TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

64
TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT TIPPECANOE COUNTY BOARD OF COMMISSIONERS Thomas P. Murtaugh, President David S. Byers, Vice President Tracy A. Brown, Member AUDITOR Bob Plantenga EXECUTIVE DIRECTOR HIGHWAY DEPARTMENT Stewart W. Kline, P.E. 8 North 3rd Street, Suite 302 Lafayette, IN 47901

Transcript of TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Page 1: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

TIPPECANOE COUNTY

BRIDGE NO. 32 REPLACEMENT CONTRACT

TIPPECANOE COUNTY BOARD OF COMMISSIONERS

Thomas P. Murtaugh, President David S. Byers, Vice President

Tracy A. Brown, Member

AUDITOR Bob Plantenga

EXECUTIVE DIRECTOR

HIGHWAY DEPARTMENT Stewart W. Kline, P.E.

8 North 3rd Street, Suite 302 Lafayette, IN 47901

Page 2: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

TIPPECANOE COUNTY BRIDGE NO. 32

REPLACEMENT CONTRACT TIPPECANOE COUNTY, INDIANA

TIPPECANOE COUNTY BOARD OF COMMISSIONERS Thomas P. Murtaugh, President David S. Byers, Vice President Tracy A. Brown, Member AUDITOR Bob Plantenga

Certified By: EXECUTIVE DIRECTOR HIGHWAY DEPARTMENT

Stewart W. Kline, P.E. Michael W. Peterson, P.E. Registration No. 890025 Date: February 1, 2021

8 North 3rd Street, Suite 302 Lafayette, IN 47901

Page 3: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

TABLE OF CONTENTS

DESCRIPTION

NOTICE TO BIDDERS (LEGAL COPY) .............................................. 1 SHEET

NOTICE TO BIDDERS (SPECIFICATION COPY) ................................ 2 SHEETS

SPECIAL INSTRUCTIONS TO BIDDERS ........................................... 3 SHEETS

INSURANCE .................................................................................. 1 SHEET

SPECIFICATIONS .......................................................................... 2 SHEETS

ADDITIONAL CONTRACT PROVISIONS .......................................... 10 SHEETS

SPECIAL PROVISIONS ................................................................... 24 SHEETS

PERMIT INFORMATION – DNR....................................................... 4 SHEETS

LIMITS OF TREE CUTTING BY COUNTY FORCES ............................ 3 SHEETS

TIPPECANOE COUNTY SECTION CORNER ORDINANCE .................. 3 SHEETS

TIPPECANOE COUNTY SECTION CORNER DOSSIER JJ-25 ............... 1 SHEET

FIGURE 1, ACI 308........................................................................ 1 SHEET

BRONZE PLAQUE DETAILS ............................................................ 1 SHEET

CONTRACT FOR PUBLIC WORK ..................................................... 2 SHEETS

ITEMIZED PROPOSAL .................................................................... 3 SHEETS

Page 4: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Dates Advertised: January 29, 2021 and February 5, 2021

NOTICE TO BIDDERS

(LEGAL NOTICE)

The Board of Commissioners of Tippecanoe County, of the State of Indiana, will receive sealed bids at the office of Bob Plantenga, Auditor of Tippecanoe County and Secretary to the Board of Commissioners, in the Tippecanoe County Office Building, 20 North Third Street, Lafayette, Indiana, on or before 9:30 A.M. on the 16th day of February, 2021, for the following project:

TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

THE PROPOSED WORK CONSISTS OF REPLACING THE EXISTING BRIDGE WITH A 42 FT WIDE 3-SPAN PRESTRESSED CONCRETE BULB-TEE BEAM BRIDGE 302 FEET IN LENGTH, 2250 LINEAR FEET OF APPROACH ROADWAY RECONSTRUCTION ON CR 200 SOUTH, AND INCIDENTAL WORK. THE PROJECT WILL INCLUDE MAINTENANCE OF TRAFFIC, REMOVAL OF THE EXISTING STRUCTURE, CONSTRUCTION OF PILE-SUPPORTED PIERS AND BENTS, BEAM AND DECK PLACEMENT, TEMPORARY EROSION CONTROL MEASURES, EARTHWORK, DRAINAGE STRUCTURES, ASPHALT ROADWAY PAVEMENT, GUARDRAIL, PERMANENT EROSION CONTROL MEASURES, AND MITIGATION PLANTINGS.

Bids will be publicly opened and read aloud at the Board of Commissioners meeting in the Tippecanoe Room in the Tippecanoe County Office Building, 20 North Third Street, commencing at 10:00 a.m. on the 16th day of February, 2021. More detailed bid requirement information is included in the "Notice to Bidders - Specification Copy" which is a part of the Bid Documents. Bid Documents may be examined at the following locations: The office of the Tippecanoe County Highway Department, Tippecanoe County Office Building, 20 North Third Street, Lafayette, Indiana; and online at https://www.tippecanoe.in.gov/Bids.aspx. Documents will be available on or about the 1st day of February, 2021. Contractors desiring to submit a bid must register with Tippecanoe County as a valid bidder by submitting the form provided on the Tippecanoe County “Bid Opportunities” internet page. Bids shall be submitted on regular bid forms as prescribed by the State of Indiana. All bids must be accompanied by a Bidders Bond, Certified Check or Cash in the amount of Five Percent (5%) of the total bid price, and a non-collusion affidavit, and in all particulars must comply with the laws of the State of Indiana. Each proposal shall be in a sealed envelope directed to the Board of Commissioners of Tippecanoe County, State of Indiana, and plainly marked to indicate the title of the project and the name and address of the bidder. The Boards reserve the right to reject any and all bids and to waive, to the extent permitted by law, any of the terms, conditions, or provisions contained in this Notice to Bidders or the Instructions to Bidders, or any informality, irregularity, or omission of any bid provided that such waiver shall, in the discretion of the Boards, be to the advantage of Tippecanoe County. Tippecanoe County Board of Commissioners Thomas P. Murtaugh, President David S. Byers, Vice-President Tracy A. Brown, Member Bob Plantenga, Auditor, Secretary to the Board

Page 5: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Notice to Bidders (Specification Copy) page 1 of 2

NOTICE TO BIDDERS

(SPECIFICATION COPY) The Tippecanoe County Board of Commissioners of the State of Indiana will receive sealed bids for the following project:

TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT THE PROPOSED WORK CONSISTS OF REPLACING THE EXISTING BRIDGE WITH A 42 FT WIDE 3-SPAN PRESTRESSED CONCRETE BULB-TEE BEAM BRIDGE 302 FEET IN LENGTH, 2250 LINEAR FEET OF APPROACH ROADWAY RECONSTRUCTION ON CR 200 SOUTH, AND INCIDENTAL WORK. THE PROJECT WILL INCLUDE MAINTENANCE OF TRAFFIC, REMOVAL OF THE EXISTING STRUCTURE, CONSTRUCTION OF PILE-SUPPORTED PIERS AND BENTS, BEAM AND DECK PLACEMENT, TEMPORARY EROSION CONTROL MEASURES, EARTHWORK, DRAINAGE STRUCTURES, ASPHALT ROADWAY PAVEMENT, GUARDRAIL, PERMANENT EROSION CONTROL MEASURES, AND MITIGATION PLANTINGS.

until the hour of 10:00 A.M. on the 16th day of February, 2021 at the office of the Auditor, Bob Plantenga, Auditor and Secretary to the Board of Tippecanoe County, in the Tippecanoe County Office Building, Lafayette, Indiana, immediately after which time, all bids will be publicly opened and read aloud in the Tippecanoe Room. Bids received after such time will be returned unopened. Bids may be withdrawn prior to such time, but no bids shall be withdrawn for a period of forty five (45) days thereafter. All documents with each proposal shall be properly executed and addressed to the Board of Commissioners of Tippecanoe County, State of Indiana, c/o the Auditor of Tippecanoe County. The documents to be submitted consist of the following: a) Indiana General Form 96 (Revised 2013), b) "Plan and Equipment Questionnaire", and "Contractor's Financial Statement", c) two (2) copies of the Itemized Proposal Form furnished with the bid documents, and d) one (1) executed copy of the "Contract For Public Work" (enclosed herein). EACH PROPOSAL SHALL BE IN A SEALED ENVELOPE DIRECTED TO THE BOARD OF COMMISSIONERS, TIPPECANOE COUNTY, STATE OF INDIANA, AND PLAINLY MARKED TO INDICATE THE TITLE OF THE PROJECT AND THE NAME AND ADDRESS OF THE BIDDER. EACH BID SHALL BE ACCOMPANIED BY A BID BOND, PROPERLY EXECUTED BY A CORPORATE SURETY COMPANY SATISFACTORY TO THE BOARD AND PAYABLE TO THE BOARD OF COMMISSIONERS OF TIPPECANOE COUNTY. THE BID BOND SHALL BE IN THE PENAL SUM OF 5% OF THE AMOUNT BID (DETERMINED BY ADDING THE BASE BID AND ALL ALTERNATES). IT SHALL GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT, IF HIS BID IS ACCEPTED, AND WILL PERFORM THE OBLIGATIONS SET FORTH IN THE BID. THE BIDDER WHOSE BID IS ACCEPTED WILL BE REQUIRED TO FURNISH BOTH A PERFORMANCE BOND AND A MAINTENANCE BOND. THE PERFORMANCE BOND SHALL BE IN THE PENAL SUM OF NOT LESS THAN ONE HUNDRED PERCENT (100%) OF THE AMOUNT BID.

Page 6: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Notice to Bidders (Specification Copy) page 2 of 2

IT SHALL BE CONDITIONED ON THE FAITHFUL PERFORMANCE OF THE WORK IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS, ON THE PAYMENT BY THE CONTRACTOR AND ALL SUBCONTRACTORS FOR LABOR PERFORMED AND MATERIALS FURNISHED, AND FOR THE PAYMENT, OR THE PERFORMANCE OF, OTHER SERVICES RENDERED IN CONNECTION WITH THE SATISFACTORY COMPLETION OF THE WORK SET OUT IN THE PROPOSAL. THE PERFORMANCE BOND SHALL BE IN FULL FORCE AND EFFECT FOR A PERIOD OF ONE (1) YEAR FROM THE DATE OF FINAL ACCEPTANCE OF THE WORK. THE BIDDERS MAY, AT THEIR OPTION, PROVIDE A COMBINATION BID AND PERFORMANCE BOND WITH THEIR BID. IF THE BIDDER WHOSE BID IS SELECTED ELECTS TO PROVIDE A SEPARATE PERFORMANCE BOND, SUCH BOND SHALL BE DELIVERED TO THE BOARD OF COMMISSIONERS WITHIN TEN (10) DAYS OF THE AWARDING OF THE CONTRACT. THE MAINTENANCE BOND SHALL BE CONDITIONED SUCH THAT ALL WORK PERFORMED SHALL BE FREE FROM DEFECTS OF WORKMANSHIP AND MATERIALS FOR A PERIOD OF ONE (1) YEAR FROM THE DATE OF SUBSTANTIAL COMPLETION OF THE WORK AND DELIVERED TO THE BOARD OF COMMISSIONERS WITHIN TEN (10) DAYS OF THE AWARDING OF THE CONTRACT. THE MAINTENANCE BOND SHALL BE IN THE PENAL SUM OF NOT LESS THAN ONE HUNDRED PERCENT (100%) OF THE AMOUNT BID. Wage rates on this work shall not be less than the prescribed scale of wages as determined pursuant to the provisions of the prevailing Statutory Acts of the General Assembly of the State of Indiana. The Tippecanoe County Board of Commissioners of the State of Indiana reserves the right to waive any informality in bidding and to reject any and all bids. Bid Documents may be examined at the following locations: The office of the Tippecanoe County Highway Department, Tippecanoe County Office Building, 20 North Third Street, Lafayette, Indiana; and online at https://www.tippecanoe.in.gov/Bids.aspx. Documents will be available on or about the 1st day of February, 2021. Contractors desiring to submit a bid must register with Tippecanoe County as a valid bidder by submitting the form provided on the Tippecanoe County “Bid Opportunities” internet page. Tippecanoe County Board of Commissioners Thomas P. Murtaugh, President David S. Byers, Vice-President Tracy A. Brown, Member Bob Plantenga, Auditor, Secretary to the Board

Page 7: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Instructions to Bidders page 1 of 3

SPECIAL INSTRUCTIONS TO BIDDERS PREPARATION OF PROPOSAL The bidder must submit his proposal on forms furnished by the Owner or on forms as directed by the Owner. The blank spaces in the proposal forms must be filled in correctly, and the bidder must state in figures the unit price for which he proposes to do each item of work contemplated. He shall show the product of the respective quantities and unit prices in the column provided for that purpose, and the gross sum for which he will perform the work specified. All writing shall be with ink, including the signature of the bidder. The bidder shall sign his proposal correctly. If the proposal is made by an individual, his name and post office address must be shown. If made by a partnership, it must be signed by a member of the partnership submitting the proposal, and his name and post office address must be shown. If made by a corporation, the proposal shall show the name of the state under whose laws the corporation is chartered, names and business address of its executive officers, and be signed by the authorized official or officials of the corporation. The bidder shall sign the contract form and all other forms included as a part of his proposal which require signature before submitting same. ALTERNATES The bidder shall submit a bid for the base bid and a separate price for each alternate as provided for in the proposal. The price for each alternate will be the amount added to or deleted from the base bid if the Owner selects the alternate. All alternates will be accepted and announced during the bid opening. In the Owner’s comparison of the bids, alternates will be applied in the same order of priority as listed in the proposal and will be selected or rejected based on the Owner’s budget. After determination of the successful bidder based on the comparison of alternates and on the bidder’s responsiveness, responsibility, and other factors set forth in the bidding documents, the award may be made to the successful bidder on the base bid and any combination of the additive alternates for which the Owner determines funds will be available at the time of award. IRREGULAR PROPOSALS Proposals shall be considered irregular and may be rejected for the following reasons; (a) If the proposal forms furnished or specified by the Owner are not used or are altered. (b) If there are unauthorized additions, conditional, or alternate bids, or irregularities of any kind which may tend to make the proposal incomplete, indefinite, or ambiguous as to its meaning. (c) If the bidder adds any provisions reserving the right to accept or reject an award, or to enter into a contract pursuant to an award. (d) If the unit prices contained in the bid schedule are obviously unbalanced either in excess or below the reasonable cost analysis values. (e) If they fail to contain a unit price for every pay item indicated except in the case of authorized alternate pay items. INTERPRETATION OF PROPOSAL QUANTITIES The bidder's attention is called to the fact that the estimate of quantities of work to be done and materials to be furnished under these

Page 8: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Instructions to Bidders page 2 of 3

specifications, as shown on the proposal form, is approximate and given only as a basis of calculation upon which the award of contract is to be made. The Owner does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location, or other conditions pertaining thereto. Actual quantities paid for will be at the contract unit price or prices. The right is reserved for the Engineer to increase or decrease any or all of the above mentioned quantities of work or to omit any of them as he may deem necessary. EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the proposal, plans, specifications, special provisions, and contract forms before submitting a proposal. It is mutually agreed that submission of a bid shall be considered prima facia evidence that the bidder has made such examination and is satisfied as to the requirements of the plans, specifications, special provisions, and contract. PROPOSAL QUANTITY No proposal will be considered unless the bid prices are based on the quantities of the character and in an amount not less than those shown on the Guardrail Summary Sheet or listed on the Itemized Proposal. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Notice to Bidders. Bidders, their authorized agents, and other interested parties are invited to be present. DISQUALIFICATION OF BIDDERS Any one of the following causes may be considered as sufficient for the disqualification of a bidder and the rejection of his proposal or proposals: (a) More than one proposal for the same work from one individual, firm, or corporation under the same or different names. (b) Evidence of collusion among bidders. Participants in such collusion will receive no recognition as bidders for any future work of the Owner until any such participant shall have been reinstated as a qualified bidder. (c) Lack of competency and adequate machinery, plant, and other equipment, as revealed by the financial statement and experience questionnaire. (d) Unsatisfactory performance record as shown by past work for the Owner, judged from the standpoint of workmanship and progress. (e) Incompleted work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. (f) Failure to pay, or satisfactorily settle, all bills due for labor and material on former contracts in force at the time of the bidding. MATERIAL GUARANTY Before any contract is awarded, the bidder may be required to furnish a complete statement of origin, composition, and manufacture of any or all materials to be used in the construction of the work together with samples, which samples may be subjected to tests provided for in these specifications to determine their quality and fitness for the work.

Page 9: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Instructions to Bidders page 3 of 3

AFFIDAVIT The affidavit form provided in a non-collusion affidavit must be properly executed. STANDARD QUESTIONNAIRES The bidder must fill out in detail the "Standard Questionnaires" and Financial Statement for bidders. NOTIFICATION OF CONTRACTOR The Contractor shall notify the Engineer and all affected utilities, allowing sufficient time before beginning construction, to permit the necessary relocation of the utilities and the staking of the roadway. The Contractor shall also notify the Engineer at the beginning and end of each phase of construction work to assure adequate inspection and measurement before proceeding with subsequent phases of the work. The Contractor shall notify the Engineer and the interested public and private organization prior to closing of any road. DELIVERY OF PROPOSALS Each proposal must be submitted in a sealed envelope on which is written "Proposal for Tippecanoe County Bridge No. 32 Replacement Contract" and bear the name and address of the bidder. If not delivered personally, the above mentioned sealed envelope shall be enclosed in another, addressed as follows: THE TIPPECANOE COUNTY BOARD OF COMMISSIONERS C/O TIPPECANOE COUNTY AUDITOR RE: “Proposal for Tippecanoe County Bridge No. 32 Replacement Contract” Tippecanoe County Office Building 20 North 3rd Street Lafayette, Indiana 47901 and forwarded preferably by registered mail. All proposals shall be received prior to the time and the place specified in the "Notice to Bidders".

