161
DOUGLAS C0lrtirX AGENDA ITEM MEETING DATE: STAFF PERSON RESPONSIBLE: DESCRIPTION: September 11, 2012 Sean P. Owens, PE, Project Manager Community Planning and-Sustainable Development- Engineering Division Award a Construction Contractfor the Quebec - Lincoln- University Intersection . Improvements·Project Number CI 2011- 0'07 SUMMARY: This Project consists of concrete pavement repair .around the intersection of Quebec, Lincoln and University in Highlands Ranch. Bids were opened on August 15, 2012 at 2:00 p.m. Seven (7) bids were received and read. Bid results are as follows: RANK 1 2 3 4 5. 6 7 CONTRACTOR Villalobos Concrete Silva Construction KECl Colorado s Concrete mc Noraa Concrete Concrete Works Average of Bidders Engineering Estimate BID PRICE $ 1,042,866.35 $ 999,023.00 .. $ 1,230,905.00 $ 1,260,643.58 $ 1,279,478.99 $ 1,283,070.50 $ 1.420,526.50 . $ 1,216,664.85 $ 1,143,284.70 Engineering Staff (Staff) conducted interviews with the two lowest bidders on August 16, 2012.· .During Staff's investigation of the two lowest bidders (Villalobos and Silva), Staff determined that Villalobos' submitted the most responsive bid and will serve the best interest of the County for the specific project. Silva Construction has not had any experience working on a major arterial like Quebec, Lincoln and University. Silva has not had any experience with Class E concrete. Silva has very little experience with panel replacement. Although Silva had great references for their work on curb, gutter, sidewalk and curb ramps, the construction phasing and work required for this project is more complex, and, Silva lacks the experience needed for this project. Villalobos has completed the last three years of concrete repair on the arterial ofHigblands Ranch and . has the reql!ired experience on an phases bfthis project. Villalobos recetitlywon a local paviIi.g award for their work in Douglas County, and our Engineering Inspection Staffbelieves that Villalobos is best suited to perform the work required for this project. Staff recommends approval of a construction contrac;:t to Villalobos Concrete, Inc. in the amount of One Million Forty Two Thousand Eight Hundred Sixty Six Dollars and Thirty Five Cents ($1,042,866.35). ·Funds for this project are set aside in Fund 230, Account No. 800851. . RECOMMENDEI;> BOARD ACTION: Staff recommends approval of a construction contract to Villalobos Concrete, Inc.. in the amount of One Million FortyTwo Thousand Eight Hundred Sixty Six Dollars and Thirty Five Cents ($1,042,866.35) for the Quebec - Lincoln .:.... University Intersection Improvements Project, Douglas County Project Number CI2011-007.

~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

~~DOUGLAS C0lrtirXAGENDA ITEM

MEETING DATE:

STAFF PERSONRESPONSIBLE:

DESCRIPTION:

September 11, 2012

Sean P. Owens, PE, Project ManagerCommunity Planning and -Sustainable Development - Engineering Division

Award a Construction Contract for the Quebec - Lincoln- University Intersection. Improvements· Project Number CI 2011- 0'07

SUMMARY: This Project consists of concrete pavement repair .around the intersection of Quebec, Lincoln andUniversity in Highlands Ranch. Bids were opened on Wednesday~August 15, 2012 at 2:00 p.m.Seven (7) bids were received and read. Bid results are as follows:

RANK12345.67

CONTRACTORVillalobos ConcreteSilva ConstructionKECl ColoradoCha~o's ConcretemcNoraa ConcreteConcrete WorksAverage ofBiddersEngineering Estimate

BID PRICE$ 1,042,866.35$ 999,023.00

.. $ 1,230,905.00$ 1,260,643.58$ 1,279,478.99$ 1,283,070.50$ 1.420,526.50

. $ 1,216,664.85$ 1,143,284.70

Engineering Staff (Staff) conducted interviews with the two lowest bidders on August 16, 2012.·.During Staff's investigation of the two lowest bidders (Villalobos and Silva), Staff determined thatVillalobos' submitted the most responsive bid and will serve the best interest ofthe County for thespecific project. Silva Construction has not had any experience working on a major arterial likeQuebec, Lincoln and University. Silva has not had any experience with Class E concrete. Silva hasvery little experience with panel replacement. Although Silva had great references for theirwork oncurb, gutter, sidewalk and curb ramps, the construction phasing and work required for this project ismore complex, and, Silva lacks the experience needed for this project.

Villalobos has completed the last three years ofconcrete repair on the arterial ofHigblands Ranch and. has the reql!ired experience on an phases bfthis project. Villalobos recetitlywon a local paviIi.g award

for their work in Douglas County, and our Engineering Inspection Staffbelieves that Villalobos is bestsuited to perform the work required for this project.

Staff recommends approval of a construction contrac;:t to Villalobos Concrete, Inc. in the amount ofOne Million Forty Two Thousand Eight Hundred Sixty Six Dollars and Thirty Five Cents($1,042,866.35). ·Funds for this project are set aside in Fund 230, Account No. 800851.

. RECOMMENDEI;>

BOARD ACTION:Staff recommends approval of a construction contract to Villalobos Concrete, Inc..in the amount ofOne Million Forty Two Thousand Eight Hundred Sixty Six Dollarsand Thirty Five Cents ($1,042,866.35) for the Quebec - Lincoln .:.... UniversityIntersection Improvements Project, Douglas County Project Number CI2011-007.

cgordon
Typewritten Text
6.
Page 2: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Agenda Item - Quebec - Lincoln - University Intersection Improvements ProjectDouglas County Project Number CI2011 - 007 (Construction Contract with Vil~alobos)

Page 2

APPROVED FORAGENDA:

Frederick H. KochEngineering Services Director

REVIEWED BY THECOUNTY ATTORNEY:

Lance IngallsCounty Attorney

REVIEWED FOR Andrew CoplandFISCAL CONTENT: Director ofFinance

REVIEWED·BYTHE COUNTY. .MANAGER:

ATTAC:mv.mNTS:

Douglas J. DeBordCounty Manager

Five (5) Original Contract Documents, Bid Tabulations

Page 3: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

~~DOUGLAS CO~~rx

CONTRACT DOCUMENTSAND

CONSTRUCTION SPECIFICATIONSDOUGLAS COUNTY

QUEBEC.- LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

PRIOR TO SUBMITTING A BID PROPOSAL FOR THIS PROJECT, THE BIDDER SHALL HAVERECEIVED PRE-QUALIFICATION STATUS (ACTIVE STATUS) WITH THE COLORADO DEPARTMENTOF TRANSPORTATION (CDOT) TO BID ON INDIVIDUAL PROJECTS OF THE SIZE AND KIND OFWORK AS SET FORTH IN THE CONTRACT DOCUMENTS. THE BIDDER SHALL BE REQUIRED TOPRODUCE DOCUMENTED EVIDENCE VERIFYING THAT THE BIDDER'S ACTIVE STATUS EXISTEDPRIOR TO THE BID OPENING. FAILURE TO PRODUCE SAID EVIDENCE WILL DISQUALIFY THEBIDDER FROM BEING ELIGIBLE FOR AN AWARD OF THIS CONTRACT.

For use with the Colorado Department ofTransportation (CDOT) Standard Specifications for Roadand Bridge Construction, Dated 2005; Standard Plans, Dated July, 2006; as revised, and DouglasCounty Roadway Design and Construction Standards; as revised.

PRE-BID MEETING: WEDNESDAY, AUGUST 8, 2012 AT 10:00 A.M.

BID-OPENING: WEDNESDAY, AUGUST 15, 2012 AT 2:00 P.M.

This is a Completion Date Contract. The Contract Time of 60 calendar days will be used todetermine the CompletionDate, once the Notice to Proceed is established. No extension ofthecontract time shall be allowed for inclement weather, foreseeable causes or conditions under controlof the Contractor. If all work under the Contract is not completed on or before the specifiedCompletion Date, Contract Time shall be assessed for each additional calendar day in accordancewith Subsection 108.07 (a) 2 - Determination and Extension of Contract Time. All requests forextensions must be submitted in writing within seven (7) days in accordance with Subsection108.07(d). Liquidated Damages will be charged in accordance with Subsection 108.08 - Failure toComplete Work on Time.

/1---

Page 4: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

TABLE OF CONTENTS

INVITATION TO BID 4

NOTICE TO BIDDERS 5

BID DOCUMENTS:. * Bid Proposal 11* Bid Schedule 12*Bid Bond 14* Project Addenda ·.. 16*Statement of Bidder's Qualifications 17*Non-Collusion Affidavit of Prime Bidder 21

Agreement. 23Payment Bond 30Performance Bond 31Guaranty 33Conditional Notice ofAward 34Notice to Proceed 35Owner's Payment Policies 36

*Shall be completed and Submitted with Bid

DOUGLAS COUNTY STANDARD SPECIAL PROVISIONS:

Revision of Section 101 - Definitions and Terms (April 3, 2006) SSP 3

Revision of Section 103 - Award and Execution of Contract.. ......... (April 3, 2006) .......... SSP 4

Revision of Section 104 - Scope of Work (April 3, 2006) SSP 6

Revision of Section 105 - Control of Work (February 15, 2011) SSP 9

Revision of Section 105 - Control of Work andRevision of Section 107 - Legal Relations and

Responsibility to Public ; (April 3, 2006) SSP 15

Revision of Section 108 - Prosecution and Progress (February 1,2012) SSP 22

Revision of Section 109 - Measurement and Payment (October 4, 2011) SSP 26

2

Page 5: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

TABLE OF CONTENTS- continued -

The following "Special Provisions" shall supplement the 2005 Colorado Department ofTransportation Standard Specifications for Road and Bridge Construction ("Blue Book") and shalltake precedence over the plans and specifications in case of any discrepancies.

PROJECT SPECIAL PROVISIONS:

Public Involvement by Contractor. ~ PSP - 1Traffic Control Plan - GeneraL PSP - 3Revision of Section 105 - Control of Work PSP - 8Revision of Sections 105, 106 and 601 - Control of Work, Control of Material andStructural Concrete , PSP - 9Revision of Section 107 - Legal Relations and Responsibility to Public PSP - 13Revision of Section 108 - Prosecution and Progress PSP - 15Revision of Section 202 - Removal of Structures and Obstructions PSP - 17Revision of Section 203 - Excavation and Embankment.. PSP - 19Revision of Section 208 - Erosion ControL PSP - 20Revision of Section 210 - Reset Structures PSP - 38Revision of Section 304 - Aggregate Base Course PSP - 40Revision of Section 412 - Portland Cement Concrete Pavement PSP - 41Revision of Sections 601 and 701 - Structural Concrete and Hydraulic Cement. PSP - 52Revision of Section 609 - Curb and Gutter. PSP - 65Revision of Section 626 - Mobilization PSP - 66Revision of Section 627 - Pavement Marking PSP - 67Revision of Section 630 - Construction Zone Traffic ControL PSP - 68Revision of Section 700 - Force Account Items PSP - 75

3

Page 6: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

OWNER:

Separate sealed bids for the:

Will be received at:

INVITATION TO BID

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104

QUEBEC - UNIVERSITY - LINCOLNINTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI 2011-007

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104

Until 2:00 p.m. (local time), AUGUST 15,2012. The Contract Documents may be examined after10:00 a.m., MONDAY, JULY 30, 2012 at the following location:

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division- Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104

Copies ofthe Contract Documents may be obtained after 10:00 a.m., MONDAY, JULY 30,.2012 at thesame location upon payment of $35.00 for each set. The $35.00 is non-refundable.

Bid opening will be conducted at 2:00 P.M., on WEDNESDAY, AUGUST 15,2012 at:

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104

Owner: Douglas County GovernmentBy: Sean P. Owens, P.E., Project Engineer

A Pre-Bid conference will be held at 10:00 A.M. on WEDNESDAY, AUGUST 8,2012 at:

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104

4

Page 7: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

NOTICE TO BIDDERS

Bidding Documents: The Bidding Documents shall include the Information for Bidders, the Plansand Specifications for the project, the Bid Proposal, Bid Bond, all Addenda issued during the biddingprocess, Statement of Bidders' Qualifications and Non-collusion Affidavit of Prime Bidder.

Receipt of Bids - Bids will be received by:

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104Attn: Sean P. Owens, P.E., Project Engineer

until 2:00 P.M., local time, WEDNESDAY, AUGUST 15,2012.

Submission of Bids - All Bids must be submitted on the form provided in the BiddingDocuments and in a sealed envelope addressed to Douglas County Engineering Division at theaddress above. Each envelope shall state on the outside, Bid for QUEBEC - LINCOLN ­UNIVERSITY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECTNUMBER CI 2011-007 and shall state the name and address of the Bidder.

All blank spaces in the Bid Form must be completely filled out in ink or typewritten when submitted.All Bid Documents shall be filled out completely and submitted in total. Where a blank spaceanswer does not apply to Bidder, insert N/A. THIS IS A REQUIREMENT FOR ALL BIDDERSSUBMITTING BIDS FOR TillS PROJECT.

Examination of Contract Documents and Project Site - Beforesubmitting any Bid, the Bidder shallexamine the Contract Documents as defined in the General Conditions, including all Addenda, andthe Project Site, and become totally familiar with each. Any inconsistencies, ambiguities, errors oromissions found in the Contract Documents or at the Project Site shall be brought immediately to theattention of the County Representative.

The submission of a Bid shall be a representation by the Bidder that he has complied with therequirements of the above paragraph.

The field conditions set forth shall not constitute a representation or warranty, expressed or implied,that such conditions are actually existent. Bidders shall make their own investigations and form theirown estimates of the actual site conditions.

No claim thatthere was any misunderstanding as to the quantities, conditions, or nature ofthe workwill be entertained after submission of Bids. Any questions during the bidding process can beaddressed to the following County Representative: Sean P. Owens, P.E., Project Engineer at303.660.7490 or by fax at 303.688-9343.

5

Page 8: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

'.Specifications and Plans - The work embraced herein shall be done in accordance with the ColoradoDepartment of Transportation, Standard Specifications for Road and Bridge Construction, dated2005; the Standard Plans, dated July, 2006, as revised; and in accordance with the Douglas CountyRoadway Design and Construction Standards as revised, insofar as the same may apply, and inaccordance with the plans and these special provisions.

Interpretation of Contract Documents - The Bidder shall present all questions requiring aninterpretation of the Contract Documents in writing to the County Representative. If the CountyRepresentative's decision requires a modification ofthe Contract Documents, such modification shallbe contained in an Addendum, which shall be sent to all Bidders having received copies of theContract Documents. All Addenda issued by the County Representative shall become part of theContract Documents and shall have been considered and included as part ofany Bid. Any decisionsor interpretations by the County Representative, which are not contained in any properly issuedAddendum, shall have no effect.

Addenda - When interpretations of the Contract Documents are requested, or if errors, omissions,ambiguities, discrepancies or inconsistencies have been brought to the attention of the CountyRepresentative, and a modification ofthe Contract Documents is required, the Project Engineer shallissue an Addendum containing all pertinent information. Such Addenda shall be sent to all Biddershaving received a copy of the Contract ,Documents and shall become a part of the ContractDocuments. The County may elect to issue project Addenda by either mail or fax to theContractor / Plan Holders in order to be incorporated into the Contract Documents.

Modification and Withdrawal ofBids - Bids may be modified or withdrawn at any time prior to theopening of Bids. All modifications or withdrawals must be in writing and must arrive at the placewhere Bids are accepted prior to the time for the opening of Bids. A Bid modification shall notreveal the total amount of the original Bid.

Bonds - Each Bid shall be accompanied by cash, cel1ified check or a Bid Bond on the form providedin the Bidding Documents payable to the Owner, in an amount not less than five percent (5%) ofthetotal Bid. The Owner shall retain the Bid Bond of any Bidder that the Owner believes to have areasonable chance of receiving the award of the Contract until the Successful Bidder executes theOwner-Contractor Agreement with the Owner and provides the Owner with a Performance Bond,Payment Bond, and Certificates of Insurance required by the Bidding Documents. All other BidBonds shall be returned within sixty (60) days of the opening of Bids. ANY BID NOTACCOMPANIED BY A CONFORMING BID BOND IN THE AMOUNT OF AT LEASTFIVE PERCENT OF THE BID PRICE WILL BE REJECTED AND WILL NOT BE READ.

If the BID BOND submitted is determined to be J;1on-conforming after the Bid has been read,then that Bid will be determined to be non-conforming and will be rejected.

If the Successful Bidder fails to execute a Contract with the Owner within ten (10) days of thereceipt of the Conditional Notice of Award, the Owner shall retain his Bid Bond as liquidateddamages.

6

Page 9: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

PAYMENT BOND AND A PERFORMANCE BOND, each in the amount of 100 percent (100%) ofthe CONTRACT PRlCE, with a corporate surety approved by the OWNER, will be required for thefaithful performance of the contract and payment of the subcontractors, material supplies andlaborers.

Attorneys-in-Fact who sign BID BONDS, PAYMENT BONDS AND PERFORMANCE BONDSmust file with each BOND a certified and dated copy of their Power of Attorney.

Applicable Laws - The submission of a Bid shall be a representation by the Bidder that he hasfamiliarized himselfwith all laws applicable to the Project and will comply therewith throughout theContract.

Award ofthe Contract - The award will be made to the lowest responsive, responsible Bidder, whowill serve the best interests of the Owner, and the Owner reserves the right to make thisdetermination. Award may be made for anyone section ofthe Bid Form separately or for the totalBid, or for any combination thereof.

The Owner reserves the right to accept or reject any and all Bids, to waive any informality ortechnicality in any Bid, and to disregard all non-conforming, non-responsive, conditional orAlternate Bids whenever such rejection or waiver is in the County's best interest. Before making anyaward ofa contract, the Owner will investigate any bidder in such manner as it deems appropriate todetermine the qualifications of that bidder to perform the work under the Contract.

Statement ofBidder's Qualifications - In addition to the prequalification ofBidders, as referred to inSection 102.01 "Prequalification of Bidders," of the CDOT Standard Specifications for Road andBridge Construction, Dated 2005,. a Statement of Bidder's Qualifications shall accompany theproposal. A form for this statement will be found following the Project Addenda Form.

Prior to submitting a Bid Proposal for this project, the Bidder shall have receivedpregualification status (active status) with the Colorado Department ofTransportation to bidon individual projects of the size and kind of work as set forth in the General Statement.

Conditional Notice of Award - The Owner shall notify the Successful Bidder, in writing, inaccordance with Section 103 ofthe Douglas County Standard Special Provisions (SSPs), as revised.The Conditional Notice ofAward will be accompanied by the Owner-Contractor Agreement and thenecessary Bond Forms. Within ten (10) days ofthe date that Conditional Notice ofAward has beengranted, the Successful Bidder shall present, properly executed, a Payment Bond and a PerformanceBond, the necessary Certificates of Insurance required by the Contract Documents, all other formalContract Documents· and execute the Owner-Contractor Agreement.

The County anticipates construction beginning on or around SEPTEMBER 24, 2012.

Failure to Execute the Owner-Contractor Agreement - In the event that the SuccessfulBidder/Contractor fails to execute the Owner-Contractor Agreement, or provide a properly executedPerformance Bond, Payment Bond, and the necessary Certificates of Insurance as required by theContract Documents, the Owner may elect to hold the Bidder in default and retain the Bid Bond asliquidated damages.

7

Page 10: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

After the Conditional Notice ofAward has been granted, if the Owner fails to execute the Owner­Contractor Agreement within thirty (30) days of receipt of a propedyexecuted Payment Bondsubmitted and Performance Bond, and receipt ofthe necessary Certificates ofInsurance required bythe Contract Documents, and all other formal Contract Documents, then the Successful Bidder may,by written Notice to the Owner, withdraw from the Owner-Contractor Agreement.

Notice of Withdrawal shall be effective upon receipt by the Owner and shall not be cause of theOwner to retain the Bid Bond of the Successful Bidder.

Notice to Proceed - The Notice to Proceed, stating the date on which the work is to commence, shallbe issued within ten (10) days of the execution of the Owner/Contractor Agreement by the Ownerand the successful bidder.

Tax Exemptions - The Bidder shall determine those sales taxes from which the Owner may beexempted under Colorado law that may be applied to purchases required for the Project and excludeall such sales taxes from his Bid. The Owner shall provide all pertinent tax-exempt certificates.

Substitution ofMaterials or Equipment - All Bids are to be based on those materials and equipmentspecified in the Contract Documents. The County Representative shall be the sole judge of theacceptability of substitute materials and equipment and may accept or reject such substitutes at anytime. If a Bid is based on substitute material or equipment, the Owner may require a Bidder tosupply those materials or equipment specified in the Contract Documents at no increase in contractprice and with no extension of the period of performance. .

Owner - The Owner ofthis project' is the Board ofCounty Commissioners ofDouglas County, whoseaddress is 100 Third Street, Suite 220, Castle Rock, Colorado 80104.

County Representative - The County Representative for this Project is:Sean P. Owens, P.E., Project Engineer303.660.7490

Commencement ofWork and Time ofCompletion - Attention is directed to the provisions in Section108 ~ "Prosecution and Progress," of the Colorado Department of Transportation StandardSpecifications, the Douglas County Standard Special Provisions (SSPs), the Douglas County ProjectSpecial Provisions (PSPs) and to the information below.

The Contractor shall commence work on or before the tenth day following the date stipulated in the"Notice to Proceed" and shall diligently prosecute the work to completion before the expiration ofthe contract time. Contract time for this Completion Date Contract project will be 60 calendardays.

Contract time shall be charged commencing with the date stipulated in the "Notice toProceed."

This Completion Date Contract may extend through the winter months of December, January,February and March, which has been accounted for in determining the completion date. DouglasCounty reserves the right to suspend all or parts of the work during these months, if the County

8

Page 11: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

determines (at its sole discretion) that it is in the best interest ofthe County to do so. Any anticipatedsuspension of work will be addressed in the "Special Instructions to the Contractor" portion ofthe Contract and no additional compensation will be granted to the Contractor.

The Contractor shall have a period offifteen (15) days after award ofthe Contract for submission ofdata substantiating any request for a substitution of an "equal" item.

Liquidated Damages - The Contractor shall pay to Douglas County a sum determined from theschedule of liquidated damages set forth in Subsection 108.08 - "Failure to Complete Work onTime," ofthe Colorado Department ofTransportation Standard Specifications for Road and BridgeConstruction, or as revised, per day for each and every calendar day ofdelay in completing all or anydesignated portion ofthe work called for under the Contract, in all parts and requirements, within thetime set forth in these special provisions.

Pre-Bid Meeting Conference/Minutes - Bidders are strongly encouraged to attend the Pre-BidConference, scheduled for WEDNESDAY, AUGUST 8,2012 AT 10:00 A.M. The purpose ofthepre-bid conference is to allow Bidders an opportunity to ask questions or seek clarification on anyissues they may have concerning the project.

Pre-Bid Meeting Minutes will not be considered part of the Contract Documents. If any Pre-BidMeeting Minutes are prepared by Douglas County, the minutes may be made available to the planholders for pick up only at:

Douglas County GovernmentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104

The County will not fax or mail out copies ofthe Pre-Bid Meeting Minutes. Plan holders can contactthe Douglas County Department of Community Planning and Sustainable Development ­Engineering Division Receptionist at 303.660.7490 after the Pre-Bid Meeting regarding theavailability of the Pre-Bid Meeting Minutes.

Special Instructions to the Contractor:

N/A

9

Page 12: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

BID DOCUMENTS

FOR CONSTRUCTION OF

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

SEALED BID REQUIREMENTS

NOTE: Bid Documents, including the Bid Proposal, the Bid Guaranty, the Project Addenda, theStatement ofBidder's Qualifications and the Non-Collusion Affidavit shall be enclosed in a sealedenvelope and clearly labeled with the words: QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011­007, Name of Bidder and Date and Time of Bid Opening. Bids shall be delivered to theDepartment ofCommunity Planning and Sustainable Development - Engineering Division, locatedin the Philip S. Miller Building, 100 Third Street, Suite 220, Castle Rock, CO 80104 and to no otherDepartment of the County. Further, the outside envelope shall be marked:

ATTENTION: SEAN P. OWENS, P.E., PROJECT ENGINEER - DO NOT OPEN (INLARGE 1 - 1/2 INCH LETTERS.)

DOUGLAS COUNTY, COLORADO

COMMUNITY PLANNING AND SUSTAINABLEDEVELOPMENT DEPARTMENT

ENGINEERING DIVISION

10

Page 13: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

TO:

FROM:

BID PROPOSAL

Douglas County GoverrunentCommunity Planning and Sustainable DevelopmentEngineering Division - Phillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80104Attention: Sean P. Owens, P.E., Project Engineer

(own\)\\.\Jo\:a

(hereinafter Bidder)[ne

Amount - The above-named Bidder hereby proposes and agrees to furnish all the necessary labor,materials, equipment, tools and services necessary for QUEBEC - LINCOLN- UNIVERSITYINTERSECTION IMPROVEMENTS, (DOUGLAS COUNTY PROJECT NUMBER CI 2011­007) for the Owner in accordance with the Contract Documents, (Plans and' Specifications) and allother Contract Documents pertaining to the project for the sum of$ I 0 Lj~ )1? lo (,. 3 S . .The Contract amount shall be payable based upon actualmeasured and approved quantities per the Bid Schedule(s).

Knowledge of Contract Documents and Site - The Bidder hereby represents that he has examinedand become familiar with all conditions ofthe Contract Documents associated with the QUEBEC ­LINCOLN - UNIVERSITY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTYPROJECT NUMBER CI 2011-007 and has become familiar with the Project site.

Bid Bond - Attached to this Bid is cash, certified check, or a Bond in an amount not less than fivepercent (5%) of the amount above, to be retained or returned by the Owner in accordance with theterms of the Contract Documents.

Execution ofthe Owner-Contractor Agreement - Within ten (10) days ofreceipt ofthe ConditionalNotice ofAward, the Successful Bidder shall execute the Owner-Contractor Agreement. Should theSuccessful Bidder fail to execute the Owner-Contractor Agreement, the Owner reserves the right toretain the Bid Bond of the Successful Bidder as liquidated damages.

Owner's Rights Reserved - The Bidder understands that the Owner reserves the right to accept orreject any and all Bids and to waive any informality or technicality in any Bid in the best interests ofthe Owner. The Bidder acknowledges that all Bid Documents described in the Information forBidders are filled out completely and attached, and that should any ofthe Bid Documents be missingor not be completely filled out, the Owner may reject the entire Bid.

11

Page 14: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

QUEBEC - LINCOLN - UNIVERSITY INTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI 2011-007

BID SCHEDULE

ITEMNO. DESCRIPTION QUANTITY UNIT UNIT COST COST

202 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL 186 SY \\ iDO J i OYC,p, f,-"O

202 REMOVAL OF CURB AND GUTTER 2,008 LF 'l-.C{) \ l..j IDs lo.Q0

202 REMOVAL OF CONCRETE PAVEMENT 8,680 SY \S.Sb \3~1 ~LjO.OD

202 REMOVAL OF CONCRETE PAVEMENT (DIAMOND GRINDING) 980 SY dS,;) L\ ~Yj3s3S·cJ D

203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) 482 CY ILI·DC) (O]L( g,Oo

208 INLET PROTECTION (SUMP) 4 EA 5S().()U J,;)ODDOeo)

208 INLET PROTECTION (ON.GRADE) 5 ·EA (o3S.()O 316)S~

208 CONCRETE WASHOUT STRUCTURE 2 EA ISODUO 0.0000-9

208 EROSION CONTROL SUPERVISOR LS J.SOO ro ;;)SbO.on

210 RESET GROUND SIGN 2 EA l'i-s -00 3Sf)~

-400, 00 JJb092210 ADJUST MANHOLE 3 EA

210 ADJUST VALVE BOX 3 EA ~()O QQ (poa°e:>304 AGGREGATE BASE COURSE (CLASS 6) 482 CY \8°~ n,Col-~~

412 CONCRETE PAVEMENT (9 INCH) (CLASS P) 4,776 SY Lt~ QQ. cJ\ 9 ·CeClle.£.412 CONCRETE PAVEMENT (9 INCH) (CLASS E) (HIGH EARLY) 3,904 SY (0 I.QO· <J3 0 Y4a=:.0, I

609 CURB AND GUTTER TYPE 2 (SECTION II-B) 1,703 LF~ C91 I dw.3S

·-=tSO Q2. '::rs 0";)620 SANITARY FACILITY EA ,0-

626 MOBILIZATION LS (05 ,600~OC'b~

627 TEMPORARY STRIPING (PAINT) 24 GAL ~3 8· ys qJ~,BD

627 EPOXY PAVEMENT MARKING 24 GAL crts~ Co(oOO~

dB·SO [8/S~~

627 METHYL METHACRYLATE (60 MIL) 650 SF

630 TRAFFIC CONTROL LS (0 09E Co9rro=Qcd\O .

700 F/A MINOR CONTRACT REVISIONS F/A $ 200,000.00 $ 200,000.00

TOTAL BID .·1.OLjJ, 8G~.?25;

12

Page 15: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

QUEBEC - LINCOLN - UNIVERSITY INTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI 2011-007

BY SIGNING BELOW AND SUBMITTING THE BID PROPOSAL, THE BIDDER ACKNOWLEDGES THAT FAILURE TO PRODUCEDOCUMENTED EVIDENCE VERIFYING THAT PRIOR TO THE ACTUAL BID OPENING, THE BIDDER IS PREQUALIFIED BY THE COLORADODEPARTMENT OF TRANSPORTATION (CDOT) (ACTIVE STATUS) TO BID ON INDIVIDUAL PROJECTS OF THIS SIZE AND KIND OF WORK ASSET FORTH IN THE CONTRACT DOCUMENTS, WILL DISQUALIFY THE BIDDER FROM BEING ELIGIBLE FOR AN AWARD OF THISCONTRACT.

ADDITIONALLY, BY SIGNING BELOW, THE BIDDER ACKNOWLEDGES THIS IS A COMPLETION DATE CONTRACT AND THE COMPLETIONDATE WILL BE ESTABLISHED IN THE NOTICE TO PROCEED.

(o-Zi.::a to 16Vtt.Ld (1 )(1~~@D"'3"1Q~d3-.S3

This Bid is Submitted by:

Company:

Phone:

Address:

Title:

Signature:

=Fax=.-:_-:t--=.d-=D=9 s1=0{ - Lfjq ~

13

Page 16: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

BID BOND(To be included in Bid Proposal)

.KNOW AIIL MEN BY THESE PRESENTS. That wet the undersigned} Villalo~o~ COQ9rete •Inc as Principal and .YY,estfield Insurance Come.f!ny

.-._,,.,....,., .. a Corporation . _

duly organi.zed under the laws oftha State of. of:! as Surety, are hereby held and finnlybou.nd unto the Board ofCounty Commissioners of Douglas County, as Obligee in the sum ofFiy.e. ee~9.ent of Amqunt ~i(:L _ , , , Donars t 5% ), for the payn.'let'}t ofYilhich sum wen and truly to be made, the Principal and Surety bind ourselves·~ our heil'S,eXfX:;utors~ ~inistrators. successors, and assigns.Jointly and severally firmly by tbese ptes~nts.

WHEREAS, the above-named Principal submitted a Bid tbrQuebec - Lincoln - UniversityIntersection Improvements, Douglas County Project Number CI 2011-007

NOW, THEREFORE, (1) if1he Obligee shall.accept the Bid ofthe Principal.and the PrineipaJ.and Obligee: shan execute the Owner.oContractor Agreement which is part of these contractDocuments and the Principal shall provide all Bonds as required by the ContractDocuments,mdthe Pril1cipaJ $hat~ in.aU other respects, perform any obligations due the Obligee as a result oCtileSUbmission of its Bid. or (2) the Obligee shall reject the Principars Bid. Of fail.to exeente theOwnet'~Contractor Agreement within thi~y days Of receipt from the Contractor. then tbl$obligation shaH be null and void, but othet\Yise it shall remain in full force and effect.

Signed, Sealed and Dated this 15th day of August, 2012

ATTEST:

L-i~ r:z ,Uu-l~(Principal) Secretary

Villalobos Concrete Inct ""e•. ,09 I' r b: ..I,

(SEAL)

(Witness as to Principal)6800 N. Broadway, Unit 109Denver, CO 80221

~, , ~ t, , dE(

(Address)

1 r

14

6800 N. Broadway, Unit 109

. (Address)Denver, CO 80221

, r.. \ :

to P

Page 17: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

ATTEST:

(Surety) Secretary

(SEAL)

(W' ess as to Surety)8055 E. Tufts Ave., Suite 1000Denver, CO 80237

(Address.)

MEMBER

NATIONAL RSSOCIRTlON OfSUREW BOND PRODUCERS

Westfield Insurance Coml2any

SURETY

6300 S. Syracuse Way, Suite 415Englewood, CO 80111

(Address)

MOODY INSURANCE AGENCY, INC.8055 East Tufts Avenue, Suite 1000

DENVER, COLORADO 80237

PHONE: (303) 824·6600

15

Page 18: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

HilS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAMEPOWER #- AND ISSUED PRIOR TO 06/1B111, FOR ANY PERSON OR PERSONS NAMED BELOW.

GeneralPowerof Attorney

CERTIFIED COpy

POWER NO. 05001152 07

Westfield Insurance Co.Westfie~d National Insurance Co.

Ohio Farmers Insurance Co.Westfield Center, Ohio

Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIOFARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," dUlyorganized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by thesepresents make, constitute and appointEVAN E. MOODY, VERA T. KALBA, KAREN A. FEGGESTAD, CORY R MUELLER, BRADLEY J. MOODY, SARA G. HOECHST,JOINTLY OR SEVERALLY .

WESTFIELD INSURANCE COMPANYWESTFIELD NATIONAL INSURANCE COMPANYOHIO FARMERS INSURANCE COMPANY

of DENVER and State of CO its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts ofsuretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGEGUARANTEE, OR BANK DEPOSITORY BONDS.and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporateseal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may dointhe premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of theWESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:

"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shallbe and is hereby vested with full power and authority to appoint anyone or more suitable persons as Attorney(s)-in-Fact to represent and act forand on behalf of the Company SUbject to the following provisions:

The Attorney-in-Fact. may be gi venfull power and authority for and in the name of and on behalf of the Company, to execute, acknowledge anddeliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and allnotices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any suchAttorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."

"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to anypower of attorney or any certificate relating thereto by facsimile,· and any power of attorney or certificate bearing facsimile signatures or facsimileseal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meetingheld on February 8, 2000). .

In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCECOMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 18th day of-AUGUST A.D., 2011 .

Corporate cf',·-:.~;ii·ji:C'Z:"~"" ,..\'11'1'~';.;A("",,," ~ .•·.....:'Sf~:;I'",#,1'.Seals /<'"''"...M ....~C.-:'''- "'~,~'.......JI\(,,',,, •••~.\. "R£."'","

~". ". , .. " ....... ~... ..• \.>c..:..... ..... ..."•••.-.~'\.,AffixedJ~l ~ __'~"\~\ . .,f0.... ••••?l"=;. l~"" - "'~il"':o

l~...""'!.:SEAL \.!l fit SEAL \~\ -. ~llt~"'TElIti"'S'... - f-' • =0: 12::~~\ 1.:lJi"J :cn~ ;~~ --' .~-... "'. ,.. '~;I <;'IY'. ""$ ~~~. 1848 :~§'" ..... ",,"~.Jj ~_~"" ••••.o_~ ,-_ ....... _ ~_f'~10 ..........., ., -, ,....- ~ ~-

,'........ -..# "'....", ......-ie..... ,..\........ ........", , ..State of Ohio -~".,~- ""'I'Ulnl1"'"'' 11,.,.; ,,. ..

County of Medina ss.:

On this 18th day of AUGUST A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me dUlysworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIEI:DNATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the aboveinstrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixedby order of the Boards of Directors of said Companies; and that he signed his nam.e thereto by like order. ;aL

Notarial "..... /In .~~d ••~~...)~ . YVt

{ ~ ... William J. Kahelin, A rney at Law, Notary Public .State of Ohio \$..).... 'JJ .••'to~. My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)County of Medina ss.: .~ ... -

...."• .,..~ of 0",........·" .....,••••".'I',Ili

SecntaryFrank A. Carrino, Secretary

I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERSINSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by saidCompanies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney arein full force and effect.

In .WJtne,Sf. Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 5 tlbay ofAugust A.D., 201 2. . .

......"'t;t~"l""." "\,"11"",,, . ~"~I'";.,~~Uft.(q,'·"'<.· ""'~\ONAll"'" ••." \~~'~",I'.<C;)~""M"" •••(."4'~'':' ,••' ~:.····....···:t<S'c>. ..··~·7--;;;'":·~d ...~

J~l ~ ..... ~~ .::0.' '.1l"=;. lil.·· - ".\"'~:;;:iSEAL\Q\ §ii!/ \~~ i~"'tf,t.RTE1IE.lJ·~~S.; ... ! ::i:! :: ii:: SEAL ~()= :100:: :~~~"'t - :~J ~'in: Em:: ~~t :31~'I \p. I. -' .() := ~ • .~-

\"' ./.~ ~~.... /01 ~~ 1848.""~j~~ ; -"~ ,.......~ ~ =:- ~...., ~ ' " ".......... ;""" , '...

