/ C)T /72W SDouGLASCOUNTY 'WV COLORADO ORIGINAL

CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS DOUGLAS COUNTY

HR TIPPHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

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

For use with the Colorado Department of Transportation (CDOT Standard Specifications for Road and Bridge Construction, Dated 2005; Standard Plans, Dated July, 2006; as revised, and Douglas County Roadway Design and Construction Standards; as revised.

PRE-BID MEETING: WEDNESDAY, OCTOBER 24, 2012 AT 2:00 P.M. BID-OPENING: TUESDAY, OCTOBER 30, 2012 AT 2:00 P.M.

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

Approve

Koch, P.E., Engineering Services Director r rt urE.riThThPTE., Capita Improvements Project Manager

bbert L. KenuP.E., PTGTincipal Traffic Engineer // Neil Sarno, 'Thjectngineer HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

TABLE OF CONTENTS

INVITATION TO BID 4

NOTICE TO BIDDERS 5

BID DOCUMENTS: * Bid Proposal 11 "BidSchedule 12 *BjdBond 15 * Project Addenda 17 * Statement of Bidders Qualifications 18 * Non-Collusion Affidavit of Prime Bidder 22

Agreement 24 Payment Bond 31 Performance Bond 32 Guaranty 34 Conditional Notice of Award 35 Notice to Proceed 36 Owner's Payment Policies 37 *shall be completed and Submitted with Bid

DOUGLAS COUNTY STANDARD SPECIAL PROVISIONS: Page

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

Revision of Section 103Award and Execution of Cotitract (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 105Control 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

2 HR TIP-PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

TABLE OF CONTENTS - continued

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 Page No.

Utilities PSP-1 Public Involvement by Contractor PSP-4 Revision of Section 101 - Definition and Terms PSP-6 Revision of Sections 105 & 601Control of Work and Structural Concrete PSP-8 Revision of Section 106- Control of Material PSP-16 Revision of Section 107- Legal Relations and Responsibility to Public PSP-18 Revision of Section 108 - Prosecution and Progress PSP-22 Revision of Section 201Clearing and Grubbing PSP-24 Revision of Section 202- Removal of Structures and Obstructions PSP-26 Revision of Section 203- Excavation and Embankment PSP-28 Revision of Section 206- Excavation and Backfill for Structures PSP-32 Revision of Section 207- Topsoil PSP-34 Revision of Section 208- Erosion Control PSP-35 Revision of Section 209- Watering and Dust Palliatives PSP-52 Revision of Section 212- Seeding, Fertilizer, Soil Conditioner, and Sodding PSP-53 Revision of Section 304 - Aggregate Base Course PSP-54 Revision of Section 412- Portland Cement Concrete Pavement PSP-56 Revision of Sections 601 and 701Structural Concrete and Hydraulic Cement PSP-66 Revision of Sections 601 and 708- Structural Concrete and Paints PSP-80 Revision of Section 605W- Subsurface Drains PSP-84 Revision of Section 608- Sidewalks and Bikeways PSP-85 Revision of Section 609- Curb and Gutter PSP-86 Revision of Sections 614 and 630- Traffic Control Devices and Construction Zone Traffic Control PSP-87 Revision of Section 614- Traffic Control Devices PSP-89 Revision of Section 625 - Construction Surveying PSP-92 Revision of Section 626- Mobilization PSP-95 Revision of Section 627- Pavement Marking PSP-96 Revision of Section 630- Construction Zone Traffic Control P5P-97 Section 700- Force Account Items PSP- 100

3 INVITATION TO BID

OWNER: Douglas County Government Community Planning and Sustainable Development Engineering DivisionPhillip S. Miller Building 100 Third gtreet, Suite 220 Castle Rock, CO 80104

Separate sealed bids for the: HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

Will be received at: Douglas County Government Community Planning and Sustainable Development Engineering Division - Phillip S. Miller Building 100 Third Street, Suite 220 Castle Rock, CO 80104

Until 2:00 p.m. (local time), OCTOBER 30, 2012. The Contract Documents may be examined after 10:00 a.m., MONDAY, OCTOBER 15, 2012 at the following location:

Douglas County Government Community Planning and Sustainable Development Engineering Division - Phillip S. Miller Building 100 Third Street, Suite 220 Castle Rock, CO 80104

Copies of the Contract Documents may be obtained after 10:00 a.m., MONDAY, OCTOBER 15,2012 at the same 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 TUESDAY, OCTOBER 30, 2012 at:

Douglas County Government Community Planning and Sustainable Development Engineering Division - Phiilip S. Miller Building 100 Third Street, Suite 220 Castle Rock, CO 80104

Owner: Douglas County Government By: Neil Sarno, Project Engineer

A Pre-Bid conference will be held at 2:00 P.M. on WEDNESDAY, OCTOBER 24, 2012 at:

Douglas County Government Community Planning and Sustainable Development Engineering DivisionPhillip S. Miller Building 100 Third Street, Suite 220 Castle Rock, CO 80104

4 NOTICE TO BIDDERS

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

Receipt of Bids - Bids will be received by:

Douglas County Government Community Planting and Sustainable Development Engineering DivisionPhillip S. Miller Building 100 Third Street, Suite 220 Castle Rock, CO 80104 Attn: Neil Sarno, Project Engineer

until 2:00 P.M., local time, TUESDAY, OCTOBER 30, 2012.

Submission of Bids - All Bids must be submitted on the form provided in the Bidding Documents and in a sealed envelope addressed to Douglas County Engineering Division at the address above. Each envelope shall state on the outside, Bid for HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011- 005 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 space answer does not apply to Bidder, insert N/A. THIS IS A REQUIREMENT FOR ALL BIDDERS SUBMITTING BIDS FOR THIS PROJECT.

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

The submission of a Bid shall be a representation by the Bidder that he has complied with the requirements 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 their own estimates of the actual site conditions.

No claim that there was any misunderstanding as to the quantities, conditions, or nature of the work will be entertained after submission of Bids. Any questions during the bidding processcan be addressed to the following County Representative: Neil Sarno, Project Engineer at 303.660.7490 or by fax at 303.688.9343.

5 Specifications and Plans The work embraced herein shall be done in accordance with the Colorado Department of Transportation. Standard Specifications for Road and Bridge Construction, dated 2005; the Standard Plans, dated July, 2006, as revised; and in accordance with the Douglas County Roadway Design and Construction Standards as revised, insofar as the same may apply, and in accordance with the plans and these special provisions.

Interpretation of Contract Documents - The Bidder shall present all questions requiring an interpretation of the Contract Documents in writing to the County Representative. If the County Representative's decision requires a modification of the Contract Documents, such modification shall be contained in an Addendum, which shall be sent to all Bidders having received copies of the Contract Documents. All Addenda issued by the County Representative shall become part of the Contract Documents and shall have been considered and included as part of any Bid. Any decisions or interpretations by the County Representative, which are not contained in any properly issued Addendum, 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 County Representative, and a modification of the Contract Documents is required, the Project Engineer shall issue an Addendum containing all pertinent information. Such Addenda shall be sent to all Bidders having received a copy of the Contract Documents and shall become a part of the Contract Documents. The County may elect to issue project Addenda by either mail or fax to the Contractor! Plan Holders in order to be incorporated into the Contract Documents.

Modification and Withdrawal of Bids - Bids may be modified or withdrawn at any time prior to the opening of Bids. All modifications or withdrawals must be in writing and must arrive at the place where Bids are accepted prior to the time for the opening of Bids. A Bid modification shall not reveal the total amount of the original Bid.

Bonds - Each Bid shall be accompanied by cash, certified check or a Bid Bond on the form provided in the Bidding Documents payable to the Owner, in an amount not less than five percent (5%) of the total Bid. The Owner shall retain the Bid Bond of any Bidder that the Owner believes to have a reasonable chance of receiving the award of the Contract until the Successftzl Bidder executes the Owner-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 Bid Bonds shall be returned within sixty (60) days of the opening of Bids. ANY BID NOT ACCOMPANIED BY A CONFORMING BID BOND IN THE AMOUNT OF AT LEAST FIVE PERCENT OF THE BID PRICE WILL BE REJECTED AND WILL NOT BE READ.

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

If the Successfl.il Bidder fails to execute a Contract with the Owner within ten (10) days of the receipt of the Conditional Notice of Award, the Owner shall retain his Bid Bond as liquidated damages.

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

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

Applicable LawsThe submission of a Bid shall be a representation by the Bidder that he has familiarized himself with all laws applicable to the Project and will comply therewith throughout the Contract.

Award of the Contract The award will be made 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. Award may be made for any one section of the Bid Form separately or for the total Bid, or for any combination thereof

The Owner reserves the right to accept or reject any and all Bids, to waive any 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. Before making any award of a contract, the Owner will investigate any bidder in such maimer as it deems appropriate to determine the qualifications of that bidder to perform the work under the Contract.

Statement of Bidders Qualifications In addition to the prequalification of Bidders, as referred to in Section 102.01 "Prequalification of Bidders,' of the CDOT Standard Specifications for Road and Bridge Constmetion, Dated 2005, a Statement of'Bidder's Qualifications shall accompany the proposal. 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 received prequalification status (active status) with the Colorado Department of Transportation to bid on individual projects of the size and kind of work as set forth in the General Statement.

Conditional Notice of Award The Owner shall notif' the Successful Bidder, in writing, in accordance with Section 103 of the Douglas County Standard Special Provisions (SSPs), as revised. The Conditional Notice of Award will be accompanied by the Owner-Contractor Agreement and the necessary Bond Forms. Within ten (10) days of the date that Conditional Notice of Award has been granted, the Successful Bidder shall present, properly executed, a Payment Bond and a Performance Bond, the necessary Certificates of Insurance required by the Contract Documents, all other formal Contract Documents and execute the Owner-Contractor Agreement.

The County anticipates construction beginning on or around NOVEMBER 26, 2012.

Failure to Execute the Owner-Contractor Agreement- Tn the event that the Successful Bidder/Contractor fails to execute the Owner-Contractor Agreement, or provide a properly executed Performance Bond, Payment Bond, and the necessary Certificates of Insurance as required. by the Contract Documents, the Owner may elect to hold the Bidder-in default and retain the Bid Bond as liquidated damages.

7 After the Conditional Notice of Award has been granted, if the Owner fails to execute the Owner- Contractor Agreement within thirty (30) days of receipt of a properly executed Payment Bond submitted and Performance Bond, and receipt of the necessary Certificates of Insurance required by the Contract Documents, and all other formal Contract Documents, then the Successftd 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 the Owner 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, shall be issued within ten (10) days of the execution of the Owner/Contractor Agreement by the Owner and the successful bidder.

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

Substitution of Materials or Equipment - All Bids are to be based on those materials and equipment specified in the Contract Documents. The County Representative shall be the sole judge of the acceptability of substitute materials and equipment and may accept or reject such substitutes at any time. If a Bid is based on substitute material or equipment, the OWner may require a Bidder to supply those materials or equipment specified in the Contract Documents at no increase in contract price and with no extension of the period of performance.

Owner - The Owner of this project is the Board of County Commissioners of Douglas County, whose address is 100 Third Street, Suite 220, Castle Rock, Colorado 80104.

County Representative The County Representative for this Project is: Neil Sarno, Project Engineer 303.660.7490

Commencement of Work and Time of Completion - Attention is directed to the provisions in Section 1 08 - "Prosecution and Progress," of the Colorado Department of Transportation Standard Specifications, the Douglas County Standard Special Provisions (SSPs), the Douglas County Project Special 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 of the contract time. Contract time for this Completion Date Contract project will be 60 calendar days.

Contract time shall he charged commencing with the date stipulated in the "Noticc to Proceed."

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

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

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

Liquidated Damages - The Contractor shall pay to Douglas County a sum determined from the schedule of liquidated damages set forth in Subsection 108.08"Failure to Complete Work on Time," of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, or as revised, per day for each and every calendar day of delay in completing all or any designated portion of the work called for under the Contract, in all parts and requirements, within the time set forth in these special provisions.

Pre-Bid Meeting Conference/MinutesBidders are strongl' encouraged to attend the Pre-Bid Conference, scheduled for WEDNESDAY, OCTOBER, 24, 2012. The purpose of the pre-bid conference is to allow Bidders an opportunity to ask questions or seek clarification on any issues they may have concerning the project.