Page 10: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Insurance page 1 of 1

INSURANCE

The Contractor shall take out and maintain during the life of such Contract such Comprehensive General Liability and Property Damage Insurance, including automobiles, motor vehicles, and motorized equipment as shall protect him/it and any subcontractor performing work covered by such Contract from liability or claims for damages, personal or property, which may arise both out of and from the operations under such Contract whether such operations or work be done by the contractor or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be written for not less than the following limits of liability:

Contractor's Public Liability Insurance providing for a limit of $500,000 for all damages arising out of bodily injuries to or death of one person and subject to that limit for each person, a total limit of $1,000,000 for all damages arising out of bodily injuries to or death of two or more persons in any one occurrence, and regular Contractor's Property Damage Liability Insurance providing for a limit of $500,000 for all damage arising out of injury to or destruction of property in any one occurrence and, subject to that limit for each occurrence, a total (or aggregate) limit of $1,000,000 for all damages arising out of injury to or destruction of property during the policy period.

The Contractor shall furnish the Owner with satisfactory proof of the carriage of the insurance required by certification from the insurance company that such insurance is now in force with such company. Also each contractor shall furnish the Owner the certificate issued by the Industrial Board of the State of Indiana as proof of compliance with Workman's Compensation Insurance and Occupational Disease Insurance as required under the laws of the State. No work shall be started by either contractor or subcontractor under such Contract until such certificates are delivered to said Owner. In case of Contractor's failure to deliver renewal certificates to said Owner within ten (10) days prior to the expiration date of policy, the Owner reserves the right to stop work, which condition also applies to subcontractors, if any.

Page 11: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Specifications page 1 of 2

SPECIFICATIONS Specifications for material and construction are "Indiana Department of Transportation's Standard Specifications", dated 2020, and any subsequent supplementals. In addition, the following are incorporated by reference into this contract:

1) INDOT Standard Drawings listed in the INDOT Standard Drawing Index effective for lettings September 1, 2020; 2) INDOT Recurring Special Provision 205-R-706 (Stormwater Management), 01-16-2020; 3) INDOT Recurring Special Provision 503-R-692 (Joints), 02-20-2020; 4) INDOT List of Approved or Prequalified Materials current as of February 1, 2021 5) Indiana Manual on Uniform Traffic Control Devices, 2011 Edition

When the term “Specification” is used, it shall be interpreted to include the INDOT Standard Specifications as modified herein, and the Special Provisions. Whenever in these specifications the word "State" is referred to in terms of the Owner, the word "County" shall be substituted. Whenever reference is made to "Indiana Department of Transportation", "Department", or "Director", it shall be interpreted as the "Board of County Commissioners", except when in reference to "Prequalification." In addition, the following deletions, substitutions, and additions are to be made. SECTION 101 - DEFINITION OF TERMS Whenever in these specifications and Contract the following terms are used, the intent and meaning shall be interpreted as follows: COUNTY The County of Tippecanoe, State of Indiana, party of the first part, acting through

its authorized representative. BOARD The Board of County Commissioners of the County of Tippecanoe, State of

Indiana. AUDITOR Auditor of the County of Tippecanoe, State of Indiana. ENGINEER A Professional Engineer retained and authorized to make any or all necessary

inspections of work performed and materials furnished under the Contract. INSPECTOR An authorized representative of the Engineer. LABORATORY Laboratory authorized by the Engineer to do the testing.

Page 12: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Specifications page 2 of 2

BIDDER Any individual, firm, or corporation submitting a bid for the work contemplated. CONTRACTOR The individual, firm, or corporation whose proposal is accepted by the Board and

who is the party of the second part to the Contract. SURETY The corporate body bound with and for the Contractor, who is primarily liable,

that engages to be responsible for his acceptable performance of, and for his payment of all debts pertaining to the work for which he has contracted.

PROPOSAL The offer of the Contractor to do the work advertised for a fixed sum or sums.

This proposal shall only be upon the included forms, and shall become a Contract at the option of the Board.

SPECIFICATIONS The directions, provisions, and requirements contained herein, together with all

written or printed agreements and instructions made, or to be made, pertaining to the method and manner of performing the work, and also to quantities and quality of materials to be furnished under the contract.

CONTRACT The complete agreement covering the furnishing of materials and equipment

and the performance of the work in the construction of the improvement as advertised. The Contract shall include the plans, specifications, contract form, bond, and notice to proceed, as well as any and all supplemental agreements which reasonably could be required to complete the proposed work in an acceptable manner.

Other items listed in Section 101, where not in conflict with the above definitions or with the intent and meaning of these specifications, shall be as therein defined whenever such terms are applicable to these specifications. SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS 102.01 PREQUALIFICATION AND BIDDING REGULATIONS - Substitute the following:

The bidder shall furnish the Board with satisfactory evidence of his competency to perform the work contemplated. He shall submit on the standard form a statement of his experience, the equipment available, his plan for performing the proposed work, and a financial statement as provided in the Prevailing Statutory Acts of the Indiana General Assembly.

SECTION 103 - AWARD AND EXECUTION OF CONTRACT 103.04 INSURANCE - Delete entire section 103.05 WAIVER OF DAMAGES - Delete entire section. 103.06 (c) WAGE STIPULATIONS - Delete entire section.

Page 13: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 1 of 10

ADDITIONAL CONTRACT PROVISIONS

The following additional provisions shall apply to this Contract: I. No Investment in Iran II. Title VI Assurances III. Drug Free Workplace Certification IV. Form FHWA-1273 (General Provisions) V. Nondiscrimination VI. Nonsegregated Facilities VII. Contract Work Hours and Safety Standards Act Provisions VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion XII. Certification Regarding Use of Contract Funds for Lobbying Whenever the word "State" is referred to in terms of the Owner, the word "County" shall be substituted. Whenever reference is made to "Indiana Department of Transportation", "Department", "Commissioner", or "Director", in terms of the Owner, it shall be interpreted as the "Board of County Commissioners. Definitions of terms are set out in the Contract Specifications.

I. NO INVESTMENT IN IRAN

As required by IC 5-22-16.5, the bidder certifies by signing and submitting this Proposal that the bidder is not engaged in investment activities in Iran. Providing false certification may result in the consequences listed in IC 5-22-16.5-14, including termination of this Contract and denial of future state contracts, as well as an imposition of a civil penalty.

II. TITLE VI ASSURANCES

During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “contractor”) agrees as follows:

1. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract.

2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, age, national origin, disability/handicap, religion, sexual orientation, gender identity or income status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations.

3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, sex, age, national origin, disability/handicap, religion, sexual orientation, gender identity or income status.

4. Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Indiana Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the Indiana Department of Transportation, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information.

Page 14: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 2 of 10

5. Sanctions for Noncompliance: In the event of the contractor’s noncompliance with the nondiscrimination provisions of this contract, the Indiana Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part.

6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

The contractor shall take such action with respect to any subcontract or procurement as the Indiana Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance, provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Indiana Department of Transportation to enter into such litigation to protect the interests of the Indiana Department of Transportation, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States.

III. DRUG FREE WORKPLACE CERTIFICATION Pursuant to Executive Order No. 90-5 dated April 12, 1990, issued by Governor Evan Bayh, the Indiana Department of Administration requires inclusion of this certification in all contracts with and grants from the State in excess of $25,000. No award of a contract or grant shall be made, and no contract, purchase order or agreement, the total amount of which exceeds $25,000, shall be valid unless and until this certification has been made by the Contractor. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract payments, termination of the contract or agreement and/or debarment of contracting opportunities with the State for up to 3 years. The Contractor certifies and agrees that it will provide a drug free workplace by the means as follows:

(a) Publishing and providing to all of its employees a statement notifying them that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor’s workplace, and specifying the actions that will be taken against employees for violations of such prohibition.

(b) Establishing a drug-free awareness program to inform its employees of (1) the dangers of drug abuse in the workplace;

(2) the Contractor’s policy of maintaining a drug-free workplace; (3) any available drug counseling, rehabilitation and employee assistance programs; and (4) the penalties that may be imposed upon an employee for drug abuse violations occurring in the workplace.

(c) Notifying all employees in the statement required by subparagraph (a) above that as a condition of continued

employment, the employee will (1) abide by the terms of the statement; and (2) notify the Contractor of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction.

(d) Notifying the contracting State agency and the Indiana Department of Administration in writing within ten (10) days after

receiving notice from an employee under subdivision (c)(2) above, or otherwise receiving actual notice of such conviction;

(e) Within thirty (30) days after receiving notice under subdivision (c)(2) above of a conviction, imposing the following sanctions or remedial measures on any employee who is convicted of drug abuse violations occurring in the workplace: (1) taking appropriate personnel action against the employee, up to and including termination; or (2) requiring such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, state or local health, law enforcement, or other appropriate agency.

(f) Making a good faith effort to maintain a drug-free workplace through the implementation of subparagraphs (a) through

(e) above.

BY SIGNING AND SUBMITTING THIS PROPOSAL, THE BIDDER AFFIRMS, UNDER PENALTIES OF PERJURY, THAT HE OR SHE CERTIFIES THE ABOVE AND IS AUTHORIZED TO PROVIDE THIS CERTIFICATION ON BEHALF OF THE DESIGNATED ORGANIZATION.

IV. FORM FHWA-1273 (GENERAL PROVISIONS) 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

Page 15: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 3 of 10

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

V. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

Page 16: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 4 of 10

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

Page 17: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 5 of 10

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

Page 18: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 6 of 10

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

VI. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

VII. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

Page 19: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 7 of 10

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).

IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character,

quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false representation as to material fact in any statement,

certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years or both."

X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

Page 20: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 8 of 10

1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act.

2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in

every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

Page 21: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 9 of 10

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants:

a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

3. Instructions for Certification -Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more -2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

Page 22: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Additional Contract Provisions Page 10 of 10

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

4. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such

prospective participant shall attach an explanation to this proposal.

XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or

entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the

language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

Page 23: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 1 of 24

SPECIAL PROVISIONS

The following Special Provisions are in addition to the Indiana Department of Transportation's 2020 “Standard Specifications,” which Standard Specifications shall apply to this Contract. Where the words “Standard Specifications” and also where reference consisting of a number or numbers are used, they shall be construed as referring to the Indiana Department of Transportation's 20208 “Standard Specifications” and subsequent “Supplemental Specifications.” BASE BID WITH ALTERNATE

In addition to the base bid and its constituent pay items, the proposal form includes alternates for which prices are required. The alternates will be selected or rejected based on the Owner’s budget. Further details are set out in the Notice to Bidders and Special Instructions to Bidders. The following alternate is set out in the itemized proposal:

Alternate No. 1: For all proposed mainline HMA pavement on CR 200S, substituting a surface course consisting of QC/QA-HMA-SMA, as set out in Section 410 of the Standard Specifications, in place of the QC/QA-HMA surface course shown on the plans. Bid item A1 represents the addition or deduction for providing this substitution.

The unit price to be shown on the Itemized Proposal for the above alternate shall be the amount to be added or deducted, as described, for providing the alternate. The price for the alternate shall include the costs of all materials, labor, equipment, and necessary incidental items for the work except as otherwise noted. The contract completion dates will not be adjusted in the case of selection of the alternate. CONSTRUCTION ENGINEERING Construction Engineering shall be in accordance with Section 105.08(b) of the INDOT Standard Specifications and the additional provisions set out herein. The Contractor shall provide Record Documents consisting of field notes and as-built plans. Field notes of all activities shall be maintained during the work and shall be kept in bound books with pages numbered and indexed. As-built plans shall be maintained during the work. The Contractor shall update the Record Documents regularly, and in no event less than once per week. Access to the Record Documents shall be provided to the Engineer for inspection during normal working hours.

Page 24: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 2 of 24

The as-built drawings are to be a true representation of elements that exist as a result of a completed construction project. The plans shall show any and all changes to design made during construction. They shall include all information in the approved construction plans including standards, details, utility sheets, and data tables. They shall show as-built locations, elevations, and changes in a contrasting manner, such as color, bold, or highlighted lines on copies of the original construction plans. Information shall not be blocked out, but rather be superimposed with an “X”. The cover sheet and all sheets with as-built data or changes are to be labeled as “As-built”. A Certification Statement is required on the Cover Sheet to certify the as-built conditions. Each sheet that has an as-built change must be stamped, dated, and signed by a Land Surveyor or Professional Engineer registered in the State of Indiana Sample Certification Statement:

I hereby certify that the “As-built” data contained in these drawings was collected under my supervision and to the best of my knowledge represents the conditions as they exist on this project, and that the construction generally conforms to the requirements set forth in the approved construction plans.

Cross Section information is required at a minimum interval of 100 feet. Elevations shall be provided for the pavement centerline and edges and all ditches at a minimum interval of 100 feet. Invert elevations shall be provided for all culverts. The locations of pipes and rip-rap shall be shown. Pipe length, size, material, class and slope shall be shown. Dimensions and elevations of the infiltration basin and forebay shall be provided. The Record Documents shall be submitted to the County upon project substantial completion. Payment for the work set out herein will be made at the contract lump sum bid for “Construction Engineering”. EXISTING CONDITIONS OF UTILITIES, ADDITIONAL RIGHT-OF-WAY, AND ENCROACHMENTS

Utilities The status of all utility companies and organizations potentially involved with the work to be performed are described below as known at the time this contract was prepared. The active engagement of the Utility Coordinator does not minimize nor negate the responsibility of the Contractor to perform duties per the Standard Specifications. The facilities of Comcast exist within the project limits and are expected to be affected by the project. The utility has aerial facilities on the south side of the project attached to Duke Energy facilities. If questions arise, Will Morris of the utility may be contacted at 317-516-2237 or at [email protected]. The facilities of Duke Energy exist within the project limits and are expected to be affected by the project. The utility has aerial facilities on the south side of the project and plan to remain on the

Page 25: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 3 of 24

south side upon relocation. It is anticipated that the utility will relocate underground near the proposed bridge. The utility will be able to complete its involvement with the contract when the Contractor has completed right-of-way staking and tree clearing in the area of its proposed facilities and all Attachers to its facilities have been removed. A Work Plan has not been received from the utility. If questions arise, Cindy Rowland of the utility may be contacted at 317-776-5341 or at [email protected]. The facilities of Enterprise Products Operating, LLC exist in the project area, but are not expected to be affected by the project. The facilities of Frontier Communications exist within the project limits and are expected to be affected by the project. The utility has buried fiber optic cable on the north side of the project. The utility will be able to complete its involvement with the contract when the Contractor has completed right-of-way staking and tree clearing in the area of its proposed facilities. It is anticipated that the utility will take approximately 30 calendar days to adjust its facilities in such area. An approved Work Plan is available upon request. If questions arise, Charles McKean of the utility may be contacted at 219-531-6947 or at [email protected]. The facilities of Kentucky Data Link, Inc. exist within the project limits and are expected to be affected by the project. The utility has aerial facilities on the south side of the project attached to Duke Energy facilities. If questions arise, Lisa Whitehouse of the utility may be contacted at 812-759-7844 or at [email protected]. The facilities of Mulberry Telephone, Inc. exist within the project limits and are expected to be affected by the project. The utility has buried fiber optic cable on the north side of the project. It is anticipated that the utility will relocate underground near the proposed bridge. The utility will be able to complete its involvement with the contract when the Contractor has completed right-of-way staking and tree clearing in the area of its proposed facilities. A Work Plan has not been received from the utility. If questions arise, Brad Garriott of the utility consultant may be contacted at 765-296-2723 or at [email protected]. The facilities of Zayo exist within the project limits and are expected to be affected by the project. The utility has buried fiber optic cable on the north side of the project. It is anticipated that the utility will relocate underground near the proposed bridge. The utility will be able to complete its involvement with the contract when the Contractor has completed right-of-way staking and tree clearing in the area of its proposed facilities. A Work Plan has not been received from the utility. If questions arise, Adam Lamb of the utility consultant may be contacted at [email protected]. Right-of-Way All additional right-of-way requirements for the contract have been cleared except for the conditions at the parcels described below.

Page 26: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 4 of 24

The right-of-entry to the following properties is anticipated as set out below. The properties listed below shall not be entered until authorized in writing. Estimated Date Parcel No. Owner Approx. Location Right-of-Entry

11 State of Indiana Sta. 51+00 to 55+50 Lt. “A” April 15, 2021 Sta. 10+00 to 12+50 Rt. “S-1-A”

13 R. Gregg Sutter Sta. 46+50 to 48+50 Rt. “A” March 5, 2021 The buildings existing on the parcels listed below are still occupied. Demolition of buildings, clearance of debris, and subsequent construction on such parcels will not be permitted until they have been vacated. However, such demolition, clearance, and construction in parcels other than those listed will be permitted. The properties listed below shall not be entered until authorized in writing. Estimated Date Parcel No. Owner Approx. Location of Vacancy

8 Tippecanoe County Sta. 42+10 to 45+00 Lt. “A” March 5, 2021

Encroachments There is no involvement of encroachments for the contract. Preconstruction Conference Notification The Contractor shall provide notification during the preconstruction conference about known corrections to or omissions of the information presented above. Otherwise, notification shall be provided as required in 105.06. Notifications regarding such corrections or omissions shall not alleviate the Contractor's inquiry or interpretation obligations as contained in 105 IAC 11-3-7.