~ *,~ ~.,~~. 1'1,,,,,,1\,1'\ ••,........,••

BPOAC2 (combined) (06.02\

Page 19: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

PROJECT ADDENDA(To be completed and included as part of the Bid Proposal)

The Contractor is required to acknowledge receipt of all Addenda issued by the County forthis project. The Contractor shall provide the information requested on this page of the ContractDocument. Contractor shall fill in the information for all Addenda as requested below.

Addendum Number Date of Addendum

16

Date Received . Acknowledged By

Page 20: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

~~ DOUGLAS CO~~!X

ADDENDUM NUMBER 1 - DATED AUGUST 10,2012TO THE CONTRACT DOCUMENTS ANDCONSTRUCTION SPECIFICATIONS FOR

QUEBEC - LINCOLN - UNVERSITY INTERSECTION IMPROVEMENTS PROJECTDOUGLAS COUNTY PROJECT NUMBER CI 2011- 007

From: Sean P. Owens, P.E., Project Manager

To: All Plan Holders and/or Prospective Bidders

The following revisions, additions and/or deletions are hereby made a part of the ContractDocuments and Plans for the .above referenced project as full and completely as ifthe same were setforth therein:

CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS

.Bidders are required to acknowledge receipt of this Addendum on Page 16 of the ContractDocuments.

I.· Contract Documents

Clarifications and revisions to the Contract Documents are provided below:

The Bid Opening Date has not changed. The Bid Opening has not changed and will beheld on Wednesday, August 15,2012 at 2:00 p.m. at the Phillip S. Miller Building, Suite220. Bidders are required to submit their proposals to the Engineering Receptionist (locatedon the second floor) prior to the 2:00 p.m. Bid Opening time.

II. Bid Schedule

No change.

III. Project Special Provisions

Clarifications and revisions to the Project Special Provisions are provided below.

Delete page number PSP - 45 in the Project Special Provisions and replace with a new pagenumber PSP -45, as provided in Addendum Number 1 (dated August 10,2012). Changeswere made in the Existing Concrete Pavement paragraph concerning Removal ofConcrete Pavement (Diamond Grinding).

Page 21: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Addendum No.1 (Dated August 10,2012)To tlte Contract Documents for tlte Quebec - Lincoln - UniversityIntersection Improvements ProjectDouglas County Project Number CI2011 - 007

IV. Clarification

The following are clarifications for questions posed at the pre-bid meeting:

Page 2

Uniform Traffic Control is covered and paid for under PSP -75 Force Account Items.

Longitudinal tie bar spacing shall follow PSP - 43, Revisions to Section 412.13 Joints. Thedetail in the plans will not be issued with this Addendum, but will be made part ofthe finalconstruction plans.

During construction, it is anticipated that halfpanels will need to be removed and replaced.Saw cutting and tie bars will not be paid for separately, but shall be included in the work.There may be opportunity to change the longitudinal joints to match the lane lines. Duringconstruction, the Contractor may submit request changes to the longitudinaljoints as part oftheir jointing plan for review and approval by the Project Engineer.

the Contractor can shut down two lanes between 8:30 a.m. and 3:30 p.m. to complete thework in the Class P removal and replacement areas.

END OF ADDENDUM NUMBER 1

Page 22: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Addendum Number 1 (datedAugust 10,2012)

Douglas County Community Planning and Sustainable DevelopmentEngineering DivisionQuebec - Lincoln - UniversityIntersection ImprovementsDouglas County Project Number CI 2011 - 007Project Special Provisions

REVISION OF SECTION 412PORTLAND CEMENT CONCRETE PAVEMENT

-Continued-

New Concrete Pavement

PagePSP-45

The Contractor shall profile the entire Project, from end to end, including areas not replaced with newconcrete pavement. Douglas County will not accept the Project as finalized until the Contractor hasprofiled ~nd made all necessary corrections to all locations. .

If corrective work is required, the Contractor shall submit a written corrective work proposal to theEngineer, which shall include the methods and procedures that will be used. The Contractor shall notcommence any corrective work until the methods and procedures have been approved in writing by theEngineer. The Engineer's approval shall not relieve the Contractor of the responsibility of producingwork in conformity with the Contract. Corrective work on the concrete pavement shall consist only ofdiamond grinding or removal and replacement. Any joint sealant that is damaged by grinding on concretepavement shall be repaired or replaced at the Contractor's expense in accordance with Standard Plan M­412-1 and Subsection 412.18. The Contractor will re-profile the road until it is determined that the roadmeets the smoothness criteria as required above. Diamond grinding, joint sealant, and any restriping willnot be measured and paid for separately, but shall be included in the work.

Any area requiring removal and replacement shall be removed, in its entirety, full width and to the fullthickness of the concrete pavement. The removal area shall begin and end with an existing transverse buttjoint. The existing transverse butt joint shall be constructed with a transverse saw cut perpendicular tocenterline. Replacement concrete shall be placed in sufficient quantity so the finished surface conformsto grade, thickness, and smoothness requirements in this contract.

Diamond Grinding shall not reduce the planned pavement thickness by more than 0.25 inches. Coresshall be taken before and after any corrective work to verify that minimum pavement thicknesses havebeen maintained. A minimum of one core shall be taken every 100 cuinulative feet per lane of diamondgrinding, or as directed by the Engineer. Coring shall be done at the Contractor's expense. The Engineermust be present to witness all cores removed from the concrete pavement to verify thickness.

Existing Concrete Pavement

In addition to the above requirements, and prior to removing any panels for replacement, theContractor shall prOfile each through lane from beginning to end of the Project. The Engineer, afterreceipt of the Pre-Project Profiles, will determine the areas requiring corrective work (diamondgrinding). Grinding will only be done on areas outside new concrete pavement at the Owner'sexpense. Grinding required on the new concrete pavement will be considered corrective work and willnot be measured and/or paidfor separately by the Owner. Pre-Project Profiles and diamond grindingshall be included in the cost ofItem 202, Removal ofConcrete Pavement (Diamond Grinding).

Page 23: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

3.

2.

STATEMENT OF BIDDER'S QUALIFICATIONS

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

(To be included in Bid Proposal)

DATE SUBMITTED _

All questions must be answered, and the data given must be clear and comprehensive. Thisstatement must be notarized. Ifnecessary, questions may be answered on separate attached sheets.The Bidder may submit any additional information that is pertinent.

1. Name ofBidder? V,( .\ La lc) bas- ~(j nc fe k=------L...:.)n~~,,---_Permanent main office address? lDCCC:t:> t-J \6 ,OCLcl~ t 2nd-- 10OJ

Ifa corporation, where incorporated? eO, O{CL (1 a . .4.

5.

6.

How many years have you been engaged in this type of construction? Under what firm ortrade names and how long under each? .________C8-=-.(j-€.-Q.rs

Contracts on hand (show gross dollar amount of each contract and the anticipated date ofcompletion):

Are you licensed as a Municipal Contractor or any other title?Yes~No__ if Yes, in what city, county and state?

J)~~\JtV e\j'-J\/~

What Class license and number?-------------------

17

Page 24: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

7. General character of work perfonned by your finn? 0-6nc_¥\di (\ ~"-....'

8.

9.

10.

11.

12.

13.

Has your firm ev,e~,failed to complete any work awarded to you?Yes __No~ If Yes, where and why?

Has your firm ever defaulted on a contract?Yes __No -Jt- If Yes, where and why?

List the more important contracts recently completedby your firm, stating approximate grosscost for each, the month and year started· and completed and location and type ofconstruction. (Use a~ditional s~ee~s if necessarx.)

Se:-e..- ~-+-bb-l-'=q",-,("""",<b,--,-",,~~ _

List your firm's experience in construction work similar in importance to this project.DETAIL (Use additional sheets ifnecessary.)

. S-ec£~ f\-±ht~t

. List your firm's major equipment...:.k\lable for this contract.'~k?-= ~~.i".A...J

Background and experience of the principal members of your firm, including the officers.

NAME ..!-+-ec.--~ VI Il4.-Lo ~SC~ rc<-/\.do L..--O"2Ci-flO.dv-

18

EXPERIENCE

2.2~S

Page 25: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

14. Are any lawsuits/\,epding against you or your firm at this time?. Yes __No _\X_ If Yes, PROVIDE DETAILS.

15. Have any charges been filed against you or your firm or the bidding entity withthe Office ofContract Compliance, the Equal Opportunity Commission, the State ofColorado Civil RightsCommission, or any other similarly constituted entity charged by any state or localgovernment with the enforcement of anti-discrimination legislation or regulations?

Yes __No ex..... If Yes, PROVIDE DETAILS.

16. Attach copies of all current Department ofLabor Forms EEO-l which have hitherto beenfiled by your firm. For sample of this form please go to http://www.eeoc.gov/employers/

eeo1survey/upload/eeo1.pdf.

17. Give bank reference. LLh{Lt.2l'c1L. eon~L==--- _18. What are the limits of your firm's public liability? DETAIL.

What Insurance Company? __l(---"-.:...>(C-"1,-,,VI~e~\-,-,-e,--,-{(~&=>-_~ _

19. What are your firm's bond limitations?~ID I ()a (J, 0 ('lO .

500, CODCredit Available? -----I-...A-""'-LL--'-"J...L-.>...;..!----------------20.

21. Will you, upon request, fill out a: detailed financial statement for your firm and furnish anyother information that may be required by the County of Douglas?Yes~No__

22. Is your firm currently prequalified with Colorado Department ofTransportation for contractsof the size and type as set forth in your Bid Proposal?Yes~No__· .

19

Page 26: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

23. List below all subcontractors to be used, work to be performed by item, and dollar amount ofsubcontracted work. No change in this subcontractor list shall be made without writtenauthorization by the Engineer.

Items of WorkSUbcontrac~.Ia:-e ~W _Dollar Amount

A0~ U,\,d--.~dQ6(teXt rl \(\(

W !\ 11---.Title ----'-"Tq,..·-+,-'O_e;-,o,-~....::..-.--.. --------

)) ss)

B

STATE OF eo lCQA4.c1DCOUNTY OF k~ fi.RJ

24. The undersigned hereby authorizes and requests any person, firm, or corporation to furnishany information requested by the County ofDouglas in verification ofthe recitals comprisingthis Statement of Bidder's Qualifications.

DATED AT 0 ~~lCe ,this \ b day of

f \\O\Gt

. ,-- . being first duly sw~rn} deposes and says):llat _._,--,-------sJ\i . is the ])(-<25 ,J;1\± of \j t I LCLlo-bs L~de 1fU9the Bidder that has submitted the attached Bid, and that the answers to the foregoing questions andall stat~I\l~gts therein co tained are tr e and correct. Subscribed and sworn to me before this_, L::j~ dayof. . ~O f2-

ANA LOPEZ( EALNOTARY PUBLIC

STATE OF COLORADOMY COMM. EXP.ll-Q7-12 My commission expires:__I"---.-f_-_?5_'7_-_I_Z _

20

Page 27: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

)

, .

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER~to be included in Bid Proposal)

STATE OF CO-,----,_\l--=O---:..(i-=-Cl.-=-"-,c~"--"D,,,,,,--- ------,)

COUNTY OF A--r~~ /J:t--(l ./\ _ -L'--- (J....." ~ ~-.e-.r ~\ 0 ,being first duly sworn, deposes and says that:

(1) SHe is the __~-"\-'.,.LyJ-,--",Q,,,-,-R~I,~cL=.>-rC~Vl<L-4rl=~_Of 0\\\ C\-L6J::C>K- ~()IY1L~_________---------------__:, the Bidder thathas submitted the attached Bid;

(2) He is fully informed respecting the preparation and contents of the attached Bid and of allpertinent circumstances respecting such Bid; , .

(3) Such Bid is genuine and is not a collusive or sham bid;

,(4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,employees or parties in interest, including this affiant, has in any way colluded, conspired,connived or agreed, directly or indirectly, with any other Bidder, finn or person to submit acollusive or sham Bid in connection with the Contract for which the attached Bid has beensubmitted or to refrain from bidding in connection with such Contract, or has in any manner,directly or indirectly, sought by agreement or collusion or COminunication or conference withany other Bidder, firm or person to fix the price or prices in the attached Bid or ofany otherBidder, or to fix any overhead, profit or cost element of the bid price or the bid price ofanyother Bidder, or to secure through the collusion, conspiracy, connivance or unlawfulagreement any advantage against Douglas County or persons interested in the proposedContract; and

(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by anycollusion, conspiracy, connivance or unlawful agreement on the part ofthe Bidder or any ofits agents, representatives, owners, employe, rties in interest, including this affiant.

Signed: !.>?-

Cav:n1:fA1 v(ZVCL-LZJ(Print Name)

/or-eu~~

21

Page 28: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

NON-COLLUSION AFFIDAVIT OF PRIME BIDDER,- continued -

'"-~ANAIOPEZ'''''-'''

NOTARY PUBLICSTATE OF COLORADO

(S Jt')Iv .....OMM.EXP.1l-D7_12

Subscribed and sworn to before me this ---*--

My commission expires: ~--=-t_-_0_,_,_-_1_0 ----..,. _

22

Page 29: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

· conc ....ete "Paving the way to a new Colorado"

Current Bonding Company & Agent

From To Company Address

06/2009 Present Westfiled Insurance Company 6300 Syracuse Way, Suite 415,Englewood, CO 80111

Moody Insurance Inc 8055 East Tufts Ave, Suite 1000,Denver, CO 80237

Villalobos Concrete thinks GREEN enviromental papl

6800 N. Broadway Blvd., Suite 109, Denver, CD 80221 P: 720·872·2753 F: 720·929·1894

Page 30: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

8:32 AM04/29/11

Villalobos Concrete Inc.Fixed Asset Listing

April 29, 2011

Item

AC-01 Ingersoil Rand 185

AC-02 Atlas Copco

CA-01 Bahkoe

CA-02 Skdister

CA-03 Skdister

CA-04 Skidister

CA-05 320CL Utility Hydraulic

CA-06 262C Skid Steer

CA-07 262C Caterpillar

GE-01

GE-02

GE-03

GO-08 TC600

GO-01 1994 6300 GT

GO-02 2000 GP 2600

GO-03 19930 Gomaco TC4

GO-04 9000 Trimmer

GO-OS 1999 Gemaco GT6300

GO-06 CTCP9591

GO-07 1992 GT6300

GO-08 2007 Gemaco GHP 2800 Trae

PT-01

PT-02

PT-03

PT-04

PT-05

PT-06

PT-08

PT-10

PT-11

PT-12

PT-13

PT-14

PT-15

PT-16

PT-17

PT-18

PT-19

TE-01 Dump Truck

TE-03 Freightliner 120

Purchase Date

03/11/2008

03/11/2008

08/27/2005

01/19/2005

06/14/2006

05/14/2008

03/18/2010

04/23/2010

07/02/2010

03/16/2006

04/04/2006

11/16/2007

10/20/2008

04/01/2003

09/25/2006

02/21/2007

01/17/2008

03/11/2008

03/11/2008

03/11/2008

02/18/2011

01/23/2002

09/01/2005

11/20/2005

03/16/2006

02/28/2007

0410512007

01/02/2008

06/26/2008

1011512008

10/1512008

11/26/2008

07/31/1999

09/05/2009

09/30/2009

05129/2010

07/14/2010

11104/2010

01/0112005

02/28/2007

Purchase Description

2005 Ingersoil RAND 185 CFM Portable AirCompresor

2006 Atlas Copco XAS 13DD Portable AirCompresor sl

2005 Case Bahkoe

2005 Case Skdister

2006 Case ( Skdister)

2008 Case 440 Series III (Skister)

320 CL Caterpillar

262 C Skid Steer Loader

Skid Steer Loader

1999 Generator Se Multiqip

770 BH Motor Grader

Towable Generator

Gomaco TC600 Texture Cure Machine

Gomaco 6300GT

2000 Gomaco GP2600 Two Track Concrete

1993 Gomace TG400 Texture Cure Machine

Gomaco 9000 Trimmer Head

1999 Gomace GT6300 Commander 1113 TrackSlipferm

Gomaco CTCP9591 Hydraulic Varible SlipformPaver M

Gomaco GT6300 Commander 1114 TrackConcrete Slip

2 Track Slipform Concrete Paver

2002 Chevrolet

1999 Ford 450 Diesel

1999 Ford Gas

2000 Ford Fi50

2004 Ford F350XLT Super Duty Crew Cab

1999 Ford F350 flatbed Truck

2008 ROV RR SPORT SUP

2004 Ford F550 Crew Cab 4x4 Cab& Chassis

2008 Ford F250-1

2008 Ford F250-2

2009 Cayenne S Porsche

1997 Ford

2009 Ford F250 Pick up

2009 Ford F250 Pick

2011 Ford 350

2008 GMC 4500

2011 Chevrolet 4x4

1993 International Dump Truck

1998 Freiglhliner FLD120 Truck Traclor

Page 1 of 2

Page 31: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

8:32 AM04/29/11

Villalobos Concrete Inc.Fixed Asset Listing

April 29, 2011

Item

TE-04 Freightliner

TE-05 International

TE-06 Ingersol DD32

TE-07 Peterbilt 379

TE-08 FLT 2500

TE-09 2008 DIAMOND TL

TE-10 Superior Trailer

TO- 23 Caterpillar Hammer

TO-01 Striker Honda

TO-02 Dimas

TO-03 Bradco

TO-04 Breaker

TO-05 Easy Drill

TO-06 Joint Machine

TO-08 Groover

TO-09 Blaslmasler

TO-1O Soft-Cut.

TO-11 Concrele SAW

TO-12 Boss 8.2 VXT Plow

TO-13 Boss 8.2 VXT Plow

TO-14 E-Z Drill 210-B2

TO-15 Sweepster 84"

TO-16 Vibrator HV2P

TO-17 Vibrator HV2P

TO-18 Wacker Oil

TO-19 Vibrator HV2P

TO-20 Barrier Mold

TO-21 Barrier Mold

TO-22 Barrier Mold

TR-01 UT2

TR-02

TR-03 RG Lowboy

TR-04 83w 20L

TR-05

TR-06 Dragon Dump

Purchase Date

03/21/2007

11/16/2007

11/16/2007

06/26/2008

06/26/2008

06/16/2010

06123/2010

02/04/2011

01128/2008

03/15/2007

05/12/2007

06/12/2007

11129/2007

04/24/2008

06/23/2008

10/14/2008

03/19/2009

98/24/2009

11/25/2009

11/25/2009

02/25/2010

02/09/2010

03/22/2010

03/2212010

05/20/2010

03/22/2010

07/27/2010

07/27/2010

07/27/2010

05/16/2005

06/01/2005

02/23/2007

05/08/2008

06/10/2008

01/16/2009

Purchase Description

1999 Frightliner

2000 International

Ingersol Rand DD32-5168SRide-On AsphaltRoller

Peterbilt 379 T/A Truck TractorsIn: 1XP5DB9X4NN321

Freightliner FL70 2500 gallon SIA Water TrucksIn:

TRL-UT2 Trailer

TRL 2PT6M TRLR 80" X 16'

HammerH65D

Striker Honda W/40' hose

Dimas F5600 Saw SIN 392026

Bradeo PN Broom

BREAKER CURECUT-002

Minnich single pneumatic Unit Easy dryll

Graco Model 1000. Joint Machine

Groover with 24" head,72 h.p. turbo diesel

Blastmaster Model 3 CU FT Blast Machine

Soft-Cut GX4200 Green Concrete Saw

Concrete SAWCC6560XLS-26

Plow width 98"

Plow with Blade 98"

-Z Drill 21 0-B2

Angle broom w/ Power Angle

Vibrator HV2P w/10' Hose

Vibrator HV2P w /10' Hose

Jumping Jack

Vibrator HV2P wI 10' Hose

Barrier Mold

Barrier Mold

Barrier Mold

2005 Diamond Triler UT2

2005 Diamond Trailer

2007 RG 50 Lowboy Trailer

2008 Diamond Trailer 83 w 20L Trailer

2008 Diamond Trailer

2007 Dragon 32 dft Semi End Dump Trailer

Page 2 of 2

Page 32: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

, concre e =-Oi"avuIg tbo w:", eo .. oar C'oJ.o;-:a~'"

Owner's Name, Address & Phone No. Contract DatesCategoryExar(lpl.

Project NameOwner's Name,

Address & PhoneNo.

Prime ContractContact Person

Project Description%s.~

Performed Inielal Final Start Completion

6b

5c

5c

5c

, ... Brannan. Address: 2500 E tKeVin Flowers. Phone: 303-534- ;Paving, Curb & Gutter, 100% !$ 210,019.30 I$ 210,019.30 i

LMa

Y-06 i, Sep-06

Inverness !MelropohtanDlstn ~~_~~nW~~..~~n~.:.':.CO~~~~ ~~~1 . ._~~alk .J-..---- __ .__.__ t- _. . .. __ . : _j. . -. --. -;-- -... - Asphalt Paving Company. Karry Brown. Phone: 303-279- IP~vlng, Curb &Gutter, 100% $ 68,495.61 1$ 180,000.00 ~ Apr-07i Jun-07ICDOT-SH093A-006 COOT Address: 14B02Wes144Av. 6611 S!c!~w.!!UL.__~_____ ___._ . .. .__ .. ..... \ ,. _-- -I' .., ..- ----.-.--" [V,,-ccC: ,,,,.'iji'€- R.;,,~ M,g. Pho,,, 72""· fp..,og, Com & 0"""'100% I, 720,000.00 I, 891,076.00, JOO-06j J,n-{)'

5b Lincoln Creek LVe ~~~------- Orch~~_~~~d.§l~~_~~_--l:t600 . !Sidewalk. __on ._-- --- IT' .. _- -.- - j' 1-----I ' '-' ... . Premier Paving: 50B5 Harlem' ) Tom Miller. Phone: 303-940-3668 ICurb & Gutter, Ramps tOO% $ 75,909.00 $ 100,185.00 I May-07' Jul-075c CDOT-NH030A-025ICDOT Street. Denver Co B0212 . . ' -- ._____ .._-, '" . .. .._.. . _... _ 1.--

"-', -.' -I' . ------.- a,::'innari:AddresS:-i500 E Steve Walsh.Phone: 303-534- Sidewalk, ramps, . 100% $ 78,953.00 $ 78.953.00! Jun-06! Nov-065c !CityofWhealndge CrlyofWhealndge Bran~'!.'!'Y?:LI?~~r__CO~~~~!l14~1 drlv.~..way I -- ------...... - - .. --_.- ... 1-- . :.__

- !Casiis'RO'C'k -Rid-ge +'fown 'ofCii-siie--- Br.rnnan. Address: 2500 E Steve Walsh.Phone: 303-534- Trickle Channel 1100% $ 21,500.00 $ 21,500.00' Apr-09; May-09

---.',~,,~.~,I'eJ;'L ~R_''''. ::;~,~~;~i.1:t1i;;lO,::'" ~;;Id N;Ghtbowec .Phoo,,303· i"""=I' S;d_"~]-';;'% - ;-'~~;,;;;oo1';----~:,;.;.63 1J;"'06;-5;"'"!Van Bibber Creek JCily of Arvada ~~~~~::~~~l<R~~deSle ~_~~7500 lRa~p 1.. ..

_.1_. ... . _

Page 33: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

concret.eol,t~~!:~;,1Y-r:l~~'~).~·~;.

?..,.r.::J1f t'!Io _:- :» ,I JX'It' C.oJo.::'ldc'"

Contract amountsCalegoryExample Project Name

Owner's Name, Address &Phone No.

Owner's Name, I Prime Contract IContact PersonAddress & PhoneProject Description % Self

Performed Inidal Final Slart

Oates

Completion

Oct-06, Brannan. Address: 2500 E ~Garry Jhonson. Phone: 303-534- IPaving , Curb & Gutte~,100%j $ 20,790.00

1$ 21,000.00: Sep-OBi

5c jSTA008A-005 ICOOT B~an~~~.~a~:.-~.:'~~!:..~080~391.231 Sidewalk_.oo

_ .. ._. _ •• _ •• ._. __ .1...... •---- .-~ 1 - '-" t~o~~--- Aggregate Industries: Address: Mike Altergot. Phone: 303·716- tp~Vlng, Curb & Gutter, 100% $ 119,493.00 $ 120,700.00 Sep-05~ Mar-OB

5c INH 0404-04 17047 Cole Blvd. SUite 100. 5200 Sldew1!I\~ . __4___ __...__._._., _._... '" I.. .. L. __ .

"-'j ..-----. COOT----.. BrBrin'3n~cjdress:2-50OE COrando Lozano.Phone: 303-534- Paving, Curb & Gutter, 1!100% $ 228,163.481 $ 225,904.44 ',' Apr-071 Nov-07Bb :Parker Road Brannan Way. Denver CO 80229 1231 . Sidewalk -- .- -.- '--'--- ...... t.---- -- .... I.

"-"11•. ... -. ~OOT-- Bra;~a-;;~Address:-2500 'E--- ~~~ons.Phone: 303-534-1231 !P~ving, Curb & Gutter, .100%1$ 200,979.90 $ 203,010.00 i Jun-06 1 Oct·06

5b NH 0852-093, Brannan Way. Denver CO 80229 ..... ~f!.ewa!L .._+--- .. ..... "." .;._.. :__ 00

-- t20- 0' 4 A'sp··halt----..~·-.. - -.--.... Aspii;;np;j;;'i~·g.Addr;ss:-14802SIeve Walsh. Phone: 303-279- Concrete, and Curb & 100% $ 2414269 J$ 2390365! May-06: Jun-065 I City of Brighton tl" ". '

C 10 I W 44th Av. Golden CO 80401 6611 m!!..!!L._. ,..__. __ '.j'" . .-J-_ .-_··1c~~~~rG;;CftY~20ICilY ofCorrimerce Br;jii"~~'-Addr;;;S:2500E Kevin Flowers. Phone: 303-279- P~ving, Curb &Gutter, 100% 1$ 38,036.23 1 $ 42,676.73 i JUI-05~ Oct-OS

5b hWidenin 'City E!r~!!!n.'!Y.2'y':Den,,:,:r~..~?29 62.11-____ Sld~yt!l1lL.- ·I __ ..---~ "--"'- _ --Ioo---!...-. :__ . ,I . - .Jl --1·- .._.-_. Brannan. Address: 2500 E Kevin Flowers. Phone: 303-279- Paving, Curb &Gutter, ~100% $ 143.274.21 $ 183,700.00 l' Jun-05! Aug-05

5b ,NH2873-129 ,CDOT BrannanWay.DenverCOB02296611 I~ewalk _ __ . 00 ' .. _ " .L..--.... -"'j' ----·Brarl~a_n.AddrE;ss:·2500E---- CorandoLozano.Phone:303-534-i~~vlng,curb&Gutter,1100% $ 146,124.00t$ 147,600.00\ Jan-06! Oct-065c INH0853-054 COOT Brannan Way. Denver COB0229 1231 .~,@w<!!.!k -! ."----j' .-_..-....-. __ 1 __ - +.-..... :.-.

.. ---j' 00---- B~anna;;:Address:2500..E"· .... Corando Lozano.Phone: 303-534-IP~ving, Curb & Gutter, 1100% $ 203,803.60 $ 203,600.00; Mar-os;. May-065c .STA 0831-093 ,COOT Brannan Way. Denver CO 80229 12~1 -I$.J9.~~!L .... . ._. _ . __ _ ~. ,..---. ! . 07- -"IICD~"-'----- B..am;~n: Addrm25aOE'·--- Cor-ando Lozano.Phone: 303-534- ip~ving, Curb &Gutter, 100% ; $ 15,596.00 $ 79,500.00 I Mar-05: Jul-055c .STA 095A-0 Brannan Way. Denver CO B0229 1231 SIQe~_lk .. __ 00..... _ •__••__ '.. ...... ... 1_.

J .....--...- COOT·" . ·Br;;nn~~:-Addr~'5".:'2siio'E-- 00- Rich Houser. Phone: 303-534- P~ving, Curb &Gutter, 100% j$ 130,680.00t$ 132,000.00: Oct-06: Apr-O?5b INH 0021-025 Brannan Way. Denver CO 80229 1231 SldewmL_____ -._- ..- __ 00 .... - .......1- ... _.... . .. 1- __ ... .1- .......

. '-'-. --.t- -.----- Brari~an~Ad.dr;~~:2500 E:----- Rich Houser. Phone: 303-534- Paving, Curb &Gutter, 100% p304903.73 $ 307983.57 I May-OBi May-075b INH 0021-027 lCDOT _ Bra~_'!Y..aL~':~Y.!!~_9.9 8022S.1~~1 Sid~walk "_"_""" _.__... _'._ ... _1_._' __' ':'_____ roo ;..

"I ... :- .-. . .------ Edward Kramer. Address: 900 Kassi Phone' 303-688-7500 Paving, Curb & Gutter, 1'100% $ 44 586.41 1$ 46,933.06 I Jun-06i Nov-OB5c US 36 -McCaslin RTD WestCasletlon Road Ste "._ ~i!!.!1.wallL .......__ . .:__.~ ._00..... '. .•.• L

'1 .' .. . - --.' CiiY'OTC(jmmej-ce~Braiin.an.-Address: 2500 E I.Kev·ln 'F"lowers Phone' 853-5147 Paving, Curb & Gutter, 100% I $ 293,040.00 t$ 296,000.00 I Sep-06: Mar-O?5b .Reunion. W CO 80229 " S'dewalk I " .....

_ '. •• 00__ • GJIL -.---__. B!~!)~a!l__~\':..Q.~n.~l!.r '---' _..•-._-- --'--'---'_-f><L-;._ -------- . --- .- -_ -.- _ . ------ I :..I . f D Orr Construction. Address: 51st & NICK Phone'303-298-9224 Paving, Curb & Gutter, 100% i $ 103 168.50 $ 175,000.00 I Feb-061 May-065c Swansepark Cilyo enver Steele Street. Denver CO B0216 .... Sidewalk ..... . .. ~ . . .. __ L __ ....... i __

"'-" Cii, &oru"~of 0;;,;.,•• '''d;i;;'''....C.;;r:"'ON;PP'P"0",,"03.373- P'"',. CU," Gott". llio% I$ 10 200.00 1$ 12 000.00 I Jul-06 i Jul-065c IPhase 10B Denver 21250 East 31 sl Cirde. Aurora~OO Sidewalk L_..__ . .__' .1 ..:... _ ... .J..__ ... L._ ..

\ '-liaV"!~m"""",",,,,:,,,;c('fl-":I" •

Page 34: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

ilia - - - -..,,(?~·il~-;~~,;~:};;{:'~f.'~~P!. c •

. concrete' .;P_s.ng t.!l. ~y :0 JI ~ c;"olo~-

CompletionInicial% SelfPerformedProject Description

Prime Contract 'Contact Person

Owner's Name, Address & Phone No.Owner's Name,Project NameCalagory

ExamploAddres&Phon ----- -- I bK'r 6" ~ .:

. :CDOT Brannan. Address: 2500 E ITim Lyons. Phone: 303.534-1231 ' Concrete, cur "Ip,lng 01100% I $ 36,196.99 $ 58,184.20! Apr-08: Jun-085c iSTA

391A-003 1 .. B.rannan~~¥: !?."!1!'.~~ _co 8Q2?~ -- -- -------.--..-~ th A\(.!Q.G.ol[IDl-----t- .•------1--- -- - -- - -- - .--- -- :-- .-.-- i.. ---. 'i::iiAMetropolitan Brannan. Address: 2500 E tKevln Flowers. Phone: 303-534- Curb & Gutter \100% $ 37,921.93 I $ 31,890.61 j Sep-07: Oet-07

5c IHlgh Pomt DislritiQ BJ~JIDiin WaY...o.!l[ly~r_G.Q.. 1~~L_;. --....-----_.--=-t--- _- . __._. i ._.__ ..__ .,_ I..

._--.!. .. .. .-- - .....- Asphalt Paving.Address: 14802 .l1S0b Bisgard Phone:303-279- Concrete, curb & gutter 11000L f $ 19562500' $ 24049328 I May.081 Nov-OB3A 007 COOT II , /0 t ,., ". :

5e _·I STA

09 - - --- -t .... ------ ~-~~~~·~:~~:~~d~r~~¥-~no~~nWithriey.Phone: 303-530:- §~n~~efEi~~rSfdewiiik·t·~~~~·-. ----~;~~ ~~~ +1;-- -341"~·00.0~: Mar-OB:--'NOV-QB5c iSunflowers !SUnflOW:'~~__M~~~~.~ Fo~st Str"::I.U~i~~:~,:n.Y.~ co.._~Q9 in diff~rFl!!!..Pl!!~..§.. __·t_·.. _ -_.-..- ..-~--. -..._--_ .'__._ __ -1-. i.--

5c . -- ·1~~:~:~e_·~ond~~~t~:;~i.~~~n~u~~~.~~~~;:[l~~~;9r_f?-s.s:4.5.9 iO~~Howard. Phone: 303-798- con.cret~ s~ewalk _~OOo/~ $ .~ ~:6_0?OO .$ . ~ 3~,O?~._~? ~ __ seP-08! Nov-08

.- I .. IC·t fLouisville !premlerpavlng.Address. Lyman Wilkinson: 303-940-3668 P~vlng,Curb,Gulters, 1100% $ 243'255.B7i$ 235,B11.15 May-07: Aug-085b ,LOUISVille . _. ,y 0._.. _. __.' _ 2QHg_J-l~d"f)..SJrg~.p,~D.l!_~r .• __-,-. . Sidewalk. ___.___ _ -._ : . (._

- .IIDIA-Economy ~City and County of Brannan. Address: 2500 E KeVin Flowers. Phone: 303-534· ,concrete paving & 1100% $ 181,947.B4 $ 371,316.64 I Aug.07; Sep,075b Parkin~ 1Denvee-__... --- -. ~tI'.,!n~!1_Y"{ar:.D~nv~U~5?Jl~~2~j~~-- ----lflalwork..! ----. ----- .- r ...- . --- f--··· !---..-

-!Federa(i!.-Jewel --..' city'and County of Jaliseo International. Antonio Ledezma. Phone: 303· !Conerete Pavln9 In 1100% $ 406,744.00 $ 443,815.07 Apr-07: Jun-Q85b lAve .. .. Denve.r.. [\Q!1re.ss: 6.Q.~:U::;Q!91.a.go_eJ.y.q, 287-890{i . JFedE).@L~v~-. --L - - ----- _.-. - ; --.-.-. i-' -!-- .

I .... 029 tCOOT Brannan. Address: 2500 E Tim Lyons. Phone: 303-534-1231 ;ConstructlOn SH52@FortI100% $ 80,162.03 1$ 89,920.06 Jul-08i Sep-OB

1, -- 'l'w~TaAshOI5n·2gtAon-Slree--tJI - - .._.- ~~~~~~~~~~~:f~~6ffY-0.?2.~steve Walsh.Phone:"303-534:-- t~ifri~~le-and Sidewalk ~~O;~'- '$---4~-;;3 '~~1 $--47 1~;-~4 : - .. ~aY-07 ;----Mar-DBCllyofThornlon . d'" t I~ ,. ": .5c Wideninq ..... _.. ~r_'!!1.!}~'!.YY~y, fle.nv~~ ..~_0J!.022S 1~~1 .. In IlIe.rillLR.J!Ces -'---':' ----. -_.. _-; ,_ . I....

·-·1 --- .. , -- - . . - Brannan Address' 2500 E Corando Lozano.Phone: 303-534- Paving, Curb, Gullers, 100% ,. $ 71 30300 II $ 72 505 69 . Apr-05: Aug.055b iSTA 12B1-009 COOT Brannan·way. De~ver co 80229 1..~~ .__. . Sld~Y!'.~!k . . ._~_~..__...~... __... ~_ .. '._ .. ,_

J ... - ••• ------ Aggregate 'nduslnes:'Iiddress: - I Patti Murphy.Phone: 970-336- Paving, Curb & Gutter, 173 12 ~ $ 1 08625426 : $ 1133 2BB OO! Jun-06: Nov-075b, 5e, 1ICDOT_NHOB53-?5~.iCDOT ~!!~~7'C::?!~_B~~~'SUI~.:!.~0:..--j-9.Q.4! ,Sldewalk .,-._.:ni -'- ' t....----' ... : .'. j. ---'. '- '.. 'i-'5e 1MTCE- R600-314 ICDOT Brannan. Address: 2500 E Tim Lyons. Phone: 303-534-1231 ,Curb, R~mp at Bnghlon :100% $ 49,078.00 I$ 51,079.63: Apr-08; Jun-OB

I Brannan Way, Denver CO 80229 Blvd 17Q..Y.Q~ve-,- __-+-. __ ..__ .. .._. _ _ 1_ I........·....1,.. . .-- --r .---..---- Duran EXCavatin9.AddreSS:4iBNjLEirry 5Uriin.Phone: 970-539~ Concrete Sidewalk, CUrb: 100%1$ 123,B58.00! $ 115,039.40 i Ocl-07; .. N.ov-07

5c Nelson Road ICltyOfLongmont 9th Avenue.Greeley. co 80631 0483 '&GuJteL..R~mlL.:J'_--'- • ..._. __ j ,_, _ ;___~ __.: --. I ...-----. -- Bra;';;~n~ Addr~~~: 25oci-E---- 'Rlci-i'Houser, Phone: 303-534- Remove &replace 100% $ 72 B28 27 $ 133 004 64 . Apr-071 Sep-075c I NH 1211·065 COOT ,. ,. .