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

Douglas County Government Community Planning and Sustainable Development Engineering DivisionPhillip S. Miller Building 100 Third Street, Suite 220 Castle Rock, CO 80104

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

Special Instructions to the Contractor:

N/A

9 BID DOCUMENTS

FOR CONSTRUCTION OF

HR TIP PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

SEALED BID REQUIREMENTS

NOTE: Bid Documents, including the Bid Proposal, the Bid Guaranty, the Project Addenda, the Statement of Bidder's Qualifications and the Non-Collusion Affidavit shall be enclosed in a sealed envelope and clearly labeled with the words: HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARIC WAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-005, Name of Bidder and Date and Time of Rid Opening. Bids shall be delivered to the Department of Community Planning and Sustainable Development - Engineering Division, located in the Philip S. Miller Building, 100 Third Street, Suite 220, Castle Rock, CO 80104 and to no other Department of the County.Further, the outside envelope shall be marked:

ATTENTION: NEIL SARNO, PROJECT ENGINEER DO NOT OPEN (IN LARGE 1-1/2 INCH LETTERS.)

DOUGLAS COUNTY, COLORADO

COMMUNITY PLANNING AND SUSTAINABLE DEVELOPMENT DEPARTMENT

ENGINEERING DIVISION

10 ORIGINAL

BID PROPOSAL

TO: Douglas County Government Community Planning and Sustainable Development Engineering Division - Phillip S. Miller Building 100 Third Street, Suite220 Castle Rock, CO 80104 Attention: Neil Sarno, Project Engineer (Owner)

FROM: btOL,.c (otsnuCT? (hereinafter Bidder)

Amount - The above-named Bidder hereby proposes and agrees to furnish all the necessary labor, \ materials, equipment, tools and services necessary for HR TIP -PHASE I 2011 HIGIILANDS RANCH PARKWAY AND WThDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 for the Owner in accordance with the Contract Documents, (Plans and Specifications) and all other Contract Documents pertaining to the project for the sum of $ i57,'4I S. SO .The Contract amount shall be payable based upon actual measured and approved quantities per the Bid Schedule(s).

Knowledge of Contract Documents and Site The Bidder hereby represents that he has examined and become familiar with all conditions of the Contract Documents associated with the HR TIP PHASE I 2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 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 five percent (5%) of the amount above, to be retained or returned by the Owner in accordance with the terms of the Contract Documents.

Execution of the Owner-Contractor Agreement Within ten (10) days of receipt of the Conditional Notice of Award, the Successful Bidder shall execute the Owner-Contractor Agreement. Should the Successful Bidder fail to execute the Owner-Contractor Agreement, the Owner reserves the right to retain 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 or reject any and all Bids and to waive any informality or technicality in any Bid in the best interests of the Owner. The Bidder acknowledges that all Bid Documents described in the Information for Bidders are filled out completely and attached, and that should any of the Bid Documents be missing or not be completely filled out, the Owner may reject the entire Bid.

11 I. p HR TIP - PHASE I: 2011 p HIGHLANDS RANCH PARKWAY AND WILDCAT p RESERVE PARKWAY INTERSECTION IMPROVEMENTS p DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 p BID SCHEDULE p ITEM p NO. DESCRIPTION QUANTITY UNIT UNIT COST COST p 201 CLEARING AND GRUBBING I LS ZISCOZO 2£00.00 p p 202REMOVAL OF TREE 7 EA 1SO.00 5 2S0.00 p 202 REMOVAL OF SIDEWALK 174 SY q.00 p

202 REMOVAL OF CURB AND GU1TER 24 LF 30000 p 202REMOVAL OF CONCRETE PAVEMENT 319 SY Ic.00 4flc.00 p p 202 REMOVAL OF PAVEMENT MARKING 218 SF [4 (7.Øo p I 203 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) 187 CY 18.50 %L4c9So I 203 OVER EXCAVATION (COMPLETE IN PLACE) 150 CV 22S0 33-is cc I I 203 POTI-IOLING 40 HR (.00.ct

I 206 STRUCTURE EXCAVATION 338 CV -a-7.co I I 206STRUCTURE BACKFILL (CLASS I) 88 CV 3 e3c,

I 206FILTER MATERIAL (CLASS B) 40 CV i,'400.to I I 207 TOPSOIL (STOCKPILE AND REDISTRIBUTE) 62 CV I8.So

208 SEDIMENTCONTROLLOG (12 INCH) 215 LF &.So I22v.5o

208CONCRETE WASHOUT AREA I EA 7co.00 -co. DO I 208 INLET PROTECTION 40 LF a.So 3'40.Oo I I 210 RESET GROUND SIGN BA 175.00

I 210 RESET SIGN PANEL 2 EA 125.00 RSD.0o I I 210 RESETPULLBOX 2 EA oSC).(O l%00.W I I 212 SOD 2,114 SF 'O0 Z%\'-4.00 I 304 AGGREGATE BASE COURSE (CLASS 6) ISO CV Sco caco.cc I 412 CONCRETE PAVEMENT (8 INCH) 03 SY (oo.00 L12t.00 b S 12 S HRTIP-PHASEI-2011 HIGHLANDS RANCH PARKWAY AND WThDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 BID SCHEDULE ITEM. NO. DESCRIPTION QUANTITY UNIT UNIT COST COST

412 CONCRETE PAVEMENT (8 INCH) (wITH INTEGRAL CURB AND 8 INCH GUTFER) 406 SY 7ç Z4g0

420C3EOTEXTILE (DRAINAGE) (CLASS 2) I I SY 3 So . co

601 CONCRETE(CLASS D)(WALL) 60 CV cvo.ccD 33,cceco

601 STRUCTUR.ALCONCRETE STAIN iso SY zz.co 3,37S.oO

602 REINFORCING STEEL (EPDXY COATED) 6,015 LB , oo

605 SUBSURFACEDRAIN OUTLET 8 LF j-a.00

608 CONCRETE SIDEWALK (6 INCH) 149 SY 52. .W 7 74 9.00

608 CONCRETE SIDEWALK (6 INCH) (COLORED) (PATTERNED) 72 SY (.7.50 4 cs&o.00

608 CONCRETECURBRAMP 12 SY ((o.cn I.q.00 I

I 609CURB AND GUTTER TYPE 2 (SECTION lI-B) (8.INCH PAN) 66 LF (?c Sb I ,22.LoO

614SIGNPA}JEL(CLASSI) 8 SF 3c.co 280.co I

I 614 STEELSIGNPOST(2X2INCHTUBI'NG) 13 LF 3o.00 aco p 620 SANITARY FACILITY I EA I 5to. I

P 625 CONSTRUCTION SURVEYING I LS 3 ceaoo4c00.cO p 626 MOBILIZATION I LS 15CC) Cc) 75o0.ct P p 627 PAVEMENT MARKING (LOW VOC PAINT) 4 GAL 5 .o6o.Co P 627 METHYL METHACRYLATE PAVEMENT MARKING (WORD-SYMBOL) 77 SF 2722.Ob p

P 627 METhYL METHACRYLATE PAVEMENT MARKING (XWALK-STOP LINE) 270 SF 21.50 7 4zc.00 p 630CONSTRUCTION ZONE TRAFFIC CONTROL LS ZS P zc

700 P F/A OS MINOR CONTRACT REVISIONS I F/A S 40,000.00 $40,000.00 p 700 p F/A 02 MINOR CONTRACT REVISIONS (LANDSCAPING RESTORATION I F/A S 10,000.00 SI 0,000,00 p 700FIA 03 MINOR CONTRACT REVISIONS (EROSION CONTROL) I F/A $ 5,000.00 $5,000.00 p TOTAL BID p 13 HRTIP-PHASEI-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 BID SCHEDULE ITEM NO. DESCRIPTION QUANTITY UNIT UNIT COST COST

BY SIGNING BELOW AND SUBMITFING THE BID PROPOSAL, THE BIDDER ACKNOWLEDGES THAT FAILURE TO PRODUCE DOCUMENTED EVIDENCE VERIFYING THAT PRIOR TO THE ACTUAL BID OPENING, THE BIDDER IS PREQUALIFIED BY THE COLORADO DEPARTMENT OF TRANSPORTATION (CDOT) (ACTIVE STATUS) TO BID ON INDIVIDUAL PROJECTS OF THIS SIZE AND lUND OF WORK AS SET FORTH IN THE CONTRACT DOCUMENTS, WILL DISQUALIFY THE BIDDER FROM BEING ELIGIBLE FOR AN AWARD OF THIS CONTRACT. ADDITIONALLY, BY SIGNING BELOW, THE BIDDER ACKNOWLEDGES THIS IS A COMPLETION DATE CONTRACT AND THE COMPLETION DATE WILL BE ESTABLISHED [['4 THE NOTICE TO PROCEED.

This Bid is Submitted by: Company: tcoL4M,tCeMvnaucno#3, I it. Representative: (outs. t-J ..miC' Si.'ature: Title: Address: 7bOFJILcbT.) otoCo aoqo( I Phone: !o -?g-roo I Fax: 3o3- 22?&oflt

I I

I I I I I I S S S 14 BIDBOND FORM (To be included in Bid Proposal)

KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,Goodland Construction, Inc. as Principal andHartford Fire Insurance Company a Corporation duly organized under the laws of the State ofConnecticutas Surety, are hereby held and firmly bound unto the Board of County Commissioners of Douglas County, as Obligee in the sum of Five Percent of Amount Bid Dollars (S " ), for the payment of which sum well and hilly to be made, the Principal md Surety bind ourselves, our heirs, executors, admijtistrators, successors ndassigns, jointl' and severally firmly by these presents.

WhEREAS, the above-named Principal submitted a Bid for HR TIP PHASE I 2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-005.

NOW, THEREFORE, (1) if the Obligee shall accept the Bid of the Principai and thePrincipal and Obligee shall execute the Owner-Contractor Agreement which is part of these Contract Documents and the Principal shall provide all Bonds as required by the Contract Documents, and the Principal shall, in all other respects, perform any obligations due the Obligee as a result of the submission of its Bid, or (2) the Obligee shall reject the PrincipaVs Bid, or fail to execute the Owner-Contractor Agreement within thirty days or receipt from the Contractor, then this obligation shall be null and void, but otherwise it shall remain in fbll force and effect Signed and Sealed this 30th day of October, 2012

000dland Construction, Inc. PRINCIPAL By:/'2a1)oza?

760 Nile Street (Address)

Golden, Colorado 8040

Not Applicable (Witness as to Principal)

(Address)

15 Direct Inquiries/Claims to: THE HARTFORD BOND, T-4 POWFR OF ATTORNHY One Hartford Plaza Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-341300 Hartford Fire Insurance Company, a corporation duly organized tinder the laws of the Slate ol'Connecticut Ix I x Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana x Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duty organized under the laws of the State of Indiana

L Hartford Insurance Company of illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation (lob' organized under the laws of the Slate of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: J. R. Trojan, Dilynn Guem, Kevin W McMahon, Donald E. Appleby, Gloria C. Blackburn, Florietla Acosta, Susan J. Lattarulo, McGonigle, Mark Sweigart, Sarah Brown,Todd Bengford, Lindsey Knickerbocker of' Denver, CO their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by , and to execute, seal and acknowledge anyand all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings aflowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney.

2rCc>tt Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President STATE 01 CONNECTICUT Hartford COUN OF HARTFORD} On thisl2day of July, 2012, before me personally came M, Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corparations and that he signed his name thereto bylike authority. ejLE7-7onwQ Kathleen 1. Maynard Notary Public My Comniission Expires July 31,2016 CERTIFICATE I, the undersigned, Vice President of the Companies, DO HEREBY CEITIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 30, 2012 Signed and sealed at the City of Hartford.

/ 1 /

Gary W. Stumper, Vice President 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 for this project. The Contractor shall provide the information requested on this page of the Contract Document. Contractor shall fill in the information for all Addenda as requested below.

Addendum Number Date of Addendum Date Received Acknowledged By

)

p

p

p

p

p

p

p

p p p p p p p p p p p 0 p S p p p p p 17 STATEMENT OF BIDDER'S QUALIFICATIONS I: HRTIPPHASEI-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECt NUMBER CI 2011-005

I (To be included in Bid Proposal) I DATESUBMITTED (O(!ojI2.

I All questions must be answered, and the data given must be clear and comprehensive.This statement must be notarized. If necessary, questions may be answered onseparate attached sheets. The Bidder may submit any additional information that is pertinent.

I 1. Name of Bidder? Crcnc. (..ctn Cncnzvrnøøsyik.

2. Permanent main office address? 7 &o t3u_t cT., (rtpc.2 Co 2oc10 I p 3. If a corporation, where incorporated? p p 4. How many years have you been engaged in this type of construction? Under what firm or trade names and how long under each? p p p 5. Contracts on hand (show gross dollar amount of each contract and the anticipated date of completion): I % p p p p p p p P 6. Are you licensed as a Municipal Contractor or any other title? P Yes No if Yes, in what city, county and state? p Ge Arfr,aec

What Class license and number?