FAILURE TO COMPLETE ON TIME FOR RESTRICTION The work specified shall be arranged and prosecuted such that traffic is restricted on County Road 200 S for not longer than 270 calendar days. If the necessary work is not completed and County Road 200 S is not reopened to unrestricted traffic within 270 calendar days, $1000.00 will be assessed as liquidated damages, not as a penalty, but as damages sustained for each calendar day for which traffic on County Road 200 S remains restricted in excess of 270 calendar days. Extension of restriction time, if required, shall be in accordance with 108.08.

FAILURE TO COMPLETE ON TIME FOR INTERMEDIATE AND CONTRACT COMPLETION DATES Intermediate Completion Date The work specified shall be arranged and prosecuted such that pay items are complete and the Contract is substantially completed on or before the Intermediate Completion Date of November

Page 27: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 5 of 24

30, 2022. The following operations need not be completed by this date:

1) Erosion Control Remedial Work (Temporary Erosion and Sediment Control Devices and Final Soil Stabilization, including seeding, sodding, and riprap, shall be installed prior to the Intermediate Completion Date)

2) Erosion Control Extra Work Necessary for Notice of Termination (NOT)

For each calendar day after November 30, 2022 that the pay items are not completed and the Contract is not substantially completed, $1,500.00 will be deducted from any money due the Contractor as liquidated damages, not as a penalty, but as damages sustained for each calendar day that the work remains uncompleted after the Intermediate Completion Date. An extension to the Intermediate Completion Date may be granted if the award of the contract is not made within 30 days of the date of the letting and if the delay in award is not due to the failure of the Contractor to provide necessary information or documents. Contract Completion Date If the Contract is not completed on or before the Contract Completion Date of May 30, 2023, $1,500.00 will be deducted from any money due the Contractor as liquidated damages, not as a penalty, but as damages sustained for each calendar day that the contract is not complete. Extension of contract time, if required, shall be in accordance with 108.08. The time provided between the Intermediate Completion Date and the Contract Completion Date is to allow the Contractor time to perform final remediation and inspect and report deficiencies for all erosion control features, as well as to allow for the receipt of the IDEM Notice of Termination, NOT, as required under the provisions of Rule 5. All other work on the contract shall be complete on or before the Intermediate Completion Date. Prior to the Contract Completion Date, the Contractor shall maintain the project in accordance with 108.04 and 205, and complete all necessary erosion and sediment control inspections and reports. If the NOT is not received by the contract completion date, any required maintenance, inspections and reports will be paid as extra work in accordance with 104.03. The Contractor shall establish vegetation in accordance with 621 and 622 and achieve a minimum coverage of 70% uniform vegetation density per Rule 5 requirements and will be based on the lowest density area on the project within any ground area of 9 square feet. The County will have sole discretion in verifying the 70% minimum coverage for the groundcover. If this threshold is not met by the Contract Completion Date, the Contractor may be subject to liquidated damages in accordance with 108.09 if the items related to erosion and sediment control have not been accomplished in accordance with the contract documents. The liquidated damages, if assessed, will be charged until such time that the County is satisfied that the contract requirements have been met. Any agreed upon soil amendments or additional extra work for which no items exist in the itemized proposal and are not covered elsewhere in the contract documents, will be paid for in accordance

Page 28: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 6 of 24

with 104.03. MEASUREMENT AND PAYMENT The Contractor shall show the lump sum bid for doing all work as outlined in the plans and specifications on his proposal form. He shall also submit two (2) copies of an itemized proposal furnished by the Engineer, and included with the plans and specifications, showing unit prices for all items shown on the itemized proposal. The unit prices shall be used for a basis of payment and for calculating the additions and deductions due to increased or decreased quantities resulting from changes in the plans. Any bidder shall satisfy himself as to the accuracy of quantities shown on the plans. Any unbalancing of unit prices may be cause of rejection. Methods of measurement and other items in Section 109 of the Standard Specifications shall apply in its entirety. PAYROLL VOUCHERS The Contractor is to provide the County with copies of all vouchers for all laborers and mechanics working at this site. These vouchers are to be submitted to the County at the end of each pay period. COOPERATION WITH LOCAL LANDOWNERS It shall be the responsibility of the Contractor to provide freedom of travel to and from the homes and businesses of all adjacent property owners at all times during construction. The Contractor shall also ensure that mail can be delivered to the adjacent owners at all times. COOPERATION WITH PUBLIC UTILITIES It shall be the responsibility of the Contractor to contact and coordinate all activities with any utility company whose facilities may be disturbed by the Contractor's operations. The Contractor will be required to cooperate and coordinate work with all utilities within the limits of the projects in accordance with Section 107.20 and as directed by the Engineer. Any damage to utilities or public property caused by the Contractor's operations or equipment shall be repaired by the Contractor at his own expense.

Page 29: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 7 of 24

PERMITS The following permits and approvals have been obtained for this project. Copies of permits may be accessed with the bid documents.

• DNR Construction in a Floodway Permit: Effective Date: September 8, 2020 Expiration Date: August 21, 2022

• IDEM Rule 5 Permit:

Pending. Approval anticipated by March 15, 2021

• IDEM 401 Individual Water Quality Certification: Pending. Approval anticipated by April 30, 2021

• US Army Corps of Engineers Regional General Permit Verification:

Pending. Approval anticipated by April 30, 2021 All work shall be performed in accordance with the conditions set out in the permits. No direct payment will be made for work conforming to the permit conditions unless set out as a pay item elsewhere in the Special Provisions or in the Itemized Proposal. GENERAL CONDITIONS FOR IDEM 401 WATER QUALITY CERTIFICATION The following conditions are applicable to work below the ordinary high water mark of the South Fork of Wildcat Creek. No direct payment will be made for work conforming to these permit conditions set out as a pay item elsewhere in the Special Provisions or in the Itemized Proposal. Erosion and Sediment Control

a) Implement erosion and sediment control measures on the construction site prior to land disturbance to minimize soil from leaving the site or entering a waterbody. Erosion and sediment control measures shall be implemented using an appropriate order of construction (sequencing) relative to the land-disturbing activities associated with the project. Appropriate measures include, but are not limited to, silt fence, diversions, and sediment traps.

b) Monitor and maintain erosion control measures and devices regularly, especially after rain events, until all soils disturbed by construction activities have been permanently stabilized.

c) Use run-off control measures, including but not limited to diversions and slope drains. These

measures are effective for directing and managing run-off to sediment control measures and for preventing direct run-off into waterbodies.

Page 30: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 8 of 24

d) Install and make appropriate modifications to erosion and sediment control measures based on current site conditions as construction progresses on the site. The Indiana Storm Water Quality Manual or similar guidance documents are available to assist in the selection of measures that are applicable to individual project sites.

e) Implement appropriate erosion and sediment control measures for all temporary run-

arounds, cofferdams, temporary causeways, temporary crossings, or other such structures that are to be constructed within any waters of the state. Minimize disturbance to riparian areas when constructing these structures. Structures must be included in reviewed designs or approved by IDEM prior to use. Construct temporary run-arounds, temporary cofferdams, temporary causeways, temporary crossings, or other such structures of non-erodible materials. Temporary crossings and causeways must be completely removed upon completion of the project and the affected area restored to pre-construction contours, grades, and vegetative conditions.

f) Install stream pump-around operations in accordance with the plans and ensure in-stream

component is constructed of non-sediment producing materials. The discharge at the outlet shall not cause erosion of the stream bottom and banks.

g) Direct cofferdam dewatering activities to an appropriate sediment control measure or a

combination of measures prior to discharging into a water of the state to minimize the discharge of sediment-laden water.

h) Ensure cut and fill slopes located adjacent to wetlands and streams (including encapsulated

streams) or that directly discharge to these aquatic features are stabilized using rapid/incremental seeding or other appropriate stabilization measures.

i) Stabilize and re-vegetate disturbed soils as final grades are achieved. Initiation of

stabilization must occur immediately or, at a minimum, within the requirements of a construction site run-off permit after work is completed. Use a mixture of herbaceous species beneficial for wildlife or an emergent wetland seed mix wherever possible and appropriate. Tall fescue may only be planted in ditch bottoms and ditch side slopes and must be a low endophyte seed mix. Stabilize the channel before releasing stream flows into the channel.

j) As work progresses, re-vegetate areas void of protective ground cover. Areas that are to be

re-vegetated shall use seeding and anchored mulch. If alternative methods are required to ensure stabilization, erosion control blankets may be used that are biodegradable, that use loose-woven/leno-woven netting to minimize the entrapment and snaring of small-bodied wildlife such as snakes and turtles (follow manufacturer’s recommendations for selection and installation).

Anchor mulch. Anchoring shall be appropriate for the site characteristics such as slope, slope length, and concentrated flows. Anchoring methods may not include loose netting over straw, but can range from crimping of straw, erosion control blankets as specified above that

Page 31: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 9 of 24

minimize wildlife entrapment, or net free blankets. Tackifiers with mulch and hydro-mulch are acceptable and shall be applied to the manufacturer specifications.

Construction

a. Avoid in-stream channel work during the fish spawning season (April 1 through June 30).

b. Clearly mark wetlands and streams that are to remain undisturbed on the project site.

c. Restrict channel work and vegetation clearing to the minimum necessary for the installation of any structures. Work from only one side of the stream, and, where possible, from the side of the stream which does not have adjacent wetlands. If no wetlands are present, work from the side with the fewest trees and woody vegetation.

d. Ensure permanent in-stream structures, including but not limited to culverts and other stream encapsulations, are embedded and sized appropriately so as not to impede surface flows or create abnormal impediments to aquatic life.

e. Deposit any dredged material in a contained upland (non-wetland) disposal area to prevent sediment run-off to any waterbody.

f. Create temporary structures constructed in streams such that near normal stream flows are maintained.

ENVIRONMENTAL RESTRICTIONS

Tree Habitat All trees outside the construction limits shall remain undisturbed.

Indiana Bat The cutting of trees suitable for Indiana bat or Northern long-eared bat roosting (greater

than 5 inches dbh, living or dead, with loose hanging bark, or with cracks, crevices, or cavities) shall be avoided from April 1 through September 30.

Wetlands Restrictions No work shall be performed beyond the construction limits within the boundaries of the

wetlands shown on the plans. Fish Spawning

The Contract contains an in-channel excavation restriction due to impacts upon fish spawning. The Contractor shall not work in the waterway from April 1 through June 30 without the prior written approval of the Division of Fish and Wildlife. The Contractor may request a waiver of a portion of the restriction period by means of written contact to the Indiana Department of Natural Resources Division of Fish and Wildlife, Environmental Supervisor. Such request shall be made not more than 2 weeks prior to anticipated in-channel work during the

Page 32: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 10 of 24

restriction period shown above. The expected response time from the Indiana Department of Natural Resources will be approximately 5 work days. The Indiana Department of Natural Resources will consider each waiver request on a case-by-case basis.

The information and criteria shown below shall be provided with the waiver request: 1. Location of the project, including stream name, route number or road name,

Indiana Department of Natural Resources Certificate of Approval of Construction in a Floodway docket number, and description of the proposed work.

2. Amount of time required to perform the work, and the dates requested to be

waived. The amount of time required shall be reasonable to accomplish the proposed work.

3. The amount of in-channel area proposed to be disturbed by the work.

Disturbance across the full width of the stream may result in more negative impacts than disturbance of smaller portions of the stream.

4. Water level at the time of the request. 5. Approximate water temperature at the time of the request. 6. The substrate of the stream bottom at the project site, 100 yd (91 m) upstream

of the site, and 100 yd (91 m) downstream of the site. A bedrock substrate is not necessarily beneficial for spawning areas. However, silt, sand, or small gravel is more readily usable. Spawning locations which are downstream of the project may more likely be impacted by disturbances than such locations which are upstream. Sediments may cover eggs.

A waiver of a portion of the in-channel excavation restriction will be cause for the County to adjust contract times accordingly. Final approval of the waiver will be made by the County. Such approval will not occur until the contract time adjustment is agreed upon.

Wetlands Restrictions No work shall be performed beyond the construction limits within the limits of the wetland located at the southeast corner of the bridge as shown on the plans. Wetland protective fencing and appropriate signing shall be installed along the boundary of the wetland located at the southeast corner of the bridge prior to commencing construction. The fencing will be maintained for the duration of the construction. Wetland protective fencing and signing will not be paid for separately, but the costs for these shall be include in the costs of the various pay items of the contract.

Page 33: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 11 of 24

MATERIALS DENSITY TESTING The Contractor shall supply to the Engineer standard dry density Proctor tests for each type of fill material, whether obtained from the site or from borrow sources, and for each material type to be used as structure backfill. Sampling of materials for these tests shall be at the direction of the Engineer. Testing shall be performed by an independent material testing laboratory, as approved by the Engineer. If, in the judgment of the Engineer, there exists a significant variation in quality of materials, the Contractor may be directed to supply additional Proctor tests. No additional payment will be made for material density testing. The cost thereof shall be included in the cost of the various pay items. REMOVAL OF STRUCTURES AND OBSTRUCTIONS The Standard Specifications are revised as follows: SECTION 202, AFTER LINE 244, INSERT AS FOLLOWS: The following houses shall be removed: 1) The house on Parcel 8, approximate Sta. 42+10 to 45+00 Lt., Line “A”; and, 2) The house on Parcel 12, approximate Sta. 10+50 to 11+50 Lt., Line “S-1-A”. Removals on these parcels shall include all work set out in 202.02, 202.05, and 202.06.

SECTION 202.14, BEGIN LINE 544, DELETE AND INSERT AS FOLLOWS:

Removal of houses and buildings will be paid for at the contract lump sum price for houses and buildings, of the parcel number shown in the Schedule of Pay Items, remove. as Structures and Obstructions, Remove.

ASBESTOS INSPECTION AND REMOVAL The Standard Specifications are revised as follows: SECTION 202, AFTER LINE 283, INSERT AS FOLLOWS: Asbestos inspection and testing have been conducted for all structures requiring removal under this contract, consisting of: 1) The house on Parcel 8, approximate Sta. 42+10 to 45+00 Lt., Line “A”; 2) The house on Parcel 12, approximate Sta. 10+50 to 11+50 Lt., Line “S-1-A”; and, 3) The present bridge structure over the South Fork of Wildcat Creek. Asbestos Inspection and testing have indicated that no asbestos was present in any structure except for the following: 1) The house on Parcel 12, approximate Sta. 10+50 to 11+50 Lt., Line “S-1-A”. The asbestos in this house will be removed in accordance with all applicable regulations by a certified asbestos contractor retained by Tippecanoe County; removal is anticipated to be completed by April 1, 2021.

Page 34: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 12 of 24

The asbestos inspection and testing reports, and certification of asbestos abatement, are anticipated to be made available by April 1, 2021. TREE CUTTING FOR SEASONAL BAT RESTRICTION Tree cutting will be performed by Tippecanoe County Highway Department forces for all trees requiring cutting under this contract, except for those located within the limits of Parcel 11 (State of Indiana). The limits of tree cutting by the department are shown on the accompanying drawing titled, “Limits of Tree Cutting by County Forces” (3 sheets). All trees within the limits indicated will be cut by the department no later than March 31, 2021. For all tree cutting performed by the department, all woody debris from the cutting operations will be left on site, and stumps will be left intact. The department will endeavor to leave stumps at a height of 4 ft or greater to facilitate stump removal. All woody debris from the department’s cutting operations shall be removed from the site. All stumps shall be cleared in accordance with 201.03. All stumps within areas receiving woody revegetation and lying outside the construction limits for the roadway work may be cut off flush with the ground in lieu of removal; stumps cut off flush with the ground shall not extend more than 3 in. above the final ground surface. The costs of removing woody debris from cutting operations, stump clearing and cutting, and necessary incidentals shall be included in the cost of Clearing Right-of-Way. STORM WATER MANAGEMENT Storm water management shall be in accordance with the included INDOT Recurring Special Provision 205-R-706. Temporary pipe protection measures shall be repaired following each storm event. Accumulated sediment shall be removed once identified and after each storm event. Maintenance deficiencies shall be remedied as set out in RSP 205-R-706. A quality adjustment of $100.00 per temporary pipe protection measure will be assessed for each day the unit remains in unsatisfactory condition, defined as no longer performing its function. Temporary pipe protection measures will be paid for at an established unit price of $42.50 per ton of riprap. Payment shall include all costs involved with construction of the measure, except for temporary geotextiles. Temporary rock filter berm will be paid for at an established unit price of $42.50 per ton of riprap and $45.00 per ton of filter stone. Payment shall include all costs involved with construction of the measure, except for temporary geotextiles. Temporary geotextile for temporary pipe protection measures and rock filter berm will be paid for

Page 35: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 13 of 24

in accordance with RSP 205-R-706. GEOTECHNICAL INFORMATION A geotechnical report dated July 23, 2010 was prepared for this project. Revisions to this report were prepared December 21, 2020. Both reports may be accessed with the bid documents. It is not warranted or guaranteed that the conditions encountered during construction will be that same as that indicated by the reports. EROSION CONTROL BLANKET

All products used as erosion control blankets or manufactured surface protection product shall be limited to products or systems that minimize the risk of entrapment of small wildlife. This requirement will be waived if the blanket or netting is to remain in place for 30 days or less.