!. --.-..-- . - - --rs~~~:~.'1:~:~~:!og:f-~?3.S ·~;r:ndo Lozano.phone: 303·534· ~~~~Curb & Gutter, :~~O%"-- -$-;1;';~;~~-:$"--';14 40;' ~1 !- Aug-o~f" -~an.065b jSTA 0072-012 ICDOT IBrannan Way. Denver CO 802~i.1~,],1 SIQ.E1'~alk i _~ :_~.l._. : . '. __ .J. .

Page 35: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

·2rt'.t.»fJ tJa.. "..~ :.0 • D<d' C-olo:"'l:do"concreteVilla~~~~.:i.1 fl'~'b"t,.,~.~ ...4;' .....'11"••• ". I

50 Largest Completed Projects for Past Five Years

CalagoryExample

Owner's Name, Address & Phone No. I 1- -=c-=oc:.:n:::tr.::a.::;ctTa::.:m~o.::;u:::n..::ts=_ ___+---~=:..--_l

I IP . to' t' % SalfProject Name Owner's Name, P . C tr ct roJee escnp Ion Performed I -r I F' I

Address & Phone rime on a Contact Person m la Ina

5c

5b

,SH 82 Grand Ave, iepartmenl of V'11a1 b C t INC Corando Lozano. Phone:720~conerete Pavement, ~: I : i5b,5c,1 IGlenwood Springs Transportation I 0 os onere e 8722753 Curb & Gutter 85% I $ 2,059,265,00: $ 2,155,037.18! Mar-101 May-105b "iJ"tvi 0252-341- - . - Town-or .---- Lawrence ConStruction Company. Usa Phillips. Pnone: 303-79-1- Paving, cuib~ Gutters, 1000;'J-$--~-;;~-2-99--2'~r$--1-------------r-' .... - ~ _.- .

,5c !BaE.t~~! ,RC!~L__ .M~E1U~~~____ A~~~ss: 900_~_0~h_~~~e 5~4~ . ISidewalk ,__' ._ ,_0__ . _~., __: .__~_.. _~:'5.~~~7.nf- Jun-o\ __ ,..JUn'10

5b 5 ICE80075 Soulh City and County Brannan. Address. 2500 E KeVin Flowers. Phone. 303-534- IConcrete Pavement, fooo/< 1$ 1028714 90

t$ 13 ' !

, c ... H~Hy_~tr~~!. of,9~.~Y~__ B~n_w~J..:E:_n~e!-'2.'?~O~~~1~31 lcurb &Gu~er ..~.. _~... ' ,__ .. -= .. ,1~0~~~ L ,Jun~09'1' __ ..O.CI-09I Green Serna Construction. Address: ...' 0 •

5b,5c,1 C-470 & Alameda 'Tree/CoOT/Lakew 7352 S Eagle Street. Centennial Brett Ames.Pnone. 303-627-2600 :Concrete paving 1100 Yo t 1,866,249.77 I $ 2,148,590.B2' Feb-08! Jun-08

5b,5c,1 .: STU H~~0-1.1 0~~~+j~~'~~~-rt' -~=~~. ~~J;F:U:~:~~~~~~~:-+;;~~'~::;;o~~-~~o~j~~~ti~~:;~~~~t, +-';o'o'~~ -.l.~;-;~~~·~~~3'.~·$' '3'05~~60.~-t~-'~~.Jun-ii.-M_~:~~9

I. Rampa Range . . h . '. j I ~

5b _. __ ,~;~~~~.Rl~egate.j~i~\~O~~.~~~':' _ --1;:::::~:~~;-;;~~~~':~~1 ",,'" Ph,.. 303-534- f:':''''' G,",B, i""% _~~7 ,32450_

1_$ 234,425.45 ]__Jun-oJ,__~eb'09

I IRampart Range .! . . .! I:

Rampart Range . . Brannan. Address: 2500E. . ,Paving, Curb &Gutter, ! 0 , i5b 'M I ,·t . Metropohtan jB an W D CO 80229 Tim .Lyons. Phone, 303-534-1231 ISld Ik 1100

Vco I$ 269'596.70 ..~ $ 372.01.7.46. I JUn-071. .Nov.07! e ropo Ian ,District rann ay. enver , ewa ' '. iICasile;Rock~Rldge-~ToYm-oTcastie Bra-;n"~;';:Add-;;'-;-s: 2500'£:-- Steve Walsh.Phone: 303-534- IpaViri~i,-curb, Gutters, --+1-0~%-$1;~--7--1'----'''-----+-+---

.IRoad. .IB,OEI<. ~~~~~__~~:P:,l!Y~! __c::Sl_8,0229 1231 ISidewalk I .. . -=-~~~,~__~~5,5.2~.:.10 ... ~ay-o~! ...NOV-08

I I C I Hudick Excavating. Address: Ic ret C rb and ~ . I rown en er . 'one e u . '. . ... t ria D' lri'ct 1700 NPafk Street-Yellowstone. Zane HUdlck. Phone: 303-688-9.~O ~G tt '- 100% $ 140,207.44 $ 154,907.B1 Ocl-OBIi I'Yle ropo' n IS Cas~e Roek CO 80109 . U er I . "

----'!STA·i33A:-----i------ Sern~~ctio~Addres;--. - ...-;- --~ ..... -.- .+ ..... ----.Sc ,'031.CarbOndale COOT 7352 S Eagle Stre~t. Centennial 2Pseonony Corbln.Pnone: 303-627- Rconcrete Sldewalk,Curb 1100o/c~'$ 109,940.32 $ 109,940.32: May-OB: Aug-08

SH133 CO 80112 amp, . 'I

5c I~i~~ ~~';~t ·@~I~-. 'CityanGountYcii 'Briinnaii.-Ad.dre.ss: 2500E-- Keviii:-Flowers. Phone: 303-534- lConcrete sidewalk,curtrlw'o.o/c $---6.~ 71;;.'. '1- ----$-7'8"-3-6-2---43-' ~... 0 -- ~''''N - _... '." ,._ .Q~IlV~L__ _ ~rann.!~~ay.:.[)~,'!.v~':...~9,~~?~ 1;!.31 RalJl...P____ I .. o.~. ' -1- :._ : '. ~1'08._, ov 08

5b 1200B Water Main Cil of Arv d Brannan. Address: 2500 E Jason Napp. Phone' 303-534- Paving Curb Gutters, 11C 0 I I I.. iRePla<::~m.e[lL_... y ..... ~_a__ ~r.!~r:!~r:!~7De~~~~cg802291231 _. ,Sidew~lk' _~OYo._I~__~~~~~~:,~~, $ 1~ ..3~8~,~2.: __.. _JU!~08L __ ?CI-08

5b ;STA 002A-001 ,COOT I::~~:~'w~y~e;:~:;~~~ 802~ T~~~ns. P~~e: ~~3.534-1231 1~~~r:t~~~~~~~Vd, 110~~:.J,~_ 35~~~~~~~J.~__ 20~~~46.20.L._.~~-~8L,_.J_UI=0~

Page 36: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

V~m:ImmIIIfZjtM+j ita a"=W "Paving the way to a new Colorado"

Bank Reference:

CityWide Banks1490 S Santa Fe DriveDenver, CO 80223

Janice Fleming, Credit AnalystPhone: (303) 365-3723Fax: (303 i 365-37Li.

Account No. 001813257

Villalobos Concrete thinks GREEN enviramental papl

6800 N. BroadwayBlud.• Suite 109, Denuer, CO 80221 P: 720·872·2753 F: 720·929·1894

Page 37: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

:~~MOODY_ill INSURANCE AGENCY

May 3, 2011

Douglas County Government, Engineering DivisionPhillip S. Miller Building100 Third Street, Suite 220Castle Rock, CO 80102Attn: Karl Lucero

RE: Villalobos Concrete, Inc.Contract Prequalification

Dear Mr. Lucero:

Our agency has been associated with Villalobos Concrete Inc. for several years. We havefound the staff to be individuals of high integrity, with vast knowledge of theconstruction industry. Villalobos has the well-deserved reputation of producing a qualityproduct in a timely and cost effective manner.

Surety bonds for Villalobos are written by Westfield Insurance Company, through thisagency. Westfield has an A.M. Best rating of A, xm. While no maximwn limitationshave been placed on their surety program, Villalobos has qualified to undertake singleprojects in the $5,000,000 range, with an aggregate bonding capacity in the $10,000,000range. Our experience with this account suggests that Westfield Insurance Companywould positively consider providing necessary bonds for your upcoming projects, shouldVillalobos express an interest.

Approval of all bond requests would be conditioned upon applicable underwritingconditions at the time of the bond request This letter is not an assumption of liability.We have issued this letter only as a bonding reference requested by our client.

We are proud to recommend Villalobos Concrete Inc. to your firm. Should you have anyadditional questions or require further information on our valued client, please feel free tocontact me.

s~.;;el;; '-\ ;/'I~~~~~~.

KareIlA. FeggestadAccount Manager, Surety

cc: Villalobos Concrete me.Westfield Insurance Company

8055 East Tufts Avenue. Suite 1000 604 25 Road

Denver, CO 80237 I 303.824.6600 Grand Junction, CO 8)502 I 970.243.3421

102 South Tejon, Suite 11 00

Colorado Springs, CO 80903 I 719.651.33%

Page 38: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Project Name:

AGREEMENT

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI 2011-007

1. Parties. This Agreement, made and entered into this day of ,__, between the Board of County Commissioners of the County of Douglas (hereinafter"Owner") and Villalobos Concrete Inc (hereinafter "Contractor").

2. Contract Documents.include:

The entire contract between the Parties shall consist of and

A. This Agreement, which includes the Cover Page and Table of Contents;B. Standard Specifications for Road and Bridge Construction, Dated 2005 adopted by

the Colorado Department of Transportation, Division of Highways;C. Douglas County Roadway Design and Construction Standards, dated July 2003 and

Standard Plans dated July, 2006;D. The Invitation to Bid;E. Notice to Bidders;F. Douglas County's Standard Special Provisions (SSPs) and

Project Special Provisions (PSPs) and Project Addenda;G. Plans and Drawings;H. Proposal Form and Bid Bond Form;I. Payment and Performance Bond;J. Conditional Notice of Award;K. Notice to Proceed;1. Letter of Acceptance;M. Change Orders;N. Non-Collusion Affidavit;O. Guaranty;P. Owner's Payment Policies;Q. Bid Proposal and Schedule;R. Insurance Certificates;S. Appendix and other attachments.

3. Except as otherwise provided in this Agreement, the proj ect shall be constructed inaccordance with the Colorado Department ofTransportation Standard Specifications for Road andBridge Construction, Dated 2005.

4. Scope of Work. Contractor shall complete all work as specified or indicated in theContract Documents. The work is generally described as follows: This project consists of panelreplacement and associated traffic control. The Contractor shall furnish all of the necessarysupervision, materials, tools and supplies and perform all ofthe labor and other services necessary tocomplete this Agreement.

23

Page 39: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

5. Contract Time. The work shall be completed and ready for Final Acceptance by theCompletion Date determined in the Notice to Proceed. The Contract Time of60 calendar days willbe used to establish the Completion Date. The Contractor agrees that completion of the Projectwithin the time as set forth herein is ofthe essence and agrees to proceed with due diligence, takingall precautions and making all necessary arrangements to insure the completion ofthe work withinthe prescribed time period.

6. Compensation. As consideration for the completion of the Project as required by theContract Documents, the Owner shall pay the Contractor the sum of One Million, Forty TwoThousand, Eight Hundred Sixty Six Dollars and Thirty Five Cents ($1,042,866.35). whichamount shall be payable pursuant to the Contract Documents.

7. Amount of Money Appropriated: Any other provision of this Contract notwithstandingand pursuant to Section 29-1-110, C.R.S., the amount of funds appropriated for this Contract isOne Million, Forty Two Thousand, Eight Hundred Sixty Six Dollars and Thirty Five Cents($1,042,866.35) for fiscal year 2012. In no event shall the County be liable for payment under thisContract for any amount in excess thereof. The County is not under obligation to make any futureapportionment or allocation to this Contract nor is anything set forth herein a limitationof liabilityfor Consultant. Any potential expenditure for this Contract outside the current fiscal year is subjectto future annual appropriation of funds for any such proposed expenditure.

8. Change Orders. No change order, or other form of order or directive of the Ownerrequiring additional compensable work to be performed, which work is in excess ofthat specified inParagraph 7 above, shall be issued unless the Contractor is given written assurance by the Countythat lawful appropriations to cover the costs of the additional work will be or have been made.

9. Taxes. The Contractor shall apply to the State Revenue Department for an exemptioncertificate in order to exempt it from having to pay sales and use tax. I.

10. Bonds. The Contractor shall secure and maintain, at the Contractor's expense, Paymentand Performance Bonds as required by statute executed by a corporate surety licensed to do businessin the State of Colorado. Such bonds shall be in the full amount of the contract price and shall be .filed with the Owner prior to the commencement of any work on the Project.

11. Indemnification and Insurance. Contractor agrees to:

A. Indemnification. To the fullest extent permitted by law, the Contractor and each ofits subcontractors shall indemnify and hold harmless the County, its officers,employees and insurers from and against all claims, damages, losses, expenses anddemands, including court costs, attorney's fees and expenses, due to injuries, lossesor damages arising out of, resulting from, or in any manner connected withContractor's services on behalfofthe County pursuant to this Agreement, ifany suchinjury, loss or damage is caused in whole or in part by, or is claimed to be caused in

24

Page 40: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

whole or in part by, the act, omission, error, mistake, negligence, other fault ofContractor, any subcontractor, any officer, employee, representative or agent ofanyofthem, anyone directly or indirectly employed by any ofthem, or anyone for whoseacts any of them may be liable; provided, however, that except for worker'scompensation, disability benefits or other similar employee benefit claims,

.Contractor is not obligated to indemnify the County hereunder for that portion ofanyclaims, damages, losses, demands, and expenses arising out ofor resulting from anynegligent act or omission of the County, or its agents and employees. Contractor'sindemnification obligation hereunder shall not be construed to negate, abridge, orotherwise reduce any other right or obligation of indemnity which would otherwiseexist as to any party or person described in this paragraph. With respect to any andall claims against the County, or any of its officers, employees, or agents by anyemployee of Contractor, any of its subcontractors, anyone directly or indirectlyemployed by any of them, or anyone whose acts any of them may be liable, theindemnification obligation described above shall not be limited in any way by anylimitation on the amount or type ofdamages, compensation or benefits payable by orfor the Contractor, any of its subcontractors under workers' compensation acts,disability benefit acts, or other employee benefit acts.

B. Procure and maintain commercial general liability insurance including completedoperations, contractual liability, products liability and automobile liability, affordingcoverage for all claims for bodily injury including death and all claims for destructionof or damage to property, arising out of or in connection with any operations underthis Agreement, whether such operations be by the Contractor, by subcontractorsunder it or anyone directly or indirectly employed by the Contractor or bysubcontractor under it. Required coverage is outlined in Revision of Section 107 ofthe Standard Special Provisions and made a part of this Contract.

C. Obtain and maintain during the term of this Agreement worker's compensationinsurance as required by law. This insurance shall cover all of its employeesemployed under the terms of this Agreement. If any of the work on the Project issublet, the Contractor shall require each of its subcontractors to provide similarcoverage for all of the subcontractor's employees to be engaged in such work.

D. Contractor is an independent contractor under this Agreement. Notwithstanding anyprovision of this Agreement, all personnel assigned by the Contractor to performwork under this Agreement shall be and remain at all times, employees of theContractor for all purposes. Contractor is required to maintain workers'compensation insurance for such employees as set forth in paragraph 11.C herein.THE INDEPENDENT CONTRACTOR IS NOT ENTITLED TO WORKERS'COMPENSATION BENEFITS THROUGH THE COUNTY AND IS OBLIGATEDTO PAY FEDERAL AND STATE INCOME TAX ON ANY MONIES EARNEDPURSUANT TO THE CONTRACT RELATIONSHIP.

12. Illegal Aliens. If Contractor has any employees or subcontractors, Contractor shall complywith §8-17.5-10I C.R.S., et seq., regarding Illegal Aliens - Public Contracts for Services, and thisContract. By execution of this Contract, Contractor certifies that it does not knowingly employ or

25

Page 41: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

contract with an illegal alien who will perform work under this Contract and that Contractor willparticipate in either the E-Verify Program or Department Program in order to confirm the eligibilityof all employees who are newly hired for employment to perform work under this Contract.

A. Contractor shall not:

(i) Knowingly employ or contract with an illegal alien to perform work underthis Contract; or

(ii) Enter into a contract with a subcontractor that fails to certify to Contractorthat the subcontractor shall not knowingly employ or contract with an illegalalien to perform work under this Contract.

B. Contractor has confirmed the employment eligibility ofall employees who are newlyhired for employment to perform work under this Contract through participation in either the E­Verify Program or Department Program.

C. Contractor shall not use either the E-Verify Program or Department Program toundertake pre-employment screening ofjob applicants while this Contract is in effect.

D. If Contractor obtains actual knowledge that a subcontractor performing work underthis Contract knowingly employs or contracts with an illegal alien, Contractor shall:

(i)

(ii)

Notify the subcontractor and the County within three days thatContractor has actual knowledge that the subcontractor is employingor contracting with an illegal alien; and

Terminate the subcontract with the subcontractor ifwithin three daysof receiving the notice required pursuant to the preceding sub­subparagraph of this subparagraph, the subcontractor does not stopemploying or contracting with the illegal alien; except that Contractorshall not terminate the contract with the subcontractor if during suchthree days the subcontractor provides information to establish that thesubcontractor has not knowingly employed or contracted with anillegal alien.

E. Contractor shall comply with any reasonable request by the Department ofLabor andEmployment made in the course of an investigation that the Department is undertaking pursuant tothe authority established in §8-17.5-102(5), C.R.S.

F. If Contractor violates this provision of this Contract, the County may terminate theContract for a breach of contract. If the Contract is so terminated, Contractor shall be liable foractual and consequential damages to the County as required by law.

G. The County will notify the Office ofthe Secretary of State ifContractor violates thisprovision of this Contract and the County terminates the Contract for such breach.

26

Page 42: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

13. No Waiver of Governmental Immunity Act. The parties hereto understand and agree thatthe County, its commissioners, officials, officers, directors, agents and employees, are relying on,and do not waive or intend to waive by any provisions ofthis Agreement, the monetary limitations orany other rights, immunities and protections provided by the Colorado Governmental Immunity Act,§§ 24-10-101 to 120, C.R.S., or otherwise available to the County.

14. Assignment. The Contractor covenants and agrees that it will not assign or transfer its rightshereunder, or subcontract any work hereunder, either in whole or in part without the prior writtenapproval of the Authorized Representative. Any attempt by the Contractor to assign or transfer itsrights hereunder shall, at the option of the Authorized Representative, void the assignment orautomatically terminate this Agreement and all rights of the Contractor hereunder.

15. Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign orotherwise dispose ofthe Contract, or its right, title or interest therein, without the written consent ofthe Owner. The Contractor may utilize the services of specialty contractors on those parts of theProject which, under normal contracting practices, are performed by specialty subcontractors. TheContractor shall be fully responsible to the Owner for the acts and omissions of the subcontractorsand of persons directly employed by them, as it is for the acts and omissions of persons directlyemployed by it. The Contractor shall provide appropriate provisions to be inserted on allsubcontracts relative to the Project to bind the subcontractors to the Contractor by the terms of theContract Documents to give the Contractor the same power in regard to termination of anysubcontractor that the Owner may exercise over the Contractor under any provision ofthe ContractDocuments.

16. Non-Discrimination in Connection with Performance of Work. The Contractoragrees not to refuse to hire, discharge, promote or demote, or discriminate in matters ofcompensation against any person otherwise qualified, solely because of race, creed, sex, color,national origin, or ancestry and further agrees to insert the foregoing provision in all subcontractshereunder.

17. Cancellation of Contract. Failure of the Contractor to comply with any of therequirements ofthis Agreement may be considered by the Owner as evidence ofthe inability ofthepart ofthe Contractor to maintain the quality and service standards necessary under this Agreementand shall be sufficient cause for termination ofthe Agreement and the Owner initiating legal actionagainst the Performance Bond of the Contractor.

18. Patented Devices, Materials and Processes. If a Contractor is required or desires touse any design, device, invention, product, material or process covered by letters of patent orcopyright, it shall provide for such use by suitable legal agreement with the patentee or patent Ownerand shall pay all license fees and royalties and assume all costs incident to such use and constructionofthe Proj ect or incorporation in the Proj ect. The Contractor agrees to indemnify and save harmlessthe Owner from any and all claims for infringement by reason of the use of such patented design,device, invention, project, material, or process or any trademark or copyright in connection with theconstruction ofthe Project pursuant to Contract Documents and shall indemnify the Owner for anycosts, expense, and damages, including attorney's fees, which it may be obliged to pay for any suchinfringement at any time during the prosecution, or after the completion of the Project.

27

Page 43: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

19. Compliance with Safety and Health. Contractor agrees, in the performance of thisAgreement, to comply with all safety orders, rules and regulations imposed pursuant to the ColoradoOccupational Safety and Health Program, commonly referred to as COSHA and/or all other safetyorders and regulations properly imposed by any other regulatory governmental agency ofthe State ofColorado or of the United States.

20. Permits and Licenses. Unless otherwise provided, the Contractor shall procure allpermits, licenses and pay all charges and fees including, but not limited to, all inspection charges ofagencies having appropriate jurisdiction, give all notices necessary and incidental to the due andlawful construction ofthe Project. Owner may assist Contractor, when necessary, in obtaining suchpermits and licenses.

21. Venue. Any and all legal actions pertaining or related to this Agreement shall be filedand tried in the District Court in and for the County of Douglas, State of Colorado.

22. Colorado Labor Preference. The provisions of Sections 8-17-101 and 102, C.R.S.,are applicable to this Contract. Colorado labor must be employed to perform the work to the extentofnot less than eighty percent of each type or class of labor in the several classifications of skilledand common labor employed on the Project. "Colorado labor" means any person who is a residentofthe State of Colorado, at the time ofemployment, without discrimination as to race, color, creed,sex, age, or religion except when sex or age is a bona fide occupational qualification.

23. Conflict of Interest. The Contractor agrees that no official, officer or employee ofthe County shall have any personal or beneficial interest whatsoever in the services or propertydescribed herein, and the Contractor further agrees not to hire, pay, or contract for services of anyofficial, officer or employee ofthe County. A conflict ofinterest shall include transactions, activitiesor conduct that would affect the judgment, actions or work of the Contractor by placing theContractor's own interests, or the interest of any party with whom the Contractor has a contractualarrangement, in conflict with those of County.

28

Page 44: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

DATE:

SIGNED:

PRINT NAME & TITLE:

IN WITNESS WHEREOF, the parties have set their hands and seal the day herein firstabove written.

VILLALOBOS CONCRETE INC

~--E'U{n1e.O ftuvalz; ~let.eI-

08/-fJ6jJa2.

ATTEST:

TITLE:

BOARD OF COUNTY COMMISSIONERSOF THE COUNTY OF DOUGLAS

APPROVED AS TO CONTENT:

JACK A. HILBERTChair

Date DOUGLAS J. DEBORDCounty Manager

Date

APPROVED BY DOUGLAS COUNTY DEPARTMENT OF COMMUNITY PLANNING AND

~~;22:;~~O/LP'REDERICK H. KOCH, P.E. DateEngineering Services Director

APPROVED AS TO FISCAL CONTENT: APPROVED AS TO LEGAL FORM:

ANDREW COPLANDDirector of Finance

Date

29

Douglas County Attorney's OfficeDate

Page 45: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

BOND NO. 5960538

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned VILLALOBOS CONCRETE 1 INC ~

a corporation organized under the laws ofthe State of Colorado , hereinafterreferred to as the "Contractor" and WESTFIELD INSURANCE COMPANY , a corporation organizedunder the laws of the State of Ohio , and authorized to transact business in theState of Colorado, hereinafter refened to as Surety, are held and firmly bound unto the COUNTY OFDOUGLAS, a political subdivision ofthe State ofColorado, hereinafter referred to as the "COUNTY", in thepenal sum ofOlle Million, Forty Two Thousand, Eight Hundred Sixty Six Dollars and ThirtyFive Cents ($1,042,866.35), lawful money ofthe United States ofAmerica, for the payment ofwhich sumthe Contractor and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents.

WHEREAS, the above Contractor has on the -llttilay of September , 2012 , entered into awritten contract with the County for fumishing all labor, materials, tools, superintendence, and other facilitiesand accessories for the construction of QUEBEC - LINCOLN - UNIVERSITY INTERSECTIONIMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-007, in accordancewith all Contract Documents therefore which are incorporated herein by reference and made a part hereof, andare herein referred to as the Contract.

NOW, THEREFORE, the condition ofthis payment bond obligation is such that ifthe Contractor shall at alltimes promptly make payments of all amounts lawfully due to all persons supplying or furnishing it or its>subcontractors with labor and materials, rental machinery, tools, or equipment, used or performed in theprosecution ofwork provided for in the above Contract and shall indemnify and save harmless the County tothe extent ofany and all payments in connection with the carrying out ofsuch Contract which the County maybe required to make under the law, then this obligation shall be null and void, otherwise, it shall remain in fullforce and effect;

PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that any and allchanges in the Contract, or compliance or noncompliance with the formalities in the Contract for making suchchanges shall not affect the Surety's obligations under this bond and the Surety hereby waives notice of anysuch changes.

IN ~I:~ESSWIjIEREOF, said Contractor and said Surety have executed these presents as ofthis ;} 1.~le1ayof Septemb!"::,. , 2012.

t

VILLALOB9S=G9NCRETE, INC.

WESTFIELD INSURANCE COMPANY

(Surety Company)

BY:~=::-""""'"'""-----(Attorney-in-Fact) VerB. T. Kalb":a.

(Accompany this bond with Attomey-in-Facfs authority from the Surety to execute bond,certified to include the date of the bond.)

30

Page 46: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

POWER NO. @5@@~52 @7

W®~tfD~~d ~n~UIi"@.Ifl1~~ C@eWe~tfie~d Nati@[email protected]~ ~n§Ur~Ul~~ C@e

Ohio Farmers ~n§urall1ce COeWestfield Center, Ohio

HlHS POWER OF tnTORNEV SIUJPERCEOES ANY PREViOUS POWER BEARll'lG nlHS SAi\!iIEPOWER ~;. AND ISSUED PRiOR 00 08!1i8!'i 'I, FOR t:\NY PERSON Or. PERSONS NAillJED BIELOW.,

CERTIFIED COpy

GeneralPowerof Attorney

Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIOFARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," dulyorganized and existing under the laws of the State of Ohio, and having its principal office in Westfield' Center, Medina County, Ohio, do by thesepresents make, constitute and appointEVAN E. MOODY, VERA T. KALBA, KAREN A. FEGGESTAD, CORY R MUELLER, BRADLEY J. MOODY, SARA G. HOECHST,JOINTLY OR SEVERALLY

BY'R

" h d L K' .d~JN- f IS- L d ~d.IC ar . mnalr, r., a lona urety ea er an

Senior Executive

WESTFIELD INSURANCE COMPANYWESTFIELD NATIONAL INSURANCE COMPANYOHIO FARMERS INSURANCE COMPANY

sS.:

of DENVER and State of CO its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of.,.suretyship- - - - - - - - - - - - - - - - - - - ~ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -'

LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGEGUARANTEE, OR BANK DEPOSITORY BONDS.and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed With the corporateseal of the applicable Company and dUly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do inthe premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of theWESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:

"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall­be and is hereby vested with full power and authority to appoint anyone or more sUitable persons as Attorney(s)-in-Fact to represent and act forand on behalf of the Company sUbject to the following provisions:

The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge anddeliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and allnotices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any suchAttorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."

"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to anypower of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signaturespor facsimileseal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meetingheld on February 8, 2000).

In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE_COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 18th day of-.AUGUST A.D.,2011.

~......."",,,, ",,,u'''It.,, ~ ""u,Corporate ",,·~•• U"·::"'L ",\ ,ONAI. "I •••• Sf§"'"

S I '!tl~ ,.-- .U\q -.... ,."',.~'-~ /tv.~".. ..~~,. ,n ",.-;,.ea s ~-:.,••'" ~'';.. " ,,--:';" "''>;'_''. .' ~Affixedl~" Ct.. "'Q" "~"" ~*, ••, - i"'~- ".... 'S AL-----\0\' iy/ .....~~ -'j~l"'AdTER.~;;·'S\

i~( E }~l ~~: SEAL :o~ ~::" c.,~~~\~~ I~I ;.~~ 1!;§ \~•• lB4a l~j\.; ~ ':'.;-~ \i,·,·,·,··,· * ··.,·\·\··\~~i \.••••••:':' ~"'~''', - j ~'"''''"I' ..,~",,,,,

State of Ohio - 'IJn~- "'oI"UIIII\"" 6',••tU••··,..

County of Medina

William J. Kahelin, A rney at Law, Notary PublicMy Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)

sS.:State of OhioCounty of Medina

On this 18th day of AUGUST A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, Who, being by me dulysworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIElDNATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and Which executed the aboveinstrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixedby order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. ;aL

Notarial ~ •Seal . ~., ~ \ Al "',,-.

Affixed f~~ ··",·I·l'·.s'~""O/~\.·V@ ...V\

\:.;).... '<I • ~ ",'••, .,..£ OF 0".,.....

···,· 1••"'·..,'

Secretfll'J'Frank A. Carrino, Secretary

I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERSINSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by saidCompanies, which is still in fUll force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney arein full force and efi6ct

In Witae'lSs W,~er.eof. t hSl,ve hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 11 t~ay of"pte.mber A.D., 20'1 ~ .- ~"'·"'It.I'IfJ,.1 """Utl."."" - .......".''',1:

~. SUR.......· -" ONAI. III .' ~'".......,;.\~"-""~("A'~ ~,,~~~ !.i\r<S';II. ...·~~~t......;;--~".~, ..-.. ."\.....- 1- .:-.' "v."- 1'~' •• ..A~Jf¥.l \0\- §$..... •..~ J~ §§l·· -0- --oF _~

Ii;;tS!:f1t1 \~l gift SEAL ~i; i:!!t\\d'ERt8~:i'! ttl ~:~! :of-: :m= =0; :=..=\ \P~. ;~ Ii ; W.. ; = :'2.\ :Mi\"' IE~i' ~~" /.f}J \..--~ •••184a./,,!~ 0111 - #ot '"::.... ••••• .,.I ...~ " •••••~••••• ".$'

"""".i£ -- ~,- ill"" ..t.\,\....... ~'''''''''I'' " ,"~~'-- .I11t'tlltH",t' "','.........,

nnftA,..'" I I_~

Page 47: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

BOND NO. 5960538

PERFORMANCE BOND

VILLALOBOS CONCRETE,KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned INC. , acorporation organized under the laws ofthe State ofColorado, hereinafter referred to as the "Contractor" and

WESTFIELD INSURANCE COMPANY, a corporation organized under the laws of the State ofOhio , and authorized to transact business in the State of Colorado,

hereinafter referred to as Surety, are held and firmly bound unto the COUNTY OF DOUGLAS, a politicalsubdivision of the State of Colorado, hereinafter referred to as the "COUNTY", in the penal sum of

One Million, Forty Two Thousand, Eight Hundred Sixty Six Dollars and Thirty Five Cents($1,042,866.35), lawful money ofthe United States ofAmerica, for the payment ofwhich sum the Contractorand Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly andseverally by these presents.

WHEREAS, the above Contractor has on thel1 thdayof September ,2012, entered into a writtencontract with the County for furnishing all labor, materials, equipment, tools, superintendence, and other

facilities and accessories for the construction of QUEBEC - LINCOLN - UNIVERSITY

INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI2011-007, in accordance with all Contract Documents therefore which are incorporated herein by referenceand made a part hereof, and are herein referred to as the Contract.

NOW, THEREFORE, the condition ofthis performance bond is such that if the Contractor:

1. Promptly and faithfully observes, abides by and performs each and every covenan~,condition and part ofsaid Contract, including, but not limited to, its warranty provisions, in the time and manner prescribed inthe Contract, and

2. Pays the County all losses, damages (liquidated or actual, including, but not limited to, damages causedby delays in the performance ofthe Contract), expenses, costs and attorneys' fees, thatthe County sustainsresulting from any breach or default by the Contractor under the Contract, then this bond is void;otherwise, it shall remain in full force and effect.

IN ADDITION, ifsaid Contractor fails to duly pay for any labor, materials, team hire, sustenance, provisions,provender, or any other supplies used or consumed by said Contractor or its subcontractors in its performanceof the work contracted to be done or fails to pay any person who supplies rental machinery, tools, orequipment, all amounts due as the result ofthe use ofsuch machinery, tools, or equipment in the prosecution ofthe work, the Surety shall pay the same in an amount not exceeding the amount ofthis obi igation, together withinterest as provided by law.

PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that any and allchanges in the Contract or compliance or noncompliance with the formalities in the Contract for making suchchanges shall not affect the Surety's obligations under this bond and the Surety hereby waives notice of anysuch changes.

IN WITNESS WHEREOF, said Contractor and said Surety have executed these presents as ofthis 11 thdayof September 2012.

31

Page 48: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

PERFORMANCE BOND(CONTINUED)

INC.

WESTFIELD INSURANCE COMPANY(Surety Company)

BY:~-'-;'(Attorney-in-Fact) Vera T. Kalba

(Accompany this bond with Attomey-in-Fact's authority from the Surety to execute bond, certified to includethe date of the bond.)

32

Page 49: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

GUARANTY

(This guaranty shall be executed by the successful Bidder in accordance with instructions in theContract Documents. The Bidder may execute the Guaranty on this page at the time of submittinghis Bid.)

TO: Douglas County, Colorado

FOR: QUEBEC - LINCOLN - UNIVERSITY INTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI 2011-007

The undersigned guarantees the construction and installation of the above improvements inaccordance with and as contemplated by the Project plans and specifications. Should any of thematerials prove defective or should the work as a whole prove defective, due to faulty workmanship,material furnished or methods of installation, or should the work or any part thereof fail to operateproperly as originally intended and in accordance with the plans and specifications, due to any oftheabove causes, all within twelve months after the date on which the Proj ect is accepted by theCounty, the undersigned agrees to reimburse the County, upon demand, for its expenses incurred inrestoring said work to the condition contemplated in said Project, including the cost of any suchequipment or materials replaced and the cost ofremoving and replacing any other work necessary tomake such replacement or repairs, or, upon demand by the County, to replace any such material andto repair said work completely without cost to the County so that said work will functionsuccessfully as originally contemplated.

The County shall have the unqualified option to make any needed replacements or repairs itselfor tohave such replacements or repairs done by the undersigned. In the event the County elects to havesaid work performed by the undersigned, the undersigned agrees that the repairs shall be made andsuch materials as are necessary shall be furnished and installed within a reasonable time after thereceipt of demand from the County. If the undersigned shall fail or refuse to comply with hisobligations under this guaranty, the County shall be entitled to all costs and expenses, includingattorneys' fees, reasonably incurred by reasons of the said failure or refusal.

EXECUTED this -----"d"""""-~ -

CONTRACTOR:

SIGNED:

PRINTED NAME:

TITLE:

33

Page 50: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

TO:

PROJECT

DESCRIPTION:

CONDITIONAL NOTICE OF AWARD FOR THISCOMPLETION DATE CONTRACT

Villalobos Concrete Inc

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI 2011-007

The Owner has considered the Bid submitted by you for the above described work in response to itsBid Opening dated AUGUST 15,2012.

You are hereby notified that your Bid has been conditionally accepted in the amount ofOne Million, Forty Two Thousand, Eight Hundred Sixty Six Dollars and Thirty Five Cents($1,042,866.35).

You are required by the Information for Bidders to execute the Owner-Contractor Agreement andfurnish the required Contractor's Performance Bond, Labor and Materials Bond, and Certificate ofInsurance, and all other formal Contract Documents within ten (10) calendar days from the date ofthis Conditional Notice of Award to you.

Ifyou fail to execute said Agreement and to furnish said Bonds, Certificate ofInsurance and all otherformal Contract Documents within ten (10) days from the date of this Notice, said Owner will beentitled to consider all your rights arising out of this notice and your Bid as abandoned, and as aforfeiture ofyour Bid Bonds. The Owner will be entitled to such other rights as may be granted bylaw.

You are required to return an acknowledged copy of this Conditional Notice of Award to theOwner.