S 18 General character of work performed by your firm?Di-tAøun&.a T4tJb1.t \9m rcc.c1 CcDac-t2-wct,

Has your firm ever failed to complete any work awarded to you? Yes No If Yes, where and why?[. )

p

p

p

p 9. Has your firm ever defaulted on a contract? Yes No If Yes, where and why?

p

p

p

10. List the more important contracts recently completed by your firm, stating approximate gross cost for each, the month and year started and completed and location and type of P construction. (Use additional sheets if necessary.) c

P I List your firm's experience in construction work similar in importance to this project. p DETAIL (Use additional sheets if necessary.) 4ri-Mcpac'

List your firm's major equipmentA rt,noavailable for this contract.

Background and experience of the principal members of your firth, including the officers. NAME S_ AtwEXPERIENCE

19 Are any lawsuits pending against you or your firm at this time? Yes No )( If Yes, PROVIDE DETAILS.

Have any charges been filed against you or your firm or the bidding entity with the Office of Contract Compliance, the Equal Opportunity Commission, the State of Colorado Civil Rights Commission, or any other similarly constituted entity charged by any state or local government with the enforcement of anti-discrimination legislation or regulations?

Yes No If Yes, PROVIDE DETAILS.

Attach copies of all current Department of Labor Forms EEO-1 which have hitherto been filed by your firm. For sample of this form please go to http://wwweeoc.gov/employers/ eeol survey/u pload/eeol .pdf.

Givebanki-eference.

What are the limits of your firm's public liability? DETAIL cEaJ u-O p

What Insurance Company?

What are yourfirm's bond limitations? S& A tf6kc4rTTh Credit Available? /4

Will you, upon request, fill out a detailed financial statement for your firm and furnish any other information that may be required by the County of Douglas? Yes >0 No

Is your firm currently prequalified with Colorado Department of Transportation for contracts of the size and type as set forth in your Bid Proposal? Yes No

p 20 a 23. List below all subcontractors to be used, work to be performed by item, and dollar amount of subcontracted work. No change in this subcontractor list shall be made without written authorization by the Engineer.

Subcontractor Items of Work Dollar Amount ta/A

24. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the County of Douglasin verification of the recitals comprising this Statement of Bidder's Qualifications. DATEDAT&tA.DCo,slwcno.(er. ,this odayof Oa-rsa....

_çmrL4t0 Ce.c,iucflo#9 I&t-. (Name of Bidder)

By

Title

STATE OF £tOrgn4wo ) )ss COUNTY OF JGsc9ern )

being first duly sworn, deposes and says thatLeiui.sc. La$Oa.ko is the?ascin.0 _____of &OccLnXD Cotc.r att&, h,.... the Bidder that has submitted the attached Bid, and that the answers to the foregoing questions and all statements therein contained are true and correct.Subscribed and sworn to me before this day of ,

JIM POKORNY Notary Public (SEALtateof Colorado

My commission expires: Mb'4 4. t ¼

21 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER (To be included in Bid Proposal)

STATEOF )

COUNTY OF )

t5. ,being first duly sworn, deposes and says that:

(1) He is the of(n,pLap £lruc1Ywcfle&) If'-. the Bidder that has submitted the attached Bid;

He is filly informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid;

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

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, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through the collusion, conspiracy, connivance or unlawful agreement any advantage against Douglas County or persons interested in the proposed Contract; and

The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in intere t, including this affiant. Signed: a (nz4cc jt'nO/44nO (Print Name) N2&g o4C (Title)

I I I 22 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER - continued

Subscribed and sworn to before me this 3Odayqf Oc-r, ZolZ-

JIM POKORNY Notary Public State of Colorado (Notary Public)

(SEAL)

My commission expires: ?o

p I

I 23 GoodLanil Construction Inc.

KEY PERSONNEL.

Louis Worland 2001 - Present GoodLand Construction, Inc., Golden, CO President/Project Manager 1994-2001 GoodLand Construction, Inc., Golden, CO Vice President/Project Manager 1992- 1994 CMTS, City and County of Denver, CO Senior Inspector, quality assurance DIA site work. 1990- 1992 Frank Otte Nursery, Inc., Louisville, KY Vice President of commercial construction division and garden centers with an average volume of $8,000,000. 1988- 1990 Consolidated Landscape Construction, Inc., Denver CO General Superintendent of commercial landscape company with an average volume of $5,000,000. Jim Pokorny 1995 - Present GoodLand Construction, Inc., Golden, CO Secretary/Treasurer/Financial Officer/Estimator/Office Administrator 1988- 1995 Consolidated Landscape Construction, Inc., Denver CO Project Administrator of commercial landscape company with an average volume of $5,000,000. Matt Worland 2006Present Goodland Construction, Inc., Golden, CO Vice President/Superintendent 2003-2006 Goodland Construction, Inc., Golden, CO Foreman 1998 2003 Goodland Construction, Inc., Golden, CO Laborer Ben Worland 2003Present GoodLand Construction, Inc., Golden, CO Vice President/Superintendent 1998 2003 GoodLand Construction, Inc., Golden, CO Contract Administrator Assistant John Beltz 1996 - Present GoodLand Construction, Inc., Golden, CO Superintendent 1994-1995 Western Summit Constructors, Inc., Denver, CO Carpnter 1993 - 1994 1-lavengar Concrete, Inc., Golden, CO Project Manager 1984- 1993 Clayton Concrete, Inc., Arvada, CO Project Supervisor

Street Goien, CC) 804013O3 278-8100 Judy Pasley 2007 Present GoodLand Construction, Inc., Golden, CO Office Manager/Accounts Payable 2003-2007 Natural Stone, Phoenix AZ Purchasing, dispatch, inventory control and accounts payable 2000-2002 Waco Scaffolding, Denver CO Accounts payable, accounts receivable and purchase orders 1999-2000 High Performance Wash Systems, Denver CO Accounts payable, accounts receivable and purchasing 1994-1999 Prime Constructors, Grand Prairie TX Accounts Payable, safety and quality control inspections Pam Livengood 2012Present GoodLand Construction, Inc., Golden, CO Contract Administrator/Purchasing 2000-20 12 Pioneer Sand Company, Broomfield, CO Commercial Sales/Administrative Assistant 1999-2000 Blazer Electric Company, Colorado Springs, CO Accounting Clerk 1998-1999 Ferguson Electric Company, Colorado Springs, CO Operations Coordinator 1996-1998 Ryall Electric Supply, Colorado Springs, CO Operations Coordinator Jan Last 2009Present GoodLand Construction, Inc., Golden, CO Payroll Clerk/Human Resources 2007-2009 Quick Books Pro Advisor Assisted yarious businesses in their setup 2008-2008 CW Industries, Lakewood CO General accounting 2005-2008 Heritage Wallpaper & Blinds, Colorado Springs CO All phases of store management, accounting, customer service 1998 2005 Welldync, Denver CO Medical equipment specialist GoodLanli Construction Inc. I

INFORMATIONAL STATEMENT January 1, 2012

ORGANIZATION GoodLand Construction, Inc. has been in business under it present business name for 18 years. We have operated at our present place of business for 12 year. Date of incorporation: March 29,1994 State of incorporation: Colorado President: Louis Worland Vice President: Ben Worland Vice President: Matt Worland Secretary: Jim Pokorny Treasurer: Jim Pokomy LICENSING Registration or license numbers in which we are legally qualified to do business: Contractor's License City of Arvada No. L00-003 o Contractor's License City of Aurora No. Al8271 Contractor's License City ofDenver No. 1017755, No. 020157, No. 091016 o Contractor's License City of Boulder No. 3798 Contractor's License City of Lakewood No. 8548 Contractor's License City of WestminsterNo. 58029 EXPERIENCE 3.1 GoodLand performs Demolition, Concrete, Drainage, Grading, Utilities, Site Amenities, and Landscape with our own forces. 3.2 See attached Job Reference / Work on Haid sheets. REFERENCES The following is our trade references: Lafarge Rental Service Corporation Rio Grande Co. 1400 W. 64" Avenue 1385 Umatilla Street P.O. Box 17227 Denver, CO 80221 Denver, CO 80204 Denver, CO 80217 Our Bank Reference is: Colorado Business Bank 821 17" Street, Denver, CO 80202 Contact: Doug Derks (303) 312-3450 The name of our Bonding Agent is: Willis of Colorado 720 5. Colorado Blvd. Ste PH N, Denver, CO 80246-9025 Contact: Janice R. Richards(303) 765-1500 FINANCING Our accountant that prepares our audited financial statement is: Martin, Vejvoda & Associates 3443 5. Galena St. #200, Denver, CO 80231 Contact: Steve Dyer (303) 338-9277

Golden, CO 80401 (303) 278-8100 Fax # March 20,2012

To Whom It May Concern:

Re: Goodland Construction, Inc Golden, Colorado

Mr. Louis Worland, President of Goodland Construction, Inc. has asked that we write you in conjunction with their firm's bonding capacity.

Willis of Colorado, Inc. services the surety bond and insurance programs for Goodland Construction, Inc. We have personally known the principals of Goodland Construction, Inc. for many years, and have found them to be individuals of unquestionable character and integrity. Further, this firm enjoys an excellent reputation for the highest quality of work in a timely and cost effective manner.

All surety bonds fox Goodland Constnction, Inc. are written by Hartford Fire Insurance Company with an A. M. Best rating of A, XV, through our agency. While no maximum limitations for bonding have been set, we have agreed to bond individual projects in excess of $6,000,000.We have positively responded toall surety requests from Goodland Construction, Inc. and we have never had a complaint regarding their performance and or related payments.

We strongly recommend Mr. Louis Worland and his fine company to you, and we are in a position to positively consider any bond requirement they may have.Should you require any further information, please call us.

Sincerety,

SusanJ Lattarulo Account Manager

Willis of Colorado Inc. 2000 South Colorado Uoulovard Tower II, Suite 900 Oc,ivor CD 80222 Th A69$O DATE IMMJDO(flTt) CERTIFICATE OF LIABILITY INSURANCEPage 1 of 1 07/20/2011 11415 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDERTHIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to Ihe teems and conditions of the policy, certain policies may require an endorsement. & statement on this certificate does notcortfer rights to the certificate holder In lieu of such endorsement(s).

PRODUCER CONTACT N AM F Willis of Colorado, Inc. PHONE FM 26 Century Blvd. 977-945-7378 IAICNO) 898-467-2378 P. 0. Box 305191 AflflRFS [email protected] Nashville. TN 37230-5191 SURER(SAFFOROING COVERAGE NAIC INSURER A: Bituminous Casualty Corporation 120095.001 INSURED Goodland Construction, Inc. INSURER B: 760 Nile Street INSURER C: Golden, Co 80401 INSURER D:

INSURER E:

INSURER F: CO V RAG ES CERTIFICATE NUMBER: 16295692 REVISION NUMBER: THIS 5 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POUCY NuMBER $%y LIMITS A cIENERALUABIUTY CLp3556429 7/1/20117/1/2012 EACHOCCURRENCE 1 1,000 000 X COMMERCIALGENERALLIABILIIY $ 300,000 CLAIMS-MAOE X OCCUR MEO EXP lAny one personl 5, 000 PERSONAL&ADVINJURY $ 1,000 000

GENERALAGGREGATE $ 2,000,000

3ENtAGGREGATELIMITAPPLIESPER PR000CTS-COMP/OPAGG S 2,000 000 POLICY ri 1;? LOC A AUTOMOBILELIABIUTY CAP3556430 7/1/2011 7/1/2012 COMBINEDSINGLELIMIT i,000,000

I ANYAUTO 000ILYINJURY(Pe:person) $ ALLOWNED SCHEDULED BODILY INJURY(POr accidenll S X HIREDAUTOS XN0N-OWNED tI1AMAGE $

UMBRELLALIAB X OCCUR I CtJp2591O15 7/1/20117/1/2012 EACHOCCURRENCE $ 3 000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 3,000 000 ODD I RETENTIONS 10,000 WORKERS COMPENSATION WC S IATU jOIN. TDRY I IMITS FR .NO EMPLOYERS' UAMILLIX VI ANYPROPRIETORIPARTNEWEXECUTIVE NIA E.L.EACHACCIDENT S OFFICEMEMBER EXCLUDED? Mandatory In NHI EL. DISEASE - EA EMPLOYEE S lIves. desaibe under DESCRIPTION OF OPERATIONS below EL. DISEASE. POLICY LIMIT S

DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (AII,ch Arord 100, Addllonal Remarks Schedule, It moreepact Is require dl This Certificate of Insurance represents coverage Currently in effect and may Or may not be in compliance with any written Contract. An coverage terms, conditions and exclusions of the policy apply.

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.NOTICE WILL BE DELIVERED IN ACCORDANCE WITH TIC POLICY PROVISIONS.