Acceptable erosion control blanket products and manufacturers include the following: Bionet S150BN North American Green 5401 St. Wendel-Cynthiana Road Poseyville, IN 47633 Phone: (812) 867-6632 EXCEL SS-2 All Natural Western Excelsior Corporation 901 Grand Ave. Mancos, CO 81328 Phone: 1-800-833-8573 Curlex NetFree Blanket American Excelsior Company 850 Avenue H East Arlington, TX 76011 Phone: 1-800-777-7645 Other products that minimize the risk of entrapment of small wildlife may be used if approved by the Engineer. Product literature that includes product specifications and performance data shall be submitted to the Engineer for approval prior to ordering materials.

Page 36: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 14 of 24

RIPARIAN REVEGETATION PLANTINGS Description This work shall consist of furnishing and planting woody riparian trees and shrubs, and seeding with herbaceous riparian seed mixture, at locations shown on the plans. Boundaries shown are approximate and are subject to adjustment by the Engineer. Materials and Construction Requirements a) Plants, Woody Riparian Plants for revegetating areas where woody revegetation is specified shall be planted according to the areas shown on the plans using the species shown in Tables 1 through 8 below.

Table 1: Woody Riparian Vegetation Species List, Area W1 (0.62 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 34 Common Paw Paw Asimina triloba Small Understory Tree FAC 27 Bitternut Hickory Carya cordiformis Large Canopy Tree FACU 34 Shagbark Hickory Carya ovata Large Canopy Tree FACU 34 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 27 Smooth Hydrangea Hydrangea arborescens Medium Shrub FACU 27 American Beech Fagus grandifolia Large Canopy Tree FACU 34 Tuliptree Liriodendron tulipifera Large Canopy Tree FACU 34 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 34 White Oak Quercus alba Large Canopy Tree FACU 34 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 34 American Bladdernut Staphylea trifolia Medium Shrub FAC 27 Black Haw Viburnum prunifolium Medium Shrub FACU 27 Total Canopy Trees 272 Total Shrub / Understory Trees 135 Total Plants 407

Table 2: Woody Riparian Vegetation Species List, Area W2 (0.70 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 38 Common Paw Paw Asimina triloba Small Understory Tree FAC 31 Shellbark Hickory Carya laciniosa Large Canopy Tree FACW 38 Shagbark Hickory Carya ovata Large Canopy Tree FACU 38 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 31 Common Winterberry Ilex verticillata Medium Shrub FACW 31 American Sycamore Platanus occidentalis Large Canopy Tree FACW 38

Page 37: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 15 of 24

Tuliptree Liriodendron tulipifera Large Canopy Tree FACU 38 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 38 White Oak Quercus alba Large Canopy Tree FACU 38 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 38 American Bladdernut Staphylea trifolia Medium Shrub FAC 31 Pale Dogwood Cornus obliqua Medium Shrub FACW 31 Total Canopy Trees 304 Total Shrub / Understory Trees 155 Total Plants 459

Table 3: Woody Riparian Vegetation Species List, Area W3 (0.03 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 1 Common Paw Paw Asimina triloba Small Understory Tree FAC 2 Shellbark Hickory Carya laciniosa Large Canopy Tree FACW 1 Hackberry Celtis occidentalis Large Canopy Tree FAC 1 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 2 Common Winterberry Ilex verticillata Medium Shrub FACW 2 American Sycamore Platanus occidentalis Large Canopy Tree FACW 2 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 2 Swamp White Oak Quercus bicolor Large Canopy Tree FACW 2 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 2 Shumard Oak Quercus shumardii Large Canopy Tree FACW 2 American Bladdernut Staphylea trifolia Medium Shrub FAC 2 Pale Dogwood Cornus obliqua Medium Shrub FACW 2 Total Canopy Trees 13 Total Shrub / Understory Trees 10 Total Plants 23

Table 4: Woody Riparian Vegetation Species List, Area W4 (0.09 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 5 Common Paw Paw Asimina triloba Small Understory Tree FAC 4 Shellbark Hickory Carya laciniosa Large Canopy Tree FACW 5 Hackberry Celtis occidentalis Large Canopy Tree FAC 5 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 4 Common Winterberry Ilex verticillata Medium Shrub FACW 4 American Sycamore Platanus occidentalis Large Canopy Tree FACW 5 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 5 Swamp White Oak Quercus bicolor Large Canopy Tree FACW 5 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 5

Page 38: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 16 of 24

Shumard Oak Quercus shumardii Large Canopy Tree FACW 5 American Bladdernut Staphylea trifolia Medium Shrub FAC 4 Pale Dogwood Cornus obliqua Medium Shrub FACW 4 Total Canopy Trees 40 Total Shrub / Understory Trees 20 Total Plants 60

Table 5: Woody Riparian Vegetation Species List, Area W5 (0.06 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 3 Common Paw Paw Asimina triloba Small Understory Tree FAC 3 Shellbark Hickory Carya laciniosa Large Canopy Tree FACW 3 Hackberry Celtis occidentalis Large Canopy Tree FAC 3 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 3 Common Winterberry Ilex verticillata Medium Shrub FACW 3 American Sycamore Platanus occidentalis Large Canopy Tree FACW 3 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 3 Swamp White Oak Quercus bicolor Large Canopy Tree FACW 3 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 4 Shumard Oak Quercus shumardii Large Canopy Tree FACW 4 American Bladdernut Staphylea trifolia Medium Shrub FAC 3 Pale Dogwood Cornus obliqua Medium Shrub FACW 3 Total Canopy Trees 26 Total Shrub / Understory Trees 15 Total Plants 41

Table 6: Woody Riparian Vegetation Species List, Area W6 (0.25 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 14 Common Paw Paw Asimina triloba Small Understory Tree FAC 11 Bitternut Hickory Carya cordiformis Large Canopy Tree FACU 14 Shagbark Hickory Carya ovata Large Canopy Tree FACU 14 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 11 Smooth Hydrangea Hydrangea arborescens Medium Shrub FACU 11 American Beech Fagus grandifolia Large Canopy Tree FACU 14 Tuliptree Liriodendron tulipifera Large Canopy Tree FACU 14 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 14 White Oak Quercus alba Large Canopy Tree FACU 13 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 13 American Bladdernut Staphylea trifolia Medium Shrub FAC 11 Black Haw Viburnum prunifolium Medium Shrub FACU 11

Page 39: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 17 of 24

Total Canopy Trees 110 Total Shrub / Understory Trees 55 Total Plants 165

Table 7: Woody Riparian Vegetation Species List, Area W7 (0.39 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 21 Common Paw Paw Asimina triloba Small Understory Tree FAC 18 Shellbark Hickory Carya laciniosa Large Canopy Tree FACW 21 Shagbark Hickory Carya ovata Large Canopy Tree FACU 21 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 18 Common Winterberry Ilex verticillata Medium Shrub FACW 18 American Beech Fagus grandifolia Large Canopy Tree FACU 21 Tuliptree Liriodendron tulipifera Large Canopy Tree FACU 21 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 21 White Oak Quercus alba Large Canopy Tree FACU 21 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 21 American Bladdernut Staphylea trifolia Medium Shrub FAC 18 Black Haw Viburnum prunifolium Medium Shrub FACU 18 Total Canopy Trees 168 Total Shrub / Understory Trees 90 Total Plants 258

Table 8: Woody Riparian Vegetation Species List, Area W8 (0.61 Acre)

Common Name Scientific Name Type of Plant Region 3 Status

Qty.

Red Maple Acer rubrum Large Canopy Tree FAC 33 Common Paw Paw Asimina triloba Small Understory Tree FAC 27 Shellbark Hickory Carya laciniosa Large Canopy Tree FACW 33 Alternate-Leaf Dogwood Cornus alternifolia Small Understory Tree FAC 27 Common Winterberry Ilex verticillata Medium Shrub FACW 27 American Beech Fagus grandifolia Large Canopy Tree FACU 33 Tuliptree Liriodendron tulipifera Large Canopy Tree FACU 33 Black Gum Nyssa sylvatica Medium Canopy Tree FAC 33 White Oak Quercus alba Large Canopy Tree FACU 33 Bur Oak Quercus macrocarpa Large Canopy Tree FAC 33 American Bladdernut Staphylea trifolia Medium Shrub FAC 27 Black Haw Viburnum prunifolium Medium Shrub FACU 27 Total Canopy Trees 264 Total Shrub / Understory Trees 135 Total Plants 399

Page 40: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 18 of 24

Substitutions of plants in size and species will be permitted upon approval only after sufficient evidence has been submitted to show that the specified stock could not be secured. Plant materials shall be in accordance with Section 914.08. All plants shall be bare root nursery stock with a minimum height of 12 inches. The plants shall have a minimum root collar caliper equal to or greater than ½” with a well-developed fibrous root system in balance with the top. The plants shall be obtained from licensed nursery sources on the approved list of sources maintained by INDOT, except as otherwise provided in Section 914.08. Species with an indicator status of FACU shall be planted within the floodway farthest from the channel. Species with an indicator status of FAC or FACW shall be planted within the floodway closest to the channel or within wetter areas. Species with an indicator status of OBL shall only be planted in the wettest portions of the site. Trees and shrubs shall be planted in a random manner with regard to species composition to simulate natural stocking conditions. Clumping of a single species in an area shall be avoided. Canopy trees shall be planted 10 feet apart within each row and 10 feet apart between each row. Shrubs and understory trees shall be planted at half the density of canopy trees and placed between every other canopy tree. Plants shall be planted in rows. If directed, planting from one row to the next shall be offset to avoid a grid pattern. All rows shall be generally straight, true, and parallel to facilitate future maintenance. The plants at the ends of the rows and every 100 ft within each row shall be marked by placing a fluorescent orange wire flag immediately adjacent to the stem of the plant. The flag shall measure 4 in. x 5 in. and shall be firmly affixed to a wire 36 in. long. In areas of proposed aerial electric lines, plantings shall be limited to shrubs. Planting shall be in accordance with Section 622.08 except as otherwise specified herein, and in accordance with sound horticultural practices, including assuring appropriate root pruning, proper planting depth, and soil compaction following planting. The root collar shall be near the ground surface and not deeper than one-half inch below the ground surface. The roots shall be extended downward into the hole or planting slit. Roots shall not be forced into an improper planting hole that potentially restricts their ability to grow and support the seedling to permit survival. Planting shall be performed during one of the following calendar periods:

• September 15th until the earlier of December 15th or when the ground is frozen • The latter of March 1st or when the frost leaves the ground in spring, until June 1st

The planting area shall be mowed not more than 10 days before planting. Mowing shall be to a height not greater than six inches. For spring planting in areas where turf or pasture grass is present, the planting area shall be prepared by broadcast application of Roundup ™ or other approved herbicide at the rate of 1.5 pints per acre, two times approximately two weeks apart. Following herbicide treatment, the area shall be prepared for planting and seeding in accordance with 621.03 of the INDOT Standard Specifications.

Page 41: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 19 of 24

The application of pre-emergent herbicide shall be made at the time of planting. It shall consist of four quarts of Simazine ™ or other approved herbicide mixed in 25 gallons of water per acre. The herbicide shall be applied in a 3 ft radius circle around each plant using a sprayer at the base of the plant. If directed by the Engineer, herbicide application shall be performed for one year following the planting year. The second-year application shall include 10 oz of Milestone ™ or other approved herbicide mixed in 25 gallons of water per acre. Herbicide application shall be performed by a person having a Category 3b certification from the Office of the State Chemist. All chemicals shall be stored, handled, and applied in accordance with the product label. Spraying will not be allowed if the wind is such that the product is carried outside the intended application area. Care shall be exercised to prevent damage to residential plantings, vegetable or flower gardens, or any susceptible rose hedges or similar landscape material, farm crops or other desirable broadleaf plants adjacent to the project site. “Do Not Mow or Spray” signs shall be placed at each end of the planting areas, or as directed. b) Seeding, Herbaceous Riparian Areas shown on the plans as requiring herbaceous riparian revegetation or woody and herbaceous riparian revegetation shall be seeded with the seed mixture shown in Table 9 below:

Table 9: Herbaceous Riparian Revegetation Seed Mixture - All Woody and Herbaceous Revegetation Areas

Common Name Scientific Name Size/Class Indicator Oz./Ac Emory’s Sedge Carex emoryi Sedge OBL 4 Larger Straw Sedge Carex normalis Sedge FACW 4 Fox Sedge Carex vulpinoidea Sedge FACW 4 Wild or Streambank Chervil Chaerophyllum procumbens Wildflower FACW 4 Honewort Cryptotaenia canadensis Wildflower FAC 4 Canada Wild Rye Elymus canadensis Grass FACU 16 Bottlebrush Grass Elymus hystrix Grass FACU 12 Virginia Wild Rye Elymus virginicus Grass FACW 16 White Avens Geum canadense Wildflower FAC 6 False Sunflower Heliopsis helianthoides Wildflower FACU 6 Hairy Sweet-Cicely Osmorhiza claytonia Wildflower FACU 6 Switch Grass Panicum virgatum Grass FAC 12 Cup-Plant Silphium perfoliatum Wildflower FACW 6 Total 100

Substitutions of species will be permitted upon approval only after sufficient evidence has been submitted to show that the specified species could not be secured.

Page 42: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 20 of 24

For areas where turf, pasture, or landscaping grass is present, the planting area shall be mowed and treated with a broadcast application of Roundup ™ or other approved herbicide at the rate of 1.5 pints per acre two times approximately two weeks apart. Seeding shall be in accordance with Section 621.05(b). Mulch material meeting the requirements of 914.05(a) shall be applied at the rate of 2 tons/acre. Fertilizer shall not be used. If temporary cover is needed, the seed mixture in Table 10 shall be placed in addition to the seed mixture in Table 9. For winter exposure, stabilized mulch or erosion control blankets shall be placed in accordance with 621.05(c).

Table 10: Temporary Cover Seed Mixture Common Name Scientific Name Oz./Ac Common Oat Avena sativa 360 Annual Rye Lolium multiflorum 100 Total 460

Method of Measurement Measurement for riparian revegetation plantings shall be in accordance with 621.13 and 622.21. Basis of Payment Payment for riparian revegetation plantings shall be in accordance with 621.14 and 622.22. Plants for woody riparian revegetation will be paid for at the contract unit price per each for Seedlings. Herbaceous riparian revegetation seed mixture will be paid for at the contract unit price per pound for Seed Mixture, Native. Seed mixture for temporary cover for herbaceous riparian revegetation will be paid for at the contract unit price per pound for Seed Mixture, Cover. Mulching material will be paid for in accordance with 621.14. Do Not Mow or Spray signs will be paid for at the contract unit price per each. The cost of site preparation, establishment of vegetation, herbicide applications, replacement of non-surviving vegetation, and all labor, equipment, incidentals shall be included in the cost of the pay items. WARRANTY BOND FOR RIPARIAN HABITAT REVEGETATION The Contractor shall post a warranty bond for the riparian habitat revegetation. The plants and seeding shall be warranted against non-survival. The intent of the warranty bond shall be to permit the final acceptance of the contract and payment of the retainage. A properly executed

Page 43: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 21 of 24

maintenance bond with a surety shall be provided prior to the completion of the work. A warranty shall be made to replace all non-surviving vegetation as provided herein. The warranty shall be in writing with proper execution of the maintenance bond with a proper surety. The minimum bond amount shall be $25,000. The warranty period shall be for a one-year period commencing from the time of completion of the mitigation planting and seeding. All non-surviving vegetation shall be replaced in kind at the end of each growing season within the warranty period. For herbaceous seeding, replacement shall be made no earlier than September 15th and no later than October 15th. For plants, replacement shall be made no earlier than October 1st and no later than November 15th; all woody plants shall be planted while dormant. At the end of the warranty period, the Owner will determine if the Contractor shall be released from the warranty. All replacement work shall be finished prior to the end of the warranty period. The Engineer will certify in writing as to the completion of the work and will make proper notification for the releasing of the bond. If the Contractor does not complete the necessary replacement of non-surviving vegetation at the end of each growing season and at the end of the warranty period and there are no justifiable reasons for the Owner to grant an extension, the Contractor shall forfeit the bond. MONUMENTS AND BENCH MARK The establishment or re-establishment of monuments, including project alignment monuments and section corner monuments, and bench marks, shall be as shown on the plans and as set out in Sections 105.08 (b) and 615. Section corners shall be set in accordance with applicable Section Corner Dossiers and Tippecanoe County Section Corner Ordinance 2003-39-CM. The re-establishment of points and elevations shall be performed by the registered land surveyor retained for the construction engineering work. The section corner and bench mark tablets will be provided by the County. Monuments will be measured in accordance with 615.13 and paid for in accordance with 615.14. The cost of establishing and setting the section corner and bench mark shall be included in the cost of the pay item for Construction Engineering. BRONZE PLAQUE This work shall consist of furnishing and placing a cast bronze plaque as shown on the plans and in accordance with 910.06(a). The plaque shall be 14 inches wide, 10 inches tall, and 3/32 inch thick. It shall have four mounting studs 5/16 inch diameter by 3 inches long threaded into the back and shall be set into the concrete portion of the bridge railing with epoxy grout as detailed. It shall be stained to protect the surface

Page 44: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 22 of 24

from oxidizing. The plaque shall have a 1/2 inch wide raised border and shall have raised letters with a black leatherette background. The letters used for names shall be a minimum 7/16 inch deep and the letters used for titles shall be a minimum 5/16 inch deep. The legend shall be similar to that shown on the plans. A rubbing of the proposed plaque shall be submitted to the Engineer for approval prior to casting. Payment will be made at the contract unit price for Bronze Plaque per each. The cost of all materials, labor, and necessary incidentals shall be included in the cost of this work. ALTERNATE INTERIOR SUPERSTRUCTURE DIAPHRAGMS Steel interior diaphragms will be permitted for use in lieu of the reinforced concrete interior diaphragms detailed on the plans. If steel interior diaphragms are used, details for these diaphragms shall be in accordance with the applicable standard drawings. Steel interior diaphragms used in lieu of reinforced concrete interior diaphragms shall be provided at no additional cost to the project; the plan quantities of concrete and reinforcing steel for the interior diaphragms will be paid for in accordance with 702.28 and 703.08, respectively. SUPERSTRUCTURE CONCRETE PROVISIONS The Standard Specifications are revised as follows: SECTION 702, AFTER LINE 1008, INSERT AS FOLLOWS: Superstructure concrete shall be placed only when the surface evaporation rate determined by using Figure 1 in ACI 308 (included herein) is equal to or less than 0.2 lb./sq. ft./hour. The Contractor shall determine and document the ambient air temperature, concrete temperature, deck surface temperature, relative humidity, and wind velocity, subject to verification by the Engineer. No superstructure concrete shall be placed if the ambient air temperature is 85 deg F or higher or predicted to go above 85 deg F during the concrete placement regardless of the surface evaporation rate.