Dated 8~ fa)1 L, I

Owner: Douglas CountyBy:

JACK A. HILBERTTitle: Chair, Board of County Commissioners

ACKNOWLEDGMENT: Receipt of the foregoingConditional Notice of Award is hereby acknowledged:

Contractor:

By:

Print Name:

Title:

Date:

Telephone:34

Page 51: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

NOTICE TO PROCEED FOR THISCOMPLETION DATE CONTRACT

(NOTE: THIS NOTICE CAN BE COMPLETED AND SUBMITTED PRIOR TOCONDITIONAL NOTICE OF AWARD OR IT MAY BE COMPLETED AND SENT OUT

AFTER THE CONTRACT HAS BEEN FULLY EXECUTED BY BOTH PARTIES.)

TO:

FROM:

DATE:

REGARDING:

VILLALOBOS CONCRETE INC

DOUGLAS COUNTY GOVERNMENT

SEPTEMBER 24, 2012

QUEBEC - LINCOLN - UNIVERSITYINTERSECTION IMPROVEMENTSDOUGLAS COUNTY PROJECT NUMBER CI2011-007

You are hereby notified that work associated with this Completion Date Contract will commence onSeptember 24,2012. On that date, you are to start performing your obligations under the Contractbetween you and Douglas County, Colorado, dated September 11, 2012. The Contract Time of60 calendar days will be used to establish the Completion date. Therefore, the work shall becompleted and ready for final Acceptance by the Completion Date, which shall be November23, 2012. You are required to return an acknowledged copy of this notice to the Owner.

Owner:

By:

Board of County Commissioners of Dougias County

DOUGLAS J. DEBORD

Title: County Manager

Date:

Contractor:

By:

Print Name:

Title:

Date:

Telephone:

35

Page 52: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

OWNER'S PAYMENT POLICIES

The following policies have been formulated to assure timely and accurate payments by DouglasCounty Government to its Contractors. Invoices submitted which are not in complete accordancewith these policies will be returned (mailed) without payment to the Contractor for completion.

1. Each invoice for progress payment and/or final payment must list the description andlocation of the work being performed. Contractor's invoice for materials being billed mustalso be attached.

2. All invoices are to be submitted to Douglas County Community Planning and SustainableDevelopment Department - Engineering Division, Philip S. Miller Building, 100 ThirdStreet, Suite 220, Castle Rock, CO 80104, and Attention: Sean P. Owens, P.E., ProjectEngineer.

3. Invoices must be submitted by the 25th ofthe month to be paid by the 25th ofthe followingmonth. Under no circumstances will a Contractor be paid more than once a month. Errorswill be corrected on the next pay cycle.

4. Checks will be mailed on or about the 25th of each month. When payment dates occur onSaturday or Sunday, payment will be made on the first working day following such date.

ACKNOWLEDGMENT

I have read the above procedures and understand that any deviation therefrom will cause delays inthe payment of those invoices involved.

Contractor: V, \lCl\ .Signed by:

Print Name:

Title:

Date:

36

Page 53: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

STANDARD SPECIAL PROVISIONS

QUEBEC – LINCOLN – UNIVERSITY INTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

Page 54: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-2

QUEBEC – LINCOLN – UNIVERSITY INTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

TABLE OF CONTENTS DOUGLAS COUNTY STANDARD SPECIAL PROVISIONS: Page Revision of Section 101 – Definitions and Terms.............................(April 3, 2006) ..........SSP 3 Revision of Section 103 – Award and Execution of Contract ...........(April 3, 2006) ..........SSP 4 Revision of Section 104 – Scope of Work.........................................(April 3, 2006) ..........SSP 6 Revision of Section 105 – Control of Work ......................................(February 15, 2011) ...SSP 9 Revision of Section 105 – Control of Work and Revision of Section 107 – Legal Relations and

Responsibility to Public ...........................(April 3, 2006) ...........SSP 15 Revision of Section 108 – Prosecution and Progress ........................(February 1, 2012) .....SSP 22 Revision of Section 109 – Measurement and Payment .....................(October 4, 2011) .......SSP 26

Page 55: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-3

Standard Special Provisions April 3, 2006

REVISION OF SECTION 101 DEFINITIONS AND TERMS

Section 101 of the Standard Specifications is hereby revised as follows: Wherever in the Standard Specifications, Standard Plans, Plans or Special Provisions the following definitions and terms are used, the intent and meaning shall be interpreted as follows: A. ADDENDUM or ADDENDA - Any change(s), revisions(s) or clarification(s) of the Contract

Plans or Special Provisions which have been duly issued by Douglas County to prospective Bidders prior to the time of receiving bids.

B. CHIEF ENGINEER - The County Representative of Douglas County, Colorado, acting either

directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them.

C. COUNTY - Douglas County, Colorado. D. DEPARTMENT OF COMMUNITY PLANNING AND SUSTAINABLE DEVELOP- MENT DEPARTMENT – ENGINEERING DIVISION, DOUGLAS COUNTY OR COLORADO DEPARTMENT OF TRANSPORTATION (CDOT), STATE OF COLORADO. E. DISTRICT ENGINEER or REGION TRANSPORTATION DIRECTOR- The County

Representative of Douglas County, Colorado, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them.

F. DEPARTMENT or DIVISION - Douglas County Engineering G. ENGINEER or PROJECT ENGINEER or RESIDENT ENGINEER - The County

Representative of Douglas County Colorado, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them.

H. LABORATORY - The designated laboratory authorized by Douglas County to test materials

and work involved in the contract. I. STAFF CONSTRUCTION ENGINEER - The County Representative of Douglas County

Colorado, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them.

J. STATE, STATE OF COLORADO or COLORADO DEPARTMENT OF

TRANSPORTATION (CDOT) - Douglas County, Colorado.

Page 56: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-4

Standard Special Provisions April 3, 2006

REVISION OF SECTION 103 AWARD AND EXECUTION OF CONTRACT

Section 103 of the Standard Specifications is hereby revised as follows: 103.01 CONSIDERATION OF PROPOSALS Subsection 103.01 shall include the following: Douglas County reserves the right to consider any Bidder as unqualified to perform the Contract who does not consistently perform with his own forces a major portion of the work involved in the construction of the improvements. "Major portion" is interpreted to mean at least thirty percent (30%) of the total cost of the Contract. 103.02 AWARD OF CONTRACT Subsection 103.02 is amended to read as follows: The Contract, if awarded, shall be executed within 60 calendar days after the opening of Bid Proposals unless both the successful Bidder and the County both agree in writing to allow additional time. The Contract will be awarded to the lowest responsive, responsible Bidder who will serve the best interests of the Owner; and the Owner reserves the right to make this determination. The County, however, reserves the right to reject any and all Bids and to waive informality or technicality in any bid, and to disregard all non-conforming, non-responsive Conditional or Alternate Bids whenever such rejection or waiver is in the County’s best interest. The successful Bidder will be notified at the earliest possible date, by telephone, fax or letter mailed to the address shown on their Proposal that their Bid has been reviewed and Douglas County Engineering will be recommending to the Board of County Commissioners award of the Contract. If the Board of County Commissioners approves the Conditional Notice of Award, then the Contractor will be given notice, which will need to be acknowledged by the Contractor. In determining whether the low bid is from a "responsive and responsible Bidder," the following criteria will be considered:

a. Whether the Bidder has received prequalification status (active status) with the Colorado Department of Transportation for bidding on contracts of a similar size and type;

b. The Bidder's financial responsibility;

Page 57: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-5

Standard Special Provisions April 3, 2006

REVISION OF SECTION 103 AWARD AND EXECUTION OF CONTRACT

- continued -

c. The Bidder's previous performance (both satisfactory and unsatisfactory) on completing prior Douglas County contracts, including performance of any required warranty repair work;

d. The Bidder's quality of work previously performed for developers, CDOT and other

governmental agencies. 103.04 EXECUTION AND APPROVAL OF CONTRACT Subsection 103.04 is amended to read as follows: The Agreement shall be signed by the successful Bidder and returned, together with the contract Payment and Performance Bonds, Certificate of Insurance and all other formal contract documents, within ten (10) days after the date of Conditional Notice of Award. If the successful Bidder returns the signed Agreement and has submitted acceptable Payment and Performance Bonds, Insurance Certificates and all other formal contract documents within ten (10) days after the date of Conditional Notice of Award; then if the Agreement is not executed by Douglas County within thirty (30) days from the date of the Conditional Notice of Award, then the Bidder shall have the right to withdraw the Bid Proposal without penalty. The Notice to Proceed process may be accelerated; and provided both parties agree to the Contractor submitting applicable Payment and Performance Bonds, Certificate of Insurance and all other formal Contract Documents prior to the receipt of the Conditional Notice of Award. This will allow the Board of County Commissioners (BOCC) and the Contractor to fully execute the Agreement at the same time the BOCC would grant the Conditional Notice of Award. No Agreement shall be considered effective until it has been fully executed by all the parties thereto.

Page 58: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-6

Standard Special Provisions April 3, 2006

REVISION OF SECTION 104 SCOPE OF WORK

Section 104 of the Standard Specifications is hereby revised as follows: 104.02 DIFFERING SITE CONDITIONS, SUSPENSIONS OF WORK, AND

SIGNIFICANT CHANGES IN THE CHARACTER OF WORK Subsection 104.02(a) shall include the following: The County assumes no responsibility for the condition of existing streets and structures and other property in the project area nor for their continuance in the condition existing at the time of issuance of the INVITATION FOR BIDS or thereafter. No adjustment of Contract Price or allowance for any change in conditions, which may occur after the INVITATION FOR BIDS has been issued, will be made. Subsection 104.02(c) is amended to include the following: Unless such alterations and increases or decreases materially change the character of the work to be performed or the cost thereof, the altered work shall be paid for at the same unit prices as other parts of the work. If, however, the character of the work or the unit costs thereof are materially changed, an allowance shall be made on such basis as may have been agreed to in advance of the performance of the work, or in case no such basis has been previously agreed upon, then an allowance shall be made, either for or against the Contractor, in such amount as the Engineer may determine to be fair and equitable. Material change of the character of the work to be performed or the cost thereof as used herein means an increase or decrease in quantities over or under the plan quantities amounting to an aggregate increase or decrease to the original Total Contract Amount of twenty-five percent (25%) or more. The Unit Price or Lump Sum Price for each of the listed items in the Bid Proposal of each Bidder shall include its prorated share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total Bid. The special attention of all Bidders is called to this provision, for should conditions make it necessary to revise the quantities, no limit will be fixed for such increased or decreased quantities. No adjustment to unit prices will be allowed, provided the net monetary value of all such additive and subtractive changes in quantities of such items of work (i.e., difference in cost) does not increase or decrease the original Total Contract Amount by more than twenty-five percent (25%). The County may make changes in the scope of the work required to be performed by the Contractor under this Contract by making additions thereto, or by omitting work therefrom, without invalidating the Contract, and without relieving or releasing the Contractor from any of his/her obligations under the Contract or any guarantee given by the Contractor pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, provided that the total net amount of the changes do not change the original Total Contract Amount by more than twenty-five percent (25%). All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise.

Page 59: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-7

Standard Special Provisions April 3, 2006

REVISION OF SECTION 104 SCOPE OF WORK

- continued - Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no changes in the work authorized under this contract unless in pursuance of a written order from Douglas County authorizing the change. No claim for an adjustment of the Contract Price will be valid unless so ordered. If applicable unit prices are contained in the Contract (established as a result of a unit price bid), the County may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit prices specified in the Contract. If applicable unit prices are not contained in the Contract, or if the total net change increases or decreases the original Total Contract Amount more than twenty-five percent (25%), the County shall, before ordering the Contractor to proceed with desired changes, request an itemized proposal from him/her covering the work involved in the change, after which the procedure shall be as follows: If the proposal is acceptable, the County will prepare a change order in accordance therewith

for acceptance by the Contractor. Each change order shall include in its final form: (1) A detailed description of the change in the work, (2) The Contractor's proposal (if any) or a confirmed copy thereof, (3) A definite statement as to the resulting change in the Contract Price and/or Time, (4) The statement that all work involved in the change shall be performed in accordance with contract

Requirements except as modified by the change order. 104.04 MAINTAINING TRAFFIC Subsection 104.04 shall include the following: Before proceeding with construction, the Contractor will submit to the Engineer a detailed proposal in writing of his method of handling traffic during construction for review and approval. Depending on the circumstances, the Owner/Engineer may require more than ten (10) calendar days to review and approve the Contractor’s submittal; and the Contractor shall take this into consideration when planning their schedule for these submittals. It is the Contractor’s responsibility to adequately plan the submittal of all necessary traffic control plans in order for approval to be granted at least three (3) calendar days prior to construction and at least three (3) calendar days prior to a change in condition. During the course of construction, the Contractor shall provide a detailed traffic control plan, which shows how the Contractor will handle traffic for the various phase(s) of the scheduled construction work. Details in the plan will include, but not be limited to; hours of work in compliance with

Page 60: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-8

Standard Special Provisions April 3, 2006

REVISION OF SECTION 104 SCOPE OF WORK

- continued - project special provisions, placement of signs and barricades, use of traffic control devices such as cones, barriers, and barricades, stationing of flagging personnel, access control, temporary striping, maintenance of detours, dust abatement, and length of lane closure tapers. The Contractor will not be permitted to have construction equipment or materials in the lanes open to traffic at any time unless so directed by the Engineer. The Contractor shall remove and reset all construction signs prior to any adjacent construction. Any damaged signs shall be replaced in kind or repaired by the Contractor. The Contractor is cautioned that all personal vehicle and construction equipment parking is prohibited where it conflicts with safety access or the flow of traffic. The Contractor will be required to notify the County three (3) calendar days prior to the date the Contractor intends to start construction. During the various phase(s) of construction of this project, traffic will need to use the present traveled roadways, (unless noted otherwise in the plans or Douglas County Project Special Provisions). Temporary detours need to be submitted to the Engineer for review and approval. Measurement or payment will not be made for the costs associated with temporary detours unless specified otherwise in the plans or Project Special Provisions (PSPs). If the Contractor determines that additional temporary detours are advantageous across private property, then the Contractor is responsible for all costs associated with constructing and maintaining the detours and any additional costs to obtain the additional easements. The Contractor shall provide written proof of permission from private property owner(s) to the Engineer prior to scheduling work to commence on said private property. The Contractor shall be responsible for furnishing and maintaining all traffic control devices in accordance with the manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall be responsible for providing and maintaining all temporary pavement markings according to MUTCD, until the final striping is completed and the project is accepted by the County. The traffic control supervisor and all flagging personnel shall be certified by the Colorado Department of Transportation before working on this project and shall maintain such certification throughout the project duration. The Contractor shall not be permitted to place emulsion or tack coat on any surface to be chipsealed, patched, or leveled where traffic will be forced to travel upon the fresh emulsion or tack coat. The Contractor shall inspect, maintain, and keep all traffic control devices clean throughout the project duration including during periods when other work required for the project has been suspended due to inclement weather, unless approved otherwise in writing by the Engineer.

Page 61: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-9

Standard Special Provisions February 15, 2011

REVISION OF SECTION 105 CONTROL OF WORK

Section 105 of the Standard Specifications is hereby revised as follows: 105.08 COORDINATION OF PLANS, SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS Subsection 105.08, first paragraph, shall include the following: Any work shown on the plans and not covered in the special provisions or included in the special provisions and not shown on the plans, shall be executed by the Contractor as though shown both on the plans and included in the special provisions. The plans, special provisions, Standard Specifications, Standard Plans, and all supplementary documents are intended to be complete and complementary. If any omissions are made which are necessary to carry out the full intent and meaning of the Contract, the Contractor shall supply such omissions at no additional cost to the County as though they have been fully set forth in the plans, special provisions, or the Contract. All work to be performed under this Contract shall be governed by said plans and special provisions, including all Addenda thereto, unless modified by any technical specifications, which are included in the Contract Documents. Subsection 105.08, second paragraph, is amended to read: In case of discrepancy, the order of precedence is as follows:

(a) Change Orders (b) Addenda (c) Notice to Bidders (d) Special Provisions

1. Project Special Provisions 2. Standard Special Provisions 3. CDOT Standard Specifications for Road And Bridge Construction, Dated 2005

(e) Plans 1. Detailed Plans 2. CDOT Standard Plans - (M&S Standards dated July, 2006) and most recent

revisions where calculated and specified dimensions will govern over scaled dimensions.

3. Douglas County Roadway Design and Construction Standards 4. Douglas County Grading, Erosion and Sediment Control (GESC) Manual, as

amended. (f) CDOT Supplemental Specifications (g) CDOT Standard Specifications for Road and Bridge Construction, Dated 2005 (h) CDOT Construction Manual (i) CDOT Field Materials Manual

Page 62: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-10

Standard Special Provisions February 15, 2011

REVISION OF SECTION 105 CONTROL OF WORK

- continued - 105.09 COOPERATION BY CONTRACTOR Subsection 105.09 first paragraph, is amended to read: The Contractor for the work required will be supplied (without charge) five (5) complete sets of the Contract Documents (plans and specifications) that are stamped "For Construction". At least one set of the Contract Documents (plans and specifications) shall be available on the Project Site at all times. Additional sets of construction plans and special provisions can be secured by the Contractor at a cost of Thirty Dollars ($30.00) per set unless such additional cost is waived by the Engineer or the actual costs are less than Thirty Dollars ($30.00). Standard Specifications, Standard Plans and Douglas County's Roadway Design and Construction Standards may be inspected at the County Engineer's office, or may be purchased from the Colorado Department of Transportation or Douglas County, as applicable. Subsection 105.09 shall include the following: It shall be the responsibility of the Contractor to make timely requests of the County for any additional information not already in his possession which should be furnished by the County under the terms of this Contract, and which will be required in the planning and execution of the work. Such requests may be submitted in writing from time to time as the need is approached, but each request shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing and shall list the various items and the latest date by which each will be required by the Contractor. The first list shall be submitted within two weeks after Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assistance and information the Engineer may require in responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provision of this paragraph. 105.11 COOPERATION BETWEEN CONTRACTORS Subsection 105.11 shall include the following: If, through acts or neglect on the part of the Contractor, any other contractor, individual, or any subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other contractor, individual or subcontractor by agreement or arbitration, if such other contractor, individual or subcontractor will so settle. If such other contractor, individual or subcontractor shall assert any claim against Douglas County on account of any damage alleged to have been so sustained, the County will notify the Contractor who shall defend at his own expense any suit based upon such claim; and if any judgment or claims against the County shall be allowed, the Contractor shall pay or satisfy such judgment or claim and shall pay all costs, expenses, and attorney’s fees in connection therewith, and

Page 63: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-11

Standard Special Provisions February 15, 2011

REVISION OF SECTION 105 CONTROL OF WORK

- continued - otherwise hold Douglas County harmless from any such judgments, claims or attorney's fees. Said hold harmless statement shall be noted on any and all insurance policies submitted to the County for approval. 105.12 CONSTRUCTION STAKES, LINES AND GRADES Subsection 105.12 shall be revised to include the following: The Contractor shall be held responsible for the preservation of all construction survey stakes and marks. If the County provides construction staking as part of this Contract, and if any of the construction stakes or marks are destroyed, disturbed or removed by the Contractor, his subcontractors or suppliers, the cost of replacing such stakes or marks will be charged to the Contractor at the current market rate for the work required, and replacement will require a minimum of three (3) business days advance notice to the Engineer. The Engineer will make an effort to schedule the re-staking to occur as soon as possible. These costs will be deducted from payment of any monies due the Contractor for the work. 105.15 INSPECTION AND TESTING OF WORK Subsection 105.15 shall include the following: All engineering costs for inspection, both regular time and overtime, will be paid by the County. All requests by the Contractor for inspection will require at least 48 hours advance notice to the Engineer. The County may retain the services of an independent testing laboratory to perform some or all testing and to assist in the inspection of the work and equipment. The Contractor shall give the representative(s) of such independent testing laboratory access to all work as a representative of the Engineer. Douglas County and its authorized representatives and agents shall at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices and other relevant data and records pertaining to this Contract, provided however, that all instructions and approvals with respect to the work will be given to the Contractor only by the Engineer. All materials and workmanship shall be subject to inspection, examination, or test by the Engineer at any and all times during manufacture or construction and at any and all places where such manufacture or construction is carried on. The Engineer shall have the right to reject defective material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected.

Page 64: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-12

Standard Special Provisions February 15, 2011

REVISION OF SECTION 105 CONTROL OF WORK

- continued - Rejected material shall be promptly segregated and removed from the Project, and replaced with acceptable material. Douglas County may, by contract or otherwise, have the defects remedied or rejected materials removed from the Project and charge the cost of the same against any monies which may be due the Contractor, without prejudice to any other rights or remedies of the County. The Contractor shall furnish promptly all materials reasonably necessary for any tests, which may be required. All tests by the County will be performed in such a manner as not to delay the work unnecessarily and shall be made as provided in the Standard Specifications or these special provisions. The Contractor shall submit all material or equipment certificates, affidavits, etc., as called for in the Standard Specifications or these special provisions, or as required by the Engineer, promptly after award of the Contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site, except at the Contractors own risk, until the required certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval shall not be considered just cause for an extension of the Contract Time. Approval of any material shall be general only and shall not constitute a waiver of the County's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and may reject materials, equipment, and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials, equipment or accessories, or to demand and secure such reparation by the Contractor as is equitable. Except as otherwise specifically stated in the Contract, costs of testing will be divided as follows:

a. The Contractor shall assume all costs of re-testing materials, which fail to meet Contract requirements;

b. The Contractor shall assume all costs of testing materials offered in substitution for those found deficient;

c. The Contractor shall furnish, without extra cost, all samples required for testing purposes;

d. The Contractor shall pay for materials testing necessary to test materials for conformity to the specifications prior to construction. This includes, but not limited to, aggregate materials and gradation, emulsified oils, hot bituminous mix and concrete mix.

Page 65: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-13

Standard Special Provisions February 15, 2011

REVISION OF SECTION 105 CONTROL OF WORK

- continued - The Contractor shall notify the Engineer sufficiently in advance of backfilling or concealing any facilities to permit proper time for inspection and testing. If any facilities are concealed without approval or consent of the Engineer, the Contractor shall uncover for inspection and recover such facilities all at the Contractor’s sole expense, when so requested and deemed necessary by the Engineer. Should it be considered necessary or advisable by the Engineer at any time before final acceptance of the entire work to make an examination of work already completed, by uncovering the same, the Contractor shall, on request, promptly furnish all necessary facilities, labor and material. If such work is found to be defective in any important or essential respect due to fault of the Contractor, his subcontractors, or material suppliers, then the Contractor shall defray all of the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, then the cost of such work will be paid for as defined in Subsection 104.03, Extra Work; and compensation will be as provided for in Subsection 109.04, Compensation for Changes and Force Account Work; and in accordance with the revisions of Section 104 of these Douglas County Standard Special Provisions. The Contractor shall, if completion of the work of the entire Contract has been delayed thereby, will be granted a suitable extension of time on account of the additional work involved. Inspection of materials and appurtenances to be incorporated in the improvements embraced in the Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance shall, unless otherwise stated in the Standard Specifications or these special provisions, be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, inspection of materials as a whole or in part will be made at the Project Site. Neither inspection testing, approval nor acceptance of the work in whole or in part by Douglas County or its agents shall relieve the Contractor or his sureties of full responsibility for materials furnished or work performed not in strict accordance with the Contract. 105.20 ACCEPTANCE Subsection 105.20(a) shall be deleted in its entirety and replaced as follows: There will be no partial acceptance of any unit or portion of the project, unless authorized in writing by the Douglas County Engineer.

Page 66: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-14

Standard Special Provisions February 15, 2011

REVISION OF SECTION 105 CONTROL OF WORK

- continued –

Subsection 105.20(b) shall include the following: When the work under this Contract is substantially completed, the Contractor shall notify the County in writing that the work will be ready for final inspection on a definite date, which shall be stated in such notice. The notice shall bear the signed concurrence of the representative of the County having charge of the project inspection, and shall be given at least ten (10) days prior to date stated for final inspection. If the County determines that the work under this Contract is substantially completed, it will make the arrangements necessary to have final inspection commenced on the date stated in such notice, or as soon thereafter as practical. 105.21 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS Subsection 105.21 shall include the following: All disputes arising under this Contract or its interpretation whether involving law of fact or both, or extra work, and all claims for alleged breach of contract shall within seven (7) days of commencement of the disputes, be presented by the Contractor to the Engineer in writing for decision. All papers pertaining to claims shall be filed in duplicate. Such notice need not detail the amount of the claim, but shall state the facts surrounding the claim in sufficient detail to identify the claim together with its character and scope. In the meantime, the Contractor shall proceed with the work as directed. Any claim not presented within the time limit specified within this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within seven (7) days of it commencement, the claim will be considered only for a period commencing seven (7) days prior to the receipt by Douglas County of notice thereof.

The Contractor shall submit in detail his claim and his proof thereof to the Engineer. Each decision by the Engineer will be in writing and will be mailed to the Contractor by certified mail (return receipt requested) or delivered in person (acknowledgement of receipt requested). If the Contractor does not agree with any decision of the Engineer, the Contractor shall in no case allow the disputes to delay the work, but shall notify the Engineer in writing within five (5) days that the Contractor is proceeding with the work under protest, and the Contractor may then accept the matter in question from the final release. Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour lines or bench marks, will not be recognized unless accompanied by certified survey data, made prior to the time the original ground was disturbed, clearly showing that errors exist which resulted or would result in handling more material or performing more work than would be reasonably estimated from the plans issued by Douglas County. Any discrepancies, which may be discovered between actual conditions and those represented by the plans, shall at once, (but no later than within twelve hours of discovery) be reported by the Contractor to the Engineer; and work shall not proceed, except at the Contractor’s risk or unless the Engineer has directed in writing the Contractor to continue working.

Page 67: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-15

Page 68: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-16

Standard Special Provisions April 3, 2006

REVISION OF SECTIONS 105 CONTROL OF WORK

AND REVISION OF SECTION 107

LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Sections 105 and 107 of the Standard Specifications are hereby revised as follows: 105.20 ACCEPTANCE and 107.17 CONTRACTOR’S RESPONSIBILITY FOR WORK Subsections 105.20 and 107.17 shall include the following: Neither the final certificate of payment nor any provision in the contract, nor partial or entire use of the improvements under this contract by the County shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability with respect to any express warranties or responsibility for faulty material or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year, (one year warranty period) from the date of final acceptance of the Contract. Douglas County will give notice of observed noncompliance with reasonable promptness.

Page 69: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-17

Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

Section 107 of the Standard Specifications is hereby revised as follows: 107.01 LAWS TO BE OBSERVED Subsection 107.01 shall include the following: All methods of construction shall comply with all applicable ordinances and codes including all written waivers. Before beginning the work, the Contractor shall examine the plans and special provisions for compliance with applicable ordinances and codes, and shall immediately report any discrepancy to Douglas County. Where the requirements of the plans and special provisions fail to comply with such applicable ordinances or codes, the Engineer will adjust the Contract by Change Order to conform to such ordinances or codes (unless waivers in writing covering the difference have been granted by the governing body or department) and make appropriate adjustments to the Contract unit prices. Should the Contractor fail to observe the foregoing provisions and commence construction work at variance with any applicable ordinance or code, including any written waivers (notwithstanding the fact that such methods are in compliance with the plans and special provisions), the Contractor shall correct the methods of doing such work or remove such work, at the election of and without cost to Douglas County. A change Order will be issued to cover only the excess cost the Contractor would have been entitled to receive if the change had been approved before the Contractor commenced work on the items involved. All surplus excavated material, rubbish and debris resulting from the construction activities, or deposited on the site by others during the duration of the Contract shall be removed and lawfully disposed of by the Contractor who shall keep the Project Site and public rights-of-way reasonably clear at all times. The Contractor shall comply with the applicable laws and ordinances governing the disposal of materials, debris, rubbish and trash on or off the Project Site and shall commit no trespass on any public or private property in any operation due to or connected with the construction under this Contract. Disposal of solid waste or debris must be made in strict compliance with Chapter 36, Article 23 of the Colorado Revised Statutes, as amended, and in addition thereto, shall not be made on or to any site or facility within the limits of Douglas County, which has not been previously licensed by the County. The Contractor shall be responsible for obtaining required approvals from Douglas County and the State of Colorado Mined Land Reclamation Board for earthen or mineral aggregates removed and/or deposited within Douglas County and outside the right-of-way for this project. Approvals or permits required to obtain such earthen or mineral aggregates shall not be paid for separately, but shall be included in other items of work.

Page 70: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-18

Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

- continued - 107.10 BARRICADES AND SIGNS Subsection 107.10 shall include the following: The Contractor shall be responsible for ensuring that all work sites are properly cleaned and barricaded prior to the completion of each day's activities. Failure on the part of the Contractor to do so shall result in the County doing so at the Contractor's expense. Actual barricading and cleaning costs shall be deducted from the final contract price. All barricading shall be in accordance with the Manual on Uniform Traffic Control. The Contractor shall be responsible for obtaining this manual. The anticipated costs for compliance with the above requirements shall be included in the bid item(s) expected to cause the same and shall not be the subject of extra payment. 107.15 RESPONSIBILITY FOR DAMAGE CLAIMS Subsection 107.15 shall include the following: The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damage to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes shall be observed, and the Contractor shall take or cause to be taken such additional safety and health measures as the Engineer may determine to be reasonably necessary. The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on the work under this Contract. The Contractor shall promptly furnish the Engineer with reports concerning these matters. The Contractor expressly binds himself to indemnify and save harmless Douglas County against all suits, actions, claims, costs, expenses, and attorneys' fees of any kind and nature brought, or which may be brought against the County for or on account of any injuries or damage received or sustained by any person, firm, partnership or corporation, or persons, firms, partnerships or corporations, in connection with or on account of the performance of the work under this Contract or by or in consequence of any negligence in connection with the same, or on account of the use of any improper or defective materials or workmanship, or on account of any act or omission or commissions of the Contractor, or a

Page 71: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-19

Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

- continued - subcontractor, agents, servants or employees, or for any cause arising out of the performance of the subcontractor, agents, servants or employees relating to this Contract. The County may, if it so desires, withhold any payment due the Contractor so long as it shall be reasonably necessary to indemnify the County on account of such injuries or damage. 1. The Contractor agrees to procure and maintain, at its own expense, the following policies of

insurance:

(a) Workers' Compensation insurance to cover obligations imposed by applicable laws for any employee engaged in the performance of work under this contract and Employers' Liability insurance with the following limits:

Workers' Compensation

Statutory Each accident Statutory Each employee for disease

Employer's Liability

$1,000,000 Each accident $1,000,000 Each employee for disease

(b) Commercial General Liability insurance with minimum combined single limits of ONE

MILLION DOLLARS ($1,000,000.00) each occurrence and TWO MILLION DOLLARS ($2,000,000.00) aggregate and FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) for property damage. The policy shall be applicable to all premises and operations. The policy shall include coverage for bodily injury, broad form property damage (including completed operations), personal injury (including coverage for contractual and employee acts), blanket contractual, independent contractors, products, and completed operations. The policy shall include coverage for explosion, collapse and underground hazards. The policy shall contain a severability of interest provision.

(c) Commercial Automobile Liability insurance with minimum combined single limits for

bodily injury and property damage of not less than ONE MILLION DOLLARS ($1,000,000.00) each occurrence with respect to each of Contractor's owned, hired and non-owned vehicles assigned to or used in performance of the services. The policy shall contain a severability of interest provision.

Page 72: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-20

Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

- continued – 2. Contractor shall procure and maintain the minimum insurance coverage required. Such

coverage shall be procured and maintained with insurers with an A- or better rating, as determined by Best's Key Rating Guide. All coverage shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by the Contractor. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage.

3. The required Commercial General Liability and Commercial Automobile Liability policies shall

be endorsed to include Douglas County as a Certificate Holder and name Douglas County, its officers and employees as additional insured. The required Worker's Compensation policy shall be endorsed to include Douglas County as a Certificate Holder. The policies shall provide that Douglas County will receive notice no less than thirty (30) days prior to cancellation, termination or a material change to the policies.

4. The policies required above shall be primary insurance, and any insurance carried by Douglas

County, its officers, or its employees, shall be excess and not contributory insurance to that provided by Contractor. No additional insured endorsement to the policy required above shall contain any exclusion for bodily injury or property damage arising from completed operations. The Contractor shall be solely responsible for any deductible losses under any policy required above.

5. The certificates of insurance shall be provided to Douglas County by the Contractor's insurance

agent or carrier as evidence that policies providing the required coverage, conditions, and minimum limits are in full force and effect. Insurance limits must be on each Certificate of Insurance. Each Certificate of Insurance shall be reviewed and approved by Douglas County prior to commencement of the Contract. No other form of certificate shall be used. The certificates shall identify this contract. The completed certificates of insurance and any notices, within thirty (30) days of cancellation, termination, or material change, shall be sent to:

Arthur E. Griffith, P.E. Sheryl D. Monroe Capital Improvements Project Manager Douglas County Risk Management Douglas County Community 100 Third Street, 3rd Floor Planning and Sustainable Development Castle Rock, Colorado 80104

Engineering Division 100 Third Street, Suite 220 Castle Rock, Colorado 80104 6. The Contractor shall not be relieved of any liability, claims, demands, or other obligations

assumed pursuant to Paragraph A, by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amounts, durations, or types.

Page 73: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-21

Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

-continued – 7. Failure on the part of the Contractor to procure or maintain policies providing the required

coverage, conditions and minimum limits shall constitute a material breach of contract upon which Douglas County may immediately terminate this contract, or at its discretion Douglas County may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by Douglas County shall be repaid by Contractor to Douglas County upon demand, or Douglas County may offset the cost of the premiums against any monies due to the Contractor from Douglas County.

8. Douglas County reserves the right to request and receive a certified copy of any policy and any

endorsement thereto. 9. The parties hereto understand and agree that Douglas County is relying on, and does not waive

or intend to waive by any provision of this contract, the monetary limitations (presently $150,000 per person and $600,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, Sections 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to Douglas County, its officers, or its employees.

107.16 OPENING SECTIONS OF PROJECT TO TRAFFIC Subsection 107.16 shall include the following: The County has the right, subject to reasonable advance notice to the Contractor, to take possession of and use any completed or partially completed portions of the work. The County has this right even though the entire work or any portions thereof may, or may not, have been completed. Such possession and use shall not be deemed an acceptance of any work until all work has been completed in accordance with the Contract. Possession taken by the County pursuant to this paragraph shall not change the period of warranty requirements pursuant to the Revision of Section 105 and 107. 107.17 CONTRACTOR'S RESPONSIBILITY FOR WORK Subsection 107.17 shall include the following: In an emergency affecting the safety of life or property, on or adjoining the site, the Contractor shall act, either at his own discretion, or as instructed by the Engineer, to prevent such threatened loss or injury. Any compensation claimed by the Contractor on account of such emergency work will be determined by the Engineer as provided in Subsections 104.03 and 109.04.

Page 74: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-22

Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

- continued - Should an excavation become flooded, by any cause, the Contractor shall remove excess water and excavate the unsuitable material to a depth satisfactory to the Engineer and replace it with Class 2 structure backfill, or other suitable material as approved by the Engineer, at the Contractor's expense. Until final written acceptance of the project by the County, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof by the action of the elements, groundwater, surface runoff, floods or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof. The Contractor shall be responsible for the project and shall take such precautions as may be necessary to construct the project in a dry condition, provide for drainage, groundwater, underground water, surface runoff; and shall erect any necessary temporary structures or other facilities (including pumping and all other dewatering costs) at the Contractor’s expense that are needed to complete the requirements for this project. No separate measurement and payment will be made of the work, equipment and materials, including, but not limited to, any additional shoring, rock stabilization, diversions, cofferdams, sheeting, pumping and well points required to control the surface and subsurface water in the work area throughout the duration of the project (until the project is completed and accepted by the Engineer). This work shall be a subsidiary obligation of the Contractor for this project. 107.19 FURNISHING RIGHT OF WAY Subsection 107.19 is hereby revised to include the following: The Contractor shall construct this project within the proposed right-of-way, permanent slope easements, permanent drainage easements, and temporary construction easements as shown on the plans. Any additional temporary construction easements that the Contractor wants shall be obtained by the Contractor at his expense. No time extensions will be granted by Douglas County for the Contractor to obtain these additional easements. Temporary fence shall be constructed within the limits of the temporary construction easements as specified on the plans or as directed by the Engineer.

Page 75: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-23

Standard Special Provisions February 1, 2012

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

Section 108 of the Standard Specifications is hereby revised as follows: All communications between the Contractor and the County shall conform to the following:

1. All notices, demands, requests, instructions, approvals, proposals, and claims must be in writing.

2. Any notice to, or demand upon, the Contractor shall be sufficiently given if delivered at

the office of the Contractor, the office being located at the address stated by the Contractor on the signature page of the Agreement (or at such other office as the Contractor may, from time to time, designate in writing), or if deposited in the United States mail in a sealed postage-prepaid envelope, or delivered with charges prepaid to any telegraph company for transmission, in each case addressed to such office.

