I I_, ! [ ! 1 f �°"` �i !! •! 1 t #4 1 i ' l .3i s 1a} Ails $ ! i r i =ci !i d . iI ! i` €= _I i! !r t € I fir 1 [PI,/ i II ; i ! ! it !III iii i 1
• f
Illiiiiii!lifill III"
ill! 11111111;i ill
ill' 1 II
i } P1 ';
;III il
1
IIIJI ! !I I}} j I
� w s I , i
` ! 4111 , r
s:
oow SOAc.pJARiM.M HIGH COUNTRY£NGINEEF[tNG,iNC 1� c+^ 1G1°0" +Tb,F3aZ4".�.';.3^
Q €t l D,xK WND acATAAM+ n..WCAre.Ut.or%i.� w+• .ODO�4 w....
OLOoo000 BMW&CO Ones •PRCLIM.NART POO..snw.CI rAMYYO.a.. "Y... Io•o,_�y.�
GCNCRA6 NDTCf WWWNCOW.CON e1J'iY-- LL:'..ni'AC.
k
11 ...-:— _.,-7-7...--i--- -',--
I/ . 7-,:-VII 1:' i I II litli II
i \ :14114 1 1
€
a11j 1
�, h \n
1 1.
$. I 1 iI€ Jit ' 1C ``- 7' z it.., t LL l {
\ s, r II
f }4 \ ' `,, �fte, wn,., 'xti. +.ate., \ ____. w
i ' ---'\ geirlir ".411•111114Z-17,7$--,.*:44.-''',. ;.4.,•41';'''' iii i / 'Op 0 0: _,----:—..:-.--o
i ` 111 1 I J/ �I€111°1111 dI al \I,t1".., € %1ij J I 1 ai -,1'I t, `
111111 4 I II -.* sir
l .Ri
M
R I1 si1�I --s .,
{ 1I I \.� \.
1 1 \
1 1
4
1 gil1 ' 1l 11 194,1; no.ipP1€1
10I, tit
IAgA,I,.IIA
iiiiiiiiiiiiiiiiliiiilli . 1
��
N HH 1 I r�>
j , l -- .-
11Iillit ,
uaACC%%m HIGH COUNTRY ENGINEERING,INC. —. :.d to
orc�,s'+cccaOAT RA+r dm3ffi L+'] ,:°.°°�:za«r.o°61en+..
nna.nn�Wnucm�a,.
Q _$P DUCK POND BOAT RAMP erav rt=a ce gioo NM���
i` P1OTFO NARY nwu[rWWW HC•.ruetewafn r���• a
O # RR PLAN NOTPOR CON■7Rucnor4 W W WMC■NO.CON
•
_ n I �R x
, - .1 . - _ .m.,_nig*" ., ,4
i '. fir' 1 .Jj" -•"^`'., r`°S!I t.
,,,-j i',, i'lx ;, 'Ili ',,,,, \ g\ 1'.::,‘, I ii ("--"z,,,4,,,,, Vo-- ' -1'.
ikt‘4\4*,,c\,,,,:\ ,''''''''\\ \\,11, f.:-,,:ot!jif I '4%.\',.,-;,:..:,,,,, 11Z.-:.., D "Ii'
' ',i'-0'1:..-74-.:\'_Te:,,,,,----:-;....:---..-4°-",„.....1-.....7,...;77';..7:4,1::::,1-'1:47-t2.7-4::::3.,,,-:,.,:t1;:Z::.,.,_,11 . il i I, de/ii.,T,,,.4,41tt,,,e,;.,0,,, / T_": ,..„.„...._:,...-. 1
! 4‘16), ';...N. ''''44 -.,.. -
s
!I� `�.., c �.. I 1I I , `•
'II - ,
II 1 I e Rid I! °
II '' ,‘ -- .\--.. t
ilii 1� 1g*Ili _
:4.11 _ T
__I
11 t•
C)
(4, RV
4
ra��rCoL mm HIGH COUNTRY ENGINEERING,INC. •^ 't .a .r....' •' °`I`41ftwr=""S'
g oR„srutatnnana AN i•rowun•.rauc�a,e�, yea°azt
4 Z 2 DUCKPONO OOATRAMP wd+waasvwa ee•,r, } • � !
gi ORADINO ANO MOM SWWW.I rui�swse a.rc,a -Y A
lRONON[ONTROL RAN ,Nlr•r•N�'iT•6.reM ' , 1,'"` 4 .,Z
s
t
1!11/1
,. iii I
4
it a it
1 II ,'..::A , -.-1--- „...,—...1- —,_--.. zr,,,,. ii ,.....,\ ,
f!11 '+-- i �r'
I 171 4 ili l'''.11;4'1,,,r1 --'c''''''VP'''''''`.-"HI-------,-\'' '',,--,v...'ff,i* \-.,,,,, ),,,,,,,,,--,--:,,,,--k-
1'4 I
e 1,i , /1 z -
9i ;i ((
k v
( .
\ ,*;
1
w
RiEFR
ft
f�I l'gi g
l ali iii
_, y
c 1 • .. _.
i i OStt VAUM COLINTY ARTMETR �.►.�,, HIGH COUNTRY ENGINEERING,INC. A. , . .,,., ,,__,,,"`'"''" w �M "
1.11 WARR AVM,*00“91.
a F 04CK POND GOAT VAMP
414900004 010/0149.oo 1.1091 "� z >'
_& room OTC.YMi...Y.fN.O N. ._,C,,
3 sI6NANE PLAN WWW I$CL110.COM �..., ....a 7TH
I l
1I
1ll
1 . ,_ , , i ,
a_„
1 , ,
( a1�W ,,,.,
, . . _
xt aw+ g��jC.-". it ' i t\\ , '' A_"
, I , \ t i zoi i,
\ I�\ Y 0::a ,t =7=it`� s • \ d N ill
_ I fi
- ,
1 I;cg* -I' iiiist-sonw,..v r =w, . -,....,
14 x `�:: c. ,, I I
ii .NI , R I I
1
. .r
1 1
illy I I ,
h
jj
li kiv g l,--
1.11;Tal 1; --_ i... 1 1:--:').) m4..
( 0.-/ .g •-....,..:;,
c ACE DCP COUNTY HIGH COUNTRY ENGINEERING,INC. c+mot """�'" -Lt- '.7 :.'S'
]] M[N SPACE DfIAlIxMtM '�A1`,
e S DYL:R POND ROAT RAMP - - Hia p tae i�i•. ���� s� a yeuWDSb�t �
PRELIMINARY a..e..t aataaw•n•nt tray was. .' w�.yy .
-I ORNEWAY MAN AND MIO/R.6 YYYVNt.NCfM6.CON I 3...
E i 9 i +
i d =utii4y �Q f
y r't l
ill
0 v ! +�� ��
II d : IN 1 floc
, f
1 i ii
., t, i ma 5/41/ ''
t. is
`a
W
•' .-C e.
��war ;� 11111;1.111.-X '.r .
�
M
tE .��., {
.�. j i dke ■
![ I( r gyp,, .,i..
iiiieael , ,„. i
,
''1114,...---.
1.141i
1 X44111 i
to/a1/1 I / .
E�gYt1;#�I ;j: �� is xi `"'r
. o,2, u oo a
..Q iuwr ,...N. HIGH COuUNaTARfoY tEwNnGat I N EER IN G, , f a �rwd�a,""a" —11— 6,07:='W
0
..,..
R CUCRPTOEIa
tN ARY MP "f sa000
ansn Ca nrf.n
8 d BOAT MAMaFµN AND PROAtC W WW,HCZNIS.COM y �j
ti 1I I 1 tFF i t i 9 t j i t t I t t t F t ! t F I
f4 y
' JJ
- -
iR a 1
f i ,
4 s
f, js-
I111 1.--i (}{
- 1 4 + g-Ji4 .:.ms; ii1
r {1 l 1
- il -
°gyiisik l
ip E=F s
: ,
f-
�_
. --..171=-
..1 i__._
r .ems I
r + r }
IIt
1. I(
a S
Y — s 1. _
r f
-r
!
;;
1
/-;1,71:; ,1
fin 1
......
,,.%.7„,y,
• GGLL COUNTY ', w..w ..
area SPACE OCTOSITMCM If..N HIGH COUNTRY ENGINEERING.INC. "' c"r 'O1"1O" -- - 'i1. 221187
R u1rw.ai+.vncn11as. v.:rc.'..,®....., «n .anu+niw�
2 8 i n DUCK POND 6OAY RAND —I 1 c wldr�aoOSMwNa w rlwT __ __ ""'^ ^'•^'
CRONECiIONS `. LL nww+sWWW*H.EUSSa•wa+w
8 W W W.HCOIO.COM cr., 1
I
I / Irk
9 'i
ati
c'\\\\:\., \\\\\
i
II i
' . it '.- 1 ii,■.;;\ \ ''"' 9,9
'< k 1,,,,,,,,,,,„:„\:„.„:„..."0„\\\,,
` ``.
,
9,,,, „x"V9,- \,,,,,,\- , , L ,,,,,i
...E ` .,,- .!-.` °`
1 �, , .\ ,
11.1)401 I
Li 131R4 V
i I5
iii
111
c &I \ I -mss
�a,.ca
o'er+sa a.ca ob wrrnc>a HIGH COUNTRY ENGINEERING.
i N6tN
G,INC, '.'i°. a a,va WMl.Wf fM lel.Z DUCK POND eOATKAMP e.pinaeM eNur.es.t.e
M•
7_ T MILK BANK w
111. "
.I RKITONATKH/K AN W WW.NCIDIK ON s
!II li9
li 4j ,.,
E ii I ,'..."/ 1 \
Y 1;1 Pp! 1 , 1 }1., t i 8
II—Lail! fit
I I 11.1
EliI
1
- - . 1 '�
1 i' /Ill ild111141:1.-
IT r
ill;- 1 10 '
r lF
pij j 1fli
iii ii '
i
.
O € {i A
I..r
�w tai 1) ,<,/
' A+M+F . PP z
.....,.....10,x
,� F
r}�I1�f(I 47 . f
lit 11111+ tip
@ m
ip i —iff ii I
1a
9i
0 11 CO
Q
ucAt rax�r HIGH COUNTRYENGINIZERING.INC. .... ` mnr::: 01"' +
ore:rsr.ccco-Mri utr .w'°�'= 1� ..«......,.e�.ra ees :°O°2°�....
m s p 'na"'ua""11.4sw'.
g G OtMKPTAN CDAT"AMP euprreeotwi..aa co°awl =� w ..
iTANDAHD .r+°K mwwwm:.°ua/MSUaw ma�Yy�,,,,
1 no 01014 tDNiROL D,TA0.i WWWAICWO.COM mop 5...,;3';. .?.:4..W
3
r3 •Y
.i!
. -4\ ., ,
•
Ei, \ P
tit o
3
!III r
A ,
j .
1 i, ,
, . ..} ., -, ... , ; __II t
x
0 '!
r of
i , L
, --Ilir
,r,,.._, i., _
Y
L r_i ,
, .
f 1
illIlL:;:i
11 q
1 •7
� /�' I ru g:ll
_.__n. ,
ctl—aricEo�uufr HIGH COUNTRY ENGINEERING,INC ..*.
"° f"a """O * A 3•
2 11 G DUCK POND BOAT RAMP 4u1:4aaw a vr"c m 4,., , •,.te.. w.w..1 “,,,,.. +:oe..
..
b iTANDM D wmwr 417016.4•76 MINIM µ �s
{ DETAE NWWAK[N0..COM mat
s
8'2
2 7, al
1 JP5
4. 8_
ta
.14
4
"L
7A
m.‘....: p
1
MN MN I I L'
4
1 1 il;
1
,... •
L.:."
,,-
Es
.4:4 4 i 4 AO
A 11 .11041. v, _
1 la
CSI)Olp '
an,.
> 9 4 :3' M, ,W .04
0 0,', ,T= ..
'..g• -,;,,,. i'i 2 A PPg !'lt F^
29 '4, . 8 7.4
;
PI 09%To,Y
9 E ;■■ 5'c'' !4; ' 7 ssli i e r 41 A.i 89 NE 1i A Ai EN s 0 599 95
895 HI $99 " 4 9
h'; 4 41 4411 44 14 9 A ?,P ,n qi ED 1!
EAR AAE EE,, 1E9 -E 94 „ -4 A, Eo E - _./. E AE 9•r; -g .. vi. gt Q-2 EE ERR Egi ,
'A
1
30
2 H
ii i 0 A :a: FqA= A== ! % : '=•'' = ' % FOP°i='i- Wm:i,.i,i",'t;-T, Rl
ati 1 ! E
51 i A 5 915 5 0 5 9 9599 999 i 0 Eg”A i gh.F 4 g 481/,h€ 261,1 1!4SpVx E 14syl 5,
5!! ! , 1 i i, Oi 9 ° 1 p198 0 1 ' i 0 1 !