AUTHORIZED REPRESENTATIVE To Whom It May Concern

C?CC- Coll:3425G22 Tpl:1297432 Cert:162956'92 ©IYBB-2OIDACORDCORPORATION,AIIrigIits reserVed. ACORD 25 (20101051 The ACORD name and tocjo are registered marks o( ACORD 'ii,tJsi10:44rcemoteIL) Lmpr'intIt) LI 2/3

ACORq CERTIFICATE OF LIABILITY INSURANCE $UCER 1-303-793-3308 TIlls CERTWICATE IS ISSUED AS A MATTER OF II4FORMATION Associates Insurance GrOup ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR MOO E. Prentice Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 GreenwOod Village, CO80111 Fred Bailey INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA:PINNACOL ASSU 41190 Goodland ODusErlICtion, Inc INSURER B

760 Nile Street INSURERC; Golden, CO80401 IHSURERD: INSURERE: CO VERAG ES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED tAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVESEEN REDUCED BYPAIDCLAIMS, INSR ADO'L POLICYEFFECTIVEPOLICYEXPIRATIDN LTR JjZ TYPEOFINSURP,HCE POLIGYNUMBER OP,TEIMMI0OIYYI OMFBSMIOOIYY\ LIMITS

GENERAL LIABILITY EACFIOCCUREEHCE $

COMMERCIP/,GENERALLIABILITY PREMISES lEa ocajran) $

CI.AIMSMADE OCCUR ME0EXP(MYoneperaI $ PERSONAL & WV INJURY

CEHEI& AGGREGATE $

GENLAGGREGATELIMITAPPLIESPER: PRODUCTS-COMPKPAGG S

1POLICY COl: tLYa. AUTOMOBILELIABILITY COMBINEDSIHGLELIM[1 $ ANY AUTO (EaaodeI1t)

ALL OWNEDAUTOS BODILY INJURY $ SCHEDULEDAUTOS (Perperson)

HIRED AUTOS BODILY INJURY (Pereocident) $ NON-OWNED AUTOS

PROPERTY DAMAGE IPW accideTI)

GARAGE LIABILITY AUTO ONLY 'EAACCIDENT $

ANY AUTO OTHER ThAN EAACC S AUTO ONLY: AGO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $

OCCUR I I CLAIMSMADE AGCREGAIE $ $

DEDUCTIBLE $

RETENTION $ $

WCSTATU- I laTH- A 3227819 X WORIcERSCOMPENSATIONAND 07/01/11 07/01/12 TORY LIMITS LIlT EMPLOYERS' LIABILITY E.L.EACHACCIOEHT $1,000,000 ANY PROPRIETORIPARTNEWEXECUTIVE OFFICER*IEMBEREXCLUDEO? X EL. DISEASE. EAEMPWYEE 51,000,000 livEs, desoibe urETer SPECIAL PROVISIONS below EL- DISEASE' POLICYLIMIT 51,000,000 OTHER

DESCRIPTION OFOPERATIONS/LOCA'TIONSIVEHICLES!EXCLUSIONSADDEDBYENDORSEMENT / SPECIALPROVISIONS

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION To Who it Nay Concern DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED 10 THE LEFT. OUT FAILURE TO DO SO SHALL 760 Nile Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RE PRES IN TATIVES - Golden: CO 80401 AUTHORIZEDREPRESENTAILVE USA

ACORD 25(2001/08) ESmothers ©ACORO CORPORATION 1988 22351508 iilwdeJlllb:44Nemote II)imprint ID n 3/3

IMPORTANT

If the certificate holder is an ADDITIONAL INSURED, the potic4ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on thiscertificate does not confer rightsto the certificate holder in lieu of such endorsement(s).

DISCLAIMER

The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.

ACORO 25(2001108) GOODLAND CONSTRUCTION,1 INC. -j VEHICLES

ID #Description Model Driver VinNo. Plate #

10 2007 Truck F 150 Ben 1FTPWI4V17ICB21174 911NFM fl_.2002 Truck F 150 Beltz 1FTRXI 8L92NA65295 á8DU-

12 2002 Truck F 150 Saul 1FTPF17L52NA67864 1S3RLZ

13 2004 Truck F 150 TroyR 1FTPX14584NA95471 03 SJGM

14 2007 Truck F150 Monty 1FTVF12567NA273 16 2t2OER

15 2003 Truck IFTNF2OL13EB87718 443N5X 16 2004 Truck F250 ITim [1FTNF2OL74EEO13O6 441NSX 17 2007 Truck F150 Matt 11FTVX12537NA22118 9IONFM

18 l996Truck F150 Mike Evans 1FTEF15H2TLB7O6I5 594TBP

19 2010 Truck F150 Louie J1FTFw1EV1AFD79415

20 2004 Truck F250 jRaIph 1FTNF20L44ED73612 562KYR

22 2002 Truck F150 Troy '2FTC18LX2CB01727 432HAJ

26 :1997 Truck F350 Tim IFDJF37GXVEB4SO74 8Ô6RLT

27 2009 Truck F150 [Ruben 1FTY12V09K.A70277 76TBN

28 2009Truck F150 [Wayne 1FTVF12V29KA70278 273TBN

29 1997 Truck 1F450 1FDLF47cI7vEA.. 34OPYN

30 1988 Truck F450 Mike B. 2FDLF47M6JCA89I 71 S63JFZ 31 2ruck F150 [Jose V. 1FTVF12V49I70279 275TBN 33 1991 Truck F450 Rubin 2FDLF47GOMCBOO938 E635Lys

1997 Truck F450 1000 water (mw.) 1FDLF47GI VEAl 13 57 713JGD

2000 Truck JF250 1FTNX2 1FOYEA3 6897 :78IPLJ

40 2000 Truck F150 Mike Breese I FTPF 1 7L6YKA79063 004TU'IT

41 2007 Acadia [Jim 1GKEV33737J155748 IO8PKU

43 1997 Truck F350 GLC WEST IFTJW36FIVECI794I 298PYU

101 1997 Truck F250 [Greenland 1FTHF26GVEA453S3 145URB 12005 102 Truck F250 SD Troy F. 1F1NF21595EB00053 .157KZC

103 .2003 Ford Van F350 : Greenland 1 FBSS3 1L63HB42294 299PYU -L TRAILERS/EQUIPMENT

ID #Description Model Driver Vin No. Plate ft

T2 1996 HMD TU Summit 1D1002082000 B075793

T3 78 Superior 8x20 2SD7M-PH Form 03143 :B075038

T6 1998 Cargo 6 x 16 Beltz 11WEC1620WW236604 19018 T7 98 Superior 6x14 2PT7M-PH Dm1 1S9HP1425WC241602 558 JGW

T9 99 MAC Lander Clayton 4UVPF1829X1000413 248055

T10 1992-WANTU ArrowBoard; 1W9342516N1555120 RS11333

Til 1993-WANTU ArrowBoard! 0607931 RS11334 *AnowBoard 105190 PH-6146

199 4UvpFi828Xiooi4;O904IT IIIL. MAC Lander Beltz T14 2000-HMDTU WaterTraile Clayton 1D11038881CQ 1758BGV

2990 Cargo 6x 16 Beltz 1 1WEC1626YW255239 9I8CVH

T16 2001 Cargo 8 x 18 Clayton 1 1WF1C1823 1W262228 981FUH

New Water Tank T17 2003 Cargo 8x16 Monty 1 1WHCI6283W274137 088-lIT

T18 ArroW Board Solartech AB0525D 519054 366ETM

TI 9 Arrow Board Solartech AB0725D 519003 237HRT

T20 Arrow Board Amida DLSE2S 010470512 367ETM

T2 1 Arrow Board Solartech ABOS2SD : 519055 868-ElF

El 200lNHLoader LW 130 Beltz 605611 829-CYF

E2 E2000 N. H. LD 865 Beltz 183729 8 16-CVF E3 :2090-N.H. LX 865 185720 i.1!-CVF E4 D. W. Trencher 3500 jTim W. :81I-CVF

ES 1998-N. H. LX 865 TimW. 100985 30lHRS

E6 :2005 CAT 2628 Beltz PDT01668 23ÔHRT

E7 :1992 Bobcat 1443 Yard 1502916726 RS10875

ES 2003 - CAT 262 Beltz CED02589

E9 2000-N.H. LX 865 Clayton 183730 037-HRT

ElO 2003 J.D.Backhoe 4100 Clayton 1041007578 870-FIF

Eli 2002-N.H. LS 180 French 190409 XC0065C)

Tt-'..lnl '-) \'IIlfl C) GoodLand Construction, Inc. Page 1 PROJECT REFERENCES 08128/12

Project Owner Architect CU Broadway - Euclid Contract Amount Project No. CP1494721W440841 University of CO Boulder Tsiovaras Simmons Holderness $51 7,790 CAMP UMC Broadway & Euclid Rich Deborslci (303) 492-5511 Josh Barrett (303) 771-6200 Completion Boulder 1540 30th St 3rd floor 5690 DTC Blvd Level 3 1010 1/12 Campus Box 453 UCB Suite 345W % Complete 58%

Continuing the improvements on the University of Colorado at Boulder campus a complete renovation of a parking lot and entryway to the University Memorial Center building was completed. Turning an old asphalt lot into a new concrete one was the first phase and then installing anew stairway with stone features and landscaping finished off this unique site.

university Park School Contract Amount Project No. 1 2-MC-8303 Denver Public Schools Design Concepts CLA,lnc. $563,265 2300 S. Saint Paul Street Darin Delay Trish Taylor (303) 664-5301 Completion Denver 900 Grant Street 211 N. Public Rd. 09/01/12 Denver, CO 80203-2996 Lafayette, CO 80026- % Complete 82%

Turning this benver Public School's play area into a new learning space used many fun themes. New play equipment was accented by sandblasted and stained images of nature, animals and vegetables. Sandstone boulders provided seating and a shelter and gateway element gave this ploy area a wonderful space. A new parking lot was renovated and many site amenities added to give this school a new look.

Wadsworth 72nd-Both Path Contract Amount Project No. 08-ST-16 City of Arvada SAME $853,762 east side of wadsworth north Mark Floyd (720) 898-7643 Completion of 72nd to the south of 80th 8101 Ralston Road 06/15/12 Arvada, CO 80001 % Complete 85%

Not just an ordinary sidewalk project this difficult stretch of walkway was quite the challenge to establish grades for this mile of concrete an Wadsworth Blvd between 80th Ave. & 72nd including 1,100 LF of RCP pipe, 2,200 SF of Modular Block Wall, 150 LF8 FT high concrete wall and a bridgel

2011 Arvada Parks Contract Amount VariousSites City of Arvada Britina Design Group $973,159 Arvada Jeff Simmons (720) 898-7391 Tim Piper (303) 456-2887 304 Completion 8101 Ralston Rd. 7600 Grandveiw Ave 210 05/01/12 Arvada, CO 80002 Arvada, CO 80002- % Complete 102%

Improvement on three existing parks: Volunteer, Majestic & Columbine Parks, included upgrading all play equipment, installing new concrete and playground rings and modifying existing landscape and irrigation. GoodLand Construction, Inc. Page 2 PROJECT REFERENCES 08/28/12

Project Owner Architect Griggs Trailhead Contract Amount 11700 Griggs Rd. Douglas County The Architerra Group $177,738 Highlands Ranch Curt Sloan (720) 733-6990 Dean Pearson (303) 948-0766 Completion lOOThirdSt. #130 5881 S. Deframe St. 04/01/12 Castle Rock, CO 80104 Littleton, CO 80127- % Complete 116%

Looking out at magnificent views upgrades to this trailhead included regarding the entire parking lot for better drainage and installing drainage weirs and drop structures for better water control. New curb & gutter and new asphalt finished this beautiful space.

Bear Creek Trail Contract Amount Wadsworth Blvd. & Hampden Ave. City and County of Denver-PW SAME $1,223,053 Denver James Geist (720) 913-4504 Completion 201 W. Colfax Ave. Dept.#506 04/01/12 Denver, CO 80202 % Complete 102%

Continuing Denver's extensive bike and pedestrian trails this 6,200 LF concrete trail runs along Rear Creek starting at Hampden and Sheridan.Also improvements will be made to the existing asphalt trail and landscape. To connect this piece to existing trails a 220 LF bridge will be installed crossing Rear Creek on one end and on essential water crossing on the other. Additional site amenities will finish out this project with benches, bike racks and railing.

Metro State College Contract Amount 9th Ave. & Auraria Pkwy Saunders Construction RNL Design $703,346 Denver Kraig Krueger (303) 598-4180 1050 17th St. #A200 Completion 6950 5. Jordan Rd. Denver, CO 80265- 04/01/12 Centennial, CO 80112 % Complete 112%

Completing oil the site concrete work at this new Metro State College Facility is on understatement!NL Design has used textures, shapes. and colors to make this outdoor space come alive! Starting with sand-textured color concrete for the plaza, white concrete is then used for all the steps. Then large blocks of white concrete with board form textured sides are used to accent the entry. Definitely both a concrete challenge and delight.