3. All papers required to be delivered to the Douglas County shall, unless otherwise

specified in writing to the Contractor, be delivered to Douglas County Community Planning and Sustainable Development Department – Engineering Division, located in the Philip S. Miller Building, Second Floor, 100 Third Street, Suite 220, Castle Rock, CO 80104, and any notice to or demand upon the County shall be sufficiently given if so delivered, or if deposited in the United States mail in a sealed, postage-prepaid envelope, or delivered with charges prepaid to any telegraph company for transmission, in each case addressed to the County at such address, or to such other address as the County may subsequently specify in writing to the Contractor for such purposes.

108.01 SUBLETTING OF CONTRACT Subsection 108.01 shall include the following: The Contractor shall not execute an agreement with any subcontractor or permit any subcontractor to perform any work included in this Contract, until the Contractor has submitted a non-collusive affidavit from the subcontractor in a form acceptable to the County. Prior to beginning any work by subcontractor, the Contractor shall request permission from the Engineer by submitting a completed Sublet Permit Application, CDOT Form No. 205; and the Contractor shall have received written approval to use said subcontractor(s) from the Engineer. No proposed subcontractor will be disapproved by the County except for cause. The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor’s organization shall perform work amounting to thirty percent (30%) or more of the original Total Contract Amount.

Page 76: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-24

Standard Special Provisions February 1, 2012

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

-continued- The Contractor shall be fully as responsible to the County for acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to require compliance by each subcontractor with the applicable provisions of this Contract. Nothing contained in this Contract shall create any contractual relationship between any subcontractor and the County. 108.02 NOTICE TO PROCEED Subsection 108.02 shall be revised as follows: The Contractor shall commence work under the Contract on or prior to the tenth (10th) day following the Notice to Proceed. 108.03 SCHEDULE Subsection 108.03 shall include the following: Following the issuance of the "Notice to Proceed", the Contractor shall (within ten (10) days) submit to the County a carefully considered construction schedule. The schedule shall show the proposed dates of starting and of completing each of the major portions of the work shown. This schedule may be in the form of either a bar chart or a CPM diagram. The Contractor shall update the schedule at least every two weeks throughout the construction period and submit the revised updated schedule to the County. 108.05 CHARACTER OF WORKERS; METHODS AND EQUIPMENT Subsection 108.05 shall include the following: The Contractor shall be responsible for the proper fitting of all work and for coordination of the operations of all trades, subcontractors, or material men engaged upon this Contract. The Contractor shall be prepared to guarantee to each of his subcontractors the locations and measurements, which they may require for the fitting of their work to all surrounding work.

Page 77: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-25

Standard Special Provisions February 1, 2012

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

- continued - 108.07 DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.07 shall include the following: The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due to:

(a) Any acts of Government, including controls or restrictions upon or requisitioning of materials, equipment, tools, or labor by reason of war, national defense, or any other national emergency; or

(b) Any acts of Douglas County; or

(c) Causes not reasonably foreseeable by the parties to this Contract at the time of the

execution of the Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, acts of another contractor in the performance of some other contract with the County, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones, and other extreme weather conditions; or

(d) Any delay of any subcontractor occasioned by any of the causes specified in

subparagraphs (a), (b), or (c) of this paragraph. Provided, however, that the Contractor, within seven (7) days, notifies the Engineer, in writing, of the cause of the delay. The Engineer shall then ascertain the facts concerning the cause of the delay and the extent to which completion of the project as a whole has been delayed. If the facts show the delay to be properly excusable under the terms of this Contract, the Engineer will extend the Completion Date by a period commensurate with the period of excusable delay.

Page 78: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-26

Standard Special Provisions February 1, 2012

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

- continued - 108.09 DEFAULT OF CONTRACT

AND

108.10 TERMINATION OF CONTRACT

Subsection 108.09 and Subsection 108.10 shall include the following: If the Contractor refuses or fails to prosecute the work with such diligence as will ensure its completion within the time specified in these special provisions, or as modified in accordance with these special provisions, the County, by written notice to the Contractor, may terminate the Contractor's right to proceed with the work. Upon such termination, the County may take over the work and prosecute the same to completion, by contract or otherwise, and the Contractor and the Surety shall be liable to the County for any additional cost incurred by the County in its completion of the work, and they shall also be liable to the County for liquidated damages for any delay in the completion of the work. If, for any reason, the Contract is declared in default, the County shall have the right, without process or action at law, to take over all or any portion of the work and complete it at its option, either by day labor or by re-letting same. Written notice shall be given the Contractor by the County that the Contract has been declared in default and upon receiving such notice, the Contractor shall peaceably relinquish possession of said work or in the parts thereof specified in the notice. The County may, at its option, and at a rental which it considers reasonable, take possession of, and utilize in completing the work, such materials, equipment, tools, and plant as may be on the Project Site until the work is complete. Neither the County nor its officers, agents or employees shall in any way be liable or accountable to the Contractor or the Surety for the method by which the completion of said work, or any portion thereof, may be accomplished or for the price paid therefore. Should the cost of completing the work be in excess of the original contract price, the Contractor and the Surety shall be held obligated for such excess cost. Should the cost of such completion, including all proper charges, be less than the original contract price, the amount so saved shall be paid to the Contractor. Neither by taking over the work nor by declaring the Contract in default shall the County forfeit the right to recover damages from the Contractor or the Surety for failure to complete the entire Contract. Maintenance of the work shall continue to be the Contractor's Surety's responsibility as provided for by the bond and guaranty of the Contractor.

Page 79: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-27

Standard Special Provisions October 4, 2011

REVISION OF SECTION 109 MEASUREMENT AND PAYMENT

Section 109 of the Standard Specifications is hereby revised as follows: 109.06 PARTIAL PAYMENTS Subsection 109.06, first paragraph, shall include the following: The Contractor and Engineer shall jointly prepare each partial payment statement the 25th day of each month. The statement shall consist of the total value of all construction work completed to such date, as estimated. Monthly or partial payments made by the County to the Contractor are monies advanced for the purpose of assisting the Contractor to expedite the work and construction. All material and completed work covered by such monthly or partial payments shall remain the property of the Contractor, and he shall be responsible for the care and protection of all materials and work upon which payments have been made. Such payments shall not constitute a waiver of the right of the County to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the County in all details. Subsection 109.06, (a), Standard Amount Retained, is hereby deleted. Partial payments shall be in accordance with the following: The amount to be retained from partial payments will be five percent of the calculated value of the completed work (including retainage for mobilization). No further amount will be retained if the Contractor is satisfactorily performing the Contract work. The amount retained will be in effect until such time the Contract is completed satisfactorily and finally accepted by the County, with the following exception, which requires the Contractor’s written request and consent of the Surety: whereby upon completion and acceptance of the Project, the Engineer will Advertise for Final Settlement, pursuant to Section 38-24-107, C.R.S., at which time the amount retained may be reduced to two percent of the work completed. This Subsection is intended to comply with Section 24-91-103, C.R.S. The County, before making any payment, may require the Contractor to furnish releases or receipts from any or all persons performing work and supplying material or services to the Contractor, or any subcontractor, if this is deemed necessary to protect the County's interest. The County, however, may make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts, and any payments so made shall in no way impair the obligations of any Surety or Sureties or any bond or bonds furnished under this Contract.

Page 80: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

SSP-28

Standard Special Provisions October 4, 2011

REVISION OF SECTION 109 MEASUREMENT AND PAYMENT

- continued - The County may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the County, and if it so elects, may also withhold any amount due from the Contractor to subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the County and will not require the County to determine or adjust any claims or disputes between the Contractor and his subcontractors or materials dealers, or to withhold any monies for their protection unless the County elects to do so. The failure or refusal of the County to withhold any monies from the Contractor shall in no way impair the obligations of any Surety or sureties under any bond or bonds furnished under this Contract.

Subsection 109.06 (b), Securities in lieu of Standard Amount Retained is hereby deleted. Douglas County will not accept securities in lieu of retainage. 109.07 PAYMENT FOR MATERIAL ON HAND (STOCKPILED MATERIAL) Subsection 109.07 shall be revised to include the following: Payments shall not be made to the Contractor for Material on Hand (Stockpiled Material) to be incorporated into the work. All payments are for the finished product, complete and in-place. Partial payments to the Contractor for materials on hand shall not be allowed unless a specific exception is granted in writing by the Engineer or unless it is specified in the Douglas County Project Special Provisions (PSPs). 109.09 ACCEPTANCE AND FINAL PAYMENT Subsection 109.09 shall be revised to include the following: Final payment to the Contractor shall be subject to the Contractor furnishing the County with a release in satisfactory form of all claims against the County arising under and by virtue of this Contract, other than such claims, if any, as may be specifically excepted by the Contractor from the operation of the release as provided under Section 105, as revised.

Page 81: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

PROJECT SPECIAL PROVISIONS

QUEBEC – LINCOLN – UNIVERSITY INTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007

Page 82: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

PROJECT SPECIAL PROVISIONS

QUEBEC – LINCOLN – UNIVERSITY INTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007 The following “Special Provisions” shall supplement the 2005 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction (“Blue Book”) and shall take precedence over the plans and specifications in case of any discrepancies.

TABLE OF CONTENTS PROJECT SPECIAL PROVISIONS: Page Public Involvement by Contractor ......................................................................................PSP – 1 Traffic Control Plan – General……………………………………………………………PSP – 3 Revision of Section 105 – Control of Work .......................................................................PSP – 8 Revision of Sections 105, 106 and 601 – Control of Work, Control of Material and Structural Concrete………………………………………………………………………..PSP – 9 Revision of Section 107 – Legal Relations and Responsibility to Public ..........................PSP – 13 Revision of Section 108 – Prosecution and Progress..........................................................PSP – 15 Revision of Section 202 – Removal of Structures and Obstructions..................................PSP – 17 Revision of Section 203 – Excavation and Embankment...................................................PSP – 19 Revision of Section 208 – Erosion Control ........................................................................PSP – 20 Revision of Section 210 – Reset Structures........................................................................PSP – 38 Revision of Section 304 – Aggregate Base Course ............................................................PSP – 40 Revision of Section 412 – Portland Cement Concrete Pavement.......................................PSP – 41 Revision of Sections 601 and 701 – Structural Concrete and Hydraulic Cement ..............PSP – 52 Revision of Section 609 – Curb and Gutter ........................................................................PSP – 65 Revision of Section 626 – Mobilization .............................................................................PSP – 66 Revision of Section 627 – Pavement Marking ...................................................................PSP – 67 Revision of Section 630 – Construction Zone Traffic Control...........................................PSP – 68 Revision of Section 700 – Force Account Items ................................................................PSP – 75

Page 83: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-1

PUBLIC INVOLVEMENT BY CONTRACTOR

General The Contractor shall provide information to the following public information services on an ongoing basis and throughout the duration of the Project: (a) When the pre-construction meeting is held, the Contractor shall designate a contact person

for this Project. This individual shall be primary person responsible for maintaining communications with the Engineer, affected agencies, schools, emergency service organizations, adjacent residents and businesses, and others impacted by the Project. The Contractor’s representative is responsible for providing detailed information regarding construction phasing on a regular basis to the interested parties mentioned above, and others as directed by the Engineer.

Until the Project is completed and final acceptance is granted, the Contractor is responsible

to maintain daily contact with the organizations that may be impacted by this construction project and provide public and emergency services. At a minimum, the following agencies shall be coordinated with on a regular basis, providing updated information related to changes in the work that would result in traffic impacts / delays, road closures, and detours.

Dispatch Douglas County/Castle Rock, Telephone Number: 303.660.7500 Fire District For Highlands Ranch: Littleton Fire Rescue, Fax: 303.347.0023 Police Protection Douglas County Sheriff Department, Attn: Lieutenant Troy McCarty Telephone Number: 303.660.7569 School District Douglas County School Bus Routes at Highlands Ranch, Attn: Kathleen Orndorff, (Route

Scheduler) Telephone Number: 303.387.6156 For Highlands Ranch Community Association (HRCA) Attn: Katrina Arnott, Telephone Number: 303.471.8802 Douglas County Douglas County Community Planning and Sustainable Development, Attn: Sean P. Owens, P.E., Project Engineer, Phone: 303.660.7490 or 303.916.4857 (Cell) Neil Sarno, Project Engineer, Phone: 303.660.7490 or 303.916.7688 (Cell)

Page 84: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-2

PUBLIC INVOLVEMENT BY CONTRACTOR

-Continued-

(b) A letter of introduction shall be delivered to all landowners and businesses impacted by the Project prior to mobilization and before any revisions to public access due to phasing changes throughout the Project duration. These letters shall include the following, at a minimum:

(1) Contractor’s name, address, phone number. (2) Field Superintendent’s name, mobile phone number, and pager number. (3) Public information office phone number. (4) Schedule of work, including a schedule of phasing, detour plan and road closures.

(c) The Contractor shall deliver periodic updates to each landowner and business at each phase

of the Project throughout the construction period. These updates should contain information concerning temporary road closures, driveway and or cross street work, paving schedule and other pertinent information that the landowner and businesses may need to know.

(d) The Contractor shall meet individually with each of the landowners and businesses impacted by construction due to the roadway improvements affecting access to their facilities prior to any operations. The Contractor shall not cut off access to any landowner or business for an extended period (maximum of five (5) minutes). The Contractor shall submit such access plans to the Engineer for approval, and the Contractor shall obtain written agreements with the individual businesses and property owners regarding access not shown in the plans and provide such agreements to the Engineer for approval prior to proceeding with the work.

All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work.

Page 85: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-3

TRAFFIC CONTROL PLAN – GENERAL

The key elements of the Contractor’s method of handling traffic (MHT) are outlined in Subsection 630.08. The components of the Traffic Control Plan (TCP) for this project are included in the following:

(a) Subsection 104.04 and Section 630 of the Standard Specifications. (b) Schedule of Construction Traffic Control Devices. (c) Tabulation of Traffic Engineering Items included in the plans for this project. (d) Standard Plan S-630-1, Traffic Controls for Highway Construction and Standard

Plan S-630-2. Special Traffic Control Plan requirements for this Project are as follows: (a) During the construction of this Project, traffic shall be carried on a paved surface except as

otherwise provided or approved by the Engineer. (b) The Contractor shall develop and include a paving plan with all lane closure notifications. (c) Work that interferes with traffic will only be permitted during the following hours except

as otherwise noted:

Concrete Class P (7:00 a.m. to 7:00 p.m.) The Contractor will only be allowed a single lane closure at a time in any direction (single lane closures in multiple directions can be done concurrently). Once the existing concrete pavement is removed in any lane closure, new concrete shall be placed within 24 hours, including adjacent curb and gutter. The Contractor’s hours of work for Class P concrete pavement shall be 7:00 a.m. to 7:00 p.m., Monday through Friday. This includes the Class P spalled concrete repair areas. Concrete Class E (7:00 p.m. to 6:00 a.m.) The Contractor will be allowed multiple lane closures in any direction for this phase, leaving at least one through lane and one turn lane open to traffic in each direction. The Contractor shall have completed all work and opened all lane closures (for Class E concrete) by 6:00 a.m., Sunday through Thursday.

(d) For the construction of the median curb and gutter, a single lane closure will be permitted

on a per day basis as approved by the Engineer, within the general work hours described above. Such lane closures shall not exceed 1,500 feet in length unless approved by the Engineer and shall not exceed 24 hours duration without prior approval of the Engineer.

Page 86: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-4

TRAFFIC CONTROL PLAN – GENERAL

- Continued - (e) The Contractor shall install construction traffic control devices where they do not block or

impede other existing traffic control devices or sidewalks for pedestrians, disabled persons or bicyclists. The Contractor is restricted from storing any materials, construction traffic control devices, signs, etc. in any median area.

(f) Vertical cuts or fills greater than 1 inch resulting from construction operations adjacent to

traffic lanes shall be temporarily sloped at a 3:1 or flatter slope, and delineated at 35 foot intervals immediately after removal operations to safeguard the traveling public.

(g) Construction equipment used on this Project shall meet the same minimum exhaust

requirements as those specified by the manufacturer of the equipment. (h) The Contractor and subcontractors shall equip their construction vehicles with flashing

amber lights. Equipment to be used at night shall also be equipped with flashing amber lights. Flashing amber lights on vehicles and equipment shall be visible from all directions.

(i) The Contractor shall maintain access to all roadways, side streets, walkways, alleyways,

driveways, and hike/bike paths at all times, unless otherwise directed by the Engineer. Parking areas temporarily disturbed by construction activities shall be restored to a useable condition during non-working hours. Such temporary parking shall utilize an all weather surface. The Contractor shall develop an Access Maintenance Plan in coordination with, and based on the requirements of, the affected property owners and tenants, and submit it to the Engineer for approval prior to commencement of work. This plan shall detail all barricades, ramps, signs, and temporary means of access required by the property owners or tenants. Prior to commencing any work which affects access to a property, the Access Maintenance Plan for that property must be submitted and approved by the Engineer.

(j) The Access Maintenance Plan shall be coordinated with all affected owners and tenants. The Access Maintenance Plan shall include documentation of this coordination, including the approval signature of each affected owner or tenant. Should the Contractor be unable to obtain approval and signatures, documentation of the efforts made to obtain said approval and signatures must be submitted. All access shall be maintained on surfaces equal to or better than those existing at the time the access is first disturbed. For short periods of time only, as allowed by the Engineer, access may be maintained on aggregate base course surfaces. Coordination with affected owners and tenants shall be conducted as described in the Project Special Provision – “Public Involvement by Contractor.”

(k) The Contractor shall maintain continuous access throughout the Project for pedestrians, bicyclists, and disabled persons. When the existing access route is disturbed by construction, a temporary all-weather access shall be provided. All temporary access shall be a minimum of 5 feet wide and meet the Americans with Disabilities Act (ADA) requirements.

Page 87: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-5

TRAFFIC CONTROL PLAN – GENERAL

- Continued -

Acceptable all weather surfacing shall be concrete or asphalt surface, or as approved by the Engineer. Delineation of pedestrian access through the work area shall be accomplished using temporary plastic fencing. The costs of maintaining access for pedestrians, bicyclists, and disabled persons will not be paid for separately, unless otherwise provided, but shall be included in the work.

(l) The costs of maintaining vehicular access will not be paid for separately, unless otherwise provided, but shall be included in the work. Utilization of materials to be incorporated into the work may be permitted. However, any degradation or other contamination or destruction shall be corrected at the Contractor’s expense prior to acceptance.

(m) During non-construction periods (weekends, holidays, etc.), all work areas shall be

adequately protected to insure the safety of vehicular and pedestrian traffic, as detailed in the Contractor’s MHT. Excavations or holes shall be filled in or fenced when unattended.

(n) Whenever the Contractor removes, obliterates, or overlays any pavement markings, he /she

shall replace them on a daily basis prior to opening the affected areas to traffic. All temporary pavement markings shall fully comply with the Standard Specifications and Special Provisions. It is the Contractor’s responsibility to maintain striping during performance of the work. If, in the opinion of the Engineer, striping maintenance work is required, the Contractor shall re-stripe affected areas as directed within 48 hours of notice from the Engineer. Costs associated with re-striping shall not be paid for separately, but shall be included in the work.

(o) The Contractor shall not have construction equipment or materials in the lanes open to

traffic any time, unless directed by the Engineer. (p) Two weeks prior to starting construction, the Contractor shall notify Douglas County of the

date the Contractor intends to start construction. (q) At least two weeks prior to the closure of any roadway, including overnight closures, the

Contractor shall contact Douglas County to inform them of the planned closures and obtain the necessary permits.

(r) All personal vehicle and construction equipment parking is prohibited where it

conflicts with safety, access or the flow of traffic. Landscaped areas and roadway shoulders shall be kept clear of parking and storage of all personal and construction equipment except where approved by the Engineer.

(s) Traffic shall be carried on a paved surface at all times. The Contractor shall apply final

pavement to any milled surface within 48 hours of the milling operation.

Page 88: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-6

TRAFFIC CONTROL PLAN – GENERAL

- Continued - (t) For the construction of high-early strength concrete panels, University Boulevard, Lincoln

Avenue and Quebec Street may be reduced to one travel lane and one left turn lane in each direction between the hours of 7:00 p.m. to 6:00 a.m. The length of the closure will be restricted to the minimum area the contractor requires to complete this portion of the work and will only be permitted during night work hours. High-early strength concrete panels must be cured to 2,500 psi in accordance with Section 412 regarding high-early concrete pavement prior to opening to traffic.

(u) The Contractor shall be required to make arrangements with the Regional Transportation

District (RTD) prior to closing any existing bus stops within the Project limits. Temporary stops will be required, as directed by the Engineer and as required by RTD.

(v) The Contractor shall be required to maintain temporary drives at any existing establishment

that has singular access off of Lincoln Avenue, University Boulevard and/or Quebec Street unless otherwise approved in writing by the property owner.

(w) No work that interferes with traffic will be allowed on holidays or any day of a three-day or

four-day weekend that includes a holiday. Holidays on which this restriction applies consist of those holidays recognized by the State of Colorado as listed in Subsection 101.32.

(x) All lane closures shall be subject to the approval of the Engineer. Request for each closure

shall be made at least 72 hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized in continuum for the intended purpose for which they were set up.

(y) During non-working hours, the roadways shall be restored to a safe travel condition for the

free flow of traffic. Any maintenance required restoring the roadways to this condition, including the pavement patching and grading, shall be done prior to opening the areas to traffic or completing work for the day.

(z) The Contractor shall clean the roadway of all construction debris before opening it to

traffic after any road closure.

(aa) All flagging stations used at night shall be illuminated with floodlights. Street, highway lights and “high mast lighting” may be used for flagging station illumination when approved by the Engineer. Floodlights shall be located and directed so as not to interfere with the sight of any motorists.

Page 89: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-7

TRAFFIC CONTROL PLAN – GENERAL

- Continued - (bb) Prior to removal and resetting of any sign, the Contractor and Engineer shall prepare an

inventory. Any signs damaged due to the Contractor’s operations shall be replaced in kind or repaired by the Contractor at no additional cost to the project.

(cc) Traffic control devices in excess of those shown in the plans or in the approved MHT,

required by the Contractor to implement the Contractor’s schedule or approved alternate phasing plan, shall be provided at the Contractor’s expense.

(dd) Unless noted otherwise, all costs incidental to the foregoing requirements shall be

included in the original contract prices for the Project, including any additional traffic control items required for haul routes into the Project. Temporary fence required for protection of the work will not be paid for separately, but shall be included in the work.

Page 90: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-8

REVISION OF SECTION 105

CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised as follows: 105.03 CONFORMITY TO THE CONTRACT Subsection 105.03 shall be revised to include the following: In areas where the Contractor is required to use Class E concrete, the Contractor will be required to start and complete all phases of construction at that individual location within 11 hours (7:00 p.m. to 6:00 a.m.). This will include, but not be limited to: removals and preparation of subgrade, pouring and setting of concrete, initial sawcutting and opening sections of the roadway to traffic. If there is a violation of the working time limitations for traffic control, a written stop work order will be imposed on the Contractor at the start of the next day. Work shall not resume until the Contractor assures the Engineer, in writing, that there will not be a recurrence of the working time violation. If one more violation takes place, the Engineer will notify the Contractor, in writing, that there will be a price reduction charge of $2,500.00 per day for each incident in accordance with this specification. This incident price reduction charge will be deducted from any money due the Contractor. This price reduction will not be considered a penalty, but will be a price reduction for failure to perform traffic control in compliance with the Contract. The Engineer may waive the working time limitations for traffic control if unforeseen additional work is encountered that was not in the original contract or agreed to by change order. 105.07 CONFORMITY TO ROADWAY SMOOTHNESS CRITERIA Delete Subsection 105.07 and replace with the following: The Roadway surface smoothness shall be tested in accordance with Subsection 412.17. 105.09 COOPERATION BY CONTRACTOR Subsection 105.09 shall be revised to include the following: Other construction agencies may be working in the vicinity of the Project. The Contractor shall conduct the work so as not to interfere with or hinder the progress or completion of the work being performed by other agencies or Contractors. All traffic control conflicts that arise amongst the needs of the various construction Contractors and other agencies shall be brought to the attention of the Engineer. The Engineer shall decide the method of resolution. It is the responsibility of the Contractor to coordinate his work with all Contractors working in or near the work zone before, during and after the work, as required.

Page 91: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-9

REVISION OF SECTIONS 105, 106 and 601

CONTROL OF WORK, CONTROL OF MATERIAL AND STRUCTURAL CONCRETE

Sections 105 and 106 of the Standard Specifications are hereby revised for this Project as follows: 105.06 CONFORMITY TO CONTRACT OF PORTLAND CEMENT CONCRETE

PAVEMENT Delete Subsection 105.06 and replace with the following: Conformity to the Contract of all Portland Cement Concrete Pavement, Bid Schedule Item 412, pertaining to Roadway Strength will be determined in accordance with the following: Materials will be sampled and tested by the County in accordance with Section 106 and with procedures contained in the CDOT's Field Materials Manual. The approximate quantity represented by each sample will be as set forth in Subsection 106.06, Table 106-3. Additional samples may be selected and tested at the Engineer's discretion. The Contractor will not have the option of accepting a price reduction or disincentive in lieu of producing non-specification material. Continued production of non-specification material will not be permitted. Material, which is obviously defective, may be isolated and rejected without regard to sampling sequence or location within a process. 106.06 SAMPLING AND TESTING OF PORTLAND CEMENT CONCRETE PAVING Delete Subsection 106.06 and replace with the following: All Portland Cement Concrete Pavement, Bid Schedule Items 412, shall be tested in accordance with the following quality control and acceptance testing procedures: (a) Quality Control Testing. The Contractor shall be responsible for quality control testing of

all elements listed in Table 106-3. Quality control testing shall be performed at the expense of the Contractor. The Contractor shall develop a quality control plan (QCP) in accordance with the following:

(1) Quality Control Plan. For each element listed in Table 106-3, the QCP must provide

adequate details to ensure that the Contractor will perform quality control. The Contractor shall submit the QCP to the Engineer at the preconstruction meeting. The Contractor shall not start any work on the Project until the Engineer has approved the QCP in writing.

Page 92: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-10

REVISION OF SECTIONS 105, 106 and 601

CONTROL OF WORK, CONTROL OF MATERIAL AND STRUCTURAL CONCRETE -Continued-

A. Frequency of Tests or Measurements. The QCP shall indicate a random

sampling frequency, which shall not be less than that shown in Table 106-3. The quality control tests shall be independent of acceptance tests.

B. Test Result Chart. Each quality control test result, the appropriate area, volume

and the tolerance limits shall be plotted. The chart shall be on site and available at all times to the Engineer for his review.

(2) Point of Sampling. The material for quality control testing shall be sampled by the

Contractor using CP 61. The location where material samples will be taken shall be indicated in the QCP.

(3) Testing Standards. The QCP shall indicate which testing standards will be followed. Acceptable standards are Colorado Procedures, AASHTO and ASTM. The order of precedence is Colorado Procedures, AASHTO procedures, and then ASTM procedures. The compressive strength test for quality control will be the average strength of two test cylinders cast in plastic molds from a single sample of concrete, cured under standard laboratory conditions, and tested three to seven days after molding.

(4) Testing Supervisor Qualifications. The person in charge of and responsible for the quality control testing shall be identified in the QCP. This person shall be present on the Project and possess one or more of the following qualifications:

A. Registration as a Professional Engineer in the State of Colorado. B. Registration as an Engineer in Training in the State of Colorado with two years

of paving experience. C. A Bachelor of Science in Civil Engineering or Civil Engineering Technology

with three years of paving experience. D. National Institute for Certification in Engineering (NICET) certification at level

III or higher in the subfields of Transportation Engineering Technology, Highway Materials or Construction Materials Testing Engineering Technology, Concrete and four years of paving experience.

(5) Technician Qualifications. Technicians performing tests shall meet the requirements

of Colorado Procedure 10. (6) Testing Equipment. All of the testing equipment used to conduct quality control

testing shall conform to the standards specified in the test procedures and be in good working order.

(7) Reporting and Record Keeping. The Contractor shall report the results of the tests to the Engineer, in writing, at least once per day. The Contractor shall assemble a Quality Control (QC) notebook and update it daily. This notebook shall contain all worksheets, test results forms, and test results charts for each of the elements listed in

Page 93: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-11

REVISION OF SECTIONS 105, 106 and 601

CONTROL OF WORK, CONTROL OF MATERIAL AND STRUCTURAL CONCRETE -Continued-

Table 106-2 or 106-3. The Contractor shall submit examples of worksheets, test

result forms and test results charts in accordance with CP 12B as part of the Contractor’s Quality Control Plan (QCP). The Contractor shall submit the QC notebook to the Engineer for review once a month, on the date agreed to at the Pre-Construction meeting. The QC notebook will be returned to the Contractor with a list of recognized deficiencies within two working days after submittal. Deficiencies may

include, but are not limited to, the failure to submit the notebook on time or an absence of the required reports. For any month in which deficiencies are identified, the QC notebook will be submitted for review two weeks after the QC notebook is returned. On the second recognized deficiency, the Engineer will notify the Contractor, and the pay estimate shall be withheld until the Contractor submits, in writing, a report detailing the cause for the recognized deficiency. The report shall include how the Contractor plans to resolve the deficiencies. Additional recognized deficiencies will result in a delay of the pay estimate until the Contractor has identified and resolved the deficiency, along with revising and resubmitting his QCP to address these issues. Once the Engineer has reviewed and approved the revised QCP, the estimate may be paid. When the QC notebook is submitted for the semi-final estimate, the QC notebook shall become the property of the County. The Contractor shall make provisions such that the Engineer can inspect quality control work in progress, including QC notebook, sampling, testing, plants, and the Contractor’s testing facilities at any time.

(b) Acceptance Testing. Acceptance testing frequencies will be in accordance with Table 106-3. Acceptance tests will be conducted by and at the expense of the County. Acceptance sampling and testing procedures will be in accordance with CDOT's Field Materials Manual with the following exceptions and inclusions:

A split sample from an acceptance test shall not be used for a quality control test. The

Engineer will designate the location where samples are to be taken. Samples shall be taken by the Contractor in accordance with CP 61.

Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report

of maturity relationships in accordance with CP 69. The Contractor shall provide the maturity meter and all necessary wire and connectors to be placed in the concrete pavement on site.

The Contractor shall be responsible for the placement and maintenance of the maturity

meter and wire. Placement shall be as directed by the Engineer. Probes may be placed at any point along the pavement slab. A minimum of two probes shall be placed in each day's placement of class E concrete pavement.

Page 94: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-12

REVISION OF SECTIONS 105, 106 and 601

CONTROL OF WORK, CONTROL OF MATERIAL AND STRUCTURAL CONCRETE -Continued-

The Engineer will be present during the sampling and take possession of all acceptance

samples. Samples transported in different containers will be combined and mixed before molding specimens. All materials are subject to inspection and testing at all times.

The compressive strength test for acceptance will be one set of six (6) cylinders. The

average compressive strength of two or more test cylinders cast in plastic molds from a single sample of concrete, cured under standard laboratory conditions prior to testing shall be obtained. If the compressive strength of any one specimen differs from the average by more than 10 percent, that specimen will be deleted, and the average strength will be determined using the remaining specimens. Each set of two cylinders will be tested at 28 days after molding.

Table 106-3

TESTING SCHEDULE FOR ITEM 412 PORTLAND CEMENT CONCRETE PAVEMENT

Element

Minimum Testing Frequency for Both the Contractor's Quality Control and Owner’s Quality Acceptance

Aggregate Gradation and Fractured Faces Minimum of 1/day, then 1/10,000 sq. yds.

Slump First three loads each day, then as needed for control. Compressive Strength, Air Content, Yield and Sand Equivalent

Minimum of 1/day, then 1/2,500 sq. yds.

Pavement Thickness In accordance with Subsection 412.21.

Pull Test Joints Minimum of six transverse and six longitudinal joint locations for the 1st 2,500 linear feet, then three transverse and three longitudinal joints thereafter.

Load Transfer Dowel Bar Placement

Minimum of six transverse joint locations in each 2,500 linear feet.

Water Cement Ratio Minimum of the first three loads each day, then 1/500 cu. yds.

Page 95: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-13

REVISION OF SECTION 107

LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 107.25 WATER QUALITY CONTROL Delete Subsection 107.25(b) 5 and replace it with the following: 5. At least ten days prior to the beginning of construction, the Contractor shall identify and

describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated with construction activities.

At a minimum, each of the following shall be evaluated for the potential for contributing

pollutants to stormwater discharges: all exposed and stored soils; vehicle tracking of sediments; management of contaminated soils; vehicle and equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.); significant dust or particle generating processes; routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc.; on-site waste management practices (waste piles, dumpsters, etc.); dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck chute and associated fixtures and equipment; non-industrial waste sources that may be significant, such as worker trash and portable toilets; loading and unloading operations; and other areas or procedures where potential spills can occur. If found to have such potential, they shall be included in the SPCC Plan, GESC Plan and/or SWMP.

The Contractor shall provide a Spill Prevention, Control, and Countermeasure Plan (SPCC)

for any petroleum product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer.

Subsection 107.25(b) shall be revised to include the following:

21. At the end of each day, the Contractor shall collect all trash and dispose of it in appropriate

containers. Containers shall be emptied as needed. 22. If the Contractor installs a portable facility such as a concrete or asphalt plant, the

Contractor shall obtain all the necessary permits, including required storm water and non-storm water discharge permits for such facilities.

23. This Project will be subject to a permit with the Colorado Department of Public Health and Environment, hereinafter referred to as CDPHE for Stormwater Discharges Associated with Construction Activities. If required, the permit shall be obtained by the Contractor. The Contractor shall prepare all applications required and submit them to the CDPHE. The Contractor shall submit a copy of certification of the permit to the Engineer prior to the start of construction. The Contractor is responsible for all application permit fees.

Page 96: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-14

REVISION OF SECTION 107

LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC -Continued-

24. This Project will be subject to a Douglas County Grading, Erosion and Sediment Control

(GESC) permit. If required, the GESC permit shall be obtained by the Contractor. The Contractor shall prepare all applications, plans, and associated documents required and submit them to Douglas County. The Contractor shall submit a copy of the permit to the Engineer prior to the start of construction. The Contractor is responsible for all application permit fees, securities, and other costs associated with the GESC Permit.

25. This Project maybe subject to a permit with the CDPHE for a construction dewatering permit. The permit shall be obtained by the Contractor. The Contractor shall prepare all applications required and submit them to CDPHE. The Contractor shall submit a copy of certification of the permit to the Engineer prior to the start of construction. The Contractor is responsible for all application permit fees.

For information on required steps to secure the Stormwater Discharge and / or Construction Dewatering Permits, the Contractor shall contact:

Colorado Department of Public Health and Environment WQCD-P-B2 4300 Cherry Creek Drive South Denver, CO 80246-1530 Attn: Permits Unit - Nathan Moore

Phone: 303.692.3555

Page 97: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-15

REVISION OF SECTION 108

PROSECUTION AND PROGRESS 108.04 LIMITATION OF OPERATIONS Subsection 108.04 shall be revised to include the following: The Contractor shall limit hours of operation on this Project from 7:00 a.m. to 7:00 p.m. Monday through Friday for concrete pavement repair work for Class P concrete, and 7:00 p.m. to 6:00 a.m., Sunday through Thursday, for concrete pavement repair work for Class E concrete. The Contractor may be directed by the Engineer to work during the weekend. There will be no work allowed on Saturday, Sunday (day), or holidays except for making emergency repairs as approved by the Engineer. The Contractor shall control traffic in accordance with an approved Traffic Control Plan (TCP) and/or Method of Handling Traffic (MHT). The Contractor is responsible for preparing the TCP for the Project and submitting it to the County prior to the preconstruction meeting for review and approval. The TCP shall be prepared in accordance with the MUTCD, Subsection 104.04, and Section 630 of the Standard Specifications and Special Provisions and Standard Plans S-630-1 Traffic Controls for Highway Construction. To implement the TCP, the Contractor shall develop and submit a method for handling traffic (MHT) for each different phase of construction, which shows the Contractor's proposed construction phasing and proposed traffic control devices consistent with the TCP. If at any time, the Contractor desires to change the MHT, it shall be considered a different phase requiring a new MHT. EMERGENCY VEHICLE ACCESS AND SCHOOL BUSES SHALL NOT BE DELAYED AT ANY TIME THROUGHOUT PROJECT DURATION.

Page 98: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-16

REVISION OF SECTION 108

PROSECUTION AND PROGRESS -Continued-

Section 108 of the Standard Specifications is hereby revised as follows: 108.07 DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.07 shall be revised to include the following: The number of calendar days allowed for the completion of the work included in the Completion Date contract will be sixty (60) calendar days and will be known as contract time. There will be no extension of contract time allowed to this Project. The Contractor shall not carry on construction operations on Saturdays, Sundays (days), or holidays unless previously arranged or directed, except for prewetting, making emergency repairs and providing proper protection of the work. Time will be charged during the months of December, January, or February. Douglas County reserves the right to terminate work during these months if the agency feels it is in the best interest of the County to do so. No additional compensation will be granted the Contractor for any additional requirements for cold weather protection if the County elects to continue working during these months or if the County elects to terminate work during these months. It is the Contractor’s responsibility to inform the County Representative what work he will be working on 24 hours prior to starting said work. The Contractor will not be allowed to work on weekends unless approved in advance or directed by the Engineer.