0 ?
flAg i 8 gl i!
ng, 0 x
i5 si 0 N5 2 p
0 1 . H q5 ii! 8 ,il 1 MI g P i i 1 55
!2: d i 5Y 5ii 5:5 5xV 5 ; d ; Ts
9
R 4 - 2
5
4 A 1 i
i
DUCK POND BOAT RAMP & SITE IMPROVEMENTS l-R
0
o .
; + 4
q 5572 U S. HIGHWAY 6 & 24 ' f
,.rill i 0 0
t r2
ii EATLE COUNTY, COLORADO ' . 8—
i.
HCE Project No. 2141029.00
Eagle County Duck Pond Boat Ramp
Supplemental Conditions
Revised: September 5, 2014
Eagle County(OWNER)
Mr.Rick Ullom
Eagle County,Construction Manager
Project Management Department
Office: 970-328-8780
Mobile: 970-471-0439
rick.ullom @eaglecounty.us
Eagle County Open Space Director(OWNER)
•
Mr.Toby Sprunk
Open Space Department
Office: 970-328-8698
toby.sprunk@eaglecounty.us
Roger Neal,P.E.
High Country Engineering, Inc.
1517 Blake Avenue
Suite 101
Glenwood Springs, CO 81601
(970) 945-8676 (w)
(970) 618-9888 (c)
meal @hceng.com
Tom Scott,P.E.
High Country Engineering, Inc.
1517 Blake Avenue
Suite 101
Glenwood Springs, CO 81601
(970) 945-8676(w)
(970) 618-9888 (c)
tjs@hceng.com
Page 1 of 33
HCE Project No. 2141029.00
Table of Contents
SECTION 1 PROJECT SCOPE 4
1.1 GENERAL 4
1.2 SCOPE OF WORK 4
1.3 DRAWINGS 5
1.4 SOIL REPORT 5
1.5 SITE CLOSURE 5
1.6 SHOP DRAWINGS 5
1.7 GUNNISON RESTROOM FACILITY 7
SECTION 2 CONSTRUCTION 8
2.1 PROJECT LIMITS 8
2.2 PERMITS 8
2.3 SITE INTEGRITY 8
2.4 UTILITIES 8
2.5 TEMPORARY FACILITIES 9
2.5.A. Staging Areas 9
2.5.B. Dewatering Areas 9
2.5.C. Oiling Areas 9
2.5.D. Hauling Routes 10
2.5.E. Channel Access Areas 10
2.6 CONSTRUCTION STAKING 11
2.7 SITE GRADING 11
2.7.A. Excavation and Embankment 11
2.7.B. Muck Excavation 11
2.7.C. Compaction 11
2.8 ACCEPTABLE AS BUILT ELEVATION VARIATIONS(feet) 12
2.9 UTILIZING IN-CHANNEL MATERIALS 12
2.10 COFFER DAM 12
2.11 TRAFFIC CONTROL PLAN 13
SECTION 3 BEST MANAGEMENT PRACTICES 14
3.1 GENERAL 14
3.2 CHANNEL ACCESS 14
3.3 CONSTRUCTION SEQUENCING 14
3.3.A. Initial Site Setup 14
3.3.B. Staging 15
3.3.C. In-Channel Structure Construction 15
3.3.D. Final Site Restoration 16
3.4 EQUIPMENT OPERATING IN WET CHANNELS 16
3.5 OIL BOOM 17
3.6 PERMEABLE TURBIDITY BARRIER 17
3.7 STRAW BALES 17
3.8 SILT FENCE 17
3.9 FILTERING OF PUMPED WATER 18
3.10 REMOVAL OF BMPs 18
3.11 RIPARIAN PROTECTION 18
3.12 INTENTIONALLY BLANK
3.13 MATURE TREE PROTECTION 18
3.13.A.Hand Excavations Under the Drip Line 19
3.13.B.Treatment of Cut and Exposed Roots 19
3.13.C. Root Care 19
3.13.D.Areas of Fill Near PIP Trees 19
Page 2 of 33
HCE Project No. 2141029.00
3.14 ENVIRONMENTAL PROTECTION 20
3.15 BARRIERS 20
3.16 PROJECT SITE REHABILITATION 20
3.17 CULTURAL RESOURCES 20
SECTION 4 SLOPE PROTECTION 21
4.1 DUMPED RIPRAP OR RIPRAP 21
4.2 FILTER FABRIC 22
SECTION 5 CONSTRUCTION OF CONCRETE STRUCTURES 23
5.1 GENERAL 23
5.2 CONCRETE 23
5.2.A. ANTI-FREEZING ADMIXTURE 23
5.3 CONCRETE TESTING 24
SECTION 6 REVEGETATION 25
6.1 PLANTINGS 25
6.1.A. Erosion Control Grasses. 25
6.1.B Riparian Plantings 26
6.1.C. Fertilizers.N/A 27
6.1.D. Fencing 27
6.2 RIPARIAN SHRUB PLANTINGS 28
6.2.A Spacing of shrubs 28
6.2.B Riparian Shrub Products. 28
6.2.0 Riparian Shrub Installation. 28
6.3 RIPARIAN WILLOW STAKES 28
6.3.a Live Stake Harvesting 28
6.3.b Live Stake Installation 28
6.4 EROSION CONTROL BLANKET 29
6.5 TOP SOIL 29
6.5.A.Top Soil Application 29
6.5.B.Top Soil Material 29
6.6 FABRIC WRAPPED SOIL LIFTS 30
6.7 LANDSCAPE IRRIGATION 30
SECTION 7 HYDROLOGY 31
7.1 HYDROLOGY 31
7.2 RIVER ELEVATIONS DURING CONSTRUCTION 31
SECTION 8 MODIFICATIONS TO TIME OF COMPLETION 32
8.1 CONSTRUCTION WINDOW 32
SECTION 9 DEFINITIONS 33
Page 3 of 33
HCE Project No. 2141029.00
Eagle County Duck Pond Boat Ramp—Construction
SECTION 1 PROJECT SCOPE
1.1 GENERAL
Work to be done under this Contract consists of furnishing all labor,materials, equipment
and accessories and performing all operations to complete the project work in accordance
with the drawings and specifications.
The following"Supplemental Conditions" shall govern in case of any discrepancies in
any or all of the following specifications; and,the intent, either expressed or implied in
these "Supplemental Conditions," shall govern in the interpretation of the drawings and
specifications. All work performed shall be to Eagle County specifications unless
otherwise noted.
Each Bidder is required to examine carefully the site of the proposed work and the
Contract Documents. Each Bidder shall satisfy itself as to the character, quality, and
quantities of work to be performed,materials to be furnished, and the requirements of the
specifications. The submission of a Bid shall be evidence that the Bidder has made such
an examination.
1.2 SCOPE OF WORK
If the Contract Documents are unclear,or if errors or discrepancies are discovered, a
Bidder shall submit its questions in writing to the Eagle County Office of Contract
Administration for clarification. A Bidder shall not make his own interpretation of,nor
shall he revise the intent of the Contract Documents.
Each Bidder is required to carefully examine the site of the proposed work, the Request
for Proposals, and, the Plans and Specifications. Each Bidder shall satisfy itself as to the
character, quality, and quantities of the work to be performed,materials to be furnished
and as to the requirements of the Plans and Specifications. The signature of a Bidder on
its Bid documents shall be evidence that the Bidder has made such examination and
constitutes an indisputable representation by that Bidder that the Contract Documents are
sufficient in scope and detail to indicate and convey all of the terms and conditions for
the performance of the Work.
The scope of work for this project includes:
• Construction of Boat Ramp at the Duck Pond Recreation Site.
• Erosion Control and access improvements
• Site signage
• Site re-vegetation
• Access to picnic sites.
Page 4 of 33
HCE Project No. 2141029.00
1.3 DRAWINGS
The drawings governing and controlling the Work, and to which reference is made
throughout the Plans and Specifications are: Duck Pond Boat Ramp and Site
Improvements, Final Construction Documents, dated 8-26-14 as prepared by High
Country Engineering, Inc.
1.4 SOILS REPORT
The geotechnical investigation for this project is attached for informational purposes only
and is not part of these contract documents. The Contractor shall assume all responsibility
for deductions and conclusions which may be made as to the nature of the materials to be
excavated, including the difficulty of making and maintaining the required excavation,
problems caused by ground water or river infiltration,problems encountered in excavat-
ing for lines and structures, and any other difficulties which may result from the
geological and physical conditions encountered at the site of the work. The Contractor
shall be allowed to perform any additional subsurface investigations as to the nature of
soils on-site prior to bidding the work.
1.5 SITE CLOSURE
The Duck Pond property may be closed during construction to protect equipment and
materials. CONTRACTOR shall be responsible for protecting the work site during
construction and will be allowed to gate off the site and provide signage that site is under
construction if deemed necessary.
1.6 SHOP DRAWINGS
A. GENERAL. The successful Bidder shall submit shop drawings to the designated
Project Engineer for review and approval. Shop drawings shall be submitted with
a dated letter of transmittal containing a list of drawings submitted and any
pertinent instructions in accordance with the following provisions:
Page 5 of 33
HCE Project No. 2141029.00
1. The successful Bidder shall be solely responsible to submit all shop
drawings and samples in sufficient time to allow for their review,
possible modification, and approval. Subcontractors shall submit all
their shop drawings and samples to the successful Bidder in
sufficient time to allow for their review,possible modification, and
approval by the successful Bidder prior to their submission to the
designated Project Engineer. Before forwarding any submission to
the designated Project Engineer, the successful Bidder shall
thoroughly review the same for completeness and compliance with
all applicable requirements set forth in the Contract Documents.
Once the successful Bidder is satisfied that the materials submitted
satisfy all applicable requirements of the Contract Documents, the
successful Bidder shall submit the same to the designated Project
Engineer for review,possible modification and comment, and/or
approval.
All submissions to the designated Project Engineer shall bear the
stamp of the successful Bidder certifying that the drawings have
been checked, with the checker's initials. All items submitted
without this stamp and all submissions,which in the opinion of the
designated Project Engineer are incomplete, shall be returned by the
designated Project Engineer for re-submission by the successful
Bidder.
2. The successful Bidder shall submit to the designated Project
Engineer: three(3) copies of all shop drawings,with three(3)copies
of the submittal form and three(3) copies of catalogues and
descriptive data as applicable showing all features not fully detailed
on the Contract Documents,but essential for a complete coordinated
installation. All shop drawings shall be complete and contain all
required detailed information.
3. If shop drawings are marked "No Exceptions Taken" or"Make
Corrections Noted",then one(1) copy will be returned to the
successful Bidder If disapproved, two (2) copies will be returned to
the successful Bidder and a second submittal of three(3)copies of
the revised shop drawings will be made to the designated Project
Engineer.
4. The review of shop drawings indicates only that the type and kind of
equipment, general method of construction, and/or detailing is
satisfactory. The review shall not be construed as a complete check
of those shop drawings. The entire responsibility ultimately rests
with the successful Bidder for the proper dimensioning, detailing of
connections and incorporation into the work of all necessary and
satisfactory materials and equipment meeting the requirements of the
Contract Documents.
Page 6 of 33
HCE Project No. 2141029.00
5. Shop drawings shall be submitted for all equipment and structural
details proposed by the successful Bidder to be furnished and
installed and for such other items as may be required by the Contract
Documents or requested by the designated Project Engineer.
6. No work shall be allowed to start for individual work items requiring
the submittal of shop drawings until those shop drawings have been
reviewed and approved by the designated Project Engineer.
B. REQUIRED SHOP DRAWING SUBMITTALS
1. Coffer Dam
2. Concrete mix
3. Fencing
4. Riprap
5. Class 2 Aggregate Base
6. Class 6 Aggregate Base
1.7 GUNNISON RESTROOM FACILITY
As part of this project there will be the installation of a CXT Incorporated, model
Gunnison, restroom facility. The facility will be ordered by Eagle County and will be
delivered to the site. The contractor will be required to install the building per
manufacturer's recommendations. Additionally Eagle County.Health Department requires
that the installing contractor be licensed as an installer in Eagle County.
Page 7 of 33
HCE Project No. 2141029.00
SECTION 2 CONSTRUCTION
2.1 PROJECT LIMITS
All construction activity shall be confined to the Project Limits as defined on the Plans.
These are properties owned, by Eagle County and but may include other utility
easements or Right of Way.