In order to help assure that the concrete placement is finished during daylight hours, the time of starting the concreting operations shall be subject to the approval of the Engineer.

The Contractor shall furnish assurance to the Engineer of an adequate and uniform source of supply of concrete to permit proper placing and finishing, and of the availability of coverings for protection in case of rain, before work is permitted to begin.

Decks and slabs shall be given a fog spray of water if the concrete surface is observed to be losing its sheen or if any plastic shrinkage cracks develop. Fogging shall continue until the curing materials are applied. Fog misting shall not be used to apply water to the surface of the concrete to

Page 45: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 23 of 24

facilitate lubrication for finishing purposes. Fogging equipment shall have water pressure systems rated at 2400 psi or greater and discharge approximately 2 to 3 gallons per minute. Wide angle and sharp angle nozzles shall be used for low wind and windy conditions, respectively.

At the Contractor's option an evaporation retardant and finishing aid may be used after deck finishing and prior to the texturing operation. Any product used for such purpose shall be specifically marketed for such use (plain water is not acceptable). The product may also be sprayed over textured areas. The evaporation retardant and finishing aid shall be applied in accordance with the manufacturer's recommendations. The cure shall follow this operation as closely as possible.

Deck formwork support utilizing steel angle legs shall use an angle leg turned downward rather than upward into the deck to avoid a discontinuity that may increase the likelihood of cracking.

The deck concrete mix design shall be adjusted as directed to achieve a targeted 28-day

compressive strength in the range of 4000 psi to 5000 psi in order to avoid excessive strengths that increase the likelihood of cracking. A cement content less than specified in 702.02 may be approved.

No direct payment will be made for providing the above measures. The cost thereof shall be

included in the cost of Concrete, C, Superstructure. CONCRETE TESTING The Contractor shall employ an independent testing laboratory to be responsible for testing concrete work as specified herein, and in various other sections of this specification. The laboratory shall provide an ACI certified concrete field testing technician. Tests will be made during each pour to determine the slump, air content, and the yield as per the current ‘Manual for Frequency of Sampling and Testing’ and in accordance with the INDOT ‘General Instructions to Field Employees’ (GIFE). The Laboratory will make at least two concrete test cylinders or beams per pour. The laboratory will be responsible for preparation, curing, and breaking of test beams/cylinders. No direct payment will be made for concrete testing. The cost of concrete testing shall be included in the costs of the various concrete pay items. REINFORCED CONCRETE BOX STRUCTURE The Standard Specifications are revised as follows: SECTION 714, LINE 431, INSERT AS FOLLOWS: the cost of the structure. The cost of wingwall footing and the aggregate base for the box structure and the wingwall shall be included in the cost of the structure or structure extension.

Page 46: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Special Provisions page 24 of 24

MAINTAINING TRAFFIC Traffic shall be maintained as shown on the plans and as directed. This work shall be in accordance with 801. Pre-closure Warning Signs shall be installed a minimum 1 week prior to road closure. Access to all residences and businesses shall be maintained at all times. Temporary stone or compacted aggregate shall be placed as needed to provide access during construction. Payment will be made at the contract lump sum price for Maintaining Traffic. The cost of temporary stone or compacted aggregate for maintaining access to residences and businesses shall be included in the cost of Maintaining Traffic. COARSE AGGREGATE MATERIALS Coarse aggregate materials shall be in accordance with the provisions of 904, except that coarse aggregate used for the exposed portions of compacted aggregate shoulders shall be crushed dolomite or crushed limestone.

Page 47: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Application #: FW-30238-0

This Certificate of Approval is a Permit for Construction under the authority of the Indiana Flood Control Act, IC 14-28-1 with 312 IAC 10 and IC 14-29-1 with 312 IAC 6 as administered by the Department of Natural Resources.

Tippecanoe County Highway Department, Stewart W Kline, 20 North 3rd Street, Lafayette, IN 47901

Approval Issued To:

Approval Issued By: Mail Date: 8/21/2020

PROJECT INFORMATION:

Waterbody: South Fork Wildcat Creek County: Tippecanoe, Tippecanoe

Project Description Narrative: The existing bridge will be replaced with a bridge of a longer span on essentially the same alignment to increase hydraulic capacity, eliminate roadway overtopping during larger storm events, and allow animal passage through the structure. The new structure will be a three-span concrete structure with piers that will be approximately 302’ in length. The structure will have an out-to-out width of 42’-10” and a clear roadway width of 40.5'. The integral end bents will be perpendicular to the roadway and will have 2:1 side slopes armored with 24” of Class 1 riprap over geotextile fabric. The bridge replacement project will also include a modular block wall approximately 216’ in length at the downstream face of the roadway embankment along the left overbank, guardrail system, roadside ditches, and overbank roadway drainage structure. The new approaches will be raised above the existing approaches to eliminate road overflow. The existing structure will be completely removed.

Project Location: At the East County Road 200 South stream crossing near Dayton

PERMIT CONDITIONS:

State of IndianaDepartment of Natural Resources

CERTIFICATE OF APPROVAL

Jordan Smithers, CFM, Division of Water

Permit Effective Date: 09/08/2020 Permit Expiration Date: 08/21/2022

This Certificate of Approval is valid only if the construction project is in compliance with all Conditions in this Permit.

DNR PROJECT SPECIFIC PERMIT CONDITIONS

Pursuant to 312 IAC 2-5-1, this Permit becomes Effective eighteen (18) days from the Mail Date to provide a stay period for a Petition for Administrative Review with the Indiana Natural Resources Commission, Division of Hearings. Initiating construction authorized in this Permit prior to the Permit Effective Date constitutes a violation. This Permit is only valid until the Permit Expiration Date. This Permit may be renewed one (1) time if a written request is received at the DNR, Division of Water, prior to the Permit Expiration Date.

Page 1 of 4

Page 48: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

1) Implement the mitigation plan received at the Division of Water on August 4, 2020, by the end of spring 2022.2) The mitigation site must be monitored for the survival of the plantings for a minimum of three years; a report must be submitted to the Central Region Environmental Biologist at the Division of Water, 402 W. Washington St., RM W264, Indianapolis, IN 46204-2641 by December 31 of each year to monitor the initiation, progress, and success of the mitigation site; the report must include appropriate pictures of vegetative plantings; a narrative must describe the activity accomplished to date, acres planted, number planted, list of species planted on site, and estimated survival; reports must be submitted each year, even if work has not been initiated on site, a minimum of three reports are required with additional reports until the mitigation site is complete or determined to be successful; if the mitigation site is not successful three years after work initiation, the permit will be considered in violation, and another plan must be submitted for approval.3) The replacement habitat areas must have a minimum survival of 75% of planted material (canopy and understory species calculated separately; volunteers will not be included in survival counts, only planted specimens) at the end of the monitoring period or additional trees and shrubs must be installed to meet the minimum survival. If the site fails to meet success in any year, replanting shall occur prior to the next monitoring period and an additional year of monitoring shall be required for each year of additional planting.4) The species approved by the DNR in a mitigation plan or a planting plan become part of the permit. If modifications become necessary to the approved species, a Division of Fish and Wildlife biologist must approve all changes.5) Post “Do Not Mow or Spray” signs or an approved equal along the boundary of the proposed mitigation area(s).6) Revegetate all bare and disturbed areas that are not currently mowed and maintained with a mixture of grasses, sedges, and wildflowers native to Central Indiana and specifically for stream bank/floodway stabilization purposes as soon as possible upon completion; turf-type grasses (including low-endophyte, friendly endophyte, and endophyte free tall fescue but excluding all other varieties of tall fescue) may be used in currently mowed areas only.7) Minimize and contain within the project limits inchannel disturbance and the clearing of trees and brush.8) Do not work in the waterway from April 1 through June 30 without the prior written approval of the Division of Fish and Wildlife.9) Do not cut any trees suitable for Indiana bat or Northern Long-eared bat roosting (greater than 5 inches dbh, living or dead, with loose hanging bark, or with cracks, crevices, or cavities) from April 1 through September 30.10) Use minimum average 6 inch graded riprap stone extended below the normal water level to provide habitat for aquatic organisms in the voids.11) Do not use broken concrete as riprap.12) Underlay the riprap with a bedding layer of well graded aggregate or a geotextile to prevent piping of soil underneath the riprap.13) Minimize the movement of resuspended bottom sediment from the immediate project area.14) Do not deposit or allow construction/demolition materials or debris to fall or otherwise enter the waterway.15) Appropriately designed measures for controlling erosion and sediment must be implemented to prevent sediment from entering the stream or leaving the construction site; maintain these measures until construction is complete and all disturbed areas are stabilized.16) Seed and protect all disturbed streambanks and slopes not protected by other methods that are 3:1 or steeper with erosion control blankets that are heavy-duty, biodegradable, and net free or that use loose-woven / Leno-woven netting to minimize the entrapment and snaring of small-bodied wildlife such as snakes and turtles (follow manufacturer's recommendations for selection and installation); seed and apply mulch on all other disturbed areas.17) * Note: For regulatory purposes, the floodway is defined on the attached Floodway Map.18) All work must conform with the existing bank at the upstream and downstream limits of the project site.19) Do not leave felled trees, brush, or other debris in the floodway*.20) All riprap placed for bank stabilization must conform to the bank.21) Upon completion of the project, remove all construction debris from the floodway*.22) Issuance of this Certificate of Approval does not constitute approval of any temporary causeways, coffer dams, runarounds, access bridges or borrow areas associated with the proposed bridge construction. A separate written approval must be obtained from the DNR, Division of Water for these types of projects prior to beginning any work within the floodway*.23) Keep the bridge waterway opening free of debris and sediment at all times.24) Except for the material used as backfill as shown on the plans submitted for the permit application, place all excavated material landward of the floodway*.25) This project will occur within a section of Wildcat Creek that has been designated as a Natural, Scenic, and Recreational River under the Indiana Natural, Scenic, and Recreational River System (I.C. 14-29-6). The proposed project detracts from the scenic quality of the river with its use of riprap. The Division of Outdoor Recreation recommends the use of natural river stone and river vegetation instead of riprap.

DNR PROJECT GENERAL PERMIT CONDITIONS

Page 2 of 4

Page 49: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Certificate of Approval Attachments: Floodplain Map FW-30238.pdf

RIGHT TO ADMINISTRATIVE REVIEW:

A party may appeal this Department of Natural Resources Action through the administrative review procedures found in the Administrative Orders and Procedures Act, IC 4-21.5, and the rules promulgated thereunder 312 IAC 3-1. If an appeal is filed, the final agency determination will be made by the Natural Resources Commission following a legal proceeding conducted before an Administrative Law Judge. The Department of Natural Resources will be represented by legal counsel at all stages of administrative review.

In order to obtain an administrative review, a written petition must be filed with the Division of Hearings within 18 days of the Mail Date of the Action. The petition must contain specific reasons for the appeal and indicate the portion or portions of the project to which the appeal pertains. The petition must be addressed to the Division of Hearings, Indiana Government Center North, Room N103, 100 North Senate Avenue, Indianapolis, Indiana 46204

1) Any modifications or additional construction beyond what was shown on plans received at the Division of Water shall require an additional review and approval from the Department of Natural Resources.

2) This Permit must be posted and maintained at the project site until the project is completed

3) This Permit shall not be assigned or transferred without the prior written approval of the Department of Natural Resources.

4) If any prehistoric or historic archaeological artifacts or human remains are uncovered during construction, demolition, or earthmoving activities, state law (Indiana Code 14-21-1-27 and 29) requires that the discovery must be reported to the Department of Natural Resources within two (2) business days.

5) This Permit may be revoked by the Department of Natural Resources for violation of any condition or applicable statute or rule.

6) The Department of Natural Resources shall have the right to enter upon the site of the permitted activity for the purpose of inspecting the work authorized under this Permit.

SERVICE LIST:

Applicant(s):Tippecanoe County Highway Department, Stewart W Kline, 20 North 3rd Street, Lafayette, IN 47901

Agent(s):VS Engineering, Inc, Gina A Weilbaker 4275 N. High School Road, Indianapolis, IN 46254

Adjacent Landowners and Interested Parties:Jerry S and Rebecca S Bower, 7420 East 200 South, Lafayette, IN 47905Fairfield Builders Supply Corporation, PO Box 4427, Lafayette, IN 47903Eugene and Rosanna Hatke, 7624 East 200 South, Lafayette, IN 47905Jason and Tobi Summers, PO Box 33, Lafayette, IN 47903Stephen LeMaster, 3561 Creek Ridge, Lafayette, IN 47905Gregg Salter, 308 Main Street Suite 1, Lafayette, IN 47901Tippecanoe County Board of Commissioners, 20 North 3rd Street, Lafayette, IN 47901

Courtesy Notification:US Army Corps of Engineers, Louisville District PO Box 59, Louisville, KY 40201Tippecanoe County SWCD, Chris Remley, 1812 Troxel Drive, Suite C3, Lafayette, IN 47909Sallie Fahey, 20 North 3rd Street, Lafayette, IN 47901Tippecanoe County Drainage Board, County Surveyor, 20 North 3rd Street, Pier 6, Lafayette, IN 47901

Page 3 of 4

Page 50: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

ADDITIONAL PERMITTING AGENCIES:

This is not a waiver of any local ordinance or other state or federal law and does not relieve the permittee of any liability for the effects which the project may have upon the safety of the life or property of others.

This does not relieve the permittee of the responsibility of obtaining permits, approvals, easements, etc. under other regulatory programs administered by, but not limited to, the U.S. Army Corps of Engineers, County Drainage Board, Indiana Department of Environmental Management and local, city, or county floodplain management, planning or zoning commissions.

Indiana Department of Natural Resources, Division of Law Enforcement District 3 Headquarters 4112 East State Road 225, West Lafayette, IN 47906

Page 4 of 4

Page 51: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

39+20.71, 21.98' BRACE POLE

39+44.50, 15.81' BEGIN GUARD RAIL

40+55.41, 29.51' TELE. POST

29+33.16, 31.02' WOODS29+39.65, 9.02' TELE. PED.29+45.23, 29.52' TELE. MH29+49.41, 29.6' TELE. MH29+51.50, 30.09' TELE. POST

29+75.22, 21.73' RIP RAP29+76.18, 18.38' RIP RAP29+97.83, 20.47' WOODS

30+24.21, '27.12 RIP RAP30+25.92, 23.19' RIP RAP30+43.51, 20.76' WOODS

31+10.53, 28.05' RIP RAP

31+70.93, 28.22' TELE. POST31+84.57, 15.18' EG31+84.89, 39.75' WOODS31+92.47, 26.49' EG31+93.11, 43.9' EG32+08.17, 46.28' EG32+09.20, 22.6' EG32+13.57, 15.27' EG32+20.20, 22.92' WOODS32+20.36, 33.99' WOODS

32+21.49, 18.87' TELE. POLE

33+94.13, 21.36' BRACE POLE

35+68.15, 21.28' WOODS35+75.94, 42.77' WOODS

36+92.45, 22.66' TELE. POST36+98.31, 22.87' TELE. PED.

28+20.41, 40.78' REBAR CAP SET EL. 622.814

29+14.54, 30.74' UTIL. POLE

29+75.33, 19.59' RIP RAP29+75.36, 24.69' RIP RAP

30+24.68, 20.02' RIP RAP30+26.20, 24.68' RIP RAP

30+54.24, 74.81' "TREE 3"

31+03.14, 21.13' 24" CMP INV. 608.0731+06.47, 25.16' RIP RAP31+06.96, 19.76' RIP RAP

BEEHIVE RIM EL. 608.66

31+54.23, 28.68' UTIL. POLE31+56.02, 53.42' "TREE 3"

31+96.24, 53.11' " TREE 3"

33+94.18, 24.23' UTIL. POLE33+94.63, 50.52' "TREE 3"

34+14.68, 43.28' REBAR CAP SET EL. 611.55

34+36.16, 51.17' " TREE 3"

34+79.54, 91.46' " TREE 3"

35+43.47, 66.84' " TREE 3"

36+29.28, 23.73' UTIL. POLE36+29.85, 49.86' " TREE 3"

36+68.03, 49.9' "TREE 2"

37+51.37, 95.58' "TREE 4"

37+94.44, 52.58' "TREE 3"37+95.43, 26.57' UTIL. POLE

38+37.83, 51.12' "TREE 3"

38+97.08, 14.93' BEGIN GUARDRAIL

39+19.69, 30.7' UTIL. POLE39+20.97, 53.9' "TREE 3"

39+66.43, 53.96' TREE

40+00.36, 75.24' "TREE 4"

40+11.59, 5.27 ' 6" PVC INV EL. 608.19640+15.96, 85.53' "TREE 4"

31+38, 43.3' 60" CMP INV. 602.21 60" INV. 603.11; 24" INV. 605.4831+32.5, 130.4 60" CMPINV. 605.58

31+30.21, 23.62'

590

600

610

620

630

640

610

EAST

: 304

1560

.872

2NO

RTH:

187

2422

.121

5EA

ST: 3

0405

60.9

044

NORT

H: 1

8724

14.0

920

NORT

H: 1

8724

18.1

067

EAST

: 304

1060

.888

3NO

RTH:

187

2374

.144

4EA

ST: 3

0409

75.9

207

590

600

610

620

630

640

30+

0031

+00

32+

0033

+00

34+

0035

+00

36+

0037

+00

38+

0039

+00

EXISTING PROFILEELEV.PROPOSEDPROFILEELEV.