Page 99: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-17

REVISION OF SECTION 202

REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised as follows:

DESCRIPTION Subsection 202.01 shall be revised to include the following: Concrete pavement and concrete curb and gutter, as shown on the plans or designated for removal, shall be marked by the Engineer. The concrete shall be cut to the existing depth of concrete. Any overbreak, separation or other damage to the existing concrete outside of the designated removal limits shall be replaced at the Contractor’s expense. Payment for removal of concrete shall be based on the unit cost of the item designated for removal, regardless of the concrete thickness. Removal of concrete curb and gutter shall be done with care to minimize damage to adjacent sidewalk. The Contractor shall be responsible for repair or replacement of any sidewalk, sod, etc., damaged by removal and replacement of concrete pavement of any kind at no additional cost to this contract. Payment for saw-cutting for removal of concrete of any kind, including, but not limited to, removal of concrete pavement and removal of concrete curb and gutter will not be paid for separately, but shall be included in the pay item. Payment for grinding concrete pavement shall include all equipment and materials required to complete the work.

CONSTRUCTION REQUIREMENTS Subsection 202.02 shall be revised to include the following: No material or debris shall be disposed of or stockpiled within the project limits or on public right-of-way anywhere in the County without the written permission of the Engineer.

Page 100: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-18

REVISION OF SECTION 202

REMOVAL OF STRUCTURES AND OBSTRUCTIONS -Continued-

BASIS OF PAYMENT Subsection 202.12 shall be revised to include the following: The accepted quantities will be paid for at the contract unit price for each of the Pay Items listed below that appear in the Bid Schedule. Payment will be made under:

Pay Item Pay Unit Removal of Concrete Median Cover Material Square Yard Removal of Curb and Gutter Linear Foot Removal of Concrete Pavement Square Yard Removal of Concrete Pavement (Diamond Grinding) Square Yard

Page 101: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-19

REVISION OF SECTION 203

EXCAVATION AND EMBANKMENT

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

METHOD OF MEASUREMENT Subsection 203.13 shall be revised to include the following: Measurement of unsuitable material removed, as directed by the Engineer, shall be the area of the excavation times the depth removed. An estimated quantity has been put in the Bid Schedule to anticipate possible unsuitable material.

BASIS OF PAYMENT Subsection 203.14 shall be revised to include the following: Unsuitable material removed, as directed by the Engineer, shall be paid for per the unit price for Unclassified Excavation (Complete in Place). The Contractor will receive direction from the Engineer regarding quantity of material to be excavated prior to commencing excavation. Payment shall be made under:

Pay Item Pay Unit Unclassified Excavation (Complete In Place) Cubic Yard

Water for wetting and compaction will not be measured and paid for separately, but shall be included in the work. Removed unsuitable material shall become the property of the Contractor.

Page 102: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-20

REVISION OF SECTION 208

EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows:

DESCRIPTION Subsection 208.01 shall be revised to include the following:

The Contractor shall anticipate the need to accommodate surface water flowing into and out of the Project site during construction and the need to provide dewatering for excavation operations. Any equipment or excavation required for dewatering shall be located within the project limits. The project limits for this Project will be defined within public right of way, per location, by the Project Engineer.

The work of this section includes controlling groundwater, site drainage, and storm flows during construction. Contractor is cautioned that the work involves construction in and around drainage channels, local rivers, and areas of local drainage. These areas are subject to frequent periodic inundation. All work for accommodating surface water and ground water and controlling erosion shall be in conformance with the requirements of all applicable federal, State, and local regulations and permits, including any applicable permits listed in Subsection 107.25 of these special provisions. Subsection 208.01, second paragraph, shall include the following: When a provision of Section 208, or as directed by the Engineer, requires that an action be “immediate” or “initiated / taken immediately,” it shall be understood that the Contractor shall at once begin effecting completion of the action and pursue it to completion in a manner acceptable to the Engineer and in accordance with the County’s “Grading, Erosion and Sediment Control Plan (GESC)/Storm Water Management Plan (SWMP)” and the Colorado Discharge Permit System (CDPS) Stormwater Construction Permit (SCP) requirements.

MATERIALS Section 208.02 shall be revised to include the following: Materials used for the construction of all erosion and sediment control best management practices (BMPs) shall conform to the materials specified in the Douglas County standard GESC details, unless otherwise shown in the Drawings. The use of hay bales for erosion control is not permitted on Douglas County projects. Subsection 208.02(k) shall be revised to include the following: (k) A fabricated concrete washout structure(s) shall be used. Fabricated concrete washouts are

pre-manufactured watertight containers designed to contain liquid and solid waste from concrete washouts. After use, the washout structure shall be removed from the Project site

Page 103: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-21

REVISION OF SECTION 208

EROSION CONTROL -Continued-

and disposed of at a location permitted to accept such materials. Insubstantial structures, such as children’s wading pools or swimming pools, are not acceptable and will be rejected by the Engineer.

CONSTRUCTION REQUIREMENTS

208.03 Project Review, Schedule, and Erosion Control Supervisor Subsection 208.03(b) shall be revised to include the following: Prior to the preconstruction meeting, the Contractor shall initiate the initial erosion control measures in accordance with the GESC / SWMP. Prior to construction, an on-site preconstruction conference shall be held. The meeting shall be attended by the Engineer, GESC Inspector, Project Superintendent, the Contractor's Erosion Control Supervisor (ECS) and any subcontractor involved in the initial work on the Project that could adversely affect water quality. At this preconstruction conference, the attendees shall discuss the following items; a) Introductions. Introductions of all attendees, including the ECS and Alternate ECS, will

take place. b) Contact Information. Attendees will exchange contact information. c) Review of GESC Field Manual. The GESC Inspector for Douglas County will confirm the

Contractor has adequate understanding of the GESC Field Manual. d) Field Review of the GESC / SWMP. Drawings for all stages and phases will be reviewed to

confirm the attendees’ understanding of the GESC / SWMP and to discuss any modifications to the plan. If modifications to the GESC / SWMP are thought to be advantageous, input will be sought from the Design Engineer and County representatives. Acceptance of any or all proposed changes will need to be approved in writing by the Engineer. Limits of construction and topsoil stripping limits shall be confirmed.

e) Inspection of Initial BMPs. A visual inspection of all of the Initial BMPs that have been installed will take place. The GESC Inspector and the Engineer will confirm if any corrections are required.

f) Acceptance of Initial BMPs. If the Initial BMPs are accepted by the GESC Inspector, as is or with minor corrections, the GESC Inspector will inform the Permittee(s), sign the GESC Permit Application, and submit the Douglas County Permit Application to the Engineering Permits Technician for processing.

The County has determined that a GESC Permit is required for this Project. Construction activities shall not commence until an executed GESC Permit is obtained from the County, in addition to Contractor obtaining the County Right of Way Permit.

Page 104: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-22

REVISION OF SECTION 208

EROSION CONTROL -Continued-

When additional BMPs are required, the Contractor shall obtain approval from the Engineer prior to implementation of the additional BMPs, and the ECS shall record and describe them on the GESC / SWMP. Additional BMPs will be measured and paid for in accordance with Subsections 208.07 and 208.08. If necessary, the ECS shall update proposed sequencing of major activities in the GESC / SWMP. Subsection 208.03(c), first paragraph, shall be revised to include the following: (c) The ECS shall be responsible for oversight of the implementation, maintenance, and

revision of the GESC / SWMP for the duration of the Project. The ECS shall read, be familiar with, and use the information provided in Douglas County’s Grading, Erosion and Sediment Control Manual, and the Colorado Discharge Permit System (CDPS).

Delete Subsection 208.03(c), item (4), and replace with the following:

(4) Inspect and record with the Superintendent and the Douglas County Engineer the requirements of the approved GESC / SWMP every day that construction activity is taking place. Timing of the daily inspections shall allow for corrective action to commence the day of the inspection. Post storm event inspections shall be conducted within 24 hours after the end of any precipitation or snowmelt event, regardless if the work is temporarily inactive on holidays or over the weekend. The Project is subject to inspections by Colorado Department of Public Health and Environment (CDPHE), and the Environmental Protection Agency (EPA) at any time. If and when the CDPHE or the EPA reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, then the Contractor shall cease and desist activities resulting in pollutant discharge; and the Contractor shall immediately inform the Engineer of what transpired and ask for additional direction on implementing the additional measures requested by one or more of the agencies mentioned above.

Subsection 208.03(c), second paragraph shall be revised to include the following:

(8) During construction, the ECS shall update and record the following items on the site map as changes occur: A. Construction boundaries. B. Areas of disturbance, as they occur. C. Areas used for storage of construction materials, equipment, soils, or wastes. D. Location of any dedicated asphalt or concrete batch plants. E. Location of work access routes during construction. F. Location of borrow and waste. G. Location of temporary and/or permanent stabilization.

Page 105: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-23

REVISION OF SECTION 208

EROSION CONTROL -Continued-

(9) The ECS shall amend the GESC / SWMP whenever there are: additions, deletions, or

changing locations of BMPs. GESC / SWMP revisions shall be recorded immediately. Items shall be dated and signed at time of occurrence. Specifically, amendments shall include the following:

A. A change in design, construction, operation, or maintenance of the site which

would require the implementation of new or revised BMPs; or B. Changes when the GESC / SWMP proves to be ineffective in achieving the

general objectives of controlling pollutants in stormwater discharges associated with construction activity.

C. Changes when BMPs are no longer necessary and are removed. (10) All inspection and maintenance activities or other repairs shall be documented by the

ECS and kept on the project site. (11) The ECS shall modify the site map with arrows to indicate direction of water flowing

across the project site. (12) When adding new BMPs to the GESC / SWMP, the ECS shall add a narrative

explaining what, when, where, why, and how the BMP is being used, a description of BMP application, and a detail to the GESC / SWMP notebook.

(13) If using existing topography, vegetation, etc. as a BMP, it shall be labeled as such on the GESC / SWMP site map; the ECS shall add a narrative as to why and how the BMP is being used to the GESC / SWMP site map.

(14) The ECS shall cross out all BMPs that do not apply or highlight those details and notes on the County's Standard Plans and GESC / SWMP that apply to the Project. The ECS shall write an explanation as to why the detail has been removed or what is being used instead as a BMP ("not applicable" is not an acceptable explanation).

(15) The ECS shall develop, record on the GESC / SWMP, and implement a plan for saw cutting containment to be approved by the Engineer.

(16) The ECS shall keep accurate and complete records. Enforcement action, including fines, could result if records are not adequate.

(17) As long as this construction project is the Contractor’s responsibility, the ECS and / or the Superintendent shall conduct daily erosion control inspections, except when the project is temporarily inactive (shutdown for winter weather). In order for the Superintendent to occasionally conduct daily erosion control inspections, he must be an actively certified erosion control supervisor. During this inspection, the entire site shall be reviewed to determine whether construction is being conducted in accordance with the project’s site-specific GESC / SWMP and the Colorado Discharge Permit System (CDPS). The ECS or Superintendent shall observe, record, and determine the effectiveness of all BMPs. Inspections shall be recorded on the Daily Stormwater Log and kept in the project GESC / SWMP notebook.

Page 106: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-24

REVISION OF SECTION 208

EROSION CONTROL -Continued-

Spills, leaks or overflows that result in the discharge of pollutants shall be documented and maintained by the ECS. The ECS shall record the time and date, weather conditions, reasons for spill, etc. The ECS shall immediately report any spills, leaks or overflows to the Engineer. Some spills may need to be reported to the Water Quality Control Division immediately.

The ECS shall report to CDPHE Water Quality Division and the Engineer the following instances of noncompliance:

(a) Noncompliance which may endanger health or the environment; (b) Spills or discharge of hazardous substance or oil which may cause pollution of the

waters of the state; (c) Discharge of stormwater which may cause an excess of a water quality standard.

For all instances of noncompliance based on environmental hazards and chemical spills and releases, all needed information shall be provided orally to the CDPHE on the Environmental Spill Reporting Line within 24 hours from the time the permittee becomes aware of the circumstance. For all instances of noncompliance identified here, a written submission shall also be provided within five calendar days of the time the permittee becomes aware of the circumstances. The written submission shall contain a description of:

(a) The noncompliance and its cause; (b) The period of noncompliance, including exact dates and times, and if the

noncompliance has not been corrected, the anticipated time it is expected to continue; (c) Steps taken or planned to reduce, eliminate, and prevent recurrence of the

noncompliance.

After measures to properly correct any deficiencies have been completed and properly recorded, or when a report does not identify incidents of noncompliance, the report shall be signed, indicating the site is in compliance.

Add Subsection 208.03(d) which shall include the following: (d) Documentation Available on the Project. The following Contract documents and

references will be made available for reference at the Douglas County field office during construction.

1. GESC / SWMP Notebook. The Contractor will provide a GESC / SWMP

Notebook, which is and shall remain the property of Douglas County, in which the following Contract documents and reports shall be kept by the ECS:

Page 107: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-25

REVISION OF SECTION 208

EROSION CONTROL -Continued-

A. GESC / SWMP Plan Sheets. B. Approved GESC / SWMP Plan. C. Project GESC / SWMP site map and project plan title sheet. D. Project Special Provisions E. Copies of Subsection 107.25 and Sections 207, 208, 212, 213, and 216 of the

Standard Specifications and the Standard and Project Special Provisions that modify them.

F. GESC Plan Standard Notes and Details. G. Details of BMPs used on the project not covered in the GESC. H. Narratives related to BMPs used on the project not covered on the GESC /

SWMP plans or site maps. I. Log for daily inspection reports. J. All project environmental permits and associated applications, including

Colorado Discharge Permit System (CDPS), GESC Permit, Senate Bill 40, USACE 404, Dewatering, and all other permits applicable to the project, including any Colorado Discharge Permit System (CDPS) obtained by the Contractor.

K. Spill Prevention, Control and Countermeasure Plan. L. Description of inspection and maintenance methods implemented at the site to

maintain all erosion and sediment control practices identified in the GESC / SWMP.

M. Schedule for accomplishing temporary and permanent erosion control work in accordance with Subsection 208.03(b).

N. Preconstruction Conference agenda with a certification of understanding of the terms and conditions of the GESC Manual, Colorado Discharge Permit System (CDPS) and GESC / SWMP. The certification shall be signed by all attendees. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Preconstruction Conference has been held.

O. Project photographs documenting existing vegetation prior to construction commencing.

2. Reference Materials.

Douglas County Grading, Erosion and Sediment Control (GESC) Manual and Douglas County Grading, Erosion and Sediment Control Field Manual.

Page 108: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-26

REVISION OF SECTION 208

EROSION CONTROL -Continued-

Add Subsection 208.03(e) which shall include the following: (e) Weekly Meetings. The Engineer, GESC Inspector, Superintendent and the ECS shall

conduct a weekly meeting with all persons involved in construction activities that could adversely affect water quality. At each meeting, the participants shall discuss the following: requirements of the GESC / SWMP, Colorado Discharge Permit System (CDPS), problems that may have arisen in implementing the site specific GESC / SWMP, problems maintaining BMPs, the need to replace or add additional BMPs, the need to remove sediment, any unresolved issues from the daily stormwater log and upcoming construction activities that trigger additional erosion control measures.

If a subcontractor begins work at the site that could adversely affect water quality after the

Preconstruction Conference has occurred, the Engineer, ECS and Superintendent shall brief that subcontractor on the site’s GESC / SWMP and the Colorado Discharge Permit System (CDPS) requirements at that subcontractor’s first weekly meeting before the subcontractor begins work at the site.

208.04 EROSION CONTROL Subsection 208.04 shall be revised to include the following: When approved by the Engineer, the ECS shall modify the GESC / SWMP to clearly describe and locate all BMPs implemented at the site to control potential sediment discharges that were not shown on the original GESC / SWMP. Initial erosion and sediment controls shall be established as the first BMP to be implemented on the GESC / SWMP. The ECS shall describe and record perimeter control on GESC / SWMP. In Subsection 208.04(d), third paragraph, delete the second and third sentences and replace with the following: (d) Temporary stabilization is not allowed per the GESC Manual. For acceptable stabilization

measures, see the GESC Manual and GESC Plan Standard Notes and Details. In Subsection 208.04(e) delete the first paragraph and replace with the following: (e) Erosion and sediment control practices and other protective measures identified in the

GESC / SWMP as BMPs for stormwater pollution prevention shall be continuously maintained in effective operating condition. BMPs shall be continuously maintained in accordance with good engineering, hydraulic and pollution control practices, including removal of collected sediment in accordance with the GESC Manual and GESC Standard

Page 109: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-27

REVISION OF SECTION 208

EROSION CONTROL -Continued-

Notes and Details. Removal and disposal of sediment shall be in accordance with Subsection 208.04(f). Where necessary, the Contractor shall use appropriately sized equipment and the necessary laborers to cost-effectively remove the sediment. The Contractor shall obtain the Engineer's approval of proposed equipment and methods for removal and disposal of sediment prior to performing the work, which will be paid for in accordance with Subsection 208.08.

Maintenance of Erosion and Sediment Control devices and BMPs shall include

replacement of such devices at the end of their useful service life. As part of the ECS daily inspection responsibilities, the ECS shall identify and recommend to the Engineer when sediment control devices / BMPs need to be replaced. Devices damaged due to the Contractor's negligence, as determined by the Engineer, shall be replaced at Contractor’s expense. When the Engineer determines that the devices / BMPs need to be replaced because they are at the end of their useful life, then it will be paid for in accordance with Subsection 208.08.

Complete site assessment shall be performed as part of comprehensive inspection and

maintenance procedures, to assess the adequacy of BMPs at the site and the necessity of changes to those BMPs to ensure continued effective performance. When site assessment results in the determination that new or replacement BMPs are necessary, the BMPs shall be installed to ensure continuous implementation. When identified, the ECS shall contact the Engineer for approval to ensure the BMPs be added, modified or replaced as soon as possible, immediately in most cases.

When BMPs have failed, resulting in noncompliance, the ECS shall contact the Engineer

immediately in order to (1) discuss the ECS’s recommendations to ensure the failed BMPs are repaired or replaced as soon as possible, immediately in most cases, in order to minimize the discharge of pollutants; and (2) for the Engineer to authorize any additional expenditures. Following the implementation, in addition to completing the daily log, the ECS shall update the GESC / SWMP Notebook by describing and recording new and replacement BMPs.

It is required that the Contractor stockpile certain temporary BMPs to meet the “immediate

response” requirement. During initial installation of these BMPs, the Contractor shall maintain stockpiles on site of the following:

(1) Inlet Protection (Sump) – 2 Each (2) Inlet Protection (On-Grade) – 2 Each Payment for stockpiling of erosion control materials will be in accordance with Subsection 109.07, Payment for Material on Hand (Stockpiled Material). When one or more of the

Page 110: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-28

REVISION OF SECTION 208

EROSION CONTROL -Continued-

stockpiled materials are significantly depleted, the ECS shall notify the Engineer and request additional materials delivered to the Project. New or replacement BMPs will be measured and paid for in accordance with Subsection 208.07 and Subsection 208.08.

Subsection 208.04(f) shall be revised to include the following: (f) Streets, highways and other paved areas shall be kept clean throughout the life of the

Project. In the event of accidental tracking of mud on streets, the Erosion Control Supervisor (ECS) shall notify the Engineer immediately, and the mud shall be removed immediately using a vacuum-type street sweeper, a brush-type street sweeper with dust control, or manually using shovels and brooms. If a large quantity of mud needs to be cleaned up, initial removal may take place using a small road grader or loader, but care shall be exercised to avoid damage to the roadway. Any damage shall be repaired at the Contractor's expense. Streets shall not be washed with water under any circumstance. Street cleaning will not be paid for separately, but shall be included in the work.

Add Subsection 208.04(g) which shall include the following: (g) Material from saw cutting operations shall be cleaned from the roadway surface as soon as

practical, immediately, in most cases. Particles shall be picked up with a pick up broom or vacuum. Sweeping and street washing will not be allowed. Street cleaning will not be paid for separately, but shall be included in the work.

Add Subsection 208.04(h) which shall include the following: (h) Surface Water Control. This Project is subject to a Stormwater Discharges Associated

with Construction Activities permit with the Colorado Department of Public Health and Environment for stormwater discharges. The permit shall be obtained by the Contractor.

The Contractor shall prepare all applications required and submit them to the CDPHE.

The Contractor shall submit a copy of certification of the permit to the Engineer prior to the start of construction. The Contractor is responsible for all application permit fees. Surface water control generally falls into the following categories:

(1) Normal low flows along the channel. (2) Storm/flood flows along the channel. (3) Flows from existing storm drain pipelines. (4) Local surface inflows not conveyed by pipelines.

At a minimum, the Contractor shall be responsible for diverting the quantity of surface

flow around the construction area, so that the excavations will remain free of surface water

Page 111: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-29

REVISION OF SECTION 208

EROSION CONTROL -Continued-

for the time it takes to install these materials and the time required for curing of any

concrete or grout. The Contractor is cautioned that the minimum quantity of water to be diverted is for

erosion control and construction purposes and not for general protection of the construction site. It shall be the Contractor's responsibility to determine the quantity of water which shall be diverted to protect the work from damage caused by storm water.

The Contractor shall, at all times, maintain a flow path for all channels. Temporary

structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel flow, as long as such measures are not a major obstruction to flood flows, do not worsen flooding or alter historic flow routes.

The Contractor shall conduct operations in such a manner that storm or other waters may

proceed uninterrupted along their existing drainage courses. By submitting a bid, the Contractor acknowledges that they have investigated the risk arising from such waters, has prepared his bid accordingly and assumes all of said risk.

Groundwater Control. This Project maybe subject to a Construction Dewatering Permit

with the Colorado Department of Health for dewatering associated with Construction Activities. The permit shall be obtained by the Contractor. The Contractor shall prepare all applications required and submit them to the Colorado Department of Health. The Contractor shall submit a copy of certification of the permit to the Engineer at least three (3) days prior to the start of any dewatering activities. The Contractor is responsible for all application permit fees.

The Contractor shall install adequate measures to maintain the level of groundwater a

minimum of 2 feet below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, utilities, earthwork and rock work. Such measures may include, but are not limited to, installation of perimeter subdrains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. Dewatering from within the foundation excavations shall not be allowed. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. Disturbance of foundation subgrade by contractor operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at Contractor's expense. Any temporary dewatering trenches, settlement ponds or well points shall be restored following dewatering operations to reduce permeability in those areas, as approved by the Engineer.

All excavations made as part of dewatering operations shall be backfilled with the same

type material as was removed and compacted to ninety five percent (95%) of Maximum

Page 112: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-30

REVISION OF SECTION 208

EROSION CONTROL -Continued-

Standard Proctor Density (ASTM D698) except where replacement by other materials

and/or methods are required and has been approved by the Engineer. At no time during construction shall the Contractor affect existing surface or subsurface

drainage patterns of adjacent property. Any damage to adjacent property resulting from the Contractor’s alteration of surface or subsurface drainage patterns shall be repaired by the Contractor at no additional cost to owner.

The Contractor shall remove all temporary water control facilities when they are no longer

needed or at the completion of the project. Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices, unless the Engineer agrees that the quieter equipment isn’t needed in isolated instances.

When the Contractor has executed an agreement with one or more of the adjacent property owner(s) that fall outside the Project limits, the necessary erosion and sediment control work shall be performed by and at the Contractor's expense. This requirement applies to, but is not limited to, the following activities: borrow pits, haul roads, storage and disposal areas, maintenance / equipment storage, staging areas, batch plants, stockpiling and etc.

208.05 CONSTRUCTION OF EROSION CONTROL MEASURES Subsection 208.05 (j) shall be revised to include the following: (j) The Contractor shall protect all storm drain facilities with Douglas County approved inlet

protection on all inlets adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place.

Subsection 208.05(n) shall be revised to include the following: (n) Washout areas shall be inspected on a daily basis by the ECS and maintained by the

Contractor until they are no longer needed. On-site permanent disposal of concrete washout waste is not permitted.

In Subsection 208.05(n), delete the last paragraph and replace it with the following:

(n) All liquid and solid wastes, including contaminated sediment and soils generated from

concrete washout, shall be hauled away from the site and disposed of at a site permitted to accept such waste.

Add Subsections 208.051 through 208.053 immediately following Subsection 208.05 which shall include the following:

Page 113: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-31

REVISION OF SECTION 208

EROSION CONTROL -Continued-

208.051 Materials Handling and Spill Prevention. The ECS shall clearly describe and record in a Spill Prevention, Control and Countermeasures (SPCC) Plan all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have spill procedures and responses specified in Subsection 107.25. The Contractor shall provide a Spill Prevention, Control, and Countermeasure (SPCC) Plan for any petroleum product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer. (a) Bulk storage structures for petroleum products and any other chemicals shall have

secondary containment to contain all spills and to prevent any spilled material from entering State waters. A plan shall be implemented to properly manage and dispose of accumulated stormwater within the secondary containment system.

(b) The Contractor shall inspect equipment, vehicles, and repair areas to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers, approved by the Engineer, shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have on-site approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen.

All materials resulting from POL leakage control and cleanup shall become the property of

the Contractor and shall be removed from the site and disposed of at a site permitted to accept such waste. The cost for control, cleanup and removal of by-products resulting from POL leaks will not be paid for separately, but shall be included in the work.

(c) A SPCC Plan shall be developed and implemented to establish operating procedures and the necessary employee training to minimize the accidental releases of pollutants that can contaminate stormwater runoff. The SPCC Plan shall contain the following information:

(1) Identification of the spill cleanup Coordinators. (2) Location of cleanup kits. (3) Quantities of chemicals and locations stored on site. (4) Label system for chemicals and Materials Safety Data Sheets (MSDS) for products. (5) Notification and clean up procedures to be implemented in the event of a spill for

spills which do not enter State waters or are under reporting limits of the chemical of concern (diesel fuel, hydraulic fluid, motor oil, used hydraulic fluid, motor oil and tack oil).

Significant spill procedures are required, regardless of the size of spills that enter State waters or have the potential to do so. The SPCC Plan shall include notification contacts and phone numbers as part of the approved plan.

Page 114: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-32

REVISION OF SECTION 208

EROSION CONTROL -Continued-

208.052 Stockpile Management. Material stockpiles shall be located away from sensitive areas and shall be confined so that no potential pollutants will enter State waters or conveyances to State waters (e.g., ditches). The location of all stockpiled materials shall be shown on the approved GESC / SWMP. 208.053 Grading and Slope Stabilization. The Contractor shall limit construction activities to those areas within the limits of construction. In the event the Contractor needs to work outside of the approved limits of construction, the Contractor can either (1) obtain a separate permit for this area or (2) request that the Engineer allows the limits of construction to be expanded. Under this scenario, the Contractor will need to obtain written permission from the Engineer, prior to starting the work. The GESC / SWMP shall be revised to include the additional areas and associated erosion and sediment control BMPs.

The Contractor shall pursue and stabilize all disturbances to completion. The Contractor shall provide a stabilization schedule showing dates when areas are to be completed and stabilized. The Contractor shall maintain revisions to the schedule and obtain approval for schedule changes in accordance with Subsection 108.03. 208.06 FAILURE TO PERFORM EROSION CONTROL Subsection 208.06 shall be revised to include the following: Failure to implement the GESC / SWMP is an automatic violation of the CDPS – SCP and Douglas County requirements. Penalties may be assessed to the Contractor by the appropriate agencies, including penalties assessed by the County. All fines assessed to the County for the Contractor’s failure to implement the GESC / SWMP shall be deducted from moneys due the Contractor in accordance with Subsection 107.25(c) 2. In Subsection 208.06, delete the last sentence of the first paragraph and replace with the following:

Liquidated damages will be applied for failure to comply with the Douglas County GESC Permit, GESC / SWMP and Colorado Discharge Permit System (CDPS), including, but not limited to, the following: In Subsection 208.06, delete items (3), (4), (7) and (8) and replace with the following: (3) Failure of the ECS to implement necessary actions required by the Engineer as required by

Subsection 208.03(c).

Page 115: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-33

REVISION OF SECTION 208

EROSION CONTROL -Continued-

(4) Failure to amend GESC / SWMP and implement erosion and sediment control measures as

required by Subsection 208.04. (7) Failure to immediately stabilize disturbed areas as required by Subsections 208.04(d) and

208.05. (8) Failure to replace or perform maintenance on an erosion and sediment control features. In Subsection 208.06, add items (11), (12), (13), and (14) which shall include the following: (11) Failure to perform permanent stabilization as required by Subsection 208.04 (d). (12) Failure of Superintendent or ECS to perform required daily inspections and record findings

in the Daily Stormwater Log. (13) Failure of Superintendent and ECS to attend the weekly meetings. (14) Failure to remove unnecessary BMPs as directed by the Engineer. In Subsection 208.06, second paragraph, delete the first three sentences and replace with the following: The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control in accordance with these Specifications, GESC Manual, GESC / SWMP and Colorado Discharge Permit System (CDPS), including, but not limited to items (1) through (14) above. The Contractor shall commence corrective work immediately after receipt of the Engineer’s notification. If, after 48 hours from receipt of the written notice, the Contractor has not completed the corrective work, the Contractor may be charged liquidated damages in the amount of $2,500 for each calendar day after the 48 hour period has expired. Liquidated damages (fines) can be assessed when one or more of the incidents of failure to perform the requirements of the Contract Documents, the GESC Manual, GESC / SWMP or CDPS, which includes the items (1) through (14) listed above, remain uncorrected.

When a failure may endanger health or the environment consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the State, or consists of a discharge of stormwater which may cause an exceedance of a water quality standard, the Engineer may issue a Stop Work Order in accordance with Subsection 105.01. If all failures are not corrected within the 48 hours described above, in addition to any liquidated damages that have been assessed, the Engineer may issue a Stop Work Order in accordance with Subsection 105.01. Work shall not resume until the Engineer has approved a written corrective action plan submitted by the Contractor that includes measures to prevent future violations and a schedule for implementation.

Page 116: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-34

REVISION OF SECTION 208

EROSION CONTROL -Continued-

If a Stop Work Order is issued in accordance with Subsection 105.01, the Contractor shall submit a corrective action plan and work schedule within 24 hours of receipt of the Stop Work Order. If the corrective action plan is not submitted and implemented within 24 hours by the Contractor, the Engineer will have an immediate on-site meeting with the ECS, Superintendent and the Superintendent’s supervisor. At the on-site meeting, the Engineer and Contractor will identify and document what corrective actions require immediate attention. The Contractor shall provide the Engineer with a schedule for completing the work. If the unacceptable work is not remedied by the deadline established in the schedule, as agreed to in the meeting, the Engineer will take action to effect compliance with the Douglas County GESC Permit, GESC/ SWMP and CDPS by utilizing County forces or other third party (non-Contractor) forces; and the cost associated with completing said work shall be deducted from any money due the Contractor on the following months progress pay application, pursuant to Subsection 105.16. The Stop Work Order shall be in place until the Project is in compliance with the Douglas County GESC Permit, GESC/ SWMP and Colorado Discharge Permit System (CDPS) requirements.

If the Contractor remains non-responsive to fulfilling the requirement established at the on-site meeting, the Engineer will start Default and Contract Termination procedures in accordance with Subsection 108.09. Douglas County will proceed with corrective or disciplinary action in accordance with the Rules for Prequalification, Debarment, Bidding and Work on Transportation, Road, Highway and Bridge Public Projects. Add Subsection 208.061 immediately following Subsection 208.06 which shall include the following: 208.061 ITEMS TO BE ACCOMPLISHED PRIOR TO FINAL ACCEPTANCE After concrete operations are completed, the concrete washout areas shall be reclaimed in accordance with Subsection 208.05(n) at the Contractor’s expense.

Prior to Final Acceptance, a final walk through of the Project shall occur with the Engineer and GESC Inspector. At this time, final stabilization shall be reviewed, and BMPs shall be inspected for needed cleaning, maintenance, or removal. Areas will be inspected for any additional BMPs that may be required. Permanent BMPs shown in the GESC / SWMP shall be inspected to confirm that, as constructed, location, condition and other plan requirements have been met. The required work shall be performed in accordance with Subsection 105.20. BMPs shall be removed only after the vegetative cover has reached the following requirements and the Contractor has received written authorization by the Engineer and the CDPHE to take such action;

Page 117: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-35

REVISION OF SECTION 208

EROSION CONTROL -Continued-

(a) At least 3 plants per square foot with a minimum height of 3 inches. The 3 plants per

square foot shall be of the variety and species found in the Douglas County-approved mix. (b) No bare areas larger than 4 square feet, 2 feet x 2 feet or equivalent. (c) Free of eroded areas. (d) Free from infestation of noxious weeds in accordance with Section 6.5.of the GESC

Manual. (e) Written approval for the removal from the Engineer has been obtained. The Contractor shall be responsible for removing the applicable BMPs (once approved for removal by the Engineer). As part of the ECS daily inspections, as the work is completed and stabilized and BMPs are approved for removal, the ECS shall track and keep an accurate record of what conditions have changed. The ECS shall modify / update the GESC / SWMP in order to provide an accurate depiction of what BMPs remain on the project site prior to final acceptance and during the warranty period.

METHOD OF MEASUREMENT Delete Subsection 208.07 and replace with the following: Control of Surface Water, Groundwater, and Erosion will not be measured separately. All materials, equipment, and labor required to control surface water and dewater all excavations during the course of the Project will be incidental to each bid item.

The following GESC / SWMP BMPs will be measured and paid in accordance with the revision of Subsection 208.08, based on the actual quantity that is installed correctly for the first time (and have been accepted by the Engineer). All Inlet Protection and any additional installations, as approved by the Engineer, shall be measured and paid for in accordance with revisions of Subsections 208.07 and 208.08. Measurement and payment for these items include all materials, equipment and labor required to install, perform routine maintenance and remove each of the BMPs. Payment for replacement of any authorized BMPs will include only those requiring replacement due to storm (erosion) events and as approved by the Engineer. Payment for replacement of any authorized BMPs due to the Contractor's negligence or carelessness shall be performed at the Contractor's expense. Temporary erosion and pollution control measures required due to the Contractor's negligence, carelessness, or failure to install erosion controls as a part of the work, as scheduled, shall be performed at the Contractor's expense.

Page 118: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-36

REVISION OF SECTION 208

EROSION CONTROL -Continued-

Stabilized Staging Areas (if deemed necessary): All materials, equipment and labor required to install and maintain all staging areas during the course of the Project will not be measured and paid for separately, but shall be included in all other items of work. A Douglas County Erosion Control (GESC) Permit will be required for any staging area(s). Erosion Control Supervisor (ECS) An authorized ECS is required to be on-site at all times the Contractor is working and after any storm event, in order to perform the duties outlined in Subsection 208.03. The Contractor shall record the tasks that were assigned to the ECS. The records shall be submitted to the Engineer, weekly, after completion of the work for review and approval. In the case of repeated failures on the part of the Contractor in controlling erosion, sedimentation, and/or water pollution, the Engineer reserves the right to employ outside assistance or to use Douglas County forces to provide the necessary corrective measures. Such incurred direct costs, plus project engineering costs, will be charged to the Contractor, and an appropriate deduction will be made from the Contractor’s monthly progress estimate.

Page 119: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-37

REVISION OF SECTION 208

EROSION CONTROL -Continued-

BASIS OF PAYMENT

Subsection 208.08 shall be revised to include the following: Work to furnish, initial installation, remove and dispose of erosion and sediment control features specified in the Contract shall be included in the work for each erosion control item. Removals of temporary BMPs may require multiple mobilizations up to the end of the warranty period.

Payment will be made under:

Pay Item Pay Unit Inlet Protection (Sump) Each Inlet Protection (On-Grade) Each Concrete Washout Structure Each Erosion Control Supervisor Lump Sum

As previously discussed, payment for replacement of previously installed Inlet Protection and Silt Fence will be made at the original unit bid price for each of these items associated with the initial installation.

The Contractor is responsible for removal of temporary erosion control features as directed by the Engineer. The Contractor shall anticipate this removal work to likely occur after work is complete or the minimum growth requirements are met. Any remobilization expenses to remove erosion control features and perform general maintenance activities, will not be measured and paid separately, but shall be included in the original unit bid prices for any and all of the items listed.