2.2 PERMITS
The CONTRACTOR shall comply with all conditions set forth within all permits required
for this project. Required permits may include but are not limited to:
U.S.Army Corps of Engineers permit. provided by County and is currently in process.
CDPHE Dewatering Permit to be submitted by contractor.
CDPHE Construction Activities Discharge Permit to be submitted by contractor.The
associated Storm Water Management Plan(SWMP) for the project has been prepared,and
will be provided to the contractor, in support of the permit application.
2.3 SITE INTEGRITY
The CONTRACTOR is required to document the condition of the Utilities,Facilities,
Landscape, Construction Access Areas on the banks,mature vegetation and the general
area with photos,submitted via DVD to OWNER and ENGINEER prior to any
construction phase and after each phase of construction is completed. The photos shall
document the surface integrity of the site and structures with clear and recognizable
reference features or established and repeatable reference markers in the field of view.
The CONTRACTOR is responsible for rehabilitating,repairing or replacing,to better
than pre-construction conditions,any damage to the structures or vegetation directly or
indirectly related to construction activities.
2.4 UTILITIES
The approximate location of underground utilities shown on the drawings is from the best
information available to Eagle County at the time this solicitation is issued; and,was
established from actual field observation and study of existing records. However, due to
the scale of the existing drawings and other factors, it is not possible to give accurate
locations for these underground utilities. Underground utilities have been shown for the
convenience of all Bidders,but these locations are not guaranteed to be either correct or
complete. The CONTRACTOR shall make such investigations as it deems necessary and
appropriate to verify the actual field conditions of these underground utilities. The
successful Bidder shall be responsible for all damage to any underground utility line it
encounters whether or not that underground utility line is identified on the drawings. The
successful Bidder shall pay all fines imposed, or lost revenue incurred by a utility
company resulting from outages caused by the successful Bidder. The successful Bidder
Page 8 of 33
HCE Project No. 2141029.00
shall notify all affected utility companies of all field locations before the start of
construction.
Any delays caused by inadequate notification to any utility company shall not relieve the
successful Bidder from completing the Work by the original Contract completion date.
Any delays created by a utility company shall not relieve the successful Bidder from
completing all other portions of the Work not related to the delay caused by a utility
company. The successful Bidder shall immediately notify the designated Project Engineer
of any possible delays created by a utility company.
2.5 TEMPORARY FACILITIES
CONTRACTOR shall provide all temporary facilities required for performing the work.
Temporary construction facilities and utility connections are solely the CONTRACTOR's
responsibility based on his selected method of operation and schedule. CONTRACTOR is
responsible for providing a clean and safe environment for all workers on the job site.
CONTRACTOR is responsible for providing sanitary facilities. CONTRACTOR shall
follow Occupational Safety and Health Administration regulations.CONTRACTOR is
responsible for providing all electrical,water and utility needs. CONTRACTOR shall keep
the Project Limits in a neat and orderly manner. CONTRACTOR is responsible for
removing temporary facilities and controls after completion of all Work.
2.5.A. Staging Areas
Staging Areas are shown on the Plans. Changes to the staging areas are to be pre-
approved in writing by the OWNER. All construction staging, stockpiling of materials,
equipment storage,and other,shall take place in designated areas with adequate barriers
to protect the public from entry. Staging areas shall have a designated office or contact
information posted for public inquires. Staging areas shall provide employees all
necessary facilities,legal postings,and safety protocol. The CONTRACTOR is
responsible for maintaining a clean and organized staging area and restoration of all
disturbed areas equal to pre project conditions.
2.5.B. Dewatering Areas
Dewatering areas shall have adequate BMPs in place to stockpile material prior to
disposal. Dewatering areas may also be configured to include a Washout Area for
concrete pours. Pours shall not be conducted during or before an anticipated storm
event.All excess concrete and concrete washout slurries from the concrete mixer trucks
and chutes shall be discharged off site, or temporarily into a washout area designated in
an unvegetated upland and completely isolated from stormwater and drainage. All
concrete residues shall be hauled off-site and properly disposed. Returning water from
dewatering areas to surface flow routes will require a dewatering permit from the
CDPHE and is the responsibility of the CONTRACTOR.
2.5.C. Oiling Areas
Any and all fueling and oiling of equipment shall be in designated upland locations,with
adequate BMP's to contain any potential spill.All major equipment/vehicle maintenance
Page 9 of 33
HCE Project No. 2141029.00
shall be performed off-site.Fuel tank may be kept on-site in the staging area with drip
pans underneath the fueling area.All equipment fluids generated from maintenance
activities shall be disposed of into designated drums stored on spill pallets in accordance
with hazardous waste management practices. Drip pans shall be placed under all
equipment receiving minor or routine maintenance.
A Spill Cleanup Plan is the responsibility of the CONTRACTOR and shall be posted and
available at all times on site for all work areas prior to any construction activities and
shall include coordination with local emergency response agencies.A release of any
chemical,oil, petroleum product,sewage, etc.,which may enter waters of the State of
Colorado(which include surface water,ground water and dry gullies or storm sewers
leading to surface water) shall be reported to the Colorado Department of Public Health
and Environment immediately(25-8-601 CRS)and form
http://www.cdphe.state.co.us/hm/spillselfreportform.pdf and/or Toll-Free 24- hour
Environmental Emergency Spill Reporting Line 1-877-518-5608 maybe used. Written
notification to the Department shall follow within five(5)days(5 CCR 1002-61,Section
61.8(5) (d)). Releases of petroleum products and certain hazardous substances listed
under the Federal Clean Water Act(40 CFR Part 116)must be reported to the National
Response Center as well as to Colorado Department of Public Health and Environment
as required under the Clean
Water Act and the Oil Pollution Act. Furthermore,contact must be made immediately,
reporting any spill incident,with the Eagle County Department of Public Health,the
OWNER and ENGINEER.
2.5.D. Hauling Routes
The import and export of materials from the project limits shall occur at designated
locations on defined haul routes. Haul routes shall be graded and maintained to drain and
not pool water. Haul routes shall have wheel washing locations and tracking pads at the
junction of paved surfaces.
Haul routes shall also be flagged by the CONTRACTOR within the Project Limits and
random access of equipment shall be prevented. Adequate dust suppression, such as
watering of haul routes,shall be maintained at all times.Protection of haul routes,to be
specified by the OWNER, shall be observed to the maximum extent practicable.
2.5.E. Channel Access Areas.
CONTRACTOR shall be responsible for designating and maintaining channel access sites
for equipment and workers within Project Limits defined on plans and for rehabilitating
access sites once construction is complete. Random or multiple channel access areas shall
not be used.
Gravel berms shall be installed at the top of the access ramp and other areas to eliminate
sheet flow or drainage onto the exposed or disturbed Riverbanks. A silt barrier shall be
erected along the toe of any and all out-of-channel open cuts to eliminate the migration
of material outside of the limits of work. Straw Bales shall be used at the toe of the ramp
when the access is not in use to prevent the migration of material into the River.
Page 10 of 33
HCE Project No. 2141029.00
2.6 CONSTRUCTION STAKING
The OWNER shall provide adequate horizontal and vertical control points for the
CONTRACTOR to establish the lines and grades shown on the plans. The OWNER
shall provide these control points prior to the initial construction staking. Grade
elevations and additional construction staking shall be the responsibility of the
CONTRACTOR.
Established control points shall be provided with special colored flagging and it shall be
the responsibility of the CONTRACTOR to protect those control points. In the event
they are lost, due to any cause,the CONTRACTOR shall re-establish adequate and
permanent control markers.
2.7 SITE GRADING
CONTRACTOR shall establish and identify required grade breaks,elevation breaks,
levels,contours and appropriate datum. Site shall be graded to match all breaks,
elevations and grades shown on the Project Drawings.
2.7.A. Excavation and Embankment
The County has indicated one area on the property that could provide placement of excess
material. The contractor may choose other means of disposal of excess material. It should
be assumed that any excess material will be able to be wasted on-site at the shown berm
location. Some drying of material may be required before placement and should be figured
into the bid number.
Compaction testing shall be the responsibility of the contractor.
All disturbed areas shall be re-vegetated in accordance with applicable Eagle County
standards as well as according to the Final Construction Documents.
2.7.B. Muck Excavation
Muck Excavation shall consist of removal and disposal of mixtures of soils and organic
matter that is not suitable for foundation or embankment. Muck excavation will likely be
encountered in the excavation of the boat ramp. Additional CDOT class 2 road base and
Tensar TX-180 may be required to replace the unsuitable material. Class 6 road base for
muck excavation replacement will be paid at the Class 6 road base unit price.
2.7.C. Compaction Testing
The successful Bidder shall contract with a Geotechnical Engineer for required compaction
testing. The minimum required number of satisfactory tests is established according to
Standard Industry Practice or as otherwise stated in the Contract Documents,but shall be
no less than four tests in the boat ramp area for subgrade compaction, four tests in the boat
ramp area for class 2 aggregate base course compaction,proof roll for asphalt millings
placement, compaction test and concrete test for the accessible parking area, and one set of
tests for all concrete pours. All costs for retesting of failed areas shall be the responsibility
of the successful Bidder.
Page 11 of 33
HCE Project No. 2141029.00
2.8 ACCEPTABLE AS BUILT ELEVATION VARIATIONS (feet)
Elevation variations from plan documents will not be allowed without approval from the
OWNER. With natural building materials variances are expected and shall be allowed
for average locations of individual particles. The following As-Built Variances are
allowed.
Table 1. Acceptable As-Built Variances (feet)
Description Variance Variance
Elevation Horizontal
Road Grading +0.2;-0.2 +/-1.0 Alignment
Cove Area +0.5;-0.5 +/-2.0 Alignment
Boat Ramp Top of concrete +0.05;-0.05 +/-0.2 bank alignment
2.9 UTILIZING IN-CHANNEL MATERIALS
Clean Native Alluvium that is excavated for structure placement and is to be backfilled
in the channel may be utilized in channel as temporary cofferdams or other water
control practices. Exposed Alluvium resulting in noticeable downstream turbidity
shall be isolated from the flow of the channel.
Excavated clean native alluvium,boulders and clean bedrock,meeting riprap
specifications,may be allowed to be backfilled in the channel around structures within
the limits of excavation as defined in plans. All other excavated material including fines
and bank material shall not be placed in any flow path,shall be properly disposed of in
upland area and shall have appropriate erosion control measures in place. All in-stream
structures shall be constructed in sections sized to minimize open excavation area. Each
day of work shall be a completed and no excavations of the bank or streambed shall be
left open to the flow of water.
2.10 COFFER DAM
Control of the River stage during construction is the responsibility of the
CONTRACTOR. Removing boulders and grading of clean native alluvium may be
performed in the wet channel. However,any and all wet cement work shall be isolated
from the flow of the River. In addition to controlling the stage of the river, seepage and
ground water may require additional control methods such as pumping,sand bagging,
impermeable membranes and concrete barriers. Methods for care of water or diversion
presented herein are only for example and reference. The CONTRACTOR shall be
responsible for the selection of suitable diversion method(s), and for design,installation,
and operation of the diversion and Care Of Water required during the performance of the
work under these specifications. The CONTRACTOR is required to design and install
Page 12 of 33
HCE Project No. 2141029.00
adequate diversion and Care Of Water facilities in a timely fashion in accordance with
his/her schedule of construction and the requirements of these specifications. Failure of
the CONTRACTOR to become adequately familiar with and address the existing
structures and river conditions which impact the work may result in unnecessary
construction delays and associated increased costs for which the CONTRACTOR shall
be solely responsible. Pumping and returning of coffered water will require a dewatering
permit from the CDPHE and is the responsibility of the CONTRACTOR.The
CONTRACTOR shall be responsible for monitoring the turbidity within the creek and
notify the CDPHE and Colorado Parks and Wildlife(CPW)of impacts to water quality.
2.11 TRAFFIC CONTROL PLAN
It is not anticipated that a traffic control plan will be needed, however,the CONTRACTOR
is responsible for developing a traffic control plan to be implemented for any anticipated
traffic issues that may occur as a result of equipment delivery or any other reasons that the
contractor may be in the State ROW. If needed the traffic control plan must be submitted
to and approved by the project engineer prior to construction. The road must remain
passable at all times. The Duck Pond property may be closed during construction to protect
equipment and materials. CONTRACTOR shall be responsible for protecting the work site
during construction and will be allowed to gate off the site and provide signage that site is
under construction if deemed necessary.