EXISTING PROFILEELEV.PROPOSEDPROFILEELEV.

37+

0038

+00

39+

0040

+00

36+

0035

+00

34+

0033

+00

32+

0031

+00

30+

0029

+00

28+

0027

+00

26+

0025

+00

(FIE

LD)

(FIE

LD)

(FIE

LD)

(GRA

SS)

(GRA

SS)

(GRA

SS)

FAIR

FIEL

D BU

ILDE

R AN

D SU

PPLY

COR

P.

STEP

HEN

K. L

EMAS

TER

(ASP

HALT

)LI

NE "A

" & S

ECTI

ON L

INE

(GRAVEL)

N89°

32'2

4"

P.O.

T. S

TA. 3

0+00

"A"

P.O.

T. S

TA. 3

5+00

"A"

P.O.

T. S

TA. 4

0+00

"A"

C.R.

200

S

550

551

552

102

P.O.T.

30+0

0 "A"

MAG

NAIL/

WASH

ER SE

TP.O

.T. 35

+00 "

A"MA

G NA

IL/WA

SHER

SET

P.O.T.

40+0

0 "A"

MAG

NAIL/

WASH

ER SE

TRE

BAR/C

AP SE

T STA

MPED

34+1

4.68,

43.28

' RT "

A"

11.25

'C.R

. 200

S19

.32'

18.79

'11

.36'

C.R. 2

00 S

19.86

'19

.33'

11.27

'C.R

. 200

S20

.14'

19.83

'

C.R. 2

00 S

EDGE

OF P

VMT.

19.83

'29

.00'

MAG

NAIL

SSID

E PWP

22.00

'4"T

REE

22.20

'

4"TRE

E

C.R. 2

00 S

LINE "

A"LIN

E "A"

LINE "

A"

LINE "

A"

APP.

R/W AP

P. R

/W

WOO

DS

BENC

HMAR

KRE

BAR/

CAP

SET

STAM

PED

STA.

28+

20.4

1, 4

0.77

' RT.

"A"

ELEV

ATIO

N =

622

.81

(NAV

D88)

BENC

HMAR

KRE

BAR/

SET

STAM

PST

A. 3

4+14

.68,

43.

28'

RT. "

A"EL

EVAT

ION

= 6

11.5

5 (N

AVD8

8)

PVI S

TA. 3

1+00

EL. 6

12.0

0LV

C 25

0'

PVI S

TA. 3

9+00

EL. 6

12.0

0LV

C 30

0'

+50

612.

00

616.60

615.46

614.10

612.74

611.65

610.89

610.55

610.27

610.08

609.99

609.97

610.02

609.96

609.93

609.90

609.82

609.71

609.74

609.71

609.65

609.85

610.40

29+

00

+25

612.

00

615.46

614.33

613.41

612.72

612.26

612.03

612.00

612.00

612.00

612.00

612.00

612.00

612.00

612.00

612.00

612.00

612.00

612.08

612.33

612.75

613.33

MOD

IFIE

D CL

ASS

V DR

IVE

REQ'

D.+

00W

=24

', L=

60',

R=

15'

& 2

5'

MW

PLT

J, R

WM

JDC

MW

P

1" =

50'

-0"

1" =

10'

-0"

ROAD

PLA

N &

PROF

ILE

SURV

EY B

OOK

DESI

GNAT

ION

PROJ

ECT

BRID

GE F

ILE

CONT

RACT

HORI

ZONT

AL S

CALE

VERT

ICAL

SCA

LE

ofSH

EETS

DATE

DESI

GN E

NGIN

EER

FOR

APPR

OVAL

RECO

MM

ENDE

D

CHEC

KED:

DRAW

N:

CHEC

KED:

DESI

GNED

:7

52

LINE

"A"

609.

00+

30 T

C

603.

10+

35

+30

610.

92+

50

Inv.

El.

602.

17+

30

603.

45+

50

+0.

30%

+0.

30%

+0.

30%

-6.7

0%

-2.4

0%-0

.30%

610.

40+

00

STRU

CTUR

E NO

. 12

603.

41+

3560

3.21

+70

PROP

OSED

4' B

OTTO

M D

ITCH

RT.

SHOW

N 10

' BEL

OW D

ATUM

PROP

OSED

4' B

OTTO

M D

ITCH

LT.

SHOW

N AT

DAT

UM

STRU

CTUR

E NO

. 11

50'

+50

EXIS

T. R

/W (3

2.75

')+

50

+50

65'

+00

R/W

R/W

65' R

/W

50'

+50

60'

+00

60' T

EMP.

R/W

FOR

CON

STR.

50'

+00

60'

+00

PROP

OSED

ROA

D PR

OFIL

E

EXIS

TING

ROA

D PR

OFIL

E

EXIS

T. R

/W (3

2.87

')

0.00

%

-2.3

1%+

2.00

%

TEM

P. R

/W F

OR D

RIVE

&CH

ANNE

L CO

NSTR

.

85'

+00

65'

+2585

'+

25

STRU

CTUR

E NO

. 10

+30

STRU

CTUR

E NO

. 12

66 L

FT. 1

5" P

IPE

W/ 2

+

00

END

SECT

IONS

REQ

'D.

BEGI

N PR

OJEC

TST

A. 3

0+50

REM

OVE

EXIS

TING

RIPR

AP D

ITCH

ES

CONS

TR. L

IMIT

S

CONS

TR. L

IMIT

S

MAT

CHEX

IST.

+50

611.

40+

00

+75

614.

88

STRU

CTUR

E NO

. 10

PROJ

ECT

LIM

ITS

INCI

DENT

AL C

ONST

R.

NOTE

: HO

RIZO

NTAL

& V

ERTI

CAL

DATU

MSE

T TO

NAV

D 88

- VE

RTIC

ALSE

T TO

NAD

83

- HOR

IZON

TAL

65' R

/W

STRU

CTUR

E NO

. 11

TYPE

7 C

ASTI

NG R

EQ'D

.+

3035

.1' R

T.

C L13

0.66

' RT.

43.3

4' L

T.

+0.

30%

MAT

CHEX

IST.

+50

FULL

DEP

TH S

AW C

UT

226

SYS

SODD

ING

REQ'

D. R

T.

97 T

ONS

UNIF

ORM

RIP

RAP

ON23

1 SY

S GE

OTEX

TILE

S LT

.

19 S

YS S

ODDI

NG R

EQ'D

. LT.

50' L

T.

BEGI

N PR

OJEC

TST

A. 3

0+50

SECT

ION

4 T2

2N R

3WSH

EFFI

ELD

TOW

NSHI

PTI

PPEC

ANOE

COU

NTY

SECT

ION

33 T

23N

R3W

PERR

Y TO

WNS

HIP

TIPP

ECAN

OE C

OUNT

Y

120'

+50

120'

R/W

R/W

603.

02+

25

REM

OVE

EXIS

TING

STRU

CTUR

ES

TIPP

ECAN

OE C

O. B

R. N

o. 3

2

CONS

TR. L

IMIT

SFO

R RE

VEGE

TATI

ON

Exist

. R/W

Exist

. R/W

172

LFT.

6' x

4' B

OX C

ULVE

RT W

/HE

ADW

ALL

& W

INGW

ALLS

ON

NORT

H EN

D RE

Q'D.

INDI

CATE

S 77

TON

S RI

PRAP

ON 1

22 S

YS G

EOTE

XTIL

E FO

R RI

PRAP

TYP

E 1B

135'

+0050'

+00

135'

+50

50'

+50

50' R

/W

135'

R/W

R/W

R/W

LAKE

EDG

E

50' R

/W

1/29

/21

8900

25No

.

STATE

OF

INV.

603

.67

@ 3

5.1'

RT.

15 T

ONS

UNIF

ORM

RIP

RAP

ON37

SYS

GEO

TEXT

ILES

LT.

FULL

DEP

TH H

MA

+50

+50

MAT

CHEX

IST.

+50

PROP

OSED

4' B

OTTO

MDI

TCH

LT.

V:\TIPPECANOE COUNTY\09-508 Bridge 32\Tracings\07 Plan & Profile Line A.dwg, 2/3/2021 4:14:49 PM, DWG To PDF.pc3

R/WW

65 R

/W

R/W

Treetoremaininplace

Treetoremaininplace

Alltreesinside

thelim

itsindicatedby

theredlines

willbe

cutbyCountyforces

byMarch

31,2021

toavoidtheseasonalon

tree

cutting.

Treetoremaininplace

LIM

ITS

OF

TR

EE

CU

TT

ING

BY

CO

UN

TY

FO

RC

ES

S

HE

ET

1 O

F 3

Page 52: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

PROJ

ECT

LIM

ITS

+69

+11

PAVI

NG E

XCEP

TION

FULL

DEP

TH H

MA

FULL

DEP

TH H

MA

39+

0040

+00

41+

0042

+00

43+

0044

+00

45+

0046

+00

47+

0048

+00

49+

0051

+00

52+

0053

+00

54+

0050

+00

FLOW

(ASP

HALT

)LI

NE "A

" & S

ECTI

ON L

INE

FAIR

FIEL

D BU

ILDE

RS A

ND S

UPPL

Y CO

RP.

JASO

N A.

& T

OBI S

UMM

ERS

STAT

E OF

IN.,

DEPT

. OF

NATU

RAL

RESO

URCE

S

P.O.

T. S

TA. 4

0+00

"A"

P.O.

T. S

TA. 4

5+00

"A"

N89°

32'2

4"E

C.R.

200

SN8

9°35

'21"

E

LINE "S-1-A" C.R. 750EN02°41'42"W

P.I.

STA.

50+

00 "A

"BE

RNTS

EN A

1NB

S 1/

4 CO

RNER

SEC

TION

33

= 0

0°02

'57"

RT.

NO C

URVE

RUN

P.O.

T. 5

0+12

.83

"A" =

P.O.

T. 1

0+00

"S-1

-A"

C.R.

200

S

R. G

REGG

SUT

TER

APP. PL

APP. PL

1/4 SEC. LINE

APP.

P & R/W

L

APP.

P &

R/W

L

APP.

P &

R/W

STEP

HEN

K. L

EMAS

TER

(FIE

LD)

(WOO

DS)

(GRA

SS)

(LAW

N)

(ASPHALT)

(WOO

DS)

(WOO

DS)

(WOO

DS)

(WOO

DS)

T.B.

M. 2

REBA

R/SE

T ST

AMP

STA.

47+

67.6

7, 1

8.95

' RT.

"A"

ELEV

ATIO

N =

615

.94

(NAV

D88)

(LAW

N)

(LAW

N)(GRA

VEL)

STAT

E OF

IN.,

DEPT

. OF

NATU

RAL

RESO

URCE

S

(HOM

E)

SLAB

(HOME)

PORCH

MOD

IFIE

D CL

ASS

V DR

IVE

REQ'

D.M

ODIF

. PUB

LIC

ROAD

APP

R. T

YPE

B

MOD

IFIE

D CL

ASS

V DR

IVE

REQ'

D.+

85 RT.

+12

.83

LT.

CONS

TR. L

IMIT

S

CONS

TR. L

IMIT

S

CONS

TR. L

IMIT

S

CONS

TR. L

IMIT

S

CONS

TR. L

IMIT

S

+50 65

'P.

L. 70'

+P.

L.75

'

+P.

L.12

0'

+00 50

'

+50 20

0'AP

P. S

EC. L

INE

200'

+AP

P. S

EC. L

INE

75'

+AP

P. S

EC. L

INE

120'

+25 LT

.

50' R

/W

75' R

/WR/

W

70' R

/WR/

W

R/W

65' R

/W

+00 50

'+

00 60'

EXIS

T. 4

0' R

/W

EXIS

T. 4

0' R

/WEX

IST.

R/W

P.L. 40'

NOTE

: H

ORIZ

ONTA

L &

VERT

ICAL

DAT

UMSE

T TO

NAV

D 88

- VE

RTIC

ALSE

T TO

NAD

83

- HOR

IZON

TAL

+23

.553

'+

99 52'

+13

.955

.7'

+35

.055

.1'

REM

OVE

PORT

ION

OF E

XIST

. DRI

VE

11+

00 (S

-1-A

)

12+

00 (S

-1-A

)

SOUTH FORK

WILDCAT CREEK

TEM

P. R

/W F

ORCH

ANNE

L CO

NSTR

.

TEM

P. R

/W F

ORDR

IVE

CONS

TR.

RELO

CATE

MAI

LBOX

STA.

41+

50 R

T.RE

MOV

E GU

ARDR

AIL

EA. S

IDE

(TYP

.)

REM

OVE

FEND

ER P

ILES

(3 L

OCAT

IONS

)

TEM

P. R

/W F

ORCH

ANNE

L CO

NSTR

.

SECT

ION

33 T

23N

R3W

PERR

Y TO

WNS

HIP

TIPP

ECAN

OE C

OUNT

Y

SECT

ION

4 T2

2N R

3WSH

EFFI

ELD

TOW

NSHI

PTI

PPEC

ANOE

COU

NTY

REM

OVE

EXIS

T. R

IPRA

P

+40 C L

PROP

OSED

STR

UCTU

RE

BENC

H M

ARK

DATA

T.B.

M. 1

MAG

NAIL

/WAS

HER

SET

STA.

42+

38.7

7, 1

5.70

' LT.

"A" E

LEVA

TION

=61

7.04

(NAV

D88)

R/W

120'

R/W

+00 120'

+50 120'

+P.

C.R/

W

+P.

C.P.

L.

PORCH

(WET

LAND

)

TEMP.

R/W

STRU

CTUR

E NO

. 14

+88

.5 ℄

STRU

CTUR

E NO

. 15

58 L

FT. 6

" END

BEN

T +

91.5

DRAI

N RE

Q'D.

(ASPHALT)

CONS

TR. L

IMIT

S FO

R RE

VEGE

TATI

ON

39+20.71, 21.98' BRACE POLE

39+44.50, 15.81' BEGIN GUARD RAIL

40+55.41, 29.51' TELE. POST

42+38.78, 15.7' MAG W/WASHER SET

42+76.23, 52.84' BASKETBALL POLE

43+15.16' 36.16' TELE PED43+31.12, 60.44' BLDG_LINE43+33.71 34.08 UTIL_POLE

45+32.30, 12.7' GUARD RAIL45+36.38, 13.41' POST45+82.96, 31.05' RIP RAP

45+84.08, 35.07' BRACE POLE45+90.73, 14.56' RIP RAP45+98.76, 16.18' RIP RAP46+01.09, 33.22' RIP RAP46+04.12, 26.79' FO46+19.39, 13.63' GUARD RAIL

49+00.52, 59.3' BLDG COR

49+09.52, 52.56' BLDG COR49+09.95, 58.41' BLDG COR49+13.92, 55.68' BLDG COR49+18.66, 14.36' GUARD RAIL49+22.72, 9.52' OH LINE49+35' 55.11, BLDG COR49+37.79, 49.81' POST49+46.74, 62.76' OH LINE

49+66.19, 14.5' GUARD RAIL49+76.42, 24.28' UT49+77.49, 70.89' FNC

49+81.96, 326.11' BRACE POLE49+85.61, 35.82' STOP SIGN & STREET NAMES

49+86.23, 49.11' UTIL_POLE49+87.43, 81.28' FNC

49+87.64, 70.36' FNC WOOD RAIL50+00, 0' ALUM MON FD

50+50.36, 19.21' MAG W/WASHER SET50+51.49, 144.73' SIGN50+54.59, 198.57' SIGN

50+55.82, 194.62' SIGN FAIRFIELD LAKES50+57.31, 186.45' FNC

50+57.62, 140.52' SIGN FAIRFIELD LAKES50+63.96, 108.36' UTIL POLE50+66.09, 94.88' SHRUB50+67.36' 85.14' SHRUB50+69.24, 77.08' GUY

50+90.95, 70.28' FNC50+93.80, 64.75' FNC50+98.12, 46.95' WOODS

51+00.89, 24.13' EG51+04.59, 24.97' WOODS

51+14.54, 26.79' UTIL POLE51+16.29, 25.04' FNC51+16.40, 64.4' WOODS51+20.16, 26.1' TELE PED51+21.04, 24.04' ACCESS COV

51+29.52, 26.83' UTIL POST51+50.53, 30.93' GUY

52+20.82, 25.42' FNC

53+71.91, 25.06' FNC

54+22.57, 25.35' FNC

37+95.43, 26.57' UTIL. POLE

38+37.83, 51.12' "TREE 3"