Denver On-Call Contract Amount Various City and County of Denver SAME $255,308 Denver BeeGee Brem (720) 913-0623 Qpp3pletion 201W. Colfax Ave. Dept #613 12/31/11 Denver, CO 80202 % Complete 100%

&oodLand is one of ten contractors selected to construct various improvement projects for Denver Parks and Recreation Dept. Revovations to existing parks, bailfields, trails, medians and streetscapes including concrete, landscape, irrigation and site amenities, This contract will increase throughout the year. GoodLand Construction, Inc. Page 3 PROJECT REFERENCES 08/28/12

Project Owner Architect ACC Trash Enclosure Contract Amount 5900 S.Santa Fe Dr. Arapahoe Community College AR7 $407,046 Littleori John Grady (303) 797-5758 Richard Hamai (303) 837-8811 Completion 2625 W. Church St. 1645 Grant St. 09/15/11 Littleton, CO 80160 Denver, CO 80811- % Complete 100%

To create additional storage and parking the existing trash enclosure had to be relocated and an existing tennis court turned into a parking lot. Renovation to the existing tennis court fencing, new CMU walls for the storage space and trash enclosure built and new asphalt gave an existing place new space.

Valverde Elementary Contract Amount 2030W. Alameda Ave. Denver Public Schools Christopher Hoy Design Group $1,024,017 Denver Gary Frantz (720) 424-5446 Christopher Hay (303) 451-7986 Completion 1350 [.33rd Ave. 5570 E. Yale Ave. 09/01/11 Denver, CO 80205 Denver, CO 80222- mlete 100%

Turning this benver Public School into a new learning with fun theme started with removing 5,000 CY's of soil and tearing down 12 FT concrete walls. Major transitions had to be made to turn the existing site into the Architect's vision. New play areas then followed with maps of the world and number games sandblasted or stained with letters, work puzzles and educational phrases. New parking areas were also a critical part of this design and to accommodate these new spaces concrete walls had to be built for increased parking spots.

Park Hill Elementary Contract Amount 5050 E. 19th Ave Denver Public Schools Civitas $617,459 Denver Darin Delay (720) 424-5446 Craig Vickers (303) 571-0053 124 Completion 1350 E. 33rd Ave. 1200 Bannack Street 09/01/11 Denver, CO 80205 Denver, CD 80204- % Complete 100%

Using a learn with fun concept this benver Public School is replacing their entire playground with new educational activities. Plain asphalt is turned into maps or the world and number games. Concrete is sandblasted and stained with letters, work puzzles and educational phrases. Site furnishings highlight areas and specialty metal architectural elements are designed to give the school a unique quality.

Lobo Trail Contract Amaunt 83rd St. & Dry Creek Rd. Boulder County SAME $577,387 Boulder County Joe Bath (303) 682-6737 Campletian Transportation Dept. 07/01/11 5201 St.Vrain Rd., Bldg #5 % Complete 100%

To complete this 3 miles of new crusher fine trail continuing Boulder County's extensive trail system moving 6,200 cubic yards and instelling multiple pieces of drainage pipe was necessary. One prefabricated bridge was used to cross over Lefthand Creek and new fencing and seeding completed the jab. GoodLand Construction, Inc. Page 4 PROJECT REFERENCES 08/28/12

Prolect Owner Architect Denver General Trails Contract Amount Various Sites City and County of Denver J.F.Sato and Associates $1,843,526 Denver Dick Gannon (303) 647-4545 Brad Disner (303) 797-1200 1371 Completion 201 W. Colfax Ave. Dept 613 5878S, Rapp St. 03/0 111 1 Denver, CO 80202 Littleton, CO 80120- % Complete 100%

GoodLQnd Construction was selected to implement Denvers new trails replacement program. A Request For Proposals was issued using a Design/Build format. Teams were to submit proposals to replace three miles of existing trails at nine different sites with new 10 foot concrete and asphalt trails. With an extensive selection process the team of GoodLand Construction, DHM Design, and San Engineering was awarded the contract. The challenge, work with the City af Denver's representatives to survey each site, document the existing canditians, and design and build each trail with minimum impact to the surrounding area.

287 & Pike Rd Improvements Contract Amount Hwy 287 & Pike Rd City of Longmont SAME $358,756 Longrnont Richard White (303) 651-8567 Completion 1100 S. Sherman St. 01/01/11 Longmont, CO 80501 % Complete 100%

The first phase of this roadway improvement project makes way for new landscaping along Highway 287. To build the framework 2,000 CV of earthwork is excavated for a two tier modular block wall terrace. To accommodate this terracing utilities had to be modified and existing pavement repaired. Then a new concrete sidewalk will connect Pike Rood to Quebec Ave.

CotfaxjTremont Intersection Contract Amount Colfat/Trernont/1 3th/Delware City and County of Denver SAME $642,360 Denver John LaSala (720) 913-4534 Completion 201 W. Colfax Ave Dept.#506 12/31/10 Denver, CO 80202 0/ Complete 100%

This downtown Denver intersection is being modified to accammodate the new Justice Center's traffic patterns. Work is to include new traffic signal poles directing new lone changes. Redesigned medians and added islands including colored stamped concrete helped improve traffic flow. And new landscape and seat walls were designed to create pedestrian friendly spaces.

72nd P1. & Monaco St Contract Amount Commerce City City of Commerce City Calibre Engineering $590,154 Sean Lehocky (303) 289-8176 Todd Johnson (303) 730-0434 Completion 8602 Rosemary Street 8201 Southpark Lane #200 11/01/10 Commerce City, CO 80022 Littleton, CO 80120- % Complete 100%

This exciting redevelopment of an existing commercial area will transform streets and sidewalks into plaza's and community spaces. The entire intersection of 72nd and Monaco will be removed and replaced with unique landscape planters, brick seat walls, new lighting and decorative elements. The entire center section of the Street will be replaced with brick payers and new landscape and irrigation will color this space for future festival activities. GoodLand Construction, Inc. Page 5 PROJECT REFERENCES 08/28/12

Project Owner Architect Creekside Park Trail Contract Amount 58th Ave. & Pierce St. City of Arvada Britina Design Group $777 .02 1 Arvada Mike Lee (720) 898-7390 Tim Piper (303) 456-2887 304 Completion Dept. of Parks,Golf,Hospitaliy 7600 Grandveiw Ave 210 10/01/10 8101 Ralston Road Arvada, CO 80002- % Complete 100%

In disrepair and becoming a hazard, three low water crossing along the Ralston Creek were selected to be replaced. To improve more then just these functional crossing a new pedestrian bridge was installed and Redi-Rock style blocks were used to stabilize the embankment. These elements were not only functional but provided a pedestrian friendly access to the creek bank. New concrete trails, landscape and irrigation were then installed completing this user-friendly park along a beautiful waten4iay.

Beech Ct. Elementary School Contract Amount 4950 Beach Court Denver Public Schools Russell+Mills Studios $495,869 Denver Darin DeLay (720) 424-5443 Paul Mills (970) 484-8855 Completion 1350 E. 33rd Ave. 141 S. College Ave. #104 09/01/10 Denver, CO 80205 Ft.Collins, CO 80524- % Complete 100%

Using a learn with fun concept this beriver Public School is replacing their entire playground with new educational activities. Plain asphalt is turned into maps or the world and number games. Concrete is sandblasted and stained with letters, work puzzles and educational phrases. Site furnishings are used for checker tables and specialty metal architectural elements are designed to give the school a unique quality.

Ridgegate Streetscape Contract Amount Ridgegate Pk' & Hwy 1-25 R.S. Wells, LLC Design Workshop, Inc. $685,334 Lone Tree Denise Denslow (303) 779-4525 Isabel Fernandez (303) 623-5186 Completion 8390 E. Crescent Pkwy #500 1660 17th St. #325 12/31/09 GreenwoodVillage, 0080111 Denver, CO 80202- % Complete 100%

Continuing the Ridgegote Metro bist's "green' approach a new roadway is designed with trees lined on both sides and in the medians and a new concrete trail connecting existing pathways.

Thornton Intersection Contract Amount Project No. 06-525 City of Thornton JR. Engineering $1,423,548 Hal Hamrick (720) 977-6253 Chris Hopkins (303) 740-9393 Completion 12450 Washington St. 6110 Greenwood Plaza Blvd. 11/01/09 Thornton, CO 80241-2405 Englewood, CO 80111- % Complete 100%

Improving traffic flow at Washington Stand Thornton Parkway the entire intersection was widened to accomodate new turn lanes. All existing traffic lights, utilities, perimeter concrete and landscape was modified or replaced with new. Good communication with the existing mall and utility companies was a must. Extensive traffic control and corrdination was necessary during this challenging project. GoodLand Construction, Inc. Page 6 PROJECT REFERENCES 08/28/12

Project Owner Architect CU Bikeway Improvements Contract Amount Regent Dr. University of Colorado,Boulder Isiovaras Simmons Holderness $1,686,043 Boulder Richard Deborski (303) 492-2904 Josh Barrett (303) 771-6200 Completion Dept. of Facilities Management 5690 DTC Blvd Level 3 10/15/09 1540 30th St., 3rd Floor Suite 345W % Complete 100%

To alleviate the congestion between vehicles and bikers a fly over was designed to bring the bikers underneath. 42 cassions and 610 cubic yards of structure concrete was poured to elevate the roadway so that a tunnel could be put in place. The roadway was then asphalted and the concrete walls faced with 5,000 face feet of veneer flagstone. Lighting top off the pillars and inside the tunnel, concrete sidewalk connected the existing bikeway and then everything was wrapped in new landscape.

Dakota Ridge Park Contract Amount Dakota Blvd & 5th St. City of Boulder Winston Associates $809,775 Boulder John Cogdill (303) 818-9818 Paul Kuhn (303) 440-9200 Completion 3198 Broadway 4696 Broadway 08/15/09 Boulder, CO 80302 Boulder, CO 80304- % Complete 100%

This new 3 acre park continues Boulder's cammittment to "green". An open space park with plenty of room to play with aver 100,000 SF of sad, concrete bike/walk trails and two play areas for all ages. 5ite furnishings trim out this simple but effective park.

Bridge at Dartmouth Contract Amount Project No. STEM395-012 City of Englewood Hartwig & Associates, Inc. $571,928 1500 W.Dartmouth Ave. Larry Nimmo (303) 762-2504 7670 South Chester St. Ste.225 Completion Englewood 1000 Englewood Parkway CO - 08/01/09 Englewood, CO 80110 % Complete 100%

To connect the existing bike trails an both sides of the Platte River anew Pedestrian/Bike bridge was installed. Using a center pier in the middle of the Platte River and twa 85 LF prefabricated bridges an extensive safety and dewatering plan had to be administered before any concrete began.

Aurora Plaza Contract Amount 12200 East 111ff Ave. IC Aurora, L.L.C. DHM Design, Inc. $326,373 Aurora John Crowley (303) 534-4790 Mark Brunner (303) 892-5566 Completion 2001 Ross Ave. #300 1390 Lawrence St. #100 05/01/09 Dallas, TX 75201 Denver, CO 80204- % Complete 100%

Putting new life into an aged plaza a complete renovation of a commercial space sandwiched between 3 office buildings started with the complete demolition of all concrete and landscape. New concrete walks, sitting areas, updated site furnishings, lighting and landscape were then designed f or a new look. AGREEMENT

Project Name: HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER Cl 2011-005

1. Parties. This Agreement, made and entered into thisqyp.. day ofMQ',JtIYJZ'l/ 'ult-between the Board of County Commissioners of the County of Douglas (hereinafter "Owner") and GOODLAND CONSTRUCTION, INC. (hereinafter Contractor').

2. Contract Documents. The entire contract between the Parties shall consist of and include: This Agreement, which includes the Cover Page and Table of Contents; Standaid Specifications for Road and Bridge Construction, Dated 2005 adopted by the Colorado Department of Transportation, Division of Highways; Douglas County Roadway Design and Construction Standards, dated July 2003 and Standard Plans dated July, 2006; The Invitation to Bid; Notice to Bidders; Douglas County's Standard Special Provisions (SSP5) and Project Special Provisions (PSPs) and Project Addenda; Plans and Drawings; Proposal Form and Bid Bond Form; Payment and Performance Bond; Conditional Notice of Award; Notice to Proceed; Letter of Acceptance; Change Orders; Non-Collusion Affidavit; 0. Guaranty; Owner's Payment Policies; Bid Proposal and Schedule; Insurahce Certificates; Appendix and other attachments.

3. Except as otherwise provided in this Agreement, the project shall be constructed in accordance with the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, Dated 2005.

4. Scope of Work. Contractor shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows: This project consists of construction of a new turn lane with concrete pavement, curb and gutter, as well as sidewalk. There will also be subgrade preparation, signs, striping and erosion control. The Contractor shall furnish all of the necessary , materials, tools and supplies and perform all of the labor and other services necessary to complete this Agreement.