Page 13 of 33
HCE Project No. 2141029.00
SECTION 3 BEST MANAGEMENT PRACTICES
3.1 GENERAL
The Work covered by this section includes the furnishing of all labor,materials,
equipment and incidentals for installation and maintenance of all on shore and in-
channel BMPs.Within the Project Limits all disturbed surfaces shall utilize best
management practices such as Turbidity Curtains, Silt Fences,Construction Sequencing,
Care of Water,etc.;to minimize potential environmental damage,turbid conditions,
locations of ponding, sediment loading in any flow path,dust,noise,light, etc. Adequate
numbers,locations and properly functioning BMPs and erosion control are the
responsibility of the CONTRACTOR. CONTRACTOR is responsible for maintaining all
BMPs during construction activities,and for the removal post construction activities
and/or adequate stabilization periods.The ENGINEER may stop work in any area due to
improperly installed,inadequate,or non-functioning BMP's.
3.2 CHANNEL ACCESS
All riparian vegetation shall be protected in place. Vegetation in disturbance areas may be
pruned or removed as needed.
Berms shall be installed at the top of the access ramp and other areas as needed to
eliminate sheet flow or drainage onto the exposed or disturbed banks. A silt barrier shall
be erected along the toe of any and all out-of-channel open cuts to eliminate the migration
o f material outside of the limits of work. Straw Bales shall be used at the toe of the ramp
when the access is not in use to prevent the migration of material into the body of water.
3.3 CONSTRUCTION SEQUENCING
Prior to starting construction,the CONTRACTOR shall notify the ENGINEER and the
OWNER of the date the CONTRACTOR intends to start construction with a written
notice delivered a minimum 7 days in advance.
The sequence of the critical construction processes are defined by the ENGINEER and
CONTRACTOR shall follow the sequence.
3.3.A. Initial Site Setup
1. Notify OWNER and ENGINEER of start date as required;
2. Document with photographs the project vicinity, structures and vegetation and
submit to Owner and ENGINEER;
3. Submit Diversion Plan and methods to ENGINEER;
4. Establish and post,construction site safety protocol;
5. Place Barriers,Post Signs,Install Safety Fencing and Isolate Project Site;
6. Locate in field,all Utilities;
7. Protect in Place,Utilities,Trees and other;
8. Locate and flag Project Limits;
Page 14 of 33
HCE Project No. 2141029.00
9. Locate construction staging and stockpile areas;
10. Install oil booms across wet channel downstream of work area,replace used oil
booms per manufacturer's specifications;
11. Locate area for storage of spare oil booms and designate oiling and petroleum
handling areas with appropriate and adequate BMPs outside of the riparian
zone; and
12. Establish and post protocol for potential oil spill cleanup and emergency response.
3.3.B. Staging
1. Install temporary portable toilet;
2. Implement County approved Traffic Control Plan;
3. Install BMPs:
a. Control erosion and concentrated runoff;
b. Maintain and facilitate any and all existing drainage channels;
c. Identify and install any other BMPs as necessary.
4. Trim back brush on access slopes;
5. Protect in Place Mature Trees;
6. Locate and Protect in Place Survey Control;
7. Grade Access and Staging Areas; and
8. Maintain,add and repair BMP structures as necessary throughout project.
3.3.C. In-Channel Structure Construction
All construction activities shall follow U.S. Army Corps of Engineers Permit
Conditions. In- stream work shall be performed during low water periods.Prior to
construction activities,Best Management Practices(BMPs)shall be in place in order to
minimize turbidity and sedimentation,as well as prevent pollution and the potential
release of contaminants from equipment. Construction activities shall be sequenced and
sized to minimize temporary impacts to flowing water.
1. Stake out grades,lines,offsets and spot elevations as necessary;
2. Install all BMP's as per plans and specs;
3. Stage pump with sediment filter and adequate hose length to remove contaminants
before return flow;
4. Install turbidity curtains, all bank disturbances shall be contained within a
Permeable Turbidity Curtain;
5. Install temporary channel access ramps;
6. Install temporary coffers as necessary;.
7. Remove all non-native channel debris including concrete and metal;
8. Complete construction of in-channel structures;
9. Remove temporary coffers;
10. Grade and stabilize banks;
11. Complete construction of all bank structures;
12. Remove turbidity curtains and coffers;
13. Remove all excess materials from channel;
14. Remove all remaining BMP's from channel;
15. Remove turbidity curtains;
Page 15 of 33
HCE Project No. 2141029.00
16. Restore access ramp;and
17. Remove and dispose of filters as required;
18. Re-vegetate all disturbed soils with native erosion control grasses and erosion
control blankets per plans and specifications; and
19. Identify and install any other BMP's as necessary to control erosion from
disturbed areas, constructed structures and potential storm water runoff.
3.3.D. Final Site Restoration
1. Remove water control structures in accordance with Project Specifications and
Project Drawings;
2. Plant remaining stream-bank riparian vegetation areas;
3. Dispose of any excess materials at a qualified disposal facility;
4. Restore Temporary Equipment and Haul Routes to original grade and vegetation;
5. Remove all materials from staging areas;
6. Re-grade or repair staging areas to pre-construction condition;
7. Identify and install BMPs down-gradient from all disturbed areas until
establishment of vegetation(approx. 1 year);
8. Remove all waste materials;
9. Remove utilities protection;
10. Remove temporary signs,barriers and safety fencing;
11. Repair damage to any adjacent property, structures or vegetation;
12. Establish erosion control grasses in all disturbed areas above the Ordinary High
Water Line;and
13. Remove non-biodegradable BMPs after the establishment of vegetation
(approximately 1 year).
3.4 EQUIPMENT OPERATING IN WET CHANNELS
Equipment may be allowed to operate in the wet channels. Equipment operating in or
adjacent to any wet channels shall be free of any fluid leaks and in excellent operating
condition.
Biodegradable hydraulic fluids shall be utilized for any equipment operating in the
flowing river channel. CONTRACTOR shall submit a list of equipment operating with
certified bio degradable hydraulic fluids to the Engineer prior to use of the equipment in
the flowing channel. No equipment shall be left unattended at any time in any wet
channel or below the Ordinary High Water Line. Any and all fueling and oiling of
equipment shall be in a designated upland location,with adequate BMPs to contain any
potential spill.
All equipment shall be cleaned prior to delivery to the project area to minimize potential
for spreading of invasive species. Equipment shall be power-sprayed and free of weeds.
If any equipment being used for the Project has been previously working in another
stream,river,lake, pond or wetland,one of the following disinfection practices is
necessary prior to construction to prevent the spread of whirling disease,New Zealand
mud snails,zebra mussels,didymosphenia, and other aquatic hitchhikers. These
practices are also necessary after project completion,prior to the equipment being used
in another stream,river,lake,pond, or wetland, for the same purpose:
Page 16 of 33
HCE Project No. 2141029.00
a) Remove all mud and debris from equipment (tracks, turrets, buckets, drags,
teeth, hand tools, boots, etc.) and spray/soak equipment in a 1:15 solution of
Sparquat institutional cleaner and water. Keep equipment moist for at least 10
minutes;or
b) Remove all mud and debris from equipment(tracks,turrets,buckets,drags,
teeth,hand tools,boots,etc.)and spray/soak equipment with water greater than
140 degrees Fahrenheit for at least 10 minutes.
The excavators and backhoes may periodically need to be cleaned on site to remove
excess local sediments stuck to the track or hoes. Sediments that are removed with a
shovel shall be placed in designated clean fill material storage areas. Sediments
removed with clean water shall be washed into the dewatering area. All dewatering
areas shall have erosion control logs staked at flow lines before discharge into any flow
path.
3.5 OIL BOOM
An adequate number of Sorbent oil booms SPC 5510 manufactured by SPC
(http://www.sorbentproducts.com)or equivalent shall be placed in a designated location
onsite, visible and unobstructed at all times.Any spills shall be contained and cleaned
by the CONTRACTOR. Oil booms shall be installed across the channel at the
downstream end of the Project Limits at all times equipment is working in the wet
channel. All Booms shall be replaced as needed, approximately weekly with new Oil
Booms.
3.6 PERMEABLE TURBIDITY BARRIER
All exposed bank excavations and disturbances shall be separated from the main flow of
the river by a Permeable Turbidity Curtain. The turbidity curtain shall have a non-woven
8 oz. filter fabric for at least 50%of the curtain area between the float and the ballast.
3.7 STRAW BALES
Straw Bales shall be certified"Weed-Free"and not hay bales. Bales shall be secured
with wood or metal stakes driven 2 feet into ground. 4 inches of 3 inch minus washed
gravel shall be placed on the up-gradient toe of the bales. Bales can be removed when
vegetation is established. (See Detail Drawing)
3.8 SILT FENCE
Silt Fences shall be placed to contain construction activities on land. Silt Fence shall be
constructed with 4oz.Non-Woven Mirafi or equivalent,with a 6 inch by 6 inch anchor
trench up- grade(i.e.uphill)of the fence line and fence posts in 6 ft. centers. The anchor
trench shall be backfilled to existing grade with native material compacted to 95%of
maximum as determined b y the Standard Proctor Method(ASTM D-698-66T or
AASHTO T 99). (See Detail Drawing)
Page 17 of 33
HCE Project No. 2141029.00
3.9 FILTERING OF PUMPED WATER
Any pumped water being returned to the main flow of the river or other drainage shall first
be processed through a Filter or settled in a dewatering area. Turbid waters that are clean
of
containments or concrete residue shall be filtered to prevent excessive turbidity. Waters
with contaminants or concrete residue shall be filtered clean before returning to the
natural flow. A dewatering permit from the Colorado Department of Public Health and
Environment(CDPHE) may be required if any pumped water is to be returned to the
river or routed to storm water inlets.
3.10 REMOVAL OF BMPs
All BMPs below the Ordinary High Water Line are to be removed prior to the
completion of the work.All BMPs above the Ordinary High Water Line are to remain in
place until the establishment of vegetation,approximately one year. Any non-
biodegradable BMPs shall be removed after the establishment of vegetation cover at
least 70%, approximately one year. All non-biodegradable BMPs are the property of the
CONTRACTOR. The locations of the BMP installations shall be graded,seeded and
restored to preconstruction conditions after removal.
3.11 RIPARIAN PROTECTION
•
Any and all riparian areas and riparian vegetation outside of the limits of excavation shall
be protected in place.No construction supplies,fuels nor oils shall be stored in riparian
areas,no vehicles nor heavy equipment shall be allowed into riparian areas other than the
designated channel access sites. No discharge of any materials shall be allowed into any
riparian areas. Riparian areas shall be traversed only by foot and leak free hoses may
cross riparian vegetation. Any incidentally disturbed riparian areas shall be restored to
better than pre-construction conditions.
3.13 MATURE TREE PROTECTION
The preservation of existing trees,both near and away from the river bank,is an important
component of the work and a measure of the successful completion thereof. Healthy
root mass at the toe of the riverbanks is essential to the stability of the River channel.
The healthy mature native trees and shrubs that are adjacent to excavating activities
shall be Protected In Place. The work shall include the preservation from injury or
defacement of all vegetation that is NOT designated for removal by the ENGINEER in
the field. ENGINEER shall mark all trees and large shrubs approved for removal prior
to excavation work. Areas of tree removal shall be determined and marked in
collaboration between the CONTRACTOR and the ENGINEER.
a) CONTRACTOR guarantees that care,caution and best management
techniques are implemented to maximize the survivability of native trees
and shrubs not designated for removal;
Page 18 of 33
HCE Project No. 2141029.00
b) All Protect in Place(PIP)trees and shrubs shall have 100%success rate, showing
vigor and general health, for one year after PIP measures are conducted;
c) Post construction monitoring may recommend additional pruning,irrigation,or
fertilizer to restore health to a damaged tree.The CONTRACTOR is responsible
for all measures to restore the health of trees for one year after construction
disturbances around protect- in-palace trees;and If negligence results in potential
mortality of trees, as determined by the ENGINEER,the CONTRACTOR shall
replace all damaged trees with new native trees to reclaim an equivalent canopy
cover at CONTRACTOR's sole expense.
Special care shall be applied when working under drip lines or near the toe of the
riverbank.The majority of critical roots are expected to run parallel to the River.The
CONTRACTOR shall take great care when any earth disturbing activities beneath the drip
line of trees are conducted.
Note: that the large trees for this project are not located along the river bank.
Protect in Place(PIP)mature trees shall follow the below guidelines:
3.13.A.Hand Excavations Under the Drip Line
Under the drip line,or at a minimum of 10 feet from the base of a PIP Tree,all necessary
excavating activities shall be done by hand to expose the roots.
a) Expose all roots greater than 1" and preserve.
b) If it is necessary for the removal of concrete litter, or for the installation of bank
and
c) In-channel features,the roots may be cleanly cut,and shall not be ripped or torn.
3.13.B. Treatment of Cut and Exposed Roots
Backfill all cut and exposed roots the same day of root cutting, and water until backfilling
is accomplished.