38+97.08, 14.93' BEGIN GUARDRAIL

39+19.69, 30.7' UTIL. POLE39+20.97, 53.9' "TREE 3"

39+66.43, 53.96' TREE

40+00.36, 75.24' "TREE 4"40+11.59, 5.27 ' 6" PVC INV EL. 608.19640+15.96, 85.53' "TREE 4"

41+57, 51.48' GUY41+58.75, 59.02' GUY41+65.37, 51.83' UTIL. POLE41+65.76, 61.02' GUY41+73.79, 59.3' GUY41+77.24, 52.87' GUY

42+39.24, 18.45' MAILBOX

43+14.20, 57.7' WOODS43+20.10, 62.97' GUY43+28.05, 60.18' UTIL. POLE43+30.27, 75.02' GUY43+30.79, 60.56' OH LINE43+35.67, 60.47' GUY

44+21.76, 28.55' I-BEAM POST44+28.68, 22.06' I-BEAM POST

44+34.08, 13.31' GUARD RAIL

44+65.39, 34.92' I-BEAM POST44+70.28, 26.49' I-BEAM POST44+84.50, 13.58' GUARD RAIL

45+14.74, 32.45' I-BEAM POST45+19.22, 23.96' I-BEAM POST

45+70.59, 38.52' GUY45+73.13. 13.35' GUARD RAIL45+78.57, 39.93' UTIL. POLE45+85.92, 39.96' GUY

47+33.44, 37.57' UTIL. POLE47+34.03, 54.8' GUY47+34.08, 52.62' GUY47+34.27, 57.97' GUY47+55.13, 15.26' GUARD RAIL47+65.61, 22.05' GUARD RAIL47+67.63, 16.95' REBAR CAP SET

47+68.56, 35.55' END GUARD RAIL47+71.68, 33.73' 10" WOOD POST

48+02.04, 34.34' 10" WOOD POST

48+43.05, 46.74' GUY48+45.42, 35.58' GUY48+47.39, 22.59' UTIL. POLE

49+61.24' 1.87' OH LINE

50+03.81, 20.78' SIGN (DOUBLE ARROW)

51+59.34, 20.81' SIGN 45 SPEED LIMIT51+64.61, 22.13' GUY51+68.22, 23.37' GUY51+70.72, 23.44' GUY51+81.53, 21.66' UTIL. POLE

53+99.58, 22.3' UTIL. POLE

49+07, 18' SIGN 45 SPEED LIMIT

(T.B.M. 2 - EL. 615.94)

(T.B.M. 1 - EL. 617.04)

92°1

7'3"

L

LINE

"A" &

SEC

TION

LIN

E(A

SPHA

LT)

(SEE

SHE

ET N

O. 1

1 FO

RDE

TAIL

S) W =

20'

-0";

L =

103

'; R

= 2

5',1

5'(S

EE S

HT. 1

1 FO

R DE

TAIL

S)

W =

VAR

IES;

L =

90;

R =

15'

,25'

(SEE

SHT

. NO.

11

FOR

DETA

ILS)

+00 40

'40

' R/W

STEP

HEN

K. L

EMAS

TER

64 L

FT. 6

" END

BEN

TDR

AIN

REQ'

D.

R/W

+50 35

'

+P.

C.P.

L.+50 P.L.

S-1-

AS-

1-A

EXIS

T. R

/W

EXIS

T. R

/W

EXIS

T. R

/W

LAKE

EDG

E

+P.

L.P.

L.

FLOO

DWAY

LIM

ITS

APP. P.L. & R/W

APP. P.L

. & R/W

REM

OVE

STRU

CTUR

E

+00 70

'

BOAR

D OF

COM

MIS

SION

ERS

OF T

IPPE

CANO

E CO

UNTY

BOAR

D OF

COM

MIS

SION

ERS

OF T

IPPE

CANO

E CO

UNTY

REM

OVE

STRU

CTUR

E

CONS

TR. L

IMIT

S FO

R RE

MOV

AL O

FST

RUCT

URES

& O

BSTR

UCTI

ONS

CONS

TR. L

IMIT

S FO

R RE

MOV

AL O

FST

RUCT

URES

& O

BSTR

UCTI

ONS

590

600

610

620

630

640

39+

00

EAST

: 304

2560

.844

0NO

RTH:

187

2243

0.15

10EA

ST:

NORT

H:NO

RTH:

187

2426

.136

2EA

ST: 3

0420

60.8

560

NORT

H: 1

8724

30.2

430

EAST

: 304

2573

.669

6

EXISTING PROFILEELEV.PROPOSEDPROFILEELEV.

EXISTING PROFILEELEV.PROPOSEDPROFILEELEV.

590

600

610

620

630

640

40+

0041

+00

42+

0043

+00

44+

0045

+00

46+

0047

+00

48+

0049

+00

50+

0051

+00

52+0

053

+00

EAST

: 304

1560

.872

2NO

RTH:

187

2422

.121

555

2

P.O.

T. 4

0+00

"A"

MAG

NAIL

/WAS

HER

SET

553

P.O.

T. 4

5+00

"A"

CUT

"X" S

ET

501

P.I.

50+

00 "A

'BE

RNTS

EN A

1HB

MON'

M'T.

555 P.

O.T.

50+

12.8

3 "A

"=P.

O.T.

10+

00.0

0 "S

1-A"

11.2

7'C.

R. 2

00 S

20.1

4'19

.83'

C.R.

200

S12

.46' 20

.45'

20.4

4

=M

AG N

AIL/

WAS

HER

SET

53.9

1'29

.79'

17.4

3'C.

R. 2

00 S

C.R. 750 E

=M

AG N

AIL/

WAS

HER

SET

C.R.

200

S11

.56'

C.R. 750 E

42.17

'36

.68'

LINE "S1-A"

LINE

"A"

LINE

"A"

LINE

"A"

LINE "S1-A"

LINE

"A"

PVI S

TA. 3

9+00

EL. 6

12.0

0LV

C 30

0'+

50 615.

00+

50 617.

00

PVI S

TA. 4

5+00

EL. 6

24.0

0LV

C 70

0'

PVI S

TA. 5

1+00

EL. 6

12.0

0LV

C 35

0'

609.85

610.40

611.30

612.50

613.84

615.24

616.64

617.71

618.42

618.67

603.12

601.74

599.97

601.83

618.89

618.52

617.87

617.10

616.09

614.83

613.48

612.27

611.41

610.85

610.53

610.49

610.51

610.36

610.07

610.00

+50 617.

00+

75 612.

00

612.75

613.33

614.08

615.00

616.00

617.00

617.93

618.71

619.36

619.86

620.21

620.43

620.50

620.43

620.21

619.86

619.36

618.71

617.93

617.00

616.00

615.02

614.16

613.45

612.88

612.45

612.16

612.02

612.02

612.16

+25 615.

50

PROP

OSED

ROA

D PR

OFIL

E

EXIS

TING

ROA

D PR

OFIL

EQ1

00 H

.W.

EL.

612

.05

BERM

EL.

612

.06

-2.0

0%+

2.00

%

+0.

00%

MW

PLT

J, R

WM

JDC

MW

P

1" =

50'

-0"

1" =

10'

-0"

ROAD

PLA

N &

PROF

ILE

SURV

EY B

OOK

DESI

GNAT

ION

PROJ

ECT

BRID

GE F

ILE

CONT

RACT

HORI

ZONT

AL S

CALE

VERT

ICAL

SCA

LE

ofSH

EETS

DATE

DESI

GN E

NGIN

EER

FOR

APPR

OVAL

RECO

MM

ENDE

D

CHEC

KED:

DRAW

N:

CHEC

KED:

DESI

GNED

:8

52

LINE

"A"

+50 608.

45

+00 606.

00+

0.30

%

-0.3

0%

+0.

30%

+2.

50%

-0.3

0%

FL. E

L. 5

99.1

+23

.960

4.97

+00 605.

50

+50 609.

25

PROP

OSED

4' B

OTTO

M D

ITCH

LT.

SHOW

N AT

DAT

UM

PROP

OSED

4' B

OTTO

M D

ITCH

LT.

SHOW

N AT

DAT

UM

+50 607.

45

PROP

OSED

4' B

OTTO

M D

ITCH

RT.

SHOW

N 10

' BEL

OW D

ATUM

PROP

OSED

"VEE

" DIT

CH L

T.SH

OWN

AT D

ATUM

O.H.

W.M

.EL

. 602

.5

-1.0

0%

188

SYS.

SOD

DING

REQ

'D. L

T.

+00

EL. 5

99.0

+80

EL. 5

99.0

4:1 (TYP

.)

+77

.50

EL. 6

07.0

+49 EL. 6

05.0

+18

.5EL

. 601

.0

BERM

EL.

611

.38

2:1

+02

.560

7.47

24 S

YS. P

ERM

ANEN

T "T

URF

REIN

FORC

EMEN

T M

AT" L

T.

TIPP

ECAN

OE C

O. B

R. N

o. 3

2

126

SYS.

SOD

DING

REQ'

D. R

T.

+24 EL. 6

05.0

2:1

+10

.5EL

. 605

.0+

75 607.

90

+57

EL. 6

07.0

+07

.5 6

05.0

1/29

/21

8900

25No

.

STATE

OF

V:\TIPPECANOE COUNTY\09-508 Bridge 32\Tracings\08 Plan & Profile Line A.dwg, 2/4/2021 11:11:47 AM, DWG To PDF.pc3

70 R

/WR/

W/

O.OO

OSTSTSOSO POS

YAL

D B

D D.

/R.

+1 5

XCTROR

EForParcel11(DNR),alltrees

withinthe

constructionlim

itsshallbeclearedby

the

Contractoroutsidetheseasonalrestriction

ontree

cutting.

Exist.R

/W

LIM

ITS

OF

TR

EE

CU

TT

ING

BY

CO

UN

TY

FO

RC

ES

S

HE

ET

2 O

F 3

Trees

toremain

inplace

Treetoremain

inplace

Page 53: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

50+90.95, 70.28' FNC50+93.80, 64.75' FNC50+98.12, 46.95' WOODS

51+00.89, 24.13' EG51+04.59, 24.97' WOODS51+14.54, 26.79' UTIL POLE51+16.29, 25.04' FNC51+16.40, 64.4' WOODS51+20.16, 26.1' TELE PED51+21.04, 24.04' ACCESS COV

51+29.52, 26.83' UTIL POST51+50.53, 30.93' GUY

52+20.82, 25.42' FNC

53+71.91, 25.06' FNC

54+22.57, 25.35' FNC

55+18.37, 28.42' TELE PED55+23.30, 29.88' FNC55+45.06, 31.19' FNC 0255+45.78, 29.51' TELE PED

56+96.21, 26.38' 15' RCP INV 611.9457+06.54, 75.31' EG57+14.13, 60.35' EG57+30.19, 39.29' FNC 0257+30.96, 37.61' UT57+31.93, 60.33' EG57+34.48, 37.86' TELE_POST57+36.54, 17.30' REBAR CAP SET

57+36.76, 76.9' EG57+42.98, 25.67' 15" RCP INV. 613.2257+68.53, 70.65' OH LINE57+69.17, 39.12' FNC57+79.54, 61.09' BLDG COR

57+96.02, 60.82' BLDG_COR

58+21.52, 39.27' FNC

59+14.71, 39.28' FNC

60+24.73, 39.13' FNC

51+59.34, 20.81' SIGN 45 SPEED LIMIT51+64.61, 22.13' GUY51+68.22, 23.37' GUY51+70.72, 23.44' GUY51+81.53, 21.66' UTIL. POLE

53+99.58, 22.3' UTIL. POLE

55+53.23, 21.27' UTIL_POLE55+60.50, 21.19' "PVC_INV 6" INV. 609.94

57+17.67, 23.22' UTIL_POLE57+19.21, 18.63' MAILBOX

60+01.76, 24.94' UTIL_POLE

64+97.49, 28.9' REBAR CAP SET EL. 617.09

(T.B.M. 3 - EL. 617.09)

590

600

610

620

630

640

EAST

: 304

3297

.235

2NO

RTH:

187

2452

.736

0EA

ST: 3

0430

60.8

271

NORT

H: 1

8724

33.7

359

NORT

H: 1

8724

37.3

208

EAST

: 304

3560

.814

2

EXISTING PROFILEELEV.PROPOSEDPROFILEELEV.

590

600

610

620

630

640

EXISTING PROFILEELEV.PROPOSEDPROFILEELEV.

53+

0054

+00

55+

0056

+00

57+

0058

+00

59+

0060

+00

53+

0052

+00

54+

0055

+00

56+

0057

+00

58+

0059

+00

60+

0061

+00

62+

0063

+00

64+

0065

+00

66+

0067

+00

EUGE

NE R

. & R

OSAN

NA H

ATKE

STAT

E OF

IN.,

DEPT

. OF

NATU

RAL

RESO

URCE

S

JASO

N A.

& T

OBI S

UMM

ERS

(ASP

HALT

)LI

NE "A

" & S

ECTI

ON L

INE

N89°

35'2

1"

P.O.

T. 5

5+00

"A"

C.R.

200

S

556

P.O.

T. 5

5+00

"A"

557

P.O.

T. 6

0+00

"A"

106 57

+36.

54, 1

7.30

LT. "

A"RE

BAR/

CAP

SET

STAM

PED

MAG

NAIL

/WAS

HER

SET

10.90

'C.R

. 200

S19

.61'

18.86

'

MAG

NAIL

/WAS

HER

SET

10.50

'C.R

. 200

S19

.94'

19.58

'LIN

E "A"

LINE "

A"LIN

E "A"

C.R. 2

00 S

44.60

'17

.5'

20.95

'

MAG

NAIL

W. SI

DE PW

P

MAG

NAIL

E. SID

E PWP

DR.

C L

(WOO

DS)

(LAW

N)

(WOO

DS)

(WOO

DS)

T.B.

M. 3

REBA

R/SE

T ST

AMP

STA.

57+

36.5

4, 1

7.30

' LT.

"A"

ELEV

ATIO

N =

617

.09

(NAV

D88)

610.36

610.07

610.00

610.39

611.09

612.08

613.30

614.58

615.81

616.85

617.58

618.07

618.31

618.46

618.53

618.61

+75 612.

00

+25 615.

39

+00

MAT

CH E

X.

PVI S

TA. 5

4+50

EL. 6

12.0

0LV

C 35

0'

612.02

612.02

612.16

612.43

612.85

613.40

614.09

614.92

615.88

616.85

MW

PLT

J, R

WM

JDC

MW

P

1" =

50'

-0"

1" =

10'

-0"

ROAD

PLA

N &

PROF

ILE

SURV

EY B

OOK

DESI

GNAT

ION

PROJ

ECT

BRID

GE F

ILE

CONT

RACT

HORI

ZONT

AL S

CALE

VERT

ICAL

SCA

LE

ofSH

EETS

DATE

DESI

GN E

NGIN

EER

FOR

APPR

OVAL

RECO

MM

ENDE

D

CHEC

KED:

DRAW

N:

CHEC

KED:

DESI

GNED

:9

52

LINE

"A"

+1.

94%

+0.

00%PR

OPOS

ED R

OAD

PROF

ILE

EXIS

TING

ROA

D PR

OFIL

E

STA.

56+

00EN

D PR

OJEC

T

+50 50'

+00 EXIS

T. R

/W(2

5')

50' R

/WR/

WAPP. P

APP. P

APP.

P

APP.

P

PROJ

ECT

LIM

ITS

INCI

DENT

AL C

ONST

R.

NOTE

: HO

RIZO

NTAL

& V

ERTI

CAL

DATU

MSE

T TO

NAV

D 88

- VE

RTIC

ALSE

T TO

NAD

83

- HOR

IZON

TAL

CONS

TR. L

IMIT

S

CONS

TR. L

IMIT

S

FULL

DEP

TH S

AW C

UT

SECT

ION

4 T2

2N R

3WSH

EFFI

ELD

TOW

NSHI

PTI

PPEC

ANOE

COU

NTY

SECT

ION

33 T

23N

R3W

PERR

Y TO

WNS

HIP

TIPP

ECAN

OE C

OUNT

Y

BENC

H M

ARK

DATA

TIPP

ECAN

OE C

O. B

R. N

o. 3

2

STA.

56+

00EN

D PR

OJEC

T

L

L

L

L

Exist

. R/W

Exist

. R/W

NORT

H: 1

8724

40.9

057

EAST

: 304

4060

.801

455

8

P.O.

T. 6

5+00

"A"

MAG

NAIL

/WAS

HER

SET

10.88

'C.R

. 200

S20

.95'

19.68

'LIN

E "A"

29.01

'"10

0"

+P.

L.40

'40

' R/W

Exist

. R/W

1/29

/21

8900

25No

.

STATE

OF

FULL

DEP

TH H

MA

+00

+00

V:\TIPPECANOE COUNTY\09-508 Bridge 32\Tracings\09 Plan & Profile Line A.dwg, 2/3/2021 4:24:22 PM, DWG To PDF.pc3

LIM

ITS

OF

TR

EE

CU

TT

ING

BY

CO

UN

TY

FO

RC

ES

S

HE

ET

3 O

F 3

Page 54: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT
Page 55: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT
Page 56: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT
Page 57: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

RECOVERED / ESTABLISHED BY:

TIPPECANOE COUNTY SURVEYOR’S OFFICE

SECTION CORNER PERPETUATION PROJECT

COUNTY OFFICE BUILDING

20 N. THIRD STREET

LAFAYETTE, INDIANA 47901

(765) 423-9228

E

STEPHEN L. MURRAY, PLS, COUNTY SURVEYOR

ZACHARIAH E. BEASLEY, PLS/MS, PROJECT MANAGER

D

STEPHEN L. MURRAY, PLS #S0450 ORUS

DNAL

VEYR

TEREDSIGER

INDIANA

No.