24 Contract Time. The work shall be completed and ready for Final Acceptance by the Completion Date determined in the Notice to Proceed. The Contract Time of 60 calendar days will be used to establish the Completion Date. The Contractor agrees that completion of the Project within the time as set forth herein is of the esence and agrees to proceed with due diligence, taking all precautions and making all necessary arrangements to insure the completion of the work within the prescribed time period.

Compensation. As consideration for the completion of the Project as required by the Contract Documents, the Owner shall pay the Contractor the sum of Two Hundred Fifty Seven Thousand, Four Hundred Fifteen Dollars and Fifty Cents($257,415.50)which amount shall be payable pursuant to the Contract Documents.

Amount of Money Appropriated: Any other provision of this Contract notwithstanding and pursuant to Section 29-1-110, C.R.S., the amount of funds appropriated for this Contract is Two Hundred Fifty Seven Thousand, Four Hundred Fifteen Dollars and Fifty Cents($257,415.50) fof fiscal year2012.In no event shall the County be liable for payment under this Contract for any amount in excess thereof The County is not under obligation tomake any future apportionment or allocation to this Contract nor is anything set forth herein a limitation of liability for Consultant. Any potential expenditure for this Contract outside the current fiscal year is subject to future annual appropriation of funds for any such proposed expenditure.

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

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

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

Indemnification and Insurance. Contractor agrees to:

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

25 whole or in part by, the act, omission, error, mistake, negligence, other fault of Contractor, any subcontractor, any officer, employee, representative or agent of any of then), anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable; provided, however, that except for worker's compensation, disability benefits or other similar employee benefit claims, Contractor is not obligated to indemnifS' the County hereunder for that portion of any claims, damages, losses, demands, and expenses arising out of or resulting from any negligent act or omission of the County, or its agents and employees. Contractor's indemnification obligation hereunder shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. With respect to any and all claims against the County, or any of its officers, employees, or agents by any employee of Contractor, any of its subcontractors, anyone directly or indirectly employed by any of them, or anyone whose acts any of them may be liable, the indemnification obligation described above shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor, any of its subcontractors under workers' compensation acts, disability benefit acts, or other employee benefit acts.

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

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

Contractor is an independent contractor under this Agreement. Notwithstanding any provision of this Agreement, all personnel assigned by the Contractor to perform work under this Agreement shall be and remain at all times, employees of the Contractor forallpurposes. Contractorisrequired to maintain workers' compensation insurance for such employees as set forth in paragraph 11 .0 herein. THE [NDEPENDENT CONTRACTOR IS NOT ENTITLED TO WORKERS' COMPENSATION BENEFITS THROUGH THE COUNTY AND IS OBLIGATED TO PAY FEDERAL AND STATE INCOME TAX ON ANY MONIES EARNED PURSUANT TO THE CONTRACT RELATIONSHIP.

12. Illegal Aliens. If Contractor has any employees or subcontractors, Contractor shall comply with §8-17.5-101 C.R.S., e seq., regarding illegal Aliens- Public Contracts for Services, and this Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ or 26 contract with an illegal alien who will perform work under this Contract and that Contractor will participate in either the E-Verify Program or Department Program in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract.

A. Contractor shall not:

Knowingly employ or contract with an illegal alien to perform work under this Contract; or

Enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract.

B. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in either the B- Verify Program or Department Program

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

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

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

Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to the preceding sub- subparagraph of this subparagraph, the subcontractor does not stop employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien.

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

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

G. The County will notify the Office of the Secretary of State if Contractor violates this provision of this Contract and the County terminates the Contract for such breach.

27 No Waiver of Governmental Immunity Act. The parties hereto understand and agree that the County, its commissioners, officials, officers, directors, agents and employees, are relying on, and do not waive or intend to waive by any provisions of this Agreement, the monetary limitations or any 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.

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

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

Non-Discrimination in Connection with Performance of Work. The Contractor agrees not to refuse to hire, discharge, promote or demote, or discriminate in matters of compensation 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 subcontracts hereunder.

Cancellation of Contract. Failure of the Contractor to comply with any of the requirements of this Agreement may be considered by the Owner as evidence of the inability of the part of the Contractor to maintain the quality and service standards necessary under this Agreement and shall be sufficient cause for termination of the Agreement and the Owner initiating legal action against the Performance Bond of the Contractor.

Patented Devices, Materials and Processes. If a Contractor is required or desires to use any design, device, invention, product, material or process covered by letters of patent or copyright, it shall provide for such use by suitable legal agreement with the patentee or patent Owner and shall pay all license fees and royalties and assume all costs incident to such use and construction of the Project or incorporation in the Project. The Contractor agrees to indemniU' and save harmless the 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 the construction of the Project rnrsuant to Contract Documents and shall indemnifS' the Owner for any costs, expense, and damages, including attorney's fees, which it may be obliged to pay for any such infringement at any time during the prosecution, or after the completion of the Project.

28 Compliance with Safety and Health. Contractor agrees, in the performance of this Agreement, to comply with all safety orders, rules and regulations imposed pursuant to the Colorado Occupational Safety and Health Program, commonly referred to as COSHA and/or all other safety orders and regulations properly imposed by any other regulatory governmental agency of the State of Colorado or of the United States.

Permits and Licenses. Unless otherwise provided, the Contractor shall procure all permits, licenses and pay all charges and fees including, but not limited to, all inspection charges of agencies having appropriate jurisdiction, give all notices necessary and incidental to the due and lawful construction of the Project. Owner may assist Contractor, when necessary, in obtaining such permits and licenses.

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

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 extent of not less than eighty percent of each type or class of labor in the several classifications of skilled and common labor employed on the Project. "Colorado labor" means any person who is a resident of the State of Colorado, at the time of employment, without discrimination as to race, color, creed, sex, age, or religion except when sex or age is a bona fide occupational qualification.

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

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

GOODLAND CONSTRUCTION, INC.

SIGNED:

PR[NT NAME & TITLE: Lou i(JoacAst1Pr I

DATE: If(cof'n

ATTEST:

TITLE:

BOARD OF COUNTY COMMISSIONERS APPROVED AS TO CONTENT: OFTHECOUNTYOr '0 GLAS

td2O!/ Date DOU AS J. DEBORD Date County Manager

APPROVED BY DOUGLAS COUNTY DEPARTMENT OF COMMUNITY PLANNING AND SUSTAINABLE DEVELOPMENT ENGINEERING DIVISION:

FREDERICK H. KOCH, P.E. Date Engineering Services Director

APPROVED AS TO FISCAL CONTENT: APPROVED,AS TO LEGAL FORM: cW Ce rz ///d ANDREW COPLAN Date Douglas County A1tSOfECe Date Director of Finance

30 y

Bond No. 34BCSG19139 PERFORMANCE BONI)

KNOW ALL MEN BY ThESE PRESENTS, that we, the undersignedGoodland Construction,* a corporation organized under the laws of the State of Colorado, hereinafter referred to as the 'Contractor' and Hartford Fixe Insurance Company , a corporation organized under the laws of theState of

Connecticut , 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 political subdivision of the State of Colorado, hereinafter referred to as the "COUNTY', in the penal sum of Two Hundred Fifty Seven Thousand, Four Hundred Fifteen Dollars and Fifty Cents (5257,415.50), lawful money of the United States of America, forthe payment of which sum the Contractor and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally by these presents.

WHEREAS, the above Contractor has on the7JQiay of ,'2Q12,entered into a written contract with the County for furnishing all labor, materials, equipment, tools, superintendence, and other facilities and accessories for the construction of H.R TIP PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-005, in accordance with all Contract Documents therefore which are incorporated herein by reference and made a part hereof, and are herein referred to as the Contract

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

Promptly and faithfully observes, abides by and performs each and every covenant, condition and part of said Contract, including, but not limited to, its warranty provisions, in the time and manner prescribed in the Contract, and

Pays the County all losses, damages (liquidated or actual, including, but not limited to, damages caused by delays in the performance of the Contract), expenses, costs and attorneys' fees, that the County sustains resulting 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, if said Contractor fails to duly pay for any labor, materials,.teain hire, sustenance, provisions, provender, or any other supplies ued or consumed bSi said Contractor or its subcontractors in its performance of the work contracted to be done or fails to pay any person who supplies rental machinery, tools, or equipment, all amounts due as the result of the use of such machinery, tools, or equipment in the prosecution of the work, the Surety shall pay the same in an amount not exceeding the amount ofthis obligation, together with interest as provided by law.

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

IN WITNESS WHEREOF, said Contractor and said Surety have executed these presents as ofthis da3' of

Inc -

32 PERFOPMANCE BOND (CONTINUED)

Goodland Construction. Inc. (Contractor)

Hartford Fire Insurance Company (Surety Company)

BY: (Attor3i4-in-Fact)Susan J. Lattarulo

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

33 Bond No. 345C9C15139

PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersignedcoodland Construction, Inc Colorado a corporation organized underthe laws of the State of ,hereinafter referred to as the "Contractor' andHartford Fire Insurance Company acorporation organized under the laws of the Slate of Connecticut 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 political subdivision of the State of Colorado, hereinafter referred to as the "COUNTY", in the penal sum of Two Hundred Fifty Seven Thousand, Four Hundred Fifteen Dollars and Fifty Cents ($257,415.50), lawful money of the United States of America, for the payment of which sunk the Contractor and Surely bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the above Contractor has on the day of , entered into a written contract with the County for furnishing all labor, materials, todls, superintendence, and other facilities and accessories for the construction of HR TIP PHASE I 2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS, DOUGLAS COUNTY PROJECT NUMBER CI 2011-005, in accordance with all Contract Documents therefore which are incorporated herein by reference and made a part hereof, and are herein referred to as the Contract.

NOW, THEREFORE, the condition ofthis payment bond obligation is such that if the Contractor shalt at all times 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 the prosecution of work provided for in the above Contract and shall indernnif' and save harmless the County to the extent of any and all payments in connection with the carrying out of such Contract which the County may be required to make under the law, then this obligation shall be null and void, otherwise, it shall remain in full force and effect;

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

IN WITNESS WHEREOF' said Contractor and said Suret' have executed these presents as of this day of

Goodland Construction, Inc. (Contractor)

BY: waS(President) Hartford Fire Insurance Company (Surety Company)

BY:

(Acconipany this bond with Attorney-in-Fact's authority from the Surety to execute bond, certified to include the date of the bond.)

31 Direct inquiries/Claims to: THE HARTFORD BOND, T-4 POW HR OF ATTORNHY One Hartford Plaza Hartford, Connecticut 06155 call: 688-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS B'! THESE PRESENTS THAT: Agency Code: 34-341300 x Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut x Hartford Casualty insurance Company, a corporation duly organized under the laws of the State of Indiana x Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire (nsurance Company, a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the hws of the State of Indiana Hartford insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: J. R, Trojan, Dilynn Guem, Kevin W McMahon, Donald E. Appleby, Gloria C. Blackburn, Floheita Acosla, Susan J. Lattaru)o, Tiffany McGonigle, Mark Sweigarl, Sarah Brown, Todd Ben gford, Lindsey Knickerbocker of Denver, CO their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by Z, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or gwaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney.

Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President

STATE OF COP1HECTICIJT $5. Hartford COUNTY OF HARTFORD On this1pth day of July,2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Harttord, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto bylike authority.

i'o4&S%- )1@p.&A4 KathkenT.Mayna,t Notny Public MyCoraroission Expires July31, 2016 CERTIFICATE I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of Signed and sealed at the City of Hartford.

Gary W. Stumper, Vice President GUARANTY

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

TO: Douglas County, Colorado

FOR: HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

The undersigned guarantees the construction and installation of the above improvements in accordance with and as contemplated by the Project plans and specifications. Should any of the materials 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 operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, all within twelve months after the date on which the Project is accepted by the County, the undersigned agrees to reimburse the County, upon demand, for its expenses inurred in restoring said work to the condition contemplated in said Project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the County, to replace any such material and to repair said work completely without cost to the County so that said work will function successfully as originally contemplated.

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

EXECUTED this (.o day of k),t'J/ AOI CONTRACTOR:

SIGNED:

PRINTED NAME: VLouts Lüait.o

TITLE: The3

34 CONDITIONAL NOTICE OF AWARD FOR THIS COMPLETION DATE CONTRACT

TO: GOODLAND CONSTRUCTION, INC.

PROJECT HR TIP PHASE I -2011 DESCRIPTION: HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

The Owner has considered the Bid submitted by you for the above described work in response to its Bid Opening dated October 30, 2012.

You are hereby notified that your Bid has been conditionally accepted in the amount of Two Hundred Fifty Seven Thousand, Four Hundred Fifteen Dollars and Fifty Cents ($257,415.50).