3.13.C. Root Care
Roots can be up to 2-3 times the diameter of the drip line.
The CONTRACTOR shall take as much care as possible to preserve roots.
a) All roots that are necessary to remove for excavation activities shall be cleanly cut.
b) The CONTACTOR shall apply all root cuts with approved root stimulator.
3.13.D.Areas of Fill Near PIP Trees
a) If necessary,any fill material shall be held away from PIP trees with a boulder
retaining wall with a discontinuous footing.
b) If fill is necessary adjacent to the PIP tree,then air vents shall be installed.
c) No soils shall be compacted under the drip line without ENGINEER approval.
Page 19 of 33
HCE Project No. 2141029.00
3.14 ENVIRONMENTAL PROTECTION
The construction site shall be maintained to minimize dust,noise,erosion,and water
ponding. Any and all fuel operated equipment near or within drainage areas,riparian
areas or open water areas shall be leak-free and in excellent operational condition.
Equipment shall also use biodegradable fluids when feasible. The CONTRACTOR is
responsible for any environmental damage directly or indirectly related to storage of
supplies and equipment, equipment operation,any fluid spills or any other construction
activities.
3.15 BARRIERS
The CONTRACTOR shall furnish,install and maintain suitable barriers, as required to
prevent public entry; and to protect the work,facilities,trees and wetland areas from any
associated construction activities. Remove temporary barriers at the completion of
work.
3.16 PROJECT SITE REHABILITATION
After all other construction activities are completed; all disturbed areas are to be
rehabilitated to pre-construction conditions. Clean the site of trash and debris and remove
all construction measures, equipment and supplies. Permanent riparian plantings and
seeding shall be installed immediately after the final design grades are achieved,but no
later than 14 days after construction activities have permanently ceased at the disturbed
area.
One year after installation the CONTRACTOR shall guarantee that containerized and
B&B plants have 100%success rate, seed plantings shall have 70% success rate,and all
PIP mature trees shall have 100%success rate.
3.17 CULTURAL RESOURCES
The project area has been disturbed by bank construction,home construction,driveways,
multiple utilities, and a pedestrian path N o cultural resources are anticipated to be
impacted by the project. However, if potential cultural resources in the project area are
discovered during construction and cannot be avoided,CONTRACTOR shall suspend
construction activities in that area until the properties can be evaluated for listing in the
National Register of Historic Places in consultation with Colorado State Historical
Preservation Office.
Page 20 of 33
HCE Project No. 2141029.00
SECTION 4 SLOPE PROTECTION
This section of the specifications will govern the furnishing of all labor, equipment,
materials and all incidental and appurtenant operations necessary to place a protective
covering of erosion-resistant material on the slopes of embankments, dikes, or stream
banks, at culvert inlets and outlets, on bottoms and side slopes of channels, at abutment
wings, at structure foundations, at other locations shown on the plans,or as directed by the
Engineer. The work shall be done in accordance with these specifications and applicable
special provisions and in conformity with the lines and grades shown on the plans or
established by the Engineer.
The types of slope protection included in this specification are:
4.1 DUMPED RIPRAP,OR RIPRAP
Dumped riprap, or riprap, consists of stone or broken concrete dumped in place on a filter
blanket or prepared slope to form a well-graded mass with a minimum of voids.
Stone used for dumped riprap shall be hard, durable coldstone or rough,unhewn
quarrystone, angular in shape; resistant to weathering and to wave action; free from
overburden, spoil, shale and organic material; and shall meet the gradation requirements
specified. Neither breadth nor thickness of a single stone should be less than one-third its
length. Rounded stone cobbles or boulders will not be accepted unless authorized by
special provision. Shale and stone with shale seams are not acceptable. The stone shall
have a specific gravity(bulk-saturated-surface-dry basis,AASHTO Test T-85) of at least
2.4.
The sources from which the stone will be obtained shall be selected well in advance of the
time when the stone will be required in the work. The acceptability of the stone will be
determined by service records and/or by suitable tests. If testing is required, suitable
samples of stone shall be taken in the presence of the Engineer at least 25 days in advance
of the time when the placing of riprap is expected to begin. The approval of some rock
fragments from a particular quarry site shall not be construed as constituting the approval
of all rock fragments taken from that quarry.
Stone shall be free from over burden, spoil, shale, and organic material and shall meet the
following gradation requirements:
Page 21 of 33
HCE Project No. 2141029.00
Riprap Stone Size % of Material Smaller Typical Stone Typical Stone
d50' (inches) than Typical Stone2 Dimensions3 (inches)Weight4(Pounds)
6 70-100 12 85
50-70 9 35
35-50
•
6 10
2-10 2 0.4
9 70-100 15 160
50-70 12 85
35-50 9 35
2-10 3 1.3
12 70-100 21 440
50-70 18 275
35-50 12 85
2-10 4 3
18 100 30 1280
50-70 24 650
35-50 18 275
2-10 6 10
24 100 42 3500
50-70 33 1700
35-50 24 650
2-10 9 35
2. Based on typical rock mass
3. Equivalent spherical diameter
4. Specific gravity of 2.5
Each load of riprap shall be reasonably well graded from the smallest to the maximum size
specified. Stones smaller than the specified ten percent size and spalls will not be permit-
ted in an amount exceeding ten percent by weight of each load.
4.2 FILTER FABRIC
Filter fabric consists of a pervious plastic filter cloth meant to provide separation of bank
material and riprap protection.
An undamaged filter fabric with geo-composite drainage shall overlay all exposed earthen
embankment materials to be covered with rock. Filter fabric shall be placed to eliminate
migration of fines through the boulder structures and the composite allows water to drain
from structure. M i r i fi 1 8 0 N or approved equivalent shall be used. Filter fabric shall
be placed to have intimate contact with intact bank material or Aggregate base course.
Filter Fabric shall not be torn or ripped by boulder installation and preventative measures
such as less than 6 inches of 6 inch minus well graded gravel bedding material,or
approved native alluvium shall be used. Install per manufacturers recommendations.
Table 2. Graded gravel bedding.
Weight Indicator 6 inch minus
100% Passing 6"
50%-100% Passing 3"
40%-60% Passing 3/4"
10%-30% Passing No. 20
0%-4% Passing No. 200
Page 22 of 33
HCE Project No. 2141029.00
SECTION 5 CONSTRUCTION OF CONCRETE STRUCTURES
5.1 GENERAL
The following specifications,standards and codes shall govern the construction of the boat
ramp, with modifications as specified herein:
CDOT Standard Specifications for Road and Bridge Construction 2011
ACI 318-Building Code Requirements for Reinforced Concrete
ACI 301 - Structural Concrete
ACI 304R-Guide for Measuring,Mixing,Transporting and Placing Concrete
ASTM A884/A884M-04 Standard Specification for Epoxy-Coated Steel Wire
and Welded Wire Reinforcement
5.2 CONCRETE
Concrete shall be:
A. CDOT Class D 4,500 psi 28 day strength;
B. Air content 5.5%+-0.5%;
C. 4-6 inch slump;
D. Number 5 grade 60 epoxy coated reinforcing steel;and
E. Epoxy joint filler(100%solids)shall be specific for exterior use with continuous
exposure to water or submerged conditions.
Contractor shall protect work from vandals until set.CONTRACTOR shall deliver
concrete free of marks,stains,etc... Pressure washing may be required prior to acceptance
of work. .
CONTRACTOR shall deliver smooth horizontal and vertical curvature on paving
segments as determined by OWNER.All elevations and grades set using appropriate
survey equipment.
Paving segments with wavy edges,humps, and/or dips will be removed and replaced at
the expense of the contractor.
5.02.A.ANTI-FREEZING ADMIXTURE
If freezing temperatures are present,an accelerator such as Polarset may be used per
manufacturers recommendations,as 1-2%of total.
Page 23 of 33
HCE Project No. 2141029.00
5.3 CONCRETE TESTING
Provide an ASTM D 1077 compliant and ACI certified laboratory and provide level I
ACI certified field sampling technicians. For every 50 CY of concrete provide one(1)
test of:
A. Temperature per ASTM C 1064
B. Air content per ASTM C 231
C. Slump per ASTM C 143
D.Compressive strength per ASTM C 31
E. Flexure strength per ASTM C 78.
•
Page 24 of 33
HCE Project No. 2141029.00
SECTION 6 REVEGETATION
6.1 PLANTINGS
The CONTACTOR is responsible to provide water suitable for establishment of vegetation.
Water shall be free from pollutants harmful to plants.
6.1.A. Erosion Control Grasses
All soil areas within the Project Limits,disturbed by construction activities,shall be seeded with
erosion control grasses.All mixes shall be Certified Seed that is weed free and native strands of
Pure Live Seed(PLS). Soils must be prepared according to the following standards prior to the
placement of seed:
• Place stored topsoil to a minimum of 6 inches in depth;
• Soil shall be graded and raked to 0.25" to 0.5" to create a seed bed;
• Soils must be moist prior to seed application;
• Sprinkle areas to be seeded with water,using fine spray to avoid washing or erosion of
soil;
• Seed application must occur within 48 hours of soil placement;
• Broadcast seed at the specified rate and lightly rake into soil;
• Do not apply seeds when weather is too windy,hot or drying,or other adverse conditions
exist;
• Install Erosion Control Blanket immediately after seed application(Section 6.04);
• All areas that are not covered by erosion control blanket shall apply weed free straw 2
inches thick over the seeds to reduce erosion and wind losses;
• Do not use straw containing noxious weeds and/or foreign materials; and
• Broadcast straw mulch or apply hydromulch in all seed areas except for areas covered by
erosion control blanket.
Table 4 provides the seed type and rate for all areas outside of the Riparian Corridor(Dryland
Mix Species.)
Table No 4. Dryland Mix Species PLS/Acre*
Western wheatgrass var.Arriba 35%
Thickspike wheatgrass var.Critana 25%
Alkali sacaton 10%
Bluebunch wheatgrass 10%
Indian ricegrass var. Rimrock 5%
Sideoats grama 5%
Bottlebrush squirreltail 10%
*drilled application=l7lbs per acre,
*broadcast application=34 lbs per acre.
Page 25 of 33
HCE Project No. 2141029.00
Table 5 provides the seed type and rate for all areas within the Riparian Corridor(Riparian Mix
Species.)
Table No 5.Riparian Transitional Mix Species PLS/Acre*
Western wheatgrass var.Arriba 35%
Streambank wheatgrass var. Sodar 30%
Green needlegrass var.Lodorm 10%
Arctic/Baltic rush 5%
Galleta grass 5%
Alkali sacaton 5%
Big bluegrass var. Sherman 10%
*drilled application=19lbs per acre, *broadcast
application=38 lbs per acre.
6.1.B Riparian Plantings.
In addition to vegetation installations shown on the plans; any willows or native vegetation
incidentally disturbed shall be replanted in equivalent coverage, at equivalent elevations, in
existing open areas.
1.Ball and Burlapped Plants
N/A
2. Containerized Plants
Containerized plants shall not be root-bound in their containers.Roots that circle the container
can become strangulated roots may hinder future growth of the plant and will be rejected.
Extensive roots that have grown out through the drain ports of the container may be dried or
damaged and become a source for infection and additional stress for the plant.Any or all
abnormalities listed above shall be reason for rejection.Containerized material specifications are
as follows:
• All containerized materials shall be sourced from Colorado Western Slope ecotypes that
are grown under conditions similar to those of the planting site;
• All containerized materials shall be disease and insect free and shall be completely rooted
through the container so that there is no loose soil;
• Plants shall be planted so that the roots are completely placed within the soil profile and
so that the root ball is submerged slightly below the soil surface. Roots are not to be J-
rooted,cut,or otherwise compromised;
• Plants are to be placed in the proper hydrology by species as dictated by site conditions
and ambient conditions; and
• Excavated soil is to be pressed around the transplanted materials in such a manner as to
minimize air species and maximize soil-root contact. Any remaining soil is to be used to
form a lip or saucer around the transplanted materials to help retain water.
• All planted materials are to be completely mulched to a 2" depth with weed-free,
chemical-free woody material.
3. Transplanting On-site Vegetation
Page 26 of 33
HCE Project No. 2141029.00
Native vegetation to be disturbed by excavation activities shall be transplanted according to the
following standards:
• Vegetation suitable for transplants should be healthy native species;
• Prune shrub or tree to approximately 6 feet in height;
• Cleanly cut all broken and damaged limbs;
• Herbaceous clusters are also suitable for transplants;
• Excavate a hole that is larger than the transplant rootball;
• Scoop the entire root mass of the transplant with the bucket of a trackhoe,keeping intact
the rootball and soils;
• Immediately place transplant in the excavated hole and hand backfill lightly compacting
the soil;
• Water transplants as necessary to ensure survival.