S 0450STATE OF

STEP

HN L. MUR

AY

ER

**AERIAL IMAGE FOR REFERENCE ONLY

WITNESSED BY: CO*PA

SECTION CORNER DOSSIER

WITNESS DETAIL

(NOT TO SCALE)

PLEASE EXERCISE CAUTION WHEN RECOVERING MONUMENT

MONUMENT TYPE:

N

WITNESSED BY: DG*RL*TB

DEPTH: FLUSH

TOWNSHIP 22 NORTH, RANGE 3 WEST,

SHEFFIELD TOWNSHIP, TIPPECANOE COUNTY, INDIANA

JJ-25

NORTH: 1872430.151

EAST: 3042560.844

WITNESS DATE: 19 MAY 1992

CORNER REFERENCE BOOK 3, PAGE 75

GRAVEL PIT / LAKE

HOUSE

BA

RB

ED

WIR

E R

EM

NA

NT

S

A

WOODS]

A = PK NAIL W/ WASHER IN THE WEST SIDE

OF AN ELECTRIC SERVICE POLE, 0.3’

A.G. 51.00’

B = "X" CHISLED IN THE TOP OF A CONCRETE

POST 27.10’

C = PK NAIL FOUND IN ROAD SURFACE 7.44’

COUNTY ROAD 200 SOUTH

CO

UN

TY

RO

AD

750 E

AS

T

REMARKS:

THE BERNTSEN A1NB MONUMENT REFERENCED ABOVE WAS SET IN PLACE OF A RAILROAD

SPIKE THAT WAS RECOVERED USING PREVIOUS COUNTY SURVEYOR’S PERPETUATION

REFERENCES. SAID SPIKE IS DEPICTED ON THE FOLLOWING SURVEY REFERENCES:

1) SURVEY PREPARED BY ROBERT MARTIN, RLS, DATED APRIL 29, 1975 (#75-1032-

1033 NORTHWEST QUARTER, SECTION 4-22-3), NOTE: THIS PLAT LABELS THE SPIKE

AS MARKING JJ-25c,

2) SURVEY PREPARED BY CARL FULLER, RLS, DATED MAY 2, 1975 (WESTERN

MATERIALS CO., SOUTHWEST QUARTER, SECTION 33-23-3,

3) SURVEY PREPARED BY VESTER & ASSOCIATES, INC., DATED OCTOBER 1, 1984

(#D84092 SOUTHEAST QUARTER, SECTION 33-23-3).

SURVEYOR’S RECORD BOOK C, PAGE 44 (1871) AND PAGE 426 (1885) INDICATE A

STONE MARKING THIS CORNER. AN EXCAVATION WAS MADE, NO STONE WAS FOUND.

SAID SURVEYOR’S RECORD BOOK C, PAGE 44, DETAILS A SURVEY OF THE CLOSING

LINE TO JJ-25c. IT WAS DISCOVERED TO FALL 247.5’ WEST OF THE STANDARD

CORNER (INSTEAD OF A FEW LINKS). THE INTERESTED PARTIES AGREED TO LEAVE

"SAID CENTER LINE OPEN".

CORNER REFERENCE BOOK 21, PAGE 53

WITNESS DATE: 4 JAN 2002

ON 4 JAN 2002 TIES D & E WERE ADDED.

B DESTROYED

GUARD RAIL

D = 3/4" X 24" CAPPED REBAR TIPPECANOE CO.

CORNER REFERENCE. 32.07’

E = X CHISLED IN BOLT ON SOUTH SIDE OF MOST

EAST SQUARE WOOD POST HOLDING GUARD RAIL 38.84’

NAD 83 (86) COORDINATES:

C PAVED OVER

BERNTSEN D-1

**NOTE**

CR 200 S WAS RECONSTRUCTED IN 2001.

USI CONSULTANTS RESET D-1 MONUMENT AFTER CONSTRUCTION.

WITNESS DATE: 7 NOVEMBER 2001

WITNESSED BY: USI CONSULTANTS

THE SURVEY REPORT IS FILED IN SECTION 31-23-3 FILE FOLDERS.

Page 58: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT
Page 59: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT
Page 60: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Contract for Public Work page 1 of 2

CONTRACT FOR PUBLIC WORK THIS AGREEMENT, made and entered into by and between the BOARD OF COMMISSIONERS OF TIPPECANOE COUNTY, State of Indiana, as party of the first part hereinafter called the County and _________________________________ _________________________________ (Name) _________________________________ (Address) as party of the second part, hereinafter called the Contractor: WITNESSETH: That for and in consideration of the mutual covenant herein enumerated, the County does hereby hire and employ the Contractor to furnish all materials, equipment, and labor necessary and to fully construct the work designated as follows:

TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT THE PROPOSED WORK CONSISTS OF REPLACING THE EXISTING BRIDGE WITH A 42 FT WIDE 3-SPAN PRESTRESSED CONCRETE BULB-TEE BEAM BRIDGE 302 FEET IN LENGTH, 2250 LINEAR FEET OF APPROACH ROADWAY RECONSTRUCTION ON CR 200 SOUTH, AND INCIDENTAL WORK. THE PROJECT WILL INCLUDE MAINTENANCE OF TRAFFIC, REMOVAL OF THE EXISTING STRUCTURE, CONSTRUCTION OF PILE-SUPPORTED PIERS AND BENTS, BEAM AND DECK PLACEMENT, TEMPORARY EROSION CONTROL MEASURES, EARTHWORK, DRAINAGE STRUCTURES, ASPHALT ROADWAY PAVEMENT, GUARDRAIL, PERMANENT EROSION CONTROL MEASURES, AND MITIGATION PLANTINGS.

According to plans, standard specifications, profiles, and drawings therefore and supplemental specifications on file in the office of said BOARD OF COMMISSIONERS OF TIPPECANOE COUNTY and any supplemental or special provisions set out or referred to in the Contractor's attached proposal, and hereby agrees to pay the Contractor therefore, for the actual amount of work done and materials in place, as measured by the County Highway Engineer, at the unit prices stated in the Contractor's attached proposal, dated ______________________________, which base bid sums in the amount of _________________________ that the Contractor agrees to accept in full payment for such work; and It is further mutually agreed: That the accompanying proposal and bond of the Contractor, together with the plans, standard and supplemental specifications and special provisions herein designated and referred to, are hereby made a part of the Contract, the same as if herein fully set forth;

The Contract amounts may be paid to the Contractor upon progress estimates of completed work, prepared by the Engineer, but progress payments shall not exceed ninety percent (90%) of any such estimates, less the total amount of properly prepared and certified statements of indebtedness which shall have been filed against the Contractor for labor performed and materials furnished, or other services rendered in the carrying forward, performing and completing this Contract, and which estimates shall also be subject to the provisions of the Standard Specifications on file in the office of said BOARD OF COMMISSIONERS OF TIPPECANOE COUNTY.

Page 61: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

Contract for Public Work page 2 of 2

That before any final estimate is paid to the Contractor, he shall furnish receipt for all debts incurred in the prosecution of such work or satisfactory evidence and assurance that the same have been paid; or shall consent to the withholding by the County, from his final estimate, of sums sufficient to cover any such indebtedness, which sums may be held until such indebtedness is settled, or until the expiration of eighteen (18) months, or until the conclusion of any litigation in relation thereto filed within such period; and

That no monies due on this final estimate shall be paid until the work is fully completed and accepted as provided in the specifications nor until at least sixty-one (61) days after the last work and labor were performed and the last material furnished; That the contract will be completed by the specified calendar date or liquidated damages will be assessed as provided for in the Special Provisions. Witness our hands this ________ Witness our hands this ________ day of __________________, 20______. day of __________________, 20______. CONTRACTOR BOARD OF COMMISSIONERS OF THE COUNTY OF TIPPECANOE NAME: _________________________________ ______________________________ Thomas P. Murtaugh, President Address: _______________________________ ______________________________ _______________________________________ David S. Byers, Vice President BY: ___________________________________ ______________________________ Tracy A. Brown, Member ATTEST: ______________________________ Bob Plantenga, Auditor

Page 62: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

ITEMIZED PROPOSAL

RECONSTRUCTION OF TIPPECANOE COUNTY BRIDGE 32 

ITEM 

NO.

SPECIF. 

REF. DESCRIPTION UNIT QTY. UNIT PRICE ITEM PRICE

1 105 CONSTRUCTION ENGINEERING                                                LS  1

2 110 MOBILIZATION AND DEMOBILIZATION                                   LS  1

3 201 CLEARING RIGHT OF WAY                                                          LS  1

4 202 STRUCTURES AND OBSTRUCTIONS, REMOVE   LS 1

5 202 PRESENT STRUCTURE, REMOVE LS 1

6 202 GUARDRAIL, END TREATMENT, REMOVE EACH 6

7 202 PIPE, REMOVE                                                                             LFT  199

8 203 EXCAVATION, COMMON                                                           CYS  1,715

9 203 BORROW                                                                                      CYS  5,260

10 203 EXCAVATION, WATERWAY                                                        CYS  9,790

11 205 STORMWATER MANAGEMENT BUDGET DOL 107,628

12 205 STORMWATER MANAGEMENT IMPLEMENTATION LS 1

13 205 SWQCP PREPARATION LS 1

14 206 EXCAVATION, WET CYS 450

15 206 COFFERDAM LS 1

16 207 SUBGRADE TREATMENT, TYPE IB SYS   12,714

17 207 SUBGRADE TREATMENT, TYPE IC SYS 220

18 211 AGGREGATE FOR END BENT BACKFILL CYS 66

19 211 STRUCTURAL BACKFILL, TYPE 1                                                 CYS  411

20 214 GEOTEXTILE FOR SUBGRADE TYPE 2B SYS 829

21 301 COMPACTED AGGREGATE NO. 53   TON   5,068

22 303 COMPACTED AGGREGATE NO. 73   TON   10

23 302 SUBBASE FOR PCCP CYS 42

24 401 QC/QA‐HMA, 2, 64, SURFACE, 9.5 mm   TON   349

25 401 QC/QA‐HMA, 3, 64, SURFACE, 9.5 mm   TON   533

26 401 QC/QA‐HMA, 2, 64, INTERMEDIATE, 19.0 mm   TON   595

27 401 QC/QA‐HMA, 3, 64, INTERMEDIATE, 19.0 mm   TON   1,266

28 401 QC/QA‐HMA, 3, 64, BASE, 19.0 mm   TON   1,399

29 406 ASPHALT FOR TACK COAT                                                          TON   5

30 503 TERMINAL JOINT, TYPE HMA LFT 79

31 601 GUARDRAIL, TRANSITION TYPE TGB                                        EACH  4

32 601 GUARDRAIL, TYPE 6 TERMINAL SYSTEM EACH 1

33 601 GUARDRAIL, REMOVE   LFT 1,490

34 601 GUARDRAIL END TREATMENT, OS                                           EACH  3

35 601 GUARDRAIL, W‐BEAM, 6 FT 3 IN SPACING                              LFT  219

36 609 REINFORCED CONCRETE BRIDGE APPROACH, 12 IN. SYS 192

37 610 HMA FOR APPROACHES, TYPE B TONS 198

38 611 MAILBOX ASSEMBLY, SINGLE                                                    EACH 1

39 615 MONUMENT, SECTION CORNER   EACH 1

40 615 BENCH MARK POST   EACH 1

41 615 BRONZE PLAQUE EACH 1

42 616 RIPRAP, CLASS 1 TON   965

43 616 RIPRAP, REVETMENT                                                                  TON   149

44 616 RIPRAP, UNIFORM                                                                      TON   112

Itemized Proposal page 1 of 3

Page 63: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

ITEMIZED PROPOSAL

RECONSTRUCTION OF TIPPECANOE COUNTY BRIDGE 32 

ITEM 

NO.

SPECIF. 

REF. DESCRIPTION UNIT QTY. UNIT PRICE ITEM PRICE

45 616 GEOTEXTILE FOR RIPRAP TYPE 1B SYS   1,742

46 621 MOBILIZATION AND DEMOBILIZATION FOR SEEDING          SYS   6

47 621 EROSION CONTROL BLANKET   SYS   6,462

48 621 SEED MIXTURE, NATIVE   LBS 19

49 621 SEED MIXTURE, COVER LBS 85

50 621 SEED MIXTURE , R                                                                       LBS   1,055

51 621 MULCHING MATERIAL TONS 6

52 621 WATER   kGAL 2

53 621 SODDING   SYS   606

54 622 SIGN, DO NOT MOW OR SPRAY                                                EACH  6

55 622 SEEDLING   EACH 1,812

56 701 PILE, STEEL H, HP 14 X 89 LFT 1,200

57 701 DYNAMIC PILE LOAD TEST EACH 4

58 701 TEST PILE, DYNAMIC, PRODUCTION LFT 181

59 701 TEST PILE, DYNAMIC, RESTRIKE EACH 4

60 701 PILE SHOE, HP 14 X 89 EACH 40

61 701 PILE SHOE, HP 12 X 53   EACH 12

62 701 PILE, STEEL H HP 12 X 53 LFT 528

63 702 CONCRETE, A, SUPERSTRUCTURE   CYS 12.5

64 702 CONCRETE, A, SUBSTRUCTURE CYS 146.8

65 702 CONCRETE, B, FOOTINGS CYS 107.0

66 702 CONCRETE, C, SUBSTRUCTURE CYS 38.0

67 703 REINFORCING BARS LBS 27,858

68 703 REINFORCING BARS, EPOXY COATED LBS 200,051

69 703 THREADED TIE BAR ASSEMBLY, EPOXY COATED EACH 44

70 704 CONCRETE, C, SUPERSTRUCTURE CYS 467.0

71 704 DECK DRAIN   EACH 4

72 706 CONCRETE BRIDGE RAILING TRANSITION, TPF‐1 EACH 4

73 706 RAILING, CONCRETE PF‐1 LFT 604

74 707STRUCTURAL MEMBER, CONCRETE, BULB‐T BEAM, 66 

IN. X 48 IN.LFT 1,500

75 709 SURFACE SEAL LS 1

76 714STRUCTURE, REINFORCED CONCRETE, BOX SECTIONS, 6 

FT. X 4 FT.LFT  172

77 715 PIPE, TYPE 3 CIRCULAR 15 IN                                                    LFT  66

78 715 PIPE, END BENT DRAIN, 6 IN. LFT 122

79 715 PIPE END SECTION, DIA. 15 IN                                                  EACH 2

80 720 CASTING, TYPE 7 EACH 1

81 724 PRE‐COMPRESSED FOAM JOINT   LFT 79

82 801 ROAD CLOSURE SIGN ASSEMBLY   EACH 7

83 801 DETOUR ROUTE MARKER ASSEMBLY EACH 27

84 801 CONSTRUCTION SIGN, A EACH 7

Itemized Proposal page 2 of 3

Page 64: TIPPECANOE COUNTY BRIDGE NO. 32 REPLACEMENT CONTRACT

ITEMIZED PROPOSAL

RECONSTRUCTION OF TIPPECANOE COUNTY BRIDGE 32 

ITEM 

NO.

SPECIF. 

REF. DESCRIPTION UNIT QTY. UNIT PRICE ITEM PRICE

85 801 MAINTAINING TRAFFIC                                                              LSUM 1

86 801 BARRICADE, III‐A LFT  108

87 801 BARRICADE, III‐B LFT  96

88 802SIGN POST, SQUARE, TYPE 1, REINFORCED ANCHOR 

BASE                                                   LFT  118

89 802 SIGN, SHEET, WITH LEGEND 0.080"                                         SFT 43

90 802 SIGN GROUND MOUNTED RESET   EACH 2

91 808 LINE, PAINT, SOLID, WHITE, 4 IN                                              LFT  5,454

92 808 LINE, PAINT, SOLID, YELLOW, 4 IN                                           LFT  2,637

93 808TRANSVERSE MARKING, PAINT, STOP LINE, WHITE, 24 

IN. STOP LINE, 24"LFT  44

94 808 LINE, MULTI‐COMPONENT, SOLID, WHITE, 4 IN. LFT 684

95 808 LINE, MULTI‐COMPONENT, SOLID, YELLOW, 4 IN. LFT 684

A1 401/410 QC/QA‐HMA, 3, 64, SURFACE, 9.5 mm , SMA  TON 533

SUBMITTED BY:

AUTHORIZED SIGNATURE:  _____________________________________________________DATE: ____________________

THE BIDDER ACKNOWLEDGES RECEIPT OF THE  FOLLOWING ADDENDA: 

ADDENDUM NO.:  __  DATED: _________  ADDENDUM NO.:  __   DATED:_________   ADDENDUM NO.:  __  DATED:_________

TOTAL  BASE BID

Alternate No. 1: The price for Alternate 1 shall represent the addition or deduction for substituting QC/QA‐HMA‐SMA for the QC/QA‐HMA 

surface course for all mainline pavement. Additions shall be shown without parentheses, and deductions shall be shown with parentheses:   

$X.XX for Addition   ($X.XX) for Deduction

CONTRACTOR NAME:  _________________________________________________________

Itemized Proposal page 3 of 3