You are required by the Information for Bidders to execute the Owner-Contractor Agreement and furnish the required Contractors Performance Bond, Labor and Materials Bond, and Certificate of Insurance, and all other formal Contract Documents within ten (10) calendar days from the date of this Conditjona) Notice of Award to you.

If you fail to execute said Agreement arid to furnish said Bonds, Certificate of Insurance and all other formal Contract Documents within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of this notice and your Bid as abandoned, and as a forfeiture of your Bid Bonds. The Owner will be entitled to such other rights as may be granted by law.

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

Datech

Owner: Douglas Count By: JACK A!ILBERT Title:Chair, B'rd of County Commissioners

ACKNOWLEDGMENT: Receipt of the foregoing Conditional Notice of Award is hereby acknowledged: Contractor: (CacDtmyuC) £osivratnevj, (ix. By: PrintName: (4JM5. (AksaLJtD Title: Date: u(s (tz_ Telephone: _33-.z_7g_...ca..tc

35 NOTICE TO PROCEED FOR THIS COMPLETION DATE CONTRACT

(NOTE: THIS NOTICE CAN BE COMPLETED AND SUBMITTED PRIOR TO CONDITIONAL NOTICE OF AWARD OR IT MAY BE COMPLETED AND SENT OUT AFTER THE CONTRACT HAS BEEN FULLY EXECUTED BY BOTH PARTIES.)

TO: GOODLAND CONSTRUCTION, INC.

FROM: DOUGLAS COUNTY GOVERNMENT

DATE: NOVEMBER 26, 2012

REGARDING: HR TIP - PHASE 1-2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

You are hereby notified that work associated with this Completion Date Contract Will commence on November26 2012. On that date, you are to start performing your obligations under the Contract between you and Douglas County, Colorado, dated November 20, 2012. The Contract Time of 60 calendar days will be used to establish the Completion date.Therefore, the work shall be completed and ready for final Acceptance by the Completion Date, which shaJl be January 25 20 13. You are required to return an acknowledged copy of this notice to the Owner.

Owner: Board of County Commissioners of Douglas County

By: DOUGLAS J. DEBORD

Title: County Manager

Date: 1/ jO.L

ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged.

Contractor:

By: Print Name: Title: cssC Date: ( .ft2.- Telephone: O3- t)8hCOo

36 OWNER'S PAYMENT POLICIES

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

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

All invoices are to be submitted to Douglas County Community Planning and Sustainable Development Department - Engineering Division, Philip S. Miller Building, 100 Third Street, Suite 220, Castle Rock, CO 80104, and Attention: Neil Sarno, Project Engineer.

Invoices must be submitted by the 25th of the month to be paid by the 25th of the following month. Under no circumstances will a Contractor be paid more than once a month. Errors will be corrected on the next pay cycle.

Checks will be mailed on or abbut the 25th of each month. When payment dates occur on Saturday 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 in the payment of those invoices involved.

Contractor: 6.tcot4ts.,o it, Signed by: c-

Print Name:

Title:

Date:

37 Si8toUdLAs COUNTYCOLORADO

. STANDARD SPECIAL PROVISIONS' .S .S S S HRTIP_PHASEI22O11 S S HIGHLANDS RANCH PARKWAY AND WILDCAT S RESERVE PARKWAY INTERSECTION IMPROVEMENTS S S DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 S S S . . S .S S S S S S S S S. S S HR TIP PHASE! -2011 S HIGHLANDS RANCII PARKWAY AND WILDCAT S RESERVE PARKWAY INTERSECTION IMPROVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005 . TABLE OF CONTENTS .S S DOUGLAS COUNTY STANDARD SPECIAL PRO VISIONS: Page S Revision of Section 101Definitions and Terms (April 3, 2006) SSP 3 S 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 S S Revision of Section 105Control of Work (February 15, 2011 )....SSP9 S Revision of Section 105 - Control of Work and S Revision of Section 107 Legal Relations and S Responsibility to Public (April 3,2006) SSP 15 S S Revision of Section 108 Prosecution and Progress (February 1, 2012) SSP 22 S Revision of Section 109 Measurement and Payment (October 4, 2011) SSP 26 S S S S I I I I I I I I I I I I I SSP-2 I I . . Standard Special Provisions Apr11 3, 2006

REVISION OF SECTION 101 IIEFINITIONS AND TERMS

Section 101 of the Standard Specifiéations is hereby revised as follows:

Wherever in the Standard Specifications, Standard Plans, Plans or Special Provisions the follbwing 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 Sjieciaf Provisions which have been duly issued by Douglas County to prospective Bidders prior to the time of receiving bids.

CHIEF ENGINEER - The County Representative of Douglas County, Côl6radO àctingèither directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them. 1 . COUNTY Douglas County, Colorado. D. DEPARTMENT OF COMMUNITY PLANNING AND SUSTAINABLE DEVELOP- MENT DjPARTMENT ENGINEERING DIVISION, DOUGLAS COUNTY OR COLORADO DEPARTMENT OF TRANSPORTATION (CDOT); . TATE OF COLORADO. E. DISTRICT ENGINEER or REGION TRANSPORTATION DIRECTOR The County Representative of Douglas County, Colorado, acting either directly or through properly S authorized agents, such agents acting within the scope of the particular duties delegated to them.

5 F DEPARTMENT or DIVISION - Douglas County Engineering 0. ENGINEER or PROJECT ENGINEER or RESIDENT ENGINEERThe County 5 Representative of Douglas County Colorado, acting either directly or throdh jiOperly S authorized agents, such agents acting within the scope ofthe particular duties delegated to them. S H. LABORATORY The designated laboratory authorized by Douglas County to iëst thatetial and work involved in the contract.

S I. STAFF CONSTRUCTION ENGINEER - The County Representative of Douglas County 5 Colorado, acting either directly or through properly authorized agents, such agents acting within p the scope of the particular duties delegated to them.

J. STATE, STATE OF COLORADOorCOLORADO DEPARTMENT OF I TRANSPORTATION (CDOT) Douglas County, Colorado I I I SSP-3 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%I 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 opehing 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 ortechnicality inany 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 Noticeof 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:

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

The Bidder's financial responsibility;

SSP-4 Standard Special Provisions April 3, 2006

REVISION OF SECTION103 AWARD AND EXECUTION OF CONTRACT continuet

c. The Bidders previous performance (both satisfactory and unsatisfactory) on completing priOr Douglas County contracts, indluditig 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 readasfollows: The Agreement shall be signed by the successful Bidder and returned, together with the contract Payment and Performance Bonds, Certificate of Insurànóe.and all other foñnal contract documents, within ten (10) days alter the date of Conditional Notice of Award, If the successfiul Bidder returns the signed Agreenient and has submitted accejitable Payment and Performance Bonds; Insurance Certificates and all other formal contract docunients within ten (10) days after the date of Conditional Notice of Aiard; then if the Agreement is not executed by DouglasCounty within thirty (30) days from the date of the Conditional Notice of Award, then the Bidder shall havethe rightto withdraw the Bid Proposal without penalty. ,..

The Notide to Proceed process may be accelerated; and provided both parties agree to the Contractor submitting applicablePaynient 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 frilly execute the Agreement at the same time the BOCC would grañftheConditional Notice of Award.

No Agieement shailbe considered effective until ithas ben frilly executed by all the parties thereto. S S S S S S p p p

SSP-5 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: I The County assumes no responsibility for the condition of existing streets and structures and other I property in the project area nor for their continuance in the condition existing at the time of issuance of I the INVITATION FOR BIDS or thereafter. No adjustment of Contract Price or allowance for any I change in conditions, which may occur after the INVITATION FOR BIDS has been issued will be I made. I Subsection 104.02(c). is amended to include the following: I Unless such alterations and increases or decreases materially change the character of the work to be I performed or the cost thereof; the altered work shall be paid for at the same unit prices as other parts of 'the work. 1f however, the character of the work or the unit costs, thereof are materially changed, an I allowance shall be made on such basis as may have been agreed to in advance of the performance of the I work, or in case no such basis has been previously agreed upon, then an allowance shall be made; either I for or against the Contractor, in such amount as the Engineer may determine to be fair and equitable. I Material change of the character of the work to be performed or the cost thereof as used herein means I an increase .or decrease in quantities over or under the plan quantities amounting to, an aggregate I increase or decrease to the original Total Contract Amount of twenty-five percent (25%) or more. I The Unit Price or Lump Sum Price for each of the listed items in the Bid Proposal of each Bidder shall I include its prorated share of overhead so that the sum of the products obtained by multiplying the I quantity shown for each item by theunit 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 I limit will be fixed for such increased or decreased quantities. No adjustment to unit prices will be I allowed, provided the net monetary value of all such additive and subtractive changes in quantities of I such items of work (i.e., difference in cost) does not increase or decrease the original Total Contract I Amount by more than twenty-five percent (25%). I The County may make changes in the scope of the work required to be performed by the Contractor I under this Contract by making additions thereto, or by omitting work therefrom, without invalidating I the Contract, and without relieving or releasing the Contractor from any of his/her obligations under the I 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 amouiit of the changes do not I change the original Total Contract Amount by more than twenty-five percent (25%). All such work I shall be executed under the terms of the original Contract unless it is expressly provided otherwise. I SSP-6 I I . .

Sta'hdard Special Provisions L 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 contractjinless 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 applicablenit prices are contained in the Contract (established as a result of a unitprice bid), the County may order the Contractor to proceed with desired changes in the. work, the 'value of such dhanges 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 S.S 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, S (3) A definite statement as to the resulting change in the Contract Price and/or Time, 5 (4) The statement that all work involved in the change shall be performed in accordance with contract 5 Requirements except as modified by the change order. 104.04 MAINTAINING TRAFFIC S Subsection 104.04 shall include the following:

Before proceeding with construction, the Contractor will submit to the Engineer a detailed proposal in I writin of his method of handling traffic during construction for review and approval. Depending on I 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.

P During the course of construction, the Contractor shall provide a detailed traffic control plan, which p 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 SSP-7 p . . I. Standard Special Provisions April 3, 2006 S S REVISION OF SECTION 104 SCOPE OF WORK - continued - I 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 I 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 bereplaced 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. I 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). I 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 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 I accordance with the manual on Uniform Traffic Control Devices (MTUTCD). 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 sSP-8 .

: Standard Spebial Provisions . Februa,y 15, 2011 REVISION OF SECTION 105 CONTROL .OE 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 parigraph; shall include thefollowing:

Any wbrk shown on the plans and not covered in 'the special provisions or included in the spedial provisions andflot shown on the plans, shall be exebutedby the Contractor as thougb,shownboth On.the plansand included in the special provisions. Theplans, special provisions;. StañdardtSpecificatibhs, Standard Platfi, and all suppitmentary documents are intended to be'Complete andcothplementary. If anji oniisions are mad whiCh are necessary to parry out the full intent and meaning ofthé Contract, the CoñtMctàr shall supply such othissions at no additional cot to the County as though they havebeen 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 paiagraih, is amended to read: . r In case of discrepancy, the order of precedence is as follows:

(a) Change Orders -

(b) Addehda . Notice to Bidders

Spcial-Provisions $ : 1. not Special Provisions 2. Standard Special Provisions S 3. CDOT Standard Specifications for Road And Bridge Construction, Dated 2005 5 (e) Plans 1. Detailed Plans 2. CDOT Standard Plans(M&S Standards dated Ju1y-2O06) and mostrecent S revisions where calculated and specified dimensions will govern over scaled 5 . dimensin. 5 3. Douglas County Roadway Deign.andConstructionStandards?;. 1 5 4. DoUlá County Gradiñg Erosion and Sedithent-Control (GESC Manual, as amended. (f) CDOT Suppletental Specifications I (g) CDOT Standard Specifications for Road and Bridge Construction, Dated 2005 (}i) CDOTConstfuctjon Manual I.. p (i) CDOT FieldMaterials Manual I I SSP-9 . I Standard Special Provisions February 15, 2011 .I REVISION OF SECTION 105 CONTROL OF WORK I - continued -

105.99 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 @lans 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) pdr 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 whichshould 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 sd 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 re4uested,flirnish 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 Confractor shall settle with such other contractor, individual or subcontractor by.agreement or arbitration, if stich 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 notifS' the Contractor who shall defend at his own expense any uit based upOn such claim; and if any judgment or claims against the County shall be allowed, the Contractor shall pay or satis' such judgment or claim and shall pay all costs, expenses, and attorney's fees in connection therewith, and

SSP-10 : Slanilard Special Provisions February 15, 2011 REVISION-OF SECTION 105 CONTROL OF-WORK -continued-

.otherwise hold-Douglas County harmless from any such judgments, claims orattorneys fees. Said hold harmless statement shall be noted oh 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,II' the County -provides construction staking as part of this Contract,- and if -any of Ithe 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 Cdntractor at the-current market-rate for the work required, and replacement will require aminimum of three (3) busiñess.davs 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 Contradtor for the work. !