4. Staking and/or Pole Planting On-site Vegetation
Native vegetation shall be collected according to the following specifications in the vicinity for
Stake and Pole plantings;
• Materials shall be collected while dormant,after the leaves have fallen and when nightly
temperatures are approximating freezing conditions;
• Cuttings shall be taken from 2-3 year old stems that are free from disease,blemishes,
galls,cankers, smut,and other imperfections. Cut the cutting bottoms at a 45-degree
angle and the tops flat;
• Willow cuttings shall be from 1/2" - 1" in diameter and from 24"to 30" in length.
• Cottonwood cuttings shall be from 3/4" - 1.25" in diameter and from 24"to 36" in length;
• All cuttings should be stripped of any remaining leaves and side branches,then pre-
soaked in water for a minimum of 48-hours prior to planting; and
• Plant the cuttings with their bases down to the stagnant water level in areas of proper
hydrology.
6.1.C. Fertilizers. N/A
6.1.D. Fencing.N/A
Page 27 of 33
HCE Project No. 2141029.00
6.2 RIPARIAN SHRUB PLANTINGS
6.2.A Spacing of shrubs.
The layout of the shrubs shall be planted staggered(not horizontal or vertical lines)as shown on
Project Drawings. The Project Drawings provide the areas for Riparian Shrub Plantings and
Species List. Minimum spacing of plantings is species and type dependent and listed in the Plant
Installation Plan and may not be to scale in the drawings.
6.2.B Riparian Shrub Products.
The Riparian Area shall be vegetated with native containerized shrub plants. Containerized
plants shall be well established in the container with a root system sufficiently developed to hold
together when removed from the container. Containerized riparian shrubs shall be 1 gallon pots
or as specified. Plants shall not be pot bound nor have kinked,circling,or bent roots. The root
ball periphery shall be free of circling roots larger than % inch in diameter. If roots have grown
in a spiral fashion inside the container,the tree maybe root bound.
6.2.0 Riparian Shrub Installation.
a. To encourage straight roots to form,make four(4)vertical incisions down the sides of the
rootball one-fourth(1/4)inch in depth 90 degrees to each other,and a crisscross incision on the
bottom.
6.3 RIPARIAN WILLOW STAKES
6.3.a Live Stake Harvesting.
The CONTRACTOR shall harvest all live stakes locally from areas approved by the Engineer.
Live stakes available on site are willow(Salix spp) stakes.All live stakes shall be harvested
during the dormant season.All live stakes shall be harvested from a healthy parent that does not
have serious injuries,insect pests, diseases or shriveled.No more than one-third of the donor
shrub should be harvested.The CONTRACTOR shall take care to not damage the donor shrub;
cuts shall be made smooth without damage to the bark of the donor shrub.Cuts shall be made at
an angle of approximately 45 degrees, 6 to 8 inches above the ground,to assist rapid regenerate.
The minimum diameter of the cuttings should be 0.75 inch and the minimum length should be
18 inches; larger live stakes contain a greater amount of the stored energy required to form
leaves, stems and roots. The top ends shall be blunt;butt ends shall be angled at 45 degrees.
Stakes shall be stripped of all stems and leaves, taking care to minimize scarring or bruising of
the stakes. Immediately upon cutting,stakes shall be placed in water in a shaded area. The live
cuttings shall be planted within 6hrs,or must be carefully bound, secured,and stored submerged
in clean fresh water.
6.3.b Live Stake Installation.
Live stakes shall be planted to a depth where the roots are able to reach the water table during all
seasons. Stakes must be harvested and planted when the willows are dormant. This period is
generally from late fall to early spring,or before the buds start to break. If the willow stakes
cannot be installed during the spring or dormant season,cut during the dormant season and hold
Page 28 of 33
HCE Project No. 2141029.00
in cold storage at temperatures between 33 and 39 degrees F and store for up to 3 months.
Insert the cutting vertically(i.e.,oriented in the same direction which it grew on the shrub)into
the substrate so that approximately two-thirds of the total length is below the surface. Make
pilot hole for all installation. Stakes should be placed randomly at a rate of two holes per square
yard. Install three live stakes per hole(where possible).Backfill all voids with topsoil.The
cutting must be inserted deep enough to ensure that it reaches the water table throughout the
entire growing season.After the live stakes are inserted,the planting hole must be backfilled
with native soil and lightly tamped to prevent air pockets.
6.4 EROSION CONTROL BLANKET
All Natural biodegradable Erosion Control Blankets(ECB) shall be placed on all disturbed
slopes greater than 10 percent grade. All Natural biodegradable Erosion Control Blankets(ECB)
shall be placed on restored banks. One type of Erosion Control Blankets have been pre-
approved: CC-4 by Western Excelsior or approved equivalent,www.westernexcelsior.com.Do
not order,deliver,or install other products without a written approval by the ENGINEER.
Install per manufactures recommendations,and details. Store all fabric elevated off the ground
and insure that it is adequately covered to protect the material from damage.Protect fabric from
sharp objects that may damage the material.Materials damaged during transport, storage or
placement shall be replaced at the CONTRACTOR expense.The ENGINEER shall inspect and
approve all materials prior to installation.
6.5 TOP SOIL
Available topsoil shall be salvaged a minimum of 6 inches in depth from all disturbed areas.
Salvaged topsoil shall be stockpiled in areas that shall not interfere with construction phases and
at least 15 feet away from areas of concentrated flows or pavement.The slopes of the stockpile
shall not exceed 2:1 horizontal to vertical. A silt fence or other adequate erosion control shall
be installed around the perimeter of each stockpile.
6.5.A Top Soil Application
Top soil shall be applied to all areas for seeding and planting. Top soil shall be applied at a
minimum of 6 inches depth on all seeded areas, and shall be used to backfill all shrub and tree
plantings to the depth and twice the width of the root ball. Topsoil shall not be placed when the
ground or Topsoil is frozen,or excessively wet.Following the spreading operation,the Topsoil
surface shall be raked to final grades without surface irregularities that could contribute to
concentrated waterflow downslope. Top soil shall be raked with 0.5 inch undulations for a seed
bed.
6.5.B Top Soil Material
Imported topsoil shall be a natural sandy loam that is weed free. Imported Topsoil shall be
properly stored and protected,and shall be free of roots,hard clay and stones which shall
not pass through a 1-inch square opening. It shall be a loamy mixture having at least 90
percent passing No. 10 sieve. Soil properties are listed below:
Page 29 of 33
HCE Project No. 2141029.00
• Contain no less than 2 percent nor more than 13 percent organic matter, as determined
by the test for organic matter in accordance with ASTM D2974;
• Contain no less than 12 percent or more than 40 percent clay, as determined
in accordance with ASTM D422;
• Sand content shall not exceed 55 percent,as determined in accordance with ASTM D422;
• The pH shall not be lower than 5.0 or higher than 8.0.The pH shall be determined with
an acceptable pH meter on that portion of the sample passing the No. 10 sieve,in
accordance with the—Suggested Methods of Tests for Hydrogen Ion Concentration
(pH) of Soils, included in the ASTM Procedures for Testing Soils issued December
1964;
• One hundred percent shall pass the 1-inch screen; 97-100 percent shall pass the 1.5-
inch screen, and 40-60 percent shall pass the No. 100 mesh sieve;
• Topsoil shall be free of clods, gravel, and other inert material. It shall be free of thistle,
reed canary grass,creeping foxtail,noxious vegetation and seed. Should such
regenerative material be present in the soil,the CONTRACTOR shall remove,at his
expense and in a manner satisfactory to the Owner's Representative,all such growth,
both surface and root,which may appear in the imported Topsoil within 1 year
following acceptance of the work; and
• All soil to be seeded shall be amended with Humate and fertilizer product. The method
of incorporation of amendments shall result in a uniform application of material as
approved. Humate shall be applied at a rate of 1500 pounds per acre. The humate shall
be applied using approximately 1 gallon of water for 1 pound of dry powder.The
fertilizer product shall be applied at a rate of 2000 pounds per acre.
6.6 FABRIC WRAPPED SOIL LIFTS N/A
6.7 LANDSCAPE IRRIGATION N/A
Page 30 of 33
HCE Project No. 2141029.00
SECTION 7 HYDROLOGY
7.1 HYDROLOGY
Hydrology herein is based on USGS stream gage EAGLE RIVER BELOW GYPSUM,CO
(09070000) for water years 1980 thru 2013. The gauge may be accessed online at:
http://waterdata.usgs.gov/nwis/nwisman/?site no=09070000&agency cd=USGS.This gauge
may not actually represent flows at the project site and should be used as a reference only.
Additional flow not accounted for in the tables,or flash flooding may occur on tributaries.
Real time data may be seasonal and is provisional, subject to change. Statistical Analysis of
historical data is not a guarantee for the flow rates during construction and available at the
above website. Maintenance of the River Flows,diversions, erosion,environmental protection,
BMPs and River stages during the construction period are the responsibility of the
CONTRACTOR.
7.2 RIVER ELEVATIONS DURING CONSTRUCTION
Construction is anticipated to occur during low water conditions in the river in the fall of 2014.
Water Surface Elevations may vary from field observations and be affected to an unknown
degree with temporary flow obstructions of equipment,coffers,temporary alluvium placement or
other construction activities. The CONTRACTOR is responsible for monitoring and controlling
water surface elevations during construction and any associated erosion,flooding, structure
integrity or environmental damage.
Page 31 of 33
•
HCE Project No. 2141029.00
SECTION 8 MODIFICATIONS TO TIME OF COMPLETION
8.1 CONSTRUCTION WINDOW
The date of beginning and the time for completion of the work are essential conditions of the
Contract Documents and the work to be performed shall be commenced on a date specified in the
Notice to Proceed.The Contractor will proceed with the work at such rate of progress to ensure
full completion within the Contract time. It is expressly understood and agreed,by and between
the Contractor and the Owner,that the Contract time for the completion of the work described
herein is a reasonable time,taking into consideration the climatic and other factors prevailing in
the locality of the work. Every effort shall be made by the Contractor to complete the project
within the"Contract Time" shown in the bid,quote or proposal. The"Contract Time" anticipates
"Normal"weather and climate conditions in and around the vicinity of the Project site during the
times of year that the construction will be carried out.
Contractor acknowledges that the Project site is located in a high altitude environment where
weather patterns can be variable and extreme during any month. Freezing conditions may be
encountered during the construction window. Contractor is responsible for maintaining
conditions that prevent build-up of ice during construction and for delays associated with ice.
Frazil ice is a winter occurrence throughout much of the Eagle River in Colorado. Ice can pile
up significantly on many in-channel obstructions. Contractor is wholly responsible for
maintaining conditions that prevent build up of ice during construction and for delays associated
with ice.
Page 32 of 33
HCE Project No. 2141029.00
SECTION 9 DEFINITIONS
Best Management Practices (BMPs)
Any and all measures implemented to prevent sedimentation,erosion,or pollution during the
temporary construction period and during the lifetime of a project,including restoration of
construction areas.
Care of Water (COW)
Any and all measures implemented to predict the native flow of a watershed and to manage,
divert and control that flow in order to access and perform the work and simultaneously
minimize impacts on the environment,property and infrastructure.
Coffer Dam
Structure used to isolate an area for dewatering or sediment containment.
Ordinary High Water Line(OHWL)
Approximate Water Surface Elevation as delineated on site.
In-Channel Work
All construction work occurring below the ordinary high water line or in a wet channel.
On-Shore Work
All construction work occurring above the ordinary high water line and outside of Waters of the
United States.
Protect-In-Place
Protection of Structures or Vegetation by not disturbing them with adjacent construction
activities.
Riparian Vegetation
Vegetation which is rooted in the water table of the adjacent river.
Water Surface Elevation
Elevation on the project datum,of the surface of water at a specified location and flow rate.
Waters of the United States
Any waters that are relatively permanent,meaning they contain water at least seasonally; and
Wetlands that directly abut relatively permanent waters.
Page 33 of 33
id EP",()RI1, FEW°.. x; GEOPECHNtEEr,
June 30,2014
High Country Engineering
Attn: Torn Scott, PE
1517 Blake Avenue, Suite 101
Glenwood Springs, Colorado 81601
t j s ci?1 been<.!.corn
Job No.114 212A
Subject: Subsoil Study for Foundation Design, Proposed Duck Pond Boat Ramp
and Improvements, 5572 Highway 6, Eagle County, Colorado
Gentlemen:
As requested, Hepworth-Pawlak Geotechnical, Inc. performed a subsoil study for the
proposed improvements and boat ramp foundation design at the subject site. The study
was conducted according to your contract with Eagle County for engineering services.