Page 120: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-38

REVISION OF SECTION 210

RESET STRUCTURES

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

CONSTRUCTION REQUIREMENTS

210.02 GENERAL Subsection 210.02 shall be revised to include the following: Resetting of structures is to be done in accordance with the Plans. It is the Contractor’s responsibility to document the condition of the structure prior to its removal. Any existing damage or condition that may be disputable after the structure is replaced should be brought to the Engineer’s attention prior to removal. If necessary, new material may be required by the Engineer because of poor existing conditions or due to damage incurred by the Contractor when being reset. 210.10 ADJUST STRUCTURE Subsection 210.10 shall be revised to include the following: The Contractor shall notify each utility company (Owner) prior to any construction that will involve the adjustment or modification. Each Owner will mark all of its utilities that may be involved in the specified construction area. Prior to commencing construction, the Contractor shall coordinate and conduct, with the Engineer and each Owner, an inspection of all impacted utilities. The purpose of this inspection will be to account for all utilities involved in the construction and determine their accessibility and condition. The Contractor shall coordinate construction with the Owner to allow sufficient time for the Owner to make all necessary repairs (if necessary) to any utilities before construction begins in the adjustment areas. All parties shall agree on the condition of each utility prior to construction.

The Contractor shall repair any utilities damaged during construction at the Contractor’s expense.

Page 121: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-39

REVISION OF SECTION 210

RESET STRUCTURES – Continued –

BASIS OF PAYMENT

Subsection 210.13 shall be revised to include the following:

Payment will be made under: Pay Item Pay Unit Reset Ground Sign Each Adjust Manhole Each Adjust Valve Box Each The cost to reset ground signs and adjust manholes and valve boxes shall include all work necessary to complete the item.

Page 122: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-40

REVISION OF SECTION 304 AGGREGATE BASE COURSE

Section 304 of the Standard Specifications is hereby revised as follows:

MATERIALS 304.02 AGGREGATE Subsection 304.02 shall be revised to include the following: The minimum allowable R-value for Aggregate Base Course shall be 78. The specific gravity for the aggregates shall be greater than 2.4 at the source. The use of crushed reclaimed concrete material, under some circumstances, may be substituted for natural aggregate for use in roadbed stabilization and all weather surfaces, with the review and written approval of the Engineer. Aggregate base course for use in shouldering shall be natural and come from a Douglas County approved source. 304.08 BASIS OF PAYMENT Subsection 304.08 shall be revised to include the following: Payment shall be made under:

Pay Item Pay Unit

Aggregate Base Course (Class 6) Cubic Yard The contract unit price shall be full compensation for all labor, equipment and material needed to complete the work (including furnish, placement, fine grading, stockpile and redistribute as required during construction).

Page 123: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-41

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised to include the following:

DESCRIPTION Subsection 412.01 shall be revised to include the following: This work shall consist of the construction of 9 inch concrete pavement (roadway) and 9 inch concrete curb and gutter Type 2 (Section II-B) in accordance with these specifications and in reasonably close conformity with the lines and grades established.

MATERIALS Subsection 412.02 shall be revised to include the following: All concrete for the 9 inch concrete pavement and 9 inch concrete curb and gutter shall be Class E or P. Concrete mixes will be subject to inspection tests as required to assure compliance with quality requirements. The use of calcium chloride in the production of any type of concrete on this Project is strictly prohibited. Air entraining admixtures shall conform to AASHTO M-154 latest edition. No pozzolans shall be used except with the written approval of the Engineer, and only after the following requirements have been met: 1) Its use is justified; 2) Tests have been made to determine the suitability with regard to water requirements, strength development, shrinkage, heat of hydration and durability; and 3) Determination of additional curing requirements have been specified. Water reducing and set controlling admixtures shall conform to AASHTO M-194 according to the following types: Type A – Water Reducing Type B – Retarding Type D – Water Reducing and Retarding Type E – Water Reducing and Accelerating Written approval of the Engineer shall be obtained prior to the use of any admixture except air entraining admixtures. Application of admixtures shall be per manufacturer’s specifications.

Page 124: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-42

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

CONSTRUCTION REQUIREMENTS

412.03 CLASSIFICATION Subsection 412.03 shall be revised to include the following: Concrete shall conform to the requirements for Class P and Class E concrete as specified in Subsections 601.02 and 601.03 as revised. If the Engineer determines that the quantity of concrete pavement is too small to practically use mechanical equipment, the Contractor may, with the permission of the Engineer, be permitted to use AASHTO M 43 Size No. 57 coarse aggregate in lieu of aggregate specified in Table 601-1 as revised. However, under no circumstance will the Contractor be allowed to use No. 67 coarse aggregate (this includes locations where load transfer / dowel bars are required to be installed). 412.07 EQUIPMENT Subsection 412.07 shall be revised to include the following: Concrete shall be thoroughly compacted and vibrated. Care shall be taken in vibrating concrete to bring only a continuous film or mortar to the surface. Vibration shall stop before any segregation of the concrete occurs. Mechanical vibrators shall be of an approved type. Vibrators shall not be used to move, spread, or drag the concrete into place, and shall not be operated longer than ten seconds in one place. Any evidence of lack of consolidation or over-consolidation shall be regarded as sufficient reason for requiring the removal of the section involved and its replacement with new concrete at the Contractor’s expense. 412.08 PREPARATION OF SUBGRADE Subsection 412.08 shall be revised to include the following: The subgrade and/or sub-base shall be brought to a firm and unyielding condition with a uniform density. All soft and yielding material and other portions of the subgrade that will not compact readily when rolled or tamped shall be removed and replaced with suitable material. Concrete shall not be placed on a soft, spongy, frozen, or otherwise unsuitable subgrade, or sub-base if used. Before placing any concrete, the subgrade or sub-base shall be tested for conformity with the cross section using an approved template, or other approved method. The finished subgrade or sub-base shall be kept smooth and compacted prior to placing concrete.

Page 125: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-43

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

412.11 TEST SPECIMENS Subsection 412.11 shall be revised to include the following The Contractor shall furnish the concrete necessary for casting test cylinders. Douglas County shall fabricate and test specimens for quality assurance purposes only. 412.13 JOINTS Subsection 412.13 shall be revised to include the following: All longitudinal joints, which tie into the existing concrete pavement, shall use #4 epoxy coated 30 inches long deformed bars, shall be placed 15 inches on both sides of the joint, and shall be epoxyed into the existing concrete pavement. These #4 deformed bars shall be placed 30 inches on center, or as directed by the Engineer. All transverse construction joints, which tie into the existing concrete pavement, shall be #6 epoxy coated 12 inches long smooth bars, shall extend 6 inches on both sides of the joint, and shall be greased into the existing concrete pavement. These #6 smooth dowel bars shall be placed 12 inches on center.

All doweled transverse contraction joints (dowel baskets) (these dowel bars that are interior to the slab) shall be #10, epoxy coated and 18 inches long. These dowel baskets shall be placed 12 inches on center. All reinforcement steel shall not be paid for separately, but shall be included in the unit bid price for Bid Schedule Item 412, Concrete Pavement (9 Inch) (Class E) (High Early); Item 412, Concrete Pavement (9 Inch) (Class P), Curb and Gutter Type 2 (Section II-B). Deformed bars, smooth bars and smooth dowel baskets shall be provided in accordance with the CDOT Standard Plans at all transverse joints. All sawcut joints shall be cut to a depth of T/3 and shall be 3/16-inch wide unless specified otherwise. Cold joints shall be sawed and sealed, in line with adjacent joints and shall be included in the work. Reinforcing steel, sawcutting, backer rod and joint sealant shall be required, shall be included in the work and will not be measured and paid for separately.

Page 126: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-44

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

412.17 SURFACE SMOOTHNESS Delete Subsection 412.17 and replace with the following: The Contractor shall perform Smoothness Acceptance testing (SA) for this Project. The final riding surface shall have a maximum Lane Profile Index (LPI) of 12 inches per mile with a maximum deviation of 0.4 of an inch in 25 feet. The final longitudinal surface (longer than 0.01 of a mile) shall be tested with a high speed profilograph that is approved by the Engineer. The concrete roadway will be analyzed based on a Lane Profile Index (LPI) using FHWA’s ProVal (version 2.7 or later) software. ProVal can be downloaded at http://www.roadprofile.com. All longitudinal surfaces (shorter than 0.01 of a mile) shall be tested with a 10 foot straight edge. The tolerance for these surfaces shall be a maximum deviation of 3/16 of an inch in 10 feet. The Contractor shall furnish an approved 10 foot straight edge, depth gauge, and operator, to aid the Engineer in testing any of these pavement surfaces. Areas showing a deviation of more than 3/16 of an inch in 10 feet shall be marked and diamond ground until the deviation does not exceed 3/16 of an inch in 10 feet. Irregularities exceeding the specified tolerance shall be corrected at the Contractor’s expense. A bump is defined as a deviation in the profile greater than 0.4 of an inch in 25 feet. The Contractor shall notify the Engineer in writing at least five working days in advance of his intention to perform any SA testing. The Engineer will witness the SA testing and take immediate possession of a copy of all the SA data collected. The Contractor shall not perform any corrective work that will affect the pavement smoothness until Douglas County and the Contractor have had time to analyze the data. The Contractor’s high-speed profiler (HSP) shall be certified according to CP 78. A list of certified profilers is located at http://www.dot.state.co.us/DesignerSupport. The HSP instrumentation shall be verified in accordance with CP 72 prior to measurements. The Contractor shall lay out a distance calibration site. The distance calibration site shall be located no more than ten miles from the Project limits. The distance calibration site shall be 1,056 feet long and shall be on a relatively flat, straight section of pavement as approved by the Engineer. The distance calibration site shall have a speed limit equal to the Project’s highest speed limit that allows for the HSP to operate uninterrupted. The limits of the site shall be clearly marked and the distance shall be measured to an accuracy of +/- 3 inches. The Contractor shall provide, in writing, the site location to the Engineer. The cost of the distance calibration site, the High Speed Profilograph, and traffic control, will not be measured and paid for separately, but shall be included in all other items of work.

Page 127: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-45

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

New Concrete Pavement The Contractor shall profile the entire Project, from end to end, including areas not replaced with new concrete pavement. Douglas County will not accept the Project as finalized until the Contractor has profiled and made all necessary corrections to all locations. If corrective work is required, the Contractor shall submit a written corrective work proposal to the Engineer, which shall include the methods and procedures that will be used. The Contractor shall not commence any corrective work until the methods and procedures have been approved in writing by the Engineer. The Engineer’s approval shall not relieve the Contractor of the responsibility of producing work in conformity with the Contract. Corrective work on the concrete pavement shall consist only of diamond grinding or removal and replacement. Any joint sealant that is damaged by grinding on concrete pavement shall be repaired or replaced at the Contractor’s expense in accordance with Standard Plan M-412-1 and Subsection 412.18. The Contractor will re-profile the road until it is determined that the road meets the smoothness criteria as required above. Diamond grinding, joint sealant, and any restriping will not be measured and paid for separately, but shall be included in the work. Any area requiring removal and replacement shall be removed, in its entirety, full width and to the full thickness of the concrete pavement. The removal area shall begin and end with an existing transverse butt joint. The existing transverse butt joint shall be constructed with a transverse saw cut perpendicular to centerline. Replacement concrete shall be placed in sufficient quantity so the finished surface conforms to grade, thickness, and smoothness requirements in this contract. Diamond Grinding shall not reduce the planned pavement thickness by more than 0.25 inches. Cores shall be taken before and after any corrective work to verify that minimum pavement thicknesses have been maintained. A minimum of one core shall be taken every 100 cumulative feet per lane of diamond grinding, or as directed by the Engineer. Coring shall be done at the Contractor’s expense. The Engineer must be present to witness all cores removed from the concrete pavement to verify thickness. Existing Concrete Pavement In addition to the above requirements, the Contractor shall profile each through lane from beginning to end of the Project. This will include pavement surfaces that were not replaced on this Project. This profile can be combined with the new concrete pavement profiling. The Engineer, after receipt of the Project Profiles, will determine the areas requiring corrective work (diamond grinding). Grinding on areas outside new concrete pavement will be paid for in accordance with Item 202, Removal of Concrete Pavement (Diamond Grinding).

Page 128: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-46

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

412.18 SEALING JOINTS Subsection 412.18 shall be revised to include the following: Joint sealant material, for new 9 inch concrete pavement (Class E) and new 9 inch concrete pavement (Class P), will be Dow Corning 890SL for mainline paving and Dow Corning 888NS for curb and gutter or an approved equivalent silicone sealant. At the time of placement of the sealant on new or existing concrete pavement, the pavement and air temperatures shall be above 50° F. Joints and cracks should be filled full and tight. It may be necessary to use a heat lance to remove moisture and dirt from joints and cracks prior to installation. The Contractor shall vacuum any concrete slurry from sawcutting and joint sealing operations prior to opening the roadway to traffic. This shall be accomplished by vacuuming up the concrete slurry to prevent it from tracking to adjacent lanes or vehicles. 412.21 DETERMINING PAVEMENT THICKNESS Subsection 412.21 is hereby deleted and replaced with the following: For routine Project Acceptance (PA) coring requirements, the coring frequency shall be a minimum of one core per 500 linear feet taken for each travel lane (including turn lanes greater than 100-feet). When the length of any core obtained is deficient from the specified pavement thickness by more than one quarter inch, then additional cores shall be taken 200-feet ahead and back of the original cores in order to determine the extents of the deficiencies and to evaluate price reduction and / or limits or removal and replacement. Typically, cores shall not be taken beneath the anticipated wheel paths. However, the County may take additional cores to verify depth as often as desired, in order to determine the extent of the concrete pavement thickness deficiencies. Cores holes and the required epoxy grout patching will not be paid for separately, but shall be included in the work.

Page 129: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-47

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

The length of Project Acceptance (PA) cores will be the only measurements used in determining price adjustments for deficient pavement thickness and shall be as follows:

1. When the deficiency in thickness (determined by cores) is less than 0.25 inches of the

required pavement thickness, in the area of such deficiency, then the Contractor will be compensated for 100 percent of the Unit Bid Price(s) for Item 412, Concrete Pavement (9 Inch) (Class P) and for Item 412, Concrete Pavement (9 inch) (Class E) (High Early).

2. When the deficiency in thickness (determined by cores) is greater than 0.25 inches, but

less than 0.375 inches of the required pavement thickness, in the area of such deficiency, then the Contractor will be compensated for 75 percent of the Unit Bid Price(s) for Item 412, Concrete Pavement (9 Inch) (Class P) and for Item 412, Concrete Pavement (9 inch) (Class E) (High Early).

3. When the deficiency in thickness (determined by cores) is greater than 0.375 inches, but

less than 0.625 inches of the required pavement thickness, in the area of such deficiency, then the Contractor will be compensated for 60 percent of the Unit Bid Price(s) for Item 412, Concrete Pavement (9 Inch) (Class P) and for Item 412, Concrete Pavement (9 inch) (Class E) (High Early).

4. When the deficiency in thickness (determined by cores) is greater than 0.625 inches, but

less than 0.75 inches of the required pavement thickness, in the area of such deficiency, then the Contractor will be compensated for 40 percent of the Unit Bid Price(s) for Item 412, Concrete Pavement (9 Inch) (Class P) and for Item 412, Concrete Pavement (9 inch) (Class E) (High Early).

5. When the deficiency in thickness (determined by cores) is greater than 0.75 inches of the

required pavement thickness, in the area of such deficiency, then the Contractor will NOT be compensated; and County reserves the right to require the Contractor to remove the unacceptable concrete pavement at no expense to the County and replace it at the original Unit Bid Price(s) for Item 412, Concrete Pavement (9 Inch) (Class P) and for Item 412, Concrete Pavement (9 inch) (Class E) (High Early).

Page 130: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-48

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT - Continued -

412.22 OPENING TO TRAFFIC Subsection 412.22 shall be revised to include the following At no time shall any vehicle in excess of the legal load limits for the new facility be allowed on the pavement. Newly constructed pavement shall be opened to traffic in accordance with one of the following three procedures. For any procedure below, the Engineer may extend the time during which traffic is excluded from the pavement if certain weather conditions make it advisable to do so. 1. General. All traffic shall be excluded from the newly constructed pavement until the

concrete pavement has reached a compressive strength of 2,500 psi. 2. Strength Requirements. Newly constructed pavement may be opened to traffic provided that

specimen cylinders have been made, cured and tested in accordance with AASHTO T-22 and AASHTO T-23 and have achieved a minimum compressive strength of 2,500 psi.

3. Maturity Method. At the discretion of the Engineer, the pavement may be opened to traffic when the strength of the newly constructed pavement is determined adequate using the maturity method as described herein.

3.1 General. This outlines the procedure for using the maturity concept as a nondestructive

method to determine concrete strength. This is a two-step procedure. First, a relationship must be established between the maturity values and the concrete strength as measured by destructive methods (that is, through testing of beams or cylinders). The development of the maturity-strength curve shall be done in the field at the beginning of construction using project materials and the project proportioning and mixing equipment. The second step is the instrumentation of the concrete to be measured. Temperature probes are installed in the concrete, and the temperature is measured. From those measurements, along with the age at which the measurements were taken, maturity values are determined. A maturity meter or temperature-measuring device and a computer or calculator may also be used to determine the maturity values. The Contractor shall develop a plan for performing the maturity testing for approval by the Engineer. The plan shall include:

1. The Contractor shall be responsible for the development of the maturity curve. The

Engineer and the testing firm the Engineer hires to do quality assurance testing shall monitor the curve development.

2. The temperature monitoring process of the constructed pavement shall be the responsibility of the Contractor and monitored by the Engineer.

Page 131: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-49

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

For concrete furnished from a construction or stationary mixer which is in place prior to construction of the specified project, a maturity curve may be established ahead of actual construction of the specified project. The test specimens shall be cast with concrete made from the same plant and using the same materials source as will be used in the specified project. The Engineer shall be informed and have an opportunity to observe the development of the maturity curve.

3.2 The Maturity Concept. The hydration of cement and gain in strength of the concrete is

dependent on both curing time and temperature. Thus, the strength of the concrete may be expressed as some function of time and temperature. This information can then be used to determine the strength of concrete without conducting physical tests. The time-temperature function commonly used is the maturity concept proposed by Nurse-Saul (ASTM C1074),

M (°C x hours) = Σ [(T – T0)Δt] Equation 1

Where M is the maturity in °C-hours [M is also termed the time-temperature factor (TTF)], Δt is the time interval in hours (or days), T is the average concrete temperature during the time interval Δt, and T0 is the datum temperature at which concrete ceases to gain strength with time. The value of T0 = 0 °C (14°F) is most commonly used. As a result, Equation 1 becomes:

M (°C x hours) = Σ[(T) Δt] Equation 2

3.3 Establishment of Maturity-Strength Relationship. To establish a maturity-strength relationship for a concrete mix, a maturity meter or a thermal meter and a hydraulic testing machine are needed. The following procedure shall be used: (Note: Before using any maturity meter, check to be sure the datum temperature is set to 0ºC.)

1. Cast a minimum of seventeen (17) cylinders, according to practice C 192/C 192M as

per AASHTO T-23. Place a maturity meter in two (2) of these cylinders. Test the entrained air content and slump of the concrete being used to cast the cylinders, as per Section 701. Record these values. The cylinders shall be cast from a batch of at least 3 cu. yd.

2. Determine maturity values and strength at five different ages (4, 6, 8, 12, 24 hours). Test three specimens for compressive strength at each age and calculate the average strength at each age. Each time a set of cylinders is tested, record the temperature from both of the cylinders embedded with a maturity meter to get an average temperature.

Page 132: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-50

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

Additional test specimens may be cast at a later time and tested at earlier ages to add data to the strength-maturity relationship as an aid to determining the appropriate time to saw.

3. Plot the measured strength against the corresponding values of maturity at different ages, as determined by the maturity meter or by hand methods. Using a computer model or hand method, determine maturity-strength relationship. The maturity-strength relationship determined by the Contractor must be approved by the Engineer prior to implementing it. Since the influence of maturity on strength of concrete is somewhat different for various mixes, a maturity-strength relationship established for one mix shall not be used for another mix.

Field Procedure.

Placement of Temperature Probes

Insert the maturity meter probe into the concrete until the end is at approximately the pavement mid-depth and 2 feet from the edge of the pavement. Check to ensure the concrete is consolidated around the maturity meter probe. Probes may be placed at any point along the pavement slab. A minimum of two probes shall be placed in each day's placement. On days when there is a large difference between daytime high temperatures and nighttime low temperatures, placing additional probes near the beginning of the day's run and at a point near the midday location would provide helpful information. This would be helpful to those sawing the pavement as well as those determining the opening time. It has been found that the concrete does not always gain strength at the same rate. Therefore the concrete placed during the middle of the day can gain strength faster than the concrete placed at the beginning of the day. Measuring the Maturity The maturity number can be read directly from a maturity meter or calculated from the temperature readings obtained by a thermal meter. This number is then used to enter the strength-maturity chart that was established as described above, and a strength is then determined.

Page 133: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-51

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

Validation

The Engineer shall have the option of performing validation tests to determine if concrete strength is being represented by the current maturity curve. The geotechnical firm may be required to cast and cure three (3) cylinders using the same procedure and manner as used to develop the current maturity curve. Test all three cylinders as close as possible to the maturity value which was determined to represent the opening strength of the pavement. If the average of these tests is within 50 psi of the original curve at the TTF that the validation cylinders were tested, the original curve shall be considered validated. If the average value is less than 50 psi of the original maturity curve at the TTF the validation cylinders were tested, a new maturity curve shall be developed. If the average value is greater than 50 psi of the original maturity curve at the TTF the validation cylinders were tested, a new maturity curve may be developed.

This validation procedure is intended to be similar to the assurance procedure in that it is not an acceptance test, but merely a check. If the test results indicate a new curve must be developed, this should be done in a timely manner. The curve currently being used shall be continued until new cylinders can be cast, and at that point, the implementation procedure described above shall be followed.

BASIS OF PAYMENT

Subsection 412.24 shall be revised to include the following: Payment for joint sealant on new 8 inch Concrete Pavement (Class E or Class P) shall include, but not be limited to, removal of dirt, sandblasting, sweeping, traffic control, sawcutting, backer rod and joint sealant. Payment for joint sealant on new 9 inch Concrete Pavement will not be made separately, but shall be included in the work. Payment for tie bars shall be subsidiary to all other work. Payment shall be made under:

Pay Item Pay Unit

Concrete Pavement (9 Inch) (Class P) Square Yard ` Concrete Pavement (9 Inch) (Class E) (High Early) Square Yard

Page 134: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-52

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT Sections 601 and 701 of the Standard Specifications are hereby revised for this project as follows:

DESCRIPTION 601.02 CLASSIFICATION Delete Subsection 601.02 and Table 601-1 and then replace with the following: The classes of concrete shown in Table 601-1 shall be used when specified in the Contract. The maximum amount of fly ash in any concrete mix shall be 20 percent by weight of total cementitious content.

Table 601-1 CONCRETE TABLE

Concrete

Class Required

Field Compressive Strength (psi)

Cementitious Content:

Minimum or Range (lbs/yd3)

Air Content: %

Range (Total)

Water Cementitious

Ratio: Maximum or Range

B 4,500 at 28 days

565 5 - 8 0.45

BZ 4,000 at 28 days

610 N/A 0.45

D 4,500 at 28 days

615 to 660 5 – 8 0.45

DT 4,500 at 28 days

700 5 – 8 0.44

E 4,200 at 28 days

660 4 – 8 0.44

H 4,500 at 56 days

580 to 640 5 – 8 0.38 - 0.42

HT 4,500 at 56 days

580 to 640 5 – 8 0.38 - 0.42

P 4,200 at 28 days

678 4 – 8 0.44

S35 5,000 at 28 days

615 to 720 5 – 8 0.42

S40 5,800 at 28 days

615 to 760 5 – 8 0.40

S50 7250 at 28 days

615 to 800 5 – 8 0.38

Page 135: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-53

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Class B concrete is an air entrained concrete for general use. Class D, H or P concrete may be substituted for Class B concrete. Additional requirements are: The coarse aggregate shall have a nominal maximum size of 1½ inches or smaller. Class BZ concrete is concrete for drilled piers. Additional requirements are: Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5-8 percent. High range water reducers may be added to obtain desired slump and retardation. Slump shall be a minimum of 5 inches and a maximum of 8 inches. The concrete mix shall be made with AASHTO M 43 size No. 67, No. 7 or No. 8 coarse aggregate. Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class D concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6 or No. 67 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for Class DT concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Class E concrete may be used for fast track pavements needing early strength in order to open a pavement to service soon after placement. Additional requirements are: Type III cement may be used. The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 357, No. 4, No. 467, or No. 57 coarse aggregate by weight of total aggregate. However, under no circumstance will the Contractor be allowed to use No. 67 coarse aggregate for Class E concrete, which includes locations where Load Transfer Bars (dowel bars) are to be installed. The laboratory trial mix shall produce a minimum average 8 hour compressive strength of 2,500 psi. and 28 day compressive strength of 4,200 psi. Class E concrete shall contain a minimum of 10 percent pozzolan by weight of total cementitious material.

Page 136: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-54

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing membrane. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum of 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class H concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II Portland Cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard silica fume. The total content of Type II Portland Cement, fly ash and silica fume shall be 580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2,000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334). Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a waterproofing membrane. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum of 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Class HT concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II Portland Cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard silica fume. The total content of Type II Portland Cement, fly ash and silica fume shall be 580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2,000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334). Class P concrete is used in pavements. Additional requirements are: The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 357, No. 4, No. 467, or No. 57 coarse aggregate by weight of total aggregate. However, under no circumstance will the Contractor be allowed to use No. 67 coarse aggregate for Class P concrete, which includes locations where Load Transfer Bars (dowel bars) are to be installed. The laboratory trial mix shall produce a minimum average 28 day compressive strength of 4,200 psi. For this project, Class P concrete design shall be based on compressive strength. Class P concrete shall contain 80 percent Portland cement and 20 percent Class F fly ash for a minimum total weight of cement plus fly ash of 678 pounds per cubic yard. Class P concrete shall contain a minimum of ten percent (10%) pozzolan by weight of total cementitious material.

Page 137: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-55

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Class S35 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class S40 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate. Class S50 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. The laboratory trial mix must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334).

MATERIALS 601.04 SULFATE RESISTANCE Add Subsection 601.04 which will include the following: 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured with requirements according to Table 601-4 (shown below). The sulfate exposure for all concrete shall be Class 2 unless otherwise stated on the plans. A higher level of requirements may be used for a lower level of exposure. If the Contractor can provide a test report that shows another class of exposure exists at a structure location, then the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection requirements in addition to other requirements shown in this section.

Page 138: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-56

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Table 601-4

REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE

Severity of sulfate exposure

Water-soluble sulfate (SO4) in dry soil, percent

Sulfate (SO4) in water, ppm

Water cementitious ratio, maximum

Cementitious material requirements

Class 0 0.00 to 0.10 0 to 150 0.45 Class 0 Class 1 0.11 to 0.20 151 to 1,500 0.45 Class 1 Class 2 0.21 to 2.00 1,501 to 10,000 0.45 Class 2 Class 3 2.01 or greater 10,001 or

greater 0.40 Class 3

Cementitious material requirements are as follows: Class 0 requirements for sulfate resistance shall be one of the following: (a) ASTM C 150 Type I, II or V (b) ASTM C 595 Type IP, IP(MS) or IP(HS) (c) ASTM C 1157 Type GU, MS or HS (d) ASTM C 150 Type III cement if it is allowed, as in Class E concrete Class 1 requirements for sulfate resistance shall be one of the following: (a) ASTM C 150 Type II or V; Class C fly ash shall not be substituted for cement (b) ASTM C 595 Type IP (MS) or IP (HS); Class C fly ash shall not be substituted for cement (c)ASTM C 1157 Type MS or HS; Class C fly ash shall not be substituted for cement

(d) When ASTM C 150 Type III cement is allowed, as in Class E concrete, it shall have no more than 8 percent C3A. Class C fly ash shall not be substituted for cement

Class 2 requirements for sulfate resistance shall be one of the following: (a) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by

weight (b) ASTM C 150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash by

weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C 452

(c) ASTM C 1157 Type HS; Class C fly ash shall not be substituted for cement (d) ASTM C 1157 Type MS plus Class F fly ash where the blend has less than 0.05 percent

expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012

Page 139: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-57

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

(e) A blend of Portland Cement meeting ASTM C 150 Type II or III with a minimum of 20

percent Class F fly ash by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012

(f) ASTM C 595 Type IP (HS); Class C fly ash shall not be substituted for cement Class 3 requirements for sulfate resistance shall be one of the following: (a) A blend of Portland Cement meeting ASTM C 150 Type II, III, or V with a minimum of a 20

percent substitution of Class F fly ash by weight, where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012

(b) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. Class C fly ash shall not be substituted for cement

(c) ASTM C 1157 Type MS or HS plus Class F fly ash where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012

(d) ASTM C 595 Type IP(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. Class C fly ash shall not be substituted for cement

When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012, and it shall have a calcium oxide content no more than 2.0 percent greater than the fly ash tested according to ASTM 1012.

CONSTRUCTION REQUIREMENTS 601.05 PROPORTIONING

Delete Subsection 601.05 and replace with the following: The Contractor shall submit a Concrete Mix Design for each class of concrete being placed on the Project. Concrete shall not be placed on the Project before the Concrete Mix Design Report has been reviewed and approved by the Engineer. The Concrete Mix Design will be reviewed and approved following the procedures of CP 62. The Concrete Mix Design will not be approved when the laboratory trial mix data are the results from tests performed more than two years in the past or aggregate data are the results from tests performed more than two years in the past. The Concrete Mix Design shall show the weights and sources of all ingredients including cement, pozzolan, aggregates, water, additives and the water cementitious ratio (w/cm). When determining the w/cm, cementitious (cm) shall be the sum of the weight of the cement, the weight of the fly ash and the weight of silica fume.

Page 140: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-58

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

The laboratory trial mix data shall include results of the following: (a) AASHTO T 119 (ASTM C 143) Slump of Hydraulic Cement Concrete. (b) AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content

(Gravimetric) of Concrete. (c) AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concrete by the Pressure

Method. (d) ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens for Class P concrete

shall be performed with at least two specimens at 7 days and three specimens at 28 days. ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens for Class E concrete shall be performed with at least one specimen at 12 hours, one specimen at 7 days and two specimens at 28 days. One maturity probe is to be placed in each of the 28 day specimens. The average temperature of these specimens is to be recorded at fifteen (15) minute intervals. Three additional specimens tested at 56 days shall be required for Class H and HT concrete.

(e) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202 Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete test specimens shall be two 2 inch thick disks sawed from the centers of two molded 4 inch diameter cylinders cured 56 days in accordance with ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory.

(f) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO T334 Standard Practice for Estimating the Cracking Tendency of Concrete. The sample shall be cured at a temperature of 65 to 75 degrees F and relative humidity not exceeding 40 percent.

Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide the maturity meter and all necessary wire and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire. Placement shall be as directed by the Engineer.

Page 141: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-59

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved concrete mix design plus 1½ inch. Except for class H and HT concrete, the laboratory trial mix must produce an average 28 day compressive strength at least 115 percent of the required 28 day field compressive strength. The laboratory trial mix for Class H or HT concrete must produce an average 56 day compressive strength at least 115 percent of the required 56 day field compressive strength. When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix design. A new trial mix will not be required. The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete Pavement is paid with a volumetric pay quantity, the relative yield of the concrete produced on the Project shall be 0.99 to 1.02. If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease, and the Contractor shall present a plan to correct the relative yield to the Engineer. Aggregate data shall include the results of the following: (a) AASHTO T 11 (ASTM C 117) Materials Finer Than 75 um (No. 200) Sieve in Mineral

Aggregates by Washing. (b) AASHTO T 19 (ASTM C 29) Unit Weight and Voids in Aggregate. (c) AASHTO T 21 (ASTM C 40) Organic Impurities in Fine Aggregate for Concrete. (d) AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates. (e) AASHTO T 84 (ASTM C 128) Specific Gravity and Absorption of Fine Aggregate. (f) AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate. (g) AASHTO T 96 (ASTM C 131) Resistance to Degradation of Small-Size Coarse Aggregate

by Abrasion and Impact in the Los Angeles Machine. (h) AASHTO T 104 (ASTM C 88) Soundness of Aggregate by Use of Sodium Sulfate or

Magnesium Sulfate. (i) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test. (j) ASTM C 535 Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and

Impact in the Los Angeles Machine. (k) ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated

Mortar-Bar Method). When an aggregate source is known to be reactive, ASTM C1567 results may be submitted in lieu of ASTM C1260 results.

Page 142: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-60

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Any aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (a) Combined Aggregates. The mix design sources of aggregates, cement and mitigative

measures shall be tested. The proportions of aggregates and mitigative measures shall be those used in the mix design.

(b) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design.

The Concrete Mix Design Report shall include Certified Test Reports showing that the cement, fly ash and silica fume meet the specification requirements and support this statement with actual test results. The certification for silica fume shall state the solids content if the silica fume admixture is furnished as slurry. Approved fly ash may be substituted for ASTM C150 cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. For all concrete mix designs with ASTM C595 or C1157 cements, the total pozzolan content shall not exceed 30 percent by weight of the cementitious content. When the Contractor’s use of fly ash results in any delay, necessary changes in admixture quantities or source, or unsatisfactory work, the cost of such delays, changes or corrective actions shall be borne by the Contractor. The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, fly ash, silica fume or aggregate. When a change occurs in the source of approved admixtures, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change will be approved by the Engineer prior to use. The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be permitted at the discretion of the Engineer when documentation includes the following:

Page 143: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-61

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

(a) Manufacturer’s recommended dosage of the admixture. (b) A letter stamped by the Concrete Mix Design Engineer approving the changes to the

existing mix design. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a Concrete Mix Design. Review and approval of the Concrete Mix Design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the Project. 601.08 AIR CONTENT ADJUSTMENT

Delete Subsection 601.08 and replace with the following: When a batch of concrete delivered to the project does not conform to the minimum specified air content, an air entraining admixture conforming to Subsection 711.02 may be added in accordance with Subsection 601.17. After the admixture is added, the concrete shall be re-mixed for a minimum of 20 revolutions of the mixer drum at mixing speed. The concrete will then be re-tested by QC. 601.12 PLACING CONCRETE Subsection 601.12(a) shall be revised to include the following: Unless otherwise specified, hand finishing methods will be permitted only when performed under the direct supervision of a Craftsman holding the following certificate: ACI Concrete Flatwork Finisher and Technician (ACICFFT) or other Flatwork Finisher certification program approved by the Department. A minimum of one certified Craftsman is required at each finishing operation. A minimum of one certified Craftsman is required for each three or fewer finishers (non-certified ACICFFTs) at each operation. Subsection 601.12(d) shall be revised to include the following: The Contractor shall not use pipes, chutes, troughs, spouts, or tremies that are fabricated of aluminum materials for pumping, conveying, or placing concrete.

Page 144: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-62

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

Subsection 601.12(g) shall be revised to include the following: When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor’s expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yards of concrete shall be pumped and discarded to prime the pump. Water shall not be added directly into the concrete pump hopper after placement has commenced. If water is added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump re-primed at the Contractor’s expense. The pump operator shall have a valid operator’s certification from the American Concrete Pumping Association. Boom pumps shall have a current Concrete Pump Manufacturers Association’s CPMA27-2000 certification. Equipment added to the pump shall meet the pump manufacturer’s specifications. The Contractor shall submit the specifications of the pumping equipment and the qualifications of the operator to the Engineer for review at least two weeks prior to pumping concrete. Equipment and operators rejected by the Engineer shall be replaced at the Contractor’s expense. The pump shall be operated so that a continuous stream of concrete is produced. The pump equipment shall use a minimum of one of the following to maintain concrete uniformity: (a) A 360 degree loop immediately prior to the delivery end of the pump line. (b) A minimum one inch reducer installed at the entry to the delivery hose. (c) A minimum one inch reducing delivery hose. (d) A cable attached to the pump boom creating a minimum 90 degree bend in the steel

braided flexible hose. The point of discharge from the flexible hose at the end of the boom shall be at or above the lowest point of the bend.

(e) On horizontal pours, a 10-foot minimum horizontal delivery system placed on the deck. (f) Other approved methods. Metal pump lines or couplings shall not rest directly on epoxy coated reinforcing steel. The point of discharge of the pump shall be as close to the bridge deck elevation as possible. Subsection 601.12 (j), third paragraph, shall be revised to include the following: When concrete is to be placed on or adjacent to hardened concrete surfaces, the surface shall be saturated surface dry. Saturated surface dry concrete has no water on its surface. The pores of the concrete beneath the surface are moist.

Page 145: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-63

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

601.14 FINISHING HARDENED CONCRETE SURFACES Subsection 601.14(a) shall be revised to include the following: The finishing of hardened concrete surfaces shall not require a certified Concrete Flatwork Finisher as described in Subsection 601.12(a).

HYDRAULIC CEMENT Delete Subsection 701.01 and replace with the following: Hydraulic cement shall conform to the requirements of the following specifications for the type specified or permitted: Portland Cement ASTM C 150 Blended Hydraulic Cement ASTM C 595 Hydraulic Cement ASTM C 1157 All concrete, including precast, prestressed and pipe shall be constructed with one of the following hydraulic cements unless permitted otherwise.