The data obtained and our recommendations based on the proposed construction and
subsurface conditions encountered are presented in this report.
Proposed Construction: The proposed improvements will include a boat ramp, pit toilet
and gravel driveway and parking generally located between the borings shown on Figure
1. The boat ramp will be a concrete structure and the driveway/parking will be gravel
surface. Cut depths are expected to range between about 5 feet at the boat ramp and 10
feet at the pit toilet. Foundation loadings for this type of construction are assumed to be
relatively light. The boat ramp will need to be protected against stream scour/erosion.
If development conditions, grading or foundation loadings are significantly different from
those described above, we should be notified to re-evaluate the recommendations
presented in this report.
Site Conditions: The development area was vacant at the time of our field exploration.
An existing asphalt paved driveway is the access point into the property from Highway 6,
see Figure 1. There had been a previous residence development on the property which
had been removed leaving surface disturbance. The ground surface slope is relatively
gentle down to the southeast at about 5%grade as shown by the contour lines on Figure 1.
Vegetation is sparse grass and weeds in the development area with mature trees in the
north part near Highway 6 with brush along the Eagle River.
Subsurface Conditions: The subsurface conditions at the site were evaluated by drilling
4 exploratory borings at the approximate locations shown on Figure 1. The logs of the
borings are presented on Figure 2. The upper soils encountered, below pavement or a
shallow topsoil layer, consist of alluvial fan deposits of sandy silt and clay to silty clayey
3t;, r' ? )E',47°. '# O t l(C' . .i ? ° d 1t4 71'/-6 )
-6 -'?`(. O 1 r {,4
' -t � .. .. �ult�<t lily'
-2 -
sand with gravel. At Boring 1, located at the boat ramp area,loose slightly silty sand with
gravel was encountered to a depth of 22 feet where medium dense sandy gravel with
cobbles was encountered to the drilled depth th of 30 feet. Results lts of adation analyses
�' Y
performed on samples of the sand and gravel soils (minus 1'A-inch fraction) obtained
from the borings are presented on Figures 4 through 6. Free water was encountered in
Boring I (boat ramp area)at a depth of about 2 feet. The other borings were dry and the
soils were generally slightly moist to moist with depth.
Boat Ramp Foundation Recommendations: Considering the loose soil condition
encountered in Boring 1 and the nature of the proposed construction, we recommend the
boat ramp structure be founded on a pile foundation which extends down to below
potential scour depth and into the gravel soils. Micro-piles maybe a feasible type pile to
support the foundation and boat ramp deck. The micro-piles should extend down through
the loose sand soil and into the relatively dense, sandy gravel deposit. It appears that
micro-piles about 30 feet long will be needed and should develop about 1 kip allowable
vertical load capacity per foot of embedment in the sandy gravel soils. The actual load
capacity of the piles should be evaluated by load testing at the time of construction. The
soft silt and clay soil such as encountered at Boring 1 may not be stable and need to be
removed and replaced with structural gravel as a working platform.
Pavement Section: The driveway and parking will be gravel surface. The subgrade soils
encountered at the site are generally low plasticity sand and silt which are considered a
relatively poor support for pavement sections. Imported fill (subbase)if needed should be
a sand and gravel soil with a minimum Hveem stabilometer`R' value of 50. Based on
our experience, an 18 kip EDLA of 5, a Regional Factor of 2.0 and a serviceability index
of 2.0, we recommend the minimum pavement section thickness consist of 4 inches of
CDOT Class 6 base course on 12 inches of granular subbase. The base course,subbase
and required subgrade fill should be compacted to at least 95% of the maximum standard
Proctor density at a moisture content within 2%of optimum.
Required fill to establish design subgrade level can consist of the on-site soils or suitable
imported granular soils approved by the geotechnical engineer. Prior to fill placement the
subgrade should be scarified to a depth of 8 inches, adjusted to near optimum moisture
and compacted to at least 95% of standard Proctor density. In soft or wet areas, the
subgrade may require drying or stabilization prior to fill placement. A geogrid and/or
subexcavation and replacement with aggregate base soils may be needed for the
stabilization. The subgrade should be proofrolled. Areas that deflect excessively should
be corrected before placing pavement materials. The subgrade improvements and
placement and compaction of base materials should be monitored on a regular basis by a
representative of the geotechnical engineer.
Limitations: This study has been conducted in accordance with generally accepted
geotechnical engineering principles and practices in this area at this time. We make no
warranty either express or implied. The conclusions and recommendations submitted in
this report are based upon the data obtained from the exploratory borings drilled at the
locations indicated on Figure 1 and to the depths shown on Figure 2,the proposed type of
construction,and our experience in the area. Our services do not include determining the
Job No.114 212A
e'P ech
-3 -
presence, prevention or possibility of mold or other biological contaminants(MOBC)
developing in the future. If the client is concerned about MOBC, then a professional in
this special field of practice should be consulted. Our findings include interpolation and
extrapolation of the subsurface conditions identified at the exploratory borings and
variations in the subsurface conditions may not become evident until excavation is
performed. If conditions encountered during construction appear different from those
described in this report, we should be notified at once so re-evaluation of the
recommendations may be made.
This report has been prepared for the exclusive use by our client for design purposes. We
are not responsible for technical interpretations by others of our information. As the
project evolves, we should provide continued consultation and field services during
construction to review and monitor the implementation of our recommendations, and to
verify that the recommendations have been appropriately interpreted. Significant design
changes may require additional analysis or modifications to the recommendations
presented herein. We recommend on-site observation of excavations and foundation
bearing strata and testing of structural fill by a representative of the geotechnical
engineer.
If you have any questions or need of further assistance, please let us know.
Respectfully Submitted,
HEPWORTH-PAWLAK GEOTECHNICAL, INC.
Steven L.Pawlak,P,E.
Reviewed by:
S e t14411
;gyp R'C�`
Daniel E. Hardin P.E. ( 24443
_' lat ' 4;
SLP/ksw °$yr �y4'
Attachments: Figure 1 —Locatio xploratory Borings
Figure 2—Logs of Exploratory Borings
Figure 3—Legend and Notes
Figures 4-6—Gradation Test Results
Table 1- Summary of Laboratory Test Results
Job No.114 212A
Gelgtech
MIL
III
t{
(P -SOIL 1 ;
s ` \ : ORI G 2Sf ,
'' . \ 1\ 1 ) 1-.. 1 \ -.. \ lik I° 1 11 i /Ei:R G II' : : i 15PN LT'` RI ti
\ \ 1 I .r'. ` } ' `a
L
, , ,,,,/,,, , \\\ \,,,,, \.‘ \\ \ -,,,,,,‘,,,, \\ it; ''\\,,\\:\ N ,:‘ ,:i '' ...'' -.
4 � r
- \\\\\ '\
,
S, BORI G 4 ,; r • vr,
, „„ ... NG\I 0\(DRIVEWAY) ''
Ifigk
h
I
\ ''''''''' \\k‘-41i C RAMP} I f 1
\ i
\‘.� .*.
f,,,Th ',„.. ''''''''',....„„, , \'.".,.. a\,.-t ,029,
1�\\'‘':\‘‘ 1' '\\'''';''''.1;11:':\::';''''''''''-'!:--‘'":7114:411-4:1'1:*.\:.1‘ '''\\
'-'. '''-''''':'' \ \ ‘7.41-XSk\\:'\-\:. ''''''1.:\ 'Irin:ti:,
VII t
U 4 :
APPROXIMATE SCALE UU4 '
1" = 100' .*
114212A ,
' ligtec 1 LOCATION OF EXPLORATORY BORINGS Figure 1
HEPWORTH-PAWLAK GEOTECHNICAL
BORING 1 BORING 2 BORING 3 BORING 4
ELEV.= 6247' ELEV.= 6263.5' ELEV.= 6257' ELEV.= 6249.5'
0 a
~i 2/12 IlII
Aral
0,10 ��' 30/12 7/12 C=13.7
WC=9.4 -200=46
--.r.-. 0
+4=3i LL=25
' 4/12 WC=33.7 7/12 60/12 -200=31 3/12 pr=1
DD=70
5 -200=78
i T -
di 3/12 10/12 8/12 1/12 5
7/12 19/12 -
WC=10.9 WC=6,6 _-
DD=107 +4=17
0
+4=10
10 -200=9 -200=26 -
5/12 13/12 10
Lt). 15 4/12 15
a ai c
Q +4=20 ---- N
_ 200=8
20 7/12 20
25 28/12 25
•
+4=40
-200=13 --
.-._ 30 .s 30 -
BOAT PIT PARKING/DRIVEWAY
RAMP TOILET
Note: Explanation of symbols is shown on Figure 3.
114 212A 1 Gar
HEPwoRrHppwhcn� LOGS OF EXPLORATORY BORINGS Figure 2
LEGEND:
ASPHALT PAVEMENT;about 8 inches thick(Boring 3).
_._
ElFILL;silty sand with gravel (cinders), slightly moist, red-brown.
0 TOPSOIL;organic sandy silt and clay,wet at Boring 1, moist at Boring 4,brown.
./ SILT AND CLAY(ML-CL);sandy,soft, organic and wet at Boring 1, very moist at Boring 4, brown, low plasticity.
Z
SAND (SM-SC); silty to clayey, scattered gravel to gravelly, loose to medium dense,slightly moist to moist, brown.
`i:1
Z. SAND (SP-SM); slightly silty,fine to coarse grained, slightly gravelly, loose,wet, brown and black(Boring 1).
4VGRAVEL(GM); silty, sandy, cobbles, medium dense,wet, brown, rounded rock.
bRelatively undisturbed drive sample;2-inch I.D. California liner sample.
11 Drive sample;standard penetration test(SPT), 1 3/8 inch I.D. split spoon sample,ASTM D-1586.
2/12 Drive sample blow count; indicates that 2 blows of a 140 pound hammer falling 30 inches were
required to drive the California or SPT sampler 12 inches.
0,10
Free water level in boring and number of days following drilling measurement was taken.
—> Depth at which boring had caved following drilling.
NOTES:
1. Exploratory borings were drilled on June 10 and 20,2014 with 4-inch diameter continuous flight power auger.
2. Locations of exploratory borings were provided by High Country Engineering (Figure 1).
3. Elevations of exploratory borings were obtained by interpolation between contours shown on the plan provided
(Figure 1).
4. The exploratory boring locations and elevations should be considered accurate only to the degree implied by the
method used.
5. The lines between materials shown on the exploratory boring logs represent the approximate boundaries between
material types and transitions may be gradual.
6. Water level readings shown on the Boring 1 log were made at the time and under the conditions indicated. Borings
2,3, and 4 were dry. Fluctuations in water level may occur with time.
7. Laboratory Testing Results:
WC=Water Content(%) -200 = Percent passing No. 200 sieve
DO= Dry Density(pct) LL= Liquid Limit(%)
+4 = Percent retained on the No.4 sieve PI = Plasticity Index(%)
114 212A H
C�igtech LEGEND AND NOTES I Figure 3
HEPWORTH•PAWLAK GEOTECHNICAL
I HYDROMETER ANALYSIS f SIEVE ANALYSIS
TIME READINGS I U.S.STANDARD SERIES I CLEAR SQUARE OPENINGS
45"RMIN.175 MIN.60M(N19MIN.4 MIN.1 MIN. #200 #100 #50 #30 #16 #8 #4 3/8" 3/4' 1 1/2" 3" 5"6" 8"
0 �.■■11.�._ �� 100
10I 1
a 111,1111111111 LU
Z 30••■I
20z
Q (7
w 40 1•MO�'=��E��SI•IIMN 60 n_
cc
w 50
II i-
50 z
0
Lu
ELI 60`_ 40
70 111
30 d 80!�■ 20
90 Min.11.l1.11.11111PAIMII! ���v���ll=
�__�__-�__=Mill!_-1! 10
100 1
0
.001 .002 .005 .009 .019 237 .074 -15o .300 .600 1.18 2.38 4.75 9.5 12.5 19.0 37.5 76.2 152 203
127
DIAMETER OF PARTICLES IN MILLIMETERS
CLAY TO SLT SAND GROWL
FINE ( MEDIUM !COARSE I O FINE I COARSE COBBLES
GRAVEL 10 % SAND 81 % SILT AND CLAY 9 %
LIQUID LIMIT % PLASTICITY INDEX %
SAMPLE OF: Slightly Silty Sand with Gravel FROM: Boring 1 at 7 Feet
HYDROMETER ANALYSIS SIEVE ANALYSIS J
24-IR. 7 HR TIME READINGS I U.S.STANDARD SERIES I CLEAR SQUARE OPENINGS l
45 v1IN.15 MIN.60MIN19MIN.4 MINI.1 MIN. #200 #100 #50 #30 #16 #8 #4 3/8" 3/4' 1 1/2' 3" 5"6" 8'
0
I 100
•
10
— 1 90
Q 20 1 — 1 J 80
LU 1 0
Z 30 70 Z
I Ili 40 —�— —. I i 60 Q
Z 50 I 50 Z
Z!II w
CC 60 , w
I 40 0
- -
70 — �'
I • 30
20
90 —
10
.
100. r _ 0
.001 .002 .005 .009 .019 .037 .074 .150 .300 -600 1.18 2.36 4.75 9.512 519.0 37.5 76.2 12F 203
DIAMETER OF PARTICLES IN MILLIMETERS
CLAYTO SILT I FINE I MEDIUM I COARSE I FINE 1VEL COARSE I COBBLES
GRAVEL 20 % SAND 72 % SILT AND CLAY 8 %
LIQUID LIMIT % PLASTICITY INDEX %
SAMPLE OF: Slightly Silty Sand with Gravel FROM: Boring 1 at 15 and 20 Feet Combined
114 212A I Get)teChl-4 GRADATION TEST RESULTS Figure 4
Hepworth—Pawlak Geotechnlcel
N.
HYDROMETER ANALYSIS SIEVE ANALYSIS
J TIME READINGS U.S.STANDARD SERIES I CLEAR SQUARE OPENINGS
24 HR. THR
45 MIN.15 MIN.60MIN19MIN.4 MIN.1 MIN. #200 #100 #50 #30 #16 #8 #4 3/8" 3/4" 1 1/2" 3" 5"6" 8'
+� 100
10�EBI����i■�iiiilWiiil■ 90
20 -!,
79
01 40 i ■ii i so
+.�> � Cl)30
�- ii�ii! �°
50■�1����glimmumninmommiu 50 w el Ir 6p== +�. iiiiltiiil■ CC
iii mom i�ll_�IIMIct•i��N. 49 w
80!Nliii:� �'ii■■iii..r.i�i
90 ii11i�iisi I
100 iii 10
0
.001 .002 .005 .009 .019 .037 .074 .150 .300 .000 1.18 2.35 4.75 9.5 19.0 37.6 76.2 152 203
12.5 127
DIAMETER OF PARTICLES IN MILLIMETERS
CLAY TOW I SAND
FINE I COBBLES
GRAVEL 40 % SAND 47 % SILT AND CLAY 13 %
LIQUID LIMIT % PLASTICITY INDEX %
SAMPLE OF: Silty Sand and Gravel FROM: Boring 1 at 25 Feet
HYDROMETER ANALYSIS ` SIEVE ANALYSIS
} TIME READINGS I U.S.STANDARD f
o2 �. 7}{R ARD SERIES I CLEAR SQUARE OPENINGS I
MIN.16 MI N.60MINi9MIN.4 MIN.1 MIN. #200 #100 #50 #30 #16 #8 #4 3/8" 3/4" 1 1/2" 3" 5"6" 8"
-
- 100
10
90
0
20 - — r
U 1 -- _ 80
Z 30 ��.�..�..a.. I 0
H t 70
W 40 —1— - I - �
CC
60
Z 50 - - - i E-
(w) — 1 50 w
LLJ �� ' 40
CI_ LL!
70 n
. . _ 30
80 - - _
_ — — J' - 20
so --
10
100 I - 0
.001 .002 .005 .009 .019 .037 .074 .150 .300 .600 1.18 2.36 4.75 9.512.519.0 37.5 76.2 12152 203
DIAMETER OF PARTICLES IN MILLIMETERS 7
CIAYTO SILT / FINE 1 MEDIUM !COARSE I FINE C3 IEi COARSE I COBBLES
GRAVEL 17 % SAND 57 % SILT AND CLAY 26 %
LIQUID LIMIT % PLASTICITY INDEX %
SAMPLE OF: Silty Clayey Sand with Gravel • FROM: Boring 2 at 7 Feet
F'I
114 212A I GRADATION TEST RESULTS I Figure 5
Hepworth-Pawfok Geotechnteal
I HYDROMETER ANALYSIS I SIEVE ANALYSIS
24 7 HR TIME READINGS U.S.STANDARD SERIES I CLEAR SQUARE OPENINGS
45
0
U .15 MIN.60MIN19MIN.4 MIN.1 MIN. #200 #100 #50 #30 #16 #8 #4 3/8" 3/4* 1 1/2' 3" 5"6" 8" 100
1
11111111111111 I
1 10 �11111111111111111911111111. ' 90
1 1111111111111 /01111111 80
fli
20 1111111 '
30 70
1111110Illlllll�i....i_..-.101......m____ __,..,__..._JA.....__.....,MIMI=1■•MI MIME
Lij 40 IVIMI■IIIM i 60 U
La
� M�s�11E!E 0
W 50 - mi�m-�nilAIII■1111■01� 50 W
U •
60 ---piviiiimpriavimillow
4
CLO
0
as�rii..wam i
70 i ii2300
801 EN ir.1 �_
III isimi=._.
90 i
i _ii>_i5, I
-VIII Mili♦is
100 i i!!!■.11.! I 0
.001 .002 .005 .009 .019 .037 .074 .150 .300 .600 1.18 2.36 4.75 9.5 19.0 37.5 76.2 152 203
12.5 127
DIAMETER OF PARTICLES IN MILLIMETERS
` CLAY TO SILT ' FINE I MEDAWI (COARSE I FINE GRIVEL COME I COBBLES
GRAVEL 31 % SAND 38 % SILT AND CLAY 31 %
LIQUID LIMIT % PLASTICITY INDEX %
SAMPLE OF: Silty Clayey Gravelly Sane! FROM:Boring 3 at 1 Foot
114 212A J G�11
Ch I GRADATION TEST RESULTS Figure 6
Hepworth-Pawlak GOotechnIcal I
v CJ CD e.4 A
y co) j
F- ea 'd b t-Q
° ou U ca C7 a ai
0 ca
>, CO) 0 0 V)
to) vo
W
z N '-
z Q C
zv) in
U to
Z ',Li u x
I
- FM 5 °z f '
Q W 2 a -
U oC
o
Z _cc
= W m t
w >-- r cc 2
O Q! ¢ 3 N
w � <7
(0 < a
.
J W m z z �W
J W Ww M v./ t+l
m
1.1 c 01 00 ,..4 N M V-
a. O n. N
2 >" _
cc ix
<
aen
w . M o
2 cn
n -
g
w w g•2° N V.
t �
i M
a O Q: On O
z z
0
CC
c W
X
zoo M O� 01 M
Ors
T
w
Q M o� 'q N N .--4 r-I
U c - U
0
W
J
4 to
z
h .X .-.I N M v.
m
li
August 27, 2014
High Country Engineering
Attn: Roger Neal, PE
1517 Blake Avenue, Suite 101
Glenwood Springs, Colorado 81601
t-r1c l ;?hceft,,eom
Job No. 114 212A
Subject: Grading Recommendations Addendum to Subsoil Study Report dated June
30, 2014,Proposed Duck Pond Boat Ramp, 5572 Highway 6, Eagle
County, Colorado
Gentlemen:
As requested, we have reviewed the proposed grading plan for the proposed boat ramp at
the subject site. We previously conducted a subsoil study for foundation and grading
designs at the site and presented our findings in a report dated June 30, 2014, Job No, 114
212A.
Concept Design: We understand that scour analysis indicates that boulders placed 3 feet
deep are adequate to protect the boat ramp from stream scour undermining. The cast-in-
place concrete ramp is proposed to be supported on-grade and angled down into the river
at 15%grade. A small cove area will be created by cutting into the stream bank with a 3
horizontal to 1 vertical cut slope below the boat ramp to roughly 100-year flood elevation,
a total height of about 10 feet above normal water level.
Recommendations: The soils encountered near the ramp location consist of soft wet
sandy silt and clay above loose silty sand with scattered gravel. The subgrade soils will
likely need to be stabilized with use of geogrid and imported gravel to create a working
platform. Tensar TX170 geogrid covered by 2 feet of gravel such as CDOT Class 6 base
course is expected to be needed. Due to the water level fluctuation, a fee draining
granular layer, such as 3/-inch crushed rock, one foot thick, should be used to prevent
hydrostatic pressure buildup below the slab. The free draining rock should be
encapsulated in filter fabric to prevent fines migration into the rock and to keep the rock
stable behind the boulder edges. We should observe the placement and compaction of the
gravel and base materials to assess its adequacy of subgrade stabilization. Lowering of
the groundwater level to below the cut depth could also be needed.
i l? ,,,,, i•‘7 '.,,'.1°t 1 14 0 .io dki, SI it33_-- 7 1,,} 43 3'5 33(3 ) 0 :r11--=2:l. `) ,`_4-( ` t Y,{3
High Country Engineering
August 27, 2014
Page 2
The 3H to 1V cut slope in the sand should have adequate stability under dry conditions(ie
no seepage). Water level fluctuations will tend to reduce the stability with a risk of
localized slumps. The proposed vegetation mats to reestablish grass will help reduce the
slope movement risk which should be closely monitored until vegetation is firmly
established. If excessive slumping occurs, additional slope stabilization,such as
boulders, may be required.
If you have any questions or need further assistance, please call our office.
Sincerely,
HEPWORTH—PAWLAK GEOTECHNICAL, INC.
�G` 9 �'�
; : 15222 •
Steven L. Pawlak, P.E. 1 '
Rev. by: DEH v l9 ..••�r.�. 9
.�'`Tf©F.COL
S LP/ksw
cc: Oddo Engineering—Bob Oddo (bobs c ddloQws.co ii)
Job No. 114 2I2A
Gec!tech
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN
INSURANCE POLICY AND DOES NOT AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.POLICY LIMITS ARE NO LESS THAN THOSE
LISTED,ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW.
This is to Certify that
Oldcastle SW Group Inc dba United Companies of
Mesa County NAME AND * 1
2273 River Road , . erty Mutual.
Grand Junction CO 81502 ADDRESS ,� ,e
OF INSURED r
L INSURANCE
is,at the issue date of this certificate,insured by the Company under the policy(ies)listed below. The insurance afforded by the listed policy(ies)is subject to all their terms,exclusions and
Conditions and is not altered by any requirement,term or condition of any contract or other document with respect to which this certificate may be issued.
EXP DATE
TYPE OF POLICY 12 coNTlNUOUS POLICY NUMBER LIMIT OF LIABILITY
❑EXTENDED
POLICY TERM
WORKERS 9/1/2015 WA7-C8D-004095-024 COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY
LAW OF THE FOLLOWING STATES:
COMPENSATION -024:All States except OH,ND, Bodily Injury by Acciden
WC7-C81-004095-014 WA,WY and WI t
1,000,000 Each Accident
-014:WI Bodily Injury By Disease
$1,000,000 Policy Limit
Bodily Injury By Disease
$1,000,000 Each Person
COMMERCIAL 9/1/2015 TB2-C81-004095-114 General Aggregate
GENERAL LIABILITY
$2,000,000
-Per Project Aggregate included.
0 OCCURRENCE Products/Completed Operations Aggregate
$2,000,000
❑CLAIMS MADE
Each Occurrence
$2,000,000
RETRO DATE Personal&Advertising Injury
$2,000,000 Per Person/Organization
Other Other
Fire Damage-$100,000 Medical Exp-$5,000
AUTOMOBILE 9/1/2015 AS2-C81-004095-124 Each Accident—Single Limit
LIABILITY $2,000,000 B.I.And P.D.Combined
Comp Ded $10,000 Each Person
El OWNED
Coll Ded $10,000
NON-OWNED Each Accident or Occurrence
El HIRED
Each Accident or Occurrence
OTHER
ADDITIONAL COMMENTS
RE:Eagle County Duck Pond Boat Ramp and Site Improvements.
Eagle County is listed as additional insured with regards to the general liability policy,where required by written contract.
If the certificate expiration date is continuous or extended term,you will be notified if coverage is terminated or reduced before the certificate expiration date.
NOTICE OF CANCELLATION:(NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) Liberty THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE ty Mutual
INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE Insurance Group
OF SUCH CANCELLATION HAS BEEN MAILED TO:
RE:Eagle County Duck Pond Boat Ramp and Site Improvements. ��--.�� Q
Eagle County �f /J•
500 Broadway Stan Esposito
Eagle CO 81631 AUTHORIZED REPRESENTATIVE
Pittsburgh/0387
z 12 Federal Street,Ste.310
CJ
Pittsburgh PA 15212-5706 412-231-1331 9/24/2014
OFFICE PHONE DATE ISSUED
This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10