ASTM C 150 Type I ASTM C 150 Type II ASTM C 150 Type V ASTM C 595 Type IP consisting of no less than 70 percent Portland Cement ASTM C 595 Type IP (MS) consisting of no less than 70 percent Portland Cement ASTM C 595 Type IP (HS) consisting of no less than 70 percent Portland Cement ASTM C 1157 Type GU consisting of no more than 10 percent limestone ASTM C 1157 Type MS consisting of no more than 10 percent limestone ASTM C 1157 Type HS consisting of no more than 10 percent limestone

Cement shall be from a preapproved source listed on the County’s Approved Products List. The cement intended for use on the project shall have been tested and accepted prior to its use. Certified Test reports showing that the cement meets the specification requirements, and supporting this statement with actual test results, shall be submitted to the Engineer prior to the tested material being incorporated into the project. Certified Test Reports shall indicate the percentage of pozzolan and/or limestone incorporated into the cement.

Page 146: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-64

REVISION OF SECTIONS 601 AND 701

STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

The cement shall be subject to sampling and testing by the County. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of the cement until the corrections necessary have been taken to insure that the material meets the specifications. 701.02 FLY ASH Delete Subsection 701.02 and replace with the following: Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or Class F with the following exceptions: (a) The loss on ignition shall not exceed 3.0 percent. (b) The CaO in Class F fly ash shall not exceed 18 percent. Fly ash shall be from a preapproved source listed on the CDOT Approved Products List. The fly ash intended for use on the project shall have been tested and accepted prior to its use. Certified Test reports showing that the fly ash meets the specification requirements and supporting this statement with actual test results shall be submitted to the Engineer. Preapproval shall include submission of a report from the supplier documenting the results of testing the fly ash from that source in accordance with the Toxicity Characteristic Leaching Procedure (TCLP) described in 40 CFR 261, Appendix II. The report shall include the results of TCLP testing for heavy metals and other contaminants found in the fly ash. The report shall list the contaminants tested, and the allowable levels for each contaminant tested. A new report shall be submitted for each preapproved source annually. Additional TCLP testing may be required when the Department suspects that the fly ash source may have been contaminated. The fly ash shall be subject to sampling and testing by the County. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of fly ash until the corrections necessary have been taken to insure that the material meets the specifications.

Page 147: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-65

REVISION OF SECTION 609

CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows:

BASIS OF PAYMENT

Subsection 609.07 shall be revised to include the following: Curb and Gutter Type 2 (Section II-B) not placed monolithic with the 9 Inch Concrete Pavement will require tie bars in accordance with revision of Section 412.13. Any damage due to saw cutting or preparation for curb and gutter shall be repaired or patched, at the Contractor’s expense. Payment shall be made under:

Pay Item Pay Unit Curb and Gutter Type 2 (Section II-B) Linear Foot

Page 148: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-66

REVISION OF SECTION 626

MOBILIZATION Section 626 of the Standard Specifications is hereby revised for this project as follows:

DESCRIPTION Subsection 626.01 shall be revised to include the following: Multiple mobilizations are anticipated for this Project. The Engineer may include other locations to this project not identified at the time of the beginning of this project. No separate measurement and payment shall be made for any additional mobilizations for this additional work. The Contractor shall provide the following related to public information on an ongoing basis (throughout the duration of the Project): At the preconstruction meeting, the Contractor shall designate a Public Information Manager (PIM) for the Project. The PIM shall provide information on a regular basis to businesses and private individuals that may be affected / or impacted by the work associated with this project. No construction shall be allowed until proper notification has been completed to the satisfaction of the Engineer.

Page 149: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-67

REVISION OF SECTION 627

PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows:

CONSTRUCTION REQUIREMENTS 627.03 GENERAL Subsection 627.03 shall be revised to include the following: Full compliance temporary pavement markings shall be done using an alkyd based low V.O.C. paint for all lane line markings in accordance with Subsection 708.05. Full compliance pavement markings shall be done before any section of roadway is opened to the public. The Contractor may be allowed the use of temporary markings, but only with the Engineer’s written approval. Full compliance markings must be completed within 7 calendar days, if the use of temporary markings is allowed. The Contractor shall be responsible for placing temporary markings on any project site as directed by the Engineer. Placement of temporary markings, required by the Engineer, shall not be measured and paid separately, but shall be included in the work. 627.04 PAVEMENT MARKING WITH PAINT Subsection 627.04 shall be revised to include the following: Striping equipment used on this project shall be capable of painting a reasonable clean stripe of 5 inches.

BASIS OF PAYMENT Subsections 627.13 shall be revised as follows: Payment will be made under: Pay Item Pay Unit Temporary Striping (Paint) Gallon Epoxy Pavement Marking Gallon Methyl Methacrylate (60 Mil) Square Foot

Page 150: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-68

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows:

DESCRIPTION Subsection 630.01 shall be revised include the following: This work shall consist of furnishing, operating, and maintaining four portable message sign panels to be on the project site at least three days prior to the start of any roadway activities. The Contractor may be required to place Portable Message Sign Panels – one on each end of any Project location. The sign panels shall be placed a minimum of seventy-two (72) hours prior to the start of any road work and shall remain in place until all roadwork is complete or shall be removed by the Contractor at the direction of the Engineer at any time and at any specific location. The type of sign panels used, the message to be displayed, and the placement location of each sign shall be subject to review and approval by the Engineer.

MATERIALS 630.02 SIGNS AND BARRICADES Subsection 630.02 shall be revised to include the following: All traffic control devices shall conform to the most recent version of the Federal Manual on Uniform Traffic Control Devices (MUTCD), the Colorado Supplemental MUTCD, the Douglas County Road and Construction Standards Manual and all applicable specifications and illustrations in the CDOT M and S Standards. The Contractor installing signing is responsible for scheduling and providing utility locates, identifying conflicts, and protecting all existing utilities.

Page 151: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-69

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL - Continued -

630.031 PORTABLE MESSAGE SIGN PANEL Add Subsection 630.031 which shall include the following: 630.031 Portable Message Sign Panel. A portable message sign panel shall be furnished as a device fully self-contained on a portable trailer, capable of being licensed for normal highway travel, and shall include leveling and stabilization jacks. The panel shall display a minimum of three - eight character lines. The panel shall be a dot-matrix type with either fluorescent yellow flip-disks legend and/or LED legend on a flat black background. LED signs shall have a pre-default message that activates before a power failure. The sign shall have its own separate power source with independent back-up battery powered source. The sign shall be capable of 360 degrees rotation and be able to be elevated to a height of at least five feet above the ground to the bottom of the sign. The sign should be visible from one-half mile under both day and night conditions. The message should be legible from a minimum of 650 feet. The sign shall automatically adjust its light source to meet the legibility requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear polycarbonate front cover. Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc. Each sign shall also conform to the following: (a) Flip-disks legend signs shall have fluorescent ultraviolet blacklight bulbs. (b) In addition to the onboard solar/generator power operation with battery back-up, each sign

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

functions required by the specification shall be provided with each sign. (d) Each sign shall include an operating and parts manual, wiring diagrams, and

trouble-shooting guide. (e) The portable message sign shall be capable of maintaining all required operations under

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

system.

Page 152: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-70

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL - Continued -

630.08 GENERAL Subsection 630.08 shall be revised to include the following: Any portable device that requires weight to prevent overturning shall be weighted with appropriate sized sandbags. Traffic Control devices shall be kept clean throughout all phases of construction. Cleaning shall be done on a regular basis and as directed by the Engineer. Work zone devices designated by FHWA as Category 1, including single-piece drums, tubes, cones, delineators, crash cushions, and truck mounted attenuators shall meet NCHRP 350 crash test requirements. The Contractor shall obtain and present to the Engineer the manufacturer’s written NCHRP 350 certification for each type of Category 1 device before they can be installed and used on the Project.

CONSTRUCTION REQUIREMENTS 630.09 TRAFFIC CONTROL PLAN In Subsection 630.09, delete the first paragraph and replace with the following: The Contractor shall control traffic in accordance with an approved Traffic Control Plan (TCP) and/or Method of Handling Traffic (MHT). The Contractor is responsible for preparing the TCP for the project and submitting it to the County prior to the preconstruction meeting for review and approval. The TCP shall be prepared in accordance with the MUTCD, Subsection 104.04, and Section 630 of the Standard Specifications and Special Provisions and Standard Plans S-630-1 Traffic Controls for Highway Construction. To implement the TCP, the Contractor shall develop and submit a method for handling traffic (MHT) for each different phase of construction which shows the Contractor's proposed construction phasing and proposed traffic control devices consistent with the TCP. If at any time, the Contractor desires to change the MHT, it shall be considered a different phase requiring a new MHT, and the Contractor shall submit said revisions to the County for review and approval prior to implementation.

Page 153: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-71

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL -Continued-

The control of traffic through the construction area shall be the responsibility of the Contractor. The Contractor shall erect and maintain warning lights, signs, barricades, and sufficient safeguards around all excavations, embankments, and obstructions. All signs shall be mounted on their own post and not utilize existing structures of any kind. The Contractor shall provide access for fire protection and other emergency vehicles at all times, 24 hours per day with no delays allowed. The Contractor is responsible for notifying the applicable agencies including dispatch, fire protection districts, school districts, and Sheriff’s Department of all construction activities and keeping them informed throughout the project duration. When changing elevations at driveways, the Contractor shall be able to provide access within five (5) minutes of notice from a resident or business requiring access. In the case of an emergency, the Contractor shall respond to the resident or business and provide access immediately. The Contractor shall be responsible for assuring that traffic is directed through the project with signs, barricades, flag persons, and pilot cars as necessary to protect the work and for the safety of the public. Traffic control shall be accomplished in accordance with the general conditions of the MUTCD published by the U.S. Department of Transportation and the Federal Highway Administration. The Contractor shall furnish, place and maintain all traffic control devices in the construction area. Traffic may be detoured, if detours are properly erected and maintained, and approved by the Engineer. The Contractor shall maintain two-way traffic at all times in the areas under construction, where applicable. The Contractor shall provide flaggers and the Traffic Control Supervisor (TCS) with workable radios and back-up radios, available at all times during flagging operations. If the Contractor is working at more than one location within the project limits at the same time, Contractor shall provide adequate traffic control and/or flagging at each location in order to accommodate access to local businesses, emergency vehicles and school buses. When changing elevations at cross streets, the Contractor shall not change elevations exceeding 4 inches vertically at any one time. At the pre-construction conference, the Contractor shall designate the TCS and backup TCS responsible for traffic control management for the project. The TCS and TCS backups are required to have working mobile phones at all times (24 hours per day). The Contractor’s TCS shall be present during all work activities that are required. The Contractor is to supply copies of TCS and Flagger Certifications to verify they are currently certified. These certifications will be supplied to the Engineer prior to the pre-construction meeting. The Contractor shall inform

Page 154: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-72

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL -Continued-

the Engineer of any changes or substitutions in the designated TCS and TCS backups prior to making any changes.

The latest edition of the MUTCD shall be followed for all work zone construction, final signage and striping. The components of the Traffic Control Plan (TCP) for this Project are included in the following: (a) Section 630 of the Standard Specifications. (b) Standard Plan Section-630-1, Traffic Controls for Highway Construction and Standard Plan

Section-630-2. Special TCP requirements for this Project are as follows: (a) The Contractor shall maintain access to all roadways, side streets, walkways, alleyways,

driveways, and hike/bike paths at all times unless otherwise directed by the Engineer. Parking areas temporarily disturbed by construction activities shall be restored to a usable condition during non-working hours. Such temporary parking shall utilize an all-weather surface. The Contractor shall develop an Access Maintenance Plan in coordination with, and based on the requirements of the affected property owners and tenants, and submit it to the Engineer for approval prior to commencement of work. This plan shall detail all barricades, ramps, signs, and temporary means of access required by the property owners or tenants. Prior to commencing any work which affects access to a property, the Access Maintenance Plan for that property must be submitted and approved by the Engineer.

(b) The Contractor shall maintain continuous access throughout the Project for pedestrians, bicyclists, and disabled persons. When the existing access route is disturbed by construction, a temporary all-weather access shall be provided. All temporary access shall be a minimum of 5 feet wide and meet Americans with Disabilities Act (ADA) requirements. Acceptable all-weather surfacing shall be concrete or asphalt surface, or as approved by the Engineer. Delineation of pedestrian access through the work area shall be accomplished using temporary plastic fencing. The costs of maintaining access for pedestrians, bicyclists, and disabled persons will not be paid for separately, unless otherwise provided, but shall be included in the work.

(c) The costs of maintaining vehicular access will not be paid for separately, unless otherwise provided, but shall be included in the work. Utilization of materials to be incorporated into the work may be permitted. However, any degradation or other contamination or destruction shall be corrected at the Contractor’s expense prior to acceptance.

(d) During non-construction periods (evenings, weekends, holidays, etc.), all work areas shall be adequately protected to insure the safety of vehicular and pedestrian traffic, as detailed in the Contractor’s MHT. Excavations or holes shall be filled in or fenced when unattended.

Page 155: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-73

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL -Continued-

(e) Whenever the Contractor removes, obliterates, or overlays any pavement markings, he

shall replace them on a daily basis prior to opening the affected areas to traffic. All temporary pavement markings shall fully comply with the Standard Specifications and Special Provisions. It is the Contractor’s responsibility to maintain striping during performance of the work. If, in the opinion of the Engineer, striping maintenance work is required, the Contractor shall re-stripe affected areas as directed within 48 hours of notice from the Engineer. Costs associated with re-striping shall not be paid for separately, but shall be included in the work.

(f) The Contractor shall not have construction equipment or materials in the lanes open to traffic any time unless directed by the Engineer.

(g) Two weeks prior to starting construction, the Contractor shall notify Douglas County of the date the Contractor intends to start construction.

(h) At least four weeks prior to the closure of any roadway, including overnight closures, the Contractor shall contact Douglas County to inform them of the planned closures and obtain the necessary permits.

(i) All personal vehicle and construction equipment parking is prohibited where it conflicts with safety, access, or the flow of traffic. Landscaped areas and roadway shoulders shall be kept clear of parking and storage of all personal and construction equipment except where approved by the Engineer.

(j) No work that interferes with traffic will be allowed on holidays or any day of a three-day or four-day weekend that includes a holiday. Holidays on which this restriction applies consist of those holidays recognized by the State of Colorado as listed in Subsection 101.33.

(k) All lane closures shall be subject to the approval of the Engineer. Request for each closure shall be made at least 24 hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized in continuum for the intended purpose for which they were set up.

(l) During non-working hours, the roadways shall be restored to a safe travel condition for the free flow of traffic. Any maintenance required to restore the roadways to this condition, including the pavement patching and grading, shall be done prior to opening the areas to traffic or completing work for the day.

(m) The Contractor shall clean the roadway of all construction debris before opening it to traffic after any road closure.

(n) Traffic control devices in excess of those in the approved MHT, required by the Contractor to implement the Contractor’s schedule or approved alternate phasing plan, shall be provided at the Contractor’s expense.

Page 156: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-74

REVISION OF SECTION 630

CONSTRUCTION ZONE TRAFFIC CONTROL -Continued-

630.10 TRAFFIC CONTROL MANAGEMENT Subsection 630.10 shall be revised to include the following: The Contractor’s Superintendent, and all others serving in a similar supervisory capacity shall have completed a CDOT-approved two-day Traffic Control Supervisor training as offered by the CCA. The one-day ATSSA Traffic Control Technician (TCT) training, along with the two-day ATSSA Traffic Control Supervisor training, will serve as an alternate. If the alternate is chosen, the Contractor shall provide written evidence that at least an 80 percent score was achieved in both of the two training classes.

The certifications of completion or certifications of achievement for all appropriate staff shall be submitted to the Engineer at the preconstruction conference.

METHOD OF MEASUREMENT

Subsection 630.14 shall be revised to include the following: No separate measurement and payment will be made for, but not limited to, the following: variable message boards, construction traffic signs and posts, access roads, radios, mobile phones, telephones, Traffic Control Supervisor, shoring, temporary concrete barrier, temporary pavement markings, removal of temporary pavement markings, vertical panels, batteries for flashers, drums, cones, delineators, barricades, supervision, flagging, pilot cars, detour roads, detour signs and posts, temporary culverts, additional earthwork for detours, and all other miscellaneous labor, equipment and materials required to complete the Project. Douglas County reserves the right to add additional requirements if conditions warrant.

BASIS OF PAYMENT Subsection 630.15 shall be revised to include the following: All cost for this work and material shall not be individually measured and paid for, but shall be included in all other items of work.

Page 157: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

Douglas County Community Planning and Sustainable Development Engineering Division Quebec – Lincoln – University Intersection Improvements Douglas County Project Number CI 2011 – 007 Project Special Provisions Page PSP-75

REVISION OF SECTION 700

FORCE ACCOUNT ITEMS

DESCRIPTION This Special Provision contains the estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will not be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer.

BASIS OF PAYMENT Payment will be made in accordance with Subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item.

Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, State, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor.

Force Account Item Quantity Estimated Amount Minor Contract Revisions 1 $200,000.00 Force Account Descriptions: Minor Contract Revisions – This work consists of the following: 1) Minor work authorized and

approved by the Engineer, which is not included in the contract drawings or specifications, and is necessary to accomplish the scope of work on this Contract, including item overruns; 2) Additional erosion control costs; and 3) Additional traffic control costs, including Uniformed Traffic Control.

Page 158: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

DOUGLAS COUNTY COMMUNITY PLANNING AND SUSTAINABLE DEVELOPMENT - ENGINEERING DIVISION

BID OPENING: AUGUST 15, 2012 AT 2:00 P.M. SEAN P. OWENS, P.E., PROJECT ENGINEER

APPROXIMATEITEM DESCRIPTION QUANTITY UNIT UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST

202 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL 186 SY 2.00$ $372.00 $14.50 $2,697.80 13.00$ $2,418.00 11.00$ $2,046.00

202 REMOVAL OF CURB AND GUTTER 2,008 LF 1.00$ $2,008.00 $5.55 $11,153.01 5.00$ $10,040.00 7.00$ $14,056.00

202 REMOVAL OF CONCRETE PAVEMENT 8,680 SY 4.00$ $34,720.00 $15.46 $134,168.00 11.00$ $95,480.00 15.50$ $134,540.00

202 REMOVAL OF CONCRETE PAVEMENT (DIAMOND GRINDING) 980 SY 10.00$ $9,800.00 $16.75 $16,417.80 25.00$ $24,500.00 25.24$ $24,735.20

203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) 482 CY 10.00$ $4,820.00 $27.02 $13,025.71 18.00$ $8,676.00 14.00$ $6,748.00

208 INLET PROTECTION (SUMP) 4 EA 200.00$ $800.00 $341.69 $1,366.75 200.00$ $800.00 550.00$ $2,200.00

208 INLET PROTECTION (ON-GRADE) 5 EA 200.00$ $1,000.00 $330.97 $1,654.86 200.00$ $1,000.00 675.00$ $3,375.00

208 CONCRETE WASHOUT STRUCTURE 2 EA 100.00$ $200.00 $1,255.27 $2,510.54 2,000.00$ $4,000.00 1,500.00$ $3,000.00

208 EROSION CONTROL SUPERVISOR 1 LS 21,000.00$ $21,000.00 $4,959.54 $4,959.54 7,000.00$ $7,000.00 2,500.00$ $2,500.00

210 RESET GROUND SIGN 2 EA 150.00$ $300.00 $266.35 $532.69 300.00$ $600.00 175.00$ $350.00

210 ADJUST MANHOLE 3 EA 100.00$ $300.00 $495.36 $1,486.09 400.00$ $1,200.00 400.00$ $1,200.00

210 ADJUST VALVE BOX 3 EA 100.00$ $300.00 $300.17 $900.52 300.00$ $900.00 200.00$ $600.00

304 AGGREGATE BASE COURSE (CLASS 6) 482 CY 50.00$ $24,100.00 $35.69 $17,204.65 27.00$ $13,014.00 18.00$ $8,676.00

412 CONCRETE PAVEMENT (9 INCH) (CLASS P) 4,776 SY 80.00$ $382,080.00 $61.06 $291,622.56 50.00$ $238,800.00 46.00$ $219,696.00

412 CONCRETE PAVEMENT (9 INCH) (CLASS E) (HIGH EARLY) 3,904 SY 80.00$ $312,320.00 $81.97 $319,999.73 74.00$ $288,896.00 61.00$ $238,144.00

609 CURB AND GUTTER TYPE 2 (SECTION 11-B) 1,703 LF 10.00$ $17,030.00 $17.43 $29,688.16 13.00$ $22,139.00 12.45$ $21,202.35

620 SANITARY FACILITY 1 EA 3,000.00$ $3,000.00 $960.59 $960.59 1,200.00$ $1,200.00 750.00$ $750.00

626 MOBILIZATION 1 LS 20,000.00$ $20,000.00 $71,564.06 $71,564.06 27,000.00$ $27,000.00 65,000.00$ $65,000.00

627 TEMPORARY STRIPING (PAINT) 24 GAL 27.11$ $650.64 $115.92 $2,782.11 70.00$ $1,680.00 38.45$ $922.80

627 EPOXY PAVEMENT MARKING 24 GAL 66.69$ $1,600.56 $253.58 $6,085.82 70.00$ $1,680.00 275.00$ $6,600.00

627 METHYL METHACRYLATE (60 MIL) 650 SF 10.59$ $6,883.50 $27.53 $17,894.50 20.00$ $13,000.00 28.50$ $18,525.00

630 TRAFFIC CONTROL 1 LS 100,000.00$ $100,000.00 $67,969.37 $67,969.37 35,000.00$ $35,000.00 68,000.00$ $68,000.00

700 F/A MINOR CONTRACT REVISIONS 1 F/A 200,000.00$ $200,000.00 $200,000.00 $200,000.00 200,000.00$ $200,000.00 200,000.00$ $200,000.00

TOTAL BID $1,143,284.70 $1,216,644.85 $999,023.00 $1,042,866.35

EstimateAverage of

Denver, CO 80221

6800 N Broadway, Suite 109

(7) Bidders Brighton, CO 80601

154 Cisne CircleSilva Construction Inc. Villalobos Concrete Inc.

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007QUEBEC-LINCOLN-UNIVERSITY INTERSECTION IMPROVEMENTS

Engineer's

Page 1 of 4 Bid Tabs Quebec-Lincoln-University

Page 159: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

DOUGLAS COUNTY COMMUNITY PLANNING AND SUSTAINABLE DEVELOPMENT - ENGINEERING DIVISION

BID OPENING: AUGUST 15, 2012 AT 2:00 P.M. SEAN P. OWENS, P.E., PROJECT ENGINEER

APPROXIMATEITEM DESCRIPTION QUANTITY UNIT UNIT PRICE COST UNIT PRICE COST

202 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL 186 SY 2.00$ $372.00 $14.50 $2,697.80

202 REMOVAL OF CURB AND GUTTER 2,008 LF 1.00$ $2,008.00 $5.55 $11,153.01

202 REMOVAL OF CONCRETE PAVEMENT 8,680 SY 4.00$ $34,720.00 $15.46 $134,168.00

202 REMOVAL OF CONCRETE PAVEMENT (DIAMOND GRINDING) 980 SY 10.00$ $9,800.00 $16.75 $16,417.80

203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) 482 CY 10.00$ $4,820.00 $27.02 $13,025.71

208 INLET PROTECTION (SUMP) 4 EA 200.00$ $800.00 $341.69 $1,366.75

208 INLET PROTECTION (ON-GRADE) 5 EA 200.00$ $1,000.00 $330.97 $1,654.86

208 CONCRETE WASHOUT STRUCTURE 2 EA 100.00$ $200.00 $1,255.27 $2,510.54

208 EROSION CONTROL SUPERVISOR 1 LS 21,000.00$ $21,000.00 $4,959.54 $4,959.54

210 RESET GROUND SIGN 2 EA 150.00$ $300.00 $266.35 $532.69

210 ADJUST MANHOLE 3 EA 100.00$ $300.00 $495.36 $1,486.09

210 ADJUST VALVE BOX 3 EA 100.00$ $300.00 $300.17 $900.52

304 AGGREGATE BASE COURSE (CLASS 6) 482 CY 50.00$ $24,100.00 $35.69 $17,204.65

412 CONCRETE PAVEMENT (9 INCH) (CLASS P) 4,776 SY 80.00$ $382,080.00 $61.06 $291,622.56

412 CONCRETE PAVEMENT (9 INCH) (CLASS E) (HIGH EARLY) 3,904 SY 80.00$ $312,320.00 $81.97 $319,999.73

609 CURB AND GUTTER TYPE 2 (SECTION 11-B) 1,703 LF 10.00$ $17,030.00 $17.43 $29,688.16

620 SANITARY FACILITY 1 EA 3,000.00$ $3,000.00 $960.59 $960.59

626 MOBILIZATION 1 LS 20,000.00$ $20,000.00 $71,564.06 $71,564.06

627 TEMPORARY STRIPING (PAINT) 24 GAL 27.11$ $650.64 $115.92 $2,782.11

627 EPOXY PAVEMENT MARKING 24 GAL 66.69$ $1,600.56 $253.58 $6,085.82

627 METHYL METHACRYLATE (60 MIL) 650 SF 10.59$ $6,883.50 $27.53 $17,894.50

630 TRAFFIC CONTROL 1 LS 100,000.00$ $100,000.00 $67,969.37 $67,969.37

700 F/A MINOR CONTRACT REVISIONS 1 F/A 200,000.00$ $200,000.00 $200,000.00 $200,000.00

TOTAL BID $1,143,284.70 $1,216,644.85

EstimateAverage of (7) Bidders

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007QUEBEC-LINCOLN-UNIVERSITY INTERSECTION IMPROVEMENTS

Engineer's

UNIT PRICE COST UNIT PRICE COST

29.00$ $5,394.00 16.00$ $2,976.00

5.00$ $10,040.00 5.00$ $10,040.00

25.00$ $217,000.00 16.00$ $138,880.00

27.00$ $26,460.00 20.00$ $19,600.00

33.00$ $15,906.00 45.00$ $21,690.00

370.00$ $1,480.00 750.00$ $3,000.00

220.00$ $1,100.00 700.00$ $3,500.00

600.00$ $1,200.00 1,500.00$ $3,000.00

1,200.00$ $1,200.00 10,000.00$ $10,000.00

200.00$ $400.00 300.00$ $600.00

500.00$ $1,500.00 550.00$ $1,650.00

300.00$ $900.00 350.00$ $1,050.00

59.00$ $28,438.00 29.50$ $14,219.00

54.00$ $257,904.00 65.35$ $312,111.60

70.00$ $273,280.00 86.21$ $336,563.84

15.00$ $25,545.00 19.38$ $33,004.14

600.00$ $600.00 1,700.00$ $1,700.00

81,390.00$ $81,390.00 34,000.00$ $34,000.00

67.00$ $1,608.00 433.00$ $10,392.00

265.00$ $6,360.00 333.00$ $7,992.00

28.00$ $18,200.00 29.50$ $19,175.00

55,000.00$ $55,000.00 75,500.00$ $75,500.00

200,000.00$ $200,000.00 200,000.00$ $200,000.00

$1,230,905.00 $1,260,643.58

5750 W Airport Road

Sedalia, CO 80135

PO Box 21008Chato's Concrete, LLCKECI Colorado Inc.

Denver, CO 80221

Page 2 of 4 Bid Tabs Quebec-Lincoln-University

Page 160: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

DOUGLAS COUNTY COMMUNITY PLANNING AND SUSTAINABLE DEVELOPMENT - ENGINEERING DIVISION

BID OPENING: AUGUST 15, 2012 AT 2:00 P.M. SEAN P. OWENS, P.E., PROJECT ENGINEER

APPROXIMATEITEM DESCRIPTION QUANTITY UNIT UNIT PRICE COST UNIT PRICE COST

202 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL 186 SY 2.00$ $372.00 $14.50 $2,697.80

202 REMOVAL OF CURB AND GUTTER 2,008 LF 1.00$ $2,008.00 $5.55 $11,153.01

202 REMOVAL OF CONCRETE PAVEMENT 8,680 SY 4.00$ $34,720.00 $15.46 $134,168.00

202 REMOVAL OF CONCRETE PAVEMENT (DIAMOND GRINDING) 980 SY 10.00$ $9,800.00 $16.75 $16,417.80

203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) 482 CY 10.00$ $4,820.00 $27.02 $13,025.71

208 INLET PROTECTION (SUMP) 4 EA 200.00$ $800.00 $341.69 $1,366.75

208 INLET PROTECTION (ON-GRADE) 5 EA 200.00$ $1,000.00 $330.97 $1,654.86

208 CONCRETE WASHOUT STRUCTURE 2 EA 100.00$ $200.00 $1,255.27 $2,510.54

208 EROSION CONTROL SUPERVISOR 1 LS 21,000.00$ $21,000.00 $4,959.54 $4,959.54

210 RESET GROUND SIGN 2 EA 150.00$ $300.00 $266.35 $532.69

210 ADJUST MANHOLE 3 EA 100.00$ $300.00 $495.36 $1,486.09

210 ADJUST VALVE BOX 3 EA 100.00$ $300.00 $300.17 $900.52

304 AGGREGATE BASE COURSE (CLASS 6) 482 CY 50.00$ $24,100.00 $35.69 $17,204.65

412 CONCRETE PAVEMENT (9 INCH) (CLASS P) 4,776 SY 80.00$ $382,080.00 $61.06 $291,622.56

412 CONCRETE PAVEMENT (9 INCH) (CLASS E) (HIGH EARLY) 3,904 SY 80.00$ $312,320.00 $81.97 $319,999.73

609 CURB AND GUTTER TYPE 2 (SECTION 11-B) 1,703 LF 10.00$ $17,030.00 $17.43 $29,688.16

620 SANITARY FACILITY 1 EA 3,000.00$ $3,000.00 $960.59 $960.59

626 MOBILIZATION 1 LS 20,000.00$ $20,000.00 $71,564.06 $71,564.06

627 TEMPORARY STRIPING (PAINT) 24 GAL 27.11$ $650.64 $115.92 $2,782.11

627 EPOXY PAVEMENT MARKING 24 GAL 66.69$ $1,600.56 $253.58 $6,085.82

627 METHYL METHACRYLATE (60 MIL) 650 SF 10.59$ $6,883.50 $27.53 $17,894.50

630 TRAFFIC CONTROL 1 LS 100,000.00$ $100,000.00 $67,969.37 $67,969.37

700 F/A MINOR CONTRACT REVISIONS 1 F/A 200,000.00$ $200,000.00 $200,000.00 $200,000.00

TOTAL BID $1,143,284.70 $1,216,644.85

EstimateAverage of (7) Bidders

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007QUEBEC-LINCOLN-UNIVERSITY INTERSECTION IMPROVEMENTS

Engineer's

UNIT PRICE COST UNIT PRICE COST

10.93$ $2,032.98 12.00$ $2,232.00

3.58$ $7,188.64 8.00$ $16,064.00

13.70$ $118,916.00 14.50$ $125,860.00

4.63$ $4,537.40 5.40$ $5,292.00

39.42$ $19,000.44 14.75$ $7,109.50

100.81$ $403.24 200.00$ $800.00

100.81$ $504.05 200.00$ $1,000.00

856.90$ $1,713.80 1,000.00$ $2,000.00

7,056.80$ $7,056.80 3,500.00$ $3,500.00

302.43$ $604.86 200.00$ $400.00

564.54$ $1,693.62 550.00$ $1,650.00

151.22$ $453.66 450.00$ $1,350.00

43.36$ $20,899.52 31.00$ $14,942.00

72.07$ $344,206.32 61.00$ $291,336.00

76.56$ $298,890.24 98.00$ $382,592.00

24.70$ $42,064.10 18.00$ $30,654.00

1,008.11$ $1,008.11 950.00$ $950.00

117,208.43$ $117,208.43 60,350.00$ $60,350.00

61.50$ $1,476.00 73.50$ $1,764.00

252.03$ $6,048.72 300.00$ $7,200.00

26.21$ $17,036.50 31.50$ $20,475.00

66,535.56$ $66,535.56 105,550.00$ $105,550.00

200,000.00$ $200,000.00 200,000.00$ $200,000.00

$1,279,478.99 $1,283,070.50

Interstate Highway Construction39673 E 160th Ave

Keenesburg, CO 80643

PO Box 4356

Englewood, CO 80155

Noraa Concrete Construction

Page 3 of 4 Bid Tabs Quebec-Lincoln-University

Page 161: ~~ DOUGLAS C0lrtirX · 2020. 1. 17. · Concrete Works Average ofBidders Engineering Estimate BIDPRICE $ 1,042,866.35 $ 999,023.00..$ 1,230,905.00 ... Villalobos'submitted the mostresponsive

DOUGLAS COUNTY COMMUNITY PLANNING AND SUSTAINABLE DEVELOPMENT - ENGINEERING DIVISION

BID OPENING: AUGUST 15, 2012 AT 2:00 P.M. SEAN P. OWENS, P.E., PROJECT ENGINEER

APPROXIMATEITEM DESCRIPTION QUANTITY UNIT UNIT PRICE COST UNIT PRICE COST

202 REMOVAL OF CONCRETE MEDIAN COVER MATERIAL 186 SY 2.00$ $372.00 $14.50 $2,697.80

202 REMOVAL OF CURB AND GUTTER 2,008 LF 1.00$ $2,008.00 $5.55 $11,153.01

202 REMOVAL OF CONCRETE PAVEMENT 8,680 SY 4.00$ $34,720.00 $15.46 $134,168.00

202 REMOVAL OF CONCRETE PAVEMENT (DIAMOND GRINDING) 980 SY 10.00$ $9,800.00 $16.75 $16,417.80

203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) 482 CY 10.00$ $4,820.00 $27.02 $13,025.71

208 INLET PROTECTION (SUMP) 4 EA 200.00$ $800.00 $341.69 $1,366.75

208 INLET PROTECTION (ON-GRADE) 5 EA 200.00$ $1,000.00 $330.97 $1,654.86

208 CONCRETE WASHOUT STRUCTURE 2 EA 100.00$ $200.00 $1,255.27 $2,510.54

208 EROSION CONTROL SUPERVISOR 1 LS 21,000.00$ $21,000.00 $4,959.54 $4,959.54

210 RESET GROUND SIGN 2 EA 150.00$ $300.00 $266.35 $532.69

210 ADJUST MANHOLE 3 EA 100.00$ $300.00 $495.36 $1,486.09

210 ADJUST VALVE BOX 3 EA 100.00$ $300.00 $300.17 $900.52

304 AGGREGATE BASE COURSE (CLASS 6) 482 CY 50.00$ $24,100.00 $35.69 $17,204.65

412 CONCRETE PAVEMENT (9 INCH) (CLASS P) 4,776 SY 80.00$ $382,080.00 $61.06 $291,622.56

412 CONCRETE PAVEMENT (9 INCH) (CLASS E) (HIGH EARLY) 3,904 SY 80.00$ $312,320.00 $81.97 $319,999.73

609 CURB AND GUTTER TYPE 2 (SECTION 11-B) 1,703 LF 10.00$ $17,030.00 $17.43 $29,688.16

620 SANITARY FACILITY 1 EA 3,000.00$ $3,000.00 $960.59 $960.59

626 MOBILIZATION 1 LS 20,000.00$ $20,000.00 $71,564.06 $71,564.06

627 TEMPORARY STRIPING (PAINT) 24 GAL 27.11$ $650.64 $115.92 $2,782.11

627 EPOXY PAVEMENT MARKING 24 GAL 66.69$ $1,600.56 $253.58 $6,085.82

627 METHYL METHACRYLATE (60 MIL) 650 SF 10.59$ $6,883.50 $27.53 $17,894.50

630 TRAFFIC CONTROL 1 LS 100,000.00$ $100,000.00 $67,969.37 $67,969.37

700 F/A MINOR CONTRACT REVISIONS 1 F/A 200,000.00$ $200,000.00 $200,000.00 $200,000.00

TOTAL BID $1,143,284.70 $1,216,644.85

EstimateAverage of (7) Bidders

DOUGLAS COUNTY PROJECT NUMBER CI 2011-007QUEBEC-LINCOLN-UNIVERSITY INTERSECTION IMPROVEMENTS

Engineer's

UNIT PRICE COST

9.60$ $1,785.60

5.30$ $10,642.40

12.50$ $108,500.00

10.00$ $9,800.00

25.00$ $12,050.00

221.00$ $884.00

221.00$ $1,105.00

1,330.00$ $2,660.00

3,460.00$ $3,460.00

387.00$ $774.00

503.00$ $1,509.00

350.00$ $1,050.00

42.00$ $20,244.00

79.00$ $377,304.00

108.00$ $421,632.00

19.50$ $33,208.50

516.00$ $516.00

116,000.00$ $116,000.00

68.00$ $1,632.00

280.00$ $6,720.00

29.00$ $18,850.00

70,200.00$ $70,200.00

200,000.00$ $200,000.00

$1,420,526.50

Concrete Works of Colorado1260 Rock Creek Circle

Lafayette, CO 80026

Page 4 of 4 Bid Tabs Quebec-Lincoln-University