-105.15 - INSPECTION AND TESTING OF WORK

Subsection-105.15 shall include the following:

S All engineering costs for inspection, both regular time and overtime, will be paid-by the County.All 5 requests by theContractor for inspection will require at least 48 hours advancenotice to thengineer.

The County may retain the services of an independent testing laboratory to perform some or all testing S and- to assist ih the inspection -of the work and equipment.The Contractor- shall give the S representative(s) of such independent testing laboratory access to all work as a representative of the -. 5 Engineer.-; -

Douglas County and its authorized representatives and agents shall at all times have access to and be S permitted to observe and review all work, materials, equipment, payro1ls; personnel records, S employment conditions, material invoices and other relevant data and records' pertaining to this 5 Contract, provided however, that all instructions and approvals with respect to the work will be given to 5 - the Contractor only by the Engineer. -

All materials-and workmanship shall -be subject to inspection, examinationror test-by the Engineerat I 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. I I SSP-ll 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, exceprat 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 securesuch reparation by the Contractor as is equitable.

Except as otherwise specifically stated in the Contract, costs of testing will be divided as follows:

The Contractor shall assume all costs of re-testing materials, which fail to meet Contract requirements; The Contractor shall assume all costs of testing materials offered in substitution for those found deficient;. The Contractor shall furnish, without extra cost, all samples required for testing purposes; ... 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.

SSP-12 . . Sta,idard Special Provisions February 15, 2011

REVISION OF:)SECTION .105 CONTROLOF WORK continued

The Contractor shall notify the Engineer sufficiently in advance of 'backfill ing orconcealing any facilities to permit proper time for inspection and testing.If any facilities are concealed without apjirovalor àonsent óftheEngineer; the Contractor shall uncover for inspection and recover such facilities all at the Contractor' s.sole expense, when so, reudsted and deemed necessthy by the Engineer.

.Sifould it be considerednecesaij' oradvisable by the Engineer at any time before fiS'áceptance of .the entire work to make an examination 'of work already completed, 1:by uncoi'ering- the: same, the . Contractorshall, on request, promptly furnish all necethary facilities, labor and material; if: suchwork 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 s"atisfacforS' rêcdnstructioii- If/however, such work ifound to theet- rthe 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'l 09;04,-Compensation for Changes and Force Account Work; and in accordance with the revisions of Section 104 of these Doixgls'County.Standard Special Provisions. C--The Contractor shall, if completion of the:work Of the entire Contract has beeii:delayed thereby, Will'.be granted a suitable extension oftithe on account of the

addit[onal work involved. I 4' ,,,,' ; . c Inspection of materials: andappurtenánces to be incorporated in the improvements ethbraced in the Contract may be made'. at the place of production, manufacture or shipment, whenever the quantity . justifies' it,- and such inpection and acceptance shall, unless otherwise :sted,jjpthe Standard Siecifications or these special proviions; be final, except as regards'(l) latentdefects; (2) departures .'.frorn.specific requirements of the Contract, (3) damageor loss in transit-,. or(4) Iraq -of'sucbgross 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. . Ii., I.. ''i., ,. :. .; t . Neither inspection testing, approval nor acceptance of the Work in whole.or in part'by Douglas County or its agents shall rëliève the Contractor or his sureties df frill responsibility for materials.furnished or

wo&performed not i,nstrict accordanàe.with the.Contrabt. . ''. -:;. .' ..

(o5iO' ACCEPTANCE ., , .r. .1

- . . . 7flLu.-, ' . Subsection' 105.20(a) shall be deleted in'its entirety and replaced as follows: it ''-..J:- will 'beno partial acceptanec"of'any unit or portion of the project, unlessauthorized in .'writing by 'theDOugláè County Engineer.

L- ,'. S-.-r..'". ' : . S Standard Special Provisions February 15, 2011 .S REVISION OF SECTION 105 CONTROL OF WORK S - continued .S Subsection 105.20(b) shall include the following: S

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 S 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 S inspection. If the County determines that the work under this Contractis substantially completed, itwill make the arrangements necessary to have final inspection commenced on the date stated in such notice, . or as soon thereafter as practical. . S 105.21 DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS .S Subsection 105.21 shall include the following: S All disputes arising under this Contract or its interpretation whether involving law of fact or both, or S extra work, and all claims for alleged breach of contract shall within seven (7) days of comnencement . of the disputes, be presented by the Contractor to the Engineer in writing for decision. All papers S 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 withinthis 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 claimwill be considered only for a period commencing seven (7) days prior to the receipt by Douglas County of notice thereof: S S 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 S 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 S work, but shall notify the Engineer in writing within five (5) days that the Contractor is proceeding with I the work under protest, and the Contractor may then accept the matter in questiOn from the fmal release. I Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour S lines or bench marks, will not be recognized unless accompaniedby 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 morework than would be reaonably estimated from the S plans issued by Douglas County. Any discrepancies, which may be discovered between actual S conditions and those represented by the plans, shall at once, (but no later than within twelve hours of S discovery) be reported by the Contractor to the Engineer; and work shall not proceed, except at the S Contractor's risk or unless the Engineer has directed in writing the Contractor to continue working. I SSP-14 S S Standard Special Provisions April 3, 2006

REVISIONOF SECTIONS 105 tbNTkOLoFWoR1C AND REVISION OF SECTION 102 . LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Sections 105 and 107 vi the Standard Specifications are hereby revised as follh*s:

105.20 ACCEPTANCE I and I 107.17 CONTRACTOR'S RESPONSIMLITYFOR WORK Süthections 105.20 ad 107.17 shall include the following:

Neithefthéfinàl certificate of pyment nor any provision inthe contract, nor partial or entire useM the improvements under this contract by the County shall constitute an acceptance of work not done in a&coitlande vith the Contract or relieve the Contractor of liability with respebt to ahyexpresswarranties Or respóñsibiliy for faüliy matérial or workmahship. The Contractor shalpropytcmcdtany ddie&k in the'work add pay fOr any dam4e'to àther wotWresuItinetherefrani;*hieh;.shall ajeai wihiñ a period'of one year, (one\'earwarrantv period) from thédatëoffiñâlaccibtance of tlië Cóiitract; 'Dbüglás County willivé'notiôe bf observed noncohiilianewith rëStinable tornptness.

SsP-15 I I I 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 I applicable ordinances or codes, the Engineer will adjust the Contract by.Change Order to conform to I such ordinances or codes (unless waivers in writing covering the difference have been granted by the I 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 I variance with any applicable ordinance or code, including any written waivers (notwithstanding the fact . that such methods are in compliancewith the plans and spedial provisions), the Contractor shall correct the .methodsof.doing sudh work or remove such work, at the election of and without cost to Douglas County. A chnge Order will be issued to cover only the excess cost the Contractor would have been I entitled to receive if the change had been approved before the Contractor commenced work on the items I involved. I 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 I disposed of by the Contractor who shall keep the Project Site and public rights-of-way reasonably clear I at all times. The Contractor shall comply with the applicable laws and ordinances governing the I disposal of materials, debris, rubbish and trash on or off the Project Site and shall commit no trespass I 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 I 23 of the Colorado Revised Statutes, as amended, and in addition thereto, shall not be made on or to any I site or facility within the limits of Douglas County, which has not been previously licensed by the I County. I

The Contractor shall be responsible for obtaining required approvals from Douglas County and the State I of Colorado Mined Land Reclamation Board for earthen or mineral aggregates removed and/or I deposited within Douglas County and outside the right-of-way for this project. Approvals or permits I required to obtain such earthen or mineral aggregates shall not be paid for separately, but shall be I included in other items of work. I I I SSP-16 I I .

S Standard Special Provisions April3, 2006

REVISION OF SECTION107 LEGALRELATIONS AND RESPONSIBILITY TO PUBLIC -continued -

107.10 BARRICADES AND SIGNS

Subsection107.10shall include the following:

The Contractor shall be responsible for ensuring that all work sites are properly cleaned and barricaded prior to the completibi of each day's activities. Failure on the part of the Contractor to doso shall rSult in the County doing so at the Contractor's expense. Actual barricading and cleaning costs shall be deducted from the final contract price.

All bthicading shall be in accordance with the Manual on Uniform Traffic Control. The Contractot 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

Subsection107.15shall include the following:

The Contractor shall exercise proper precaution at all times for the protectioñof persons and property and shall be responsible for all damage to persons or property, either on or off the thte, which occur as a result of his prosecution of the work. S S The safety provisions of applicable laws and buildiiig and construction codes shalibe observed, and the Cohtráètôr shall take or cause to be taken such additional safety and health nidasu+es as the Engineer iTIá)' determine to be reasonably iiecesSry.

P The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury p rèquiririg mdical attentiori or causing loss of tithe from work, arising outOf and in thecourse of p eTiiipthyment di the wcrk udder this Contract. Th Contractor shall prothptlyftirnish the Engineer with rep&S &nièthing thésetnàtters.

P Tle Cpntractot expressly binds himself to indemnify and save harmless Douglas County against all suithations, ôlaims, costs, expenses, and attorneys' fees ofany kind and naturebrought, or which may p bebrought'against the County for or on accoufit of any injuries or dan-iage rceivedor sustained by any person firth,partnership or corpórátiofi;ot l5ersons, firms, partnerships or corporations, in connection with or on account of the performance of the ',ork under this Contract or by or in consequence ofany I 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 I I SSP-17 . Standard Special Pro visions 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 itso desires, withhold any payment due the Contractor so long as it shall be reasonably. necessary to indemni' 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 S S Employer's Liability.

$1,000,000 Each accident $1,000,000 Each employee for disease S S Commercial General Liability insurance with minimum combined single limits of ONE MILLION DOLLARS ($1,000,000.00) each occurrenceand:. 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 S operations. The policy shall include coverage for bodily injury, broad form property 5 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. S S 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 4 contain a severability of interest provision. . 4 '... a 4 SSP-18 a a .

S S . Standard Special Provisions April 3, 2006 S S REVISION OF SEC,TION4O7 S LEGAL RELATIONS AND RESP,ONSIBILITY TO PUBLIC . -continucd - S Contractor shall procure and maintain the mipimum insurance.1coverage required.Such S coverage shall be procured and maintained with insurerswith an A- or better rating, as determined by Best's Key Rating Guide. All coverage shall be contin.uously maintained to cover S all liability, claims, demands, andotherobligationsassumed by the Contractor. Jn the case of S any claimsmade policy, the necessary retroactivedatesand extended reporting periods shall be .S -. procured to maintain such continuous coverage. , S The required Conimercial General Liability and Commercial Automobile Liability policies shall be endorsed to include Douglas County as aCertificate Holder and name Douglas County, its S officers and employees as additional insured. The required Workercompensatipnpoliey shall . be endorsed to include Douglas County as a Certificate Holder. The policies shall provide that . Douglas County will receive notice no less than thirfr (30) days.-priorto:canceIlation, S termination ora material change to the policies. . The policies required above shall be primary insurance,and any insurance, carriedby Douglas S 'County, its officers, or its employees; shall be excess and not contributory insurance to that S provided by Contractor. No additional insured endorsement to the policy required above shall S contain any exclusion for bodily injury or property damage arising from completed operations. S The Contractor shall be solely responsible for any deductible losses underahy policy required above. S S S. The certificates of insurance shall be provided to Douglas County by the Contracto?s insurance S agent or carrier as evidence that policies providingthe required coverage;rconditions and S minimum limits are in full force and effect. Insurance limits must be oneachCertificate of Insurance. Each Certificate of Insurance,shall be reviewed and approved by Douglas.çounty S prior to commencement of the Contract. .No other form of certificate shall bç used.,. The S certificates shall identify this contract. Thecompleted certificates of insurance and any notices, S within thirty (39) days of cancellation, termination, or material change, shall ;be sent-to:

S ArthurE. GriffithP.E. Sheryl D. Monroeji:; ç S Capital Improvements Projects Manager Douglas County Risk Management 31d S Douglas County Community 100 Third Street, Floor Planning and Sustainable Development CastlIiock, Cloridb '80164 S Engineering Division S 100 Third Street; Suite 220 CastleyRock, Colorado 801.04 S S 6. The Contractor shall not be relieved of any liability, claims, dernands,,or other 'obligations p 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 p types. p SSP-19 p Standard Special Provisions April 3, 2006

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC -continued

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 ithmediately 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 alipremiums 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.

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

The parties hereto understand and agree that Douglas County is relying on, and does not waive or intend to waive by anprovision 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.

101.16 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 Revisipn 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.

SSP-20 S : Standard SpeciatProvisions 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. andrepIace it with Class 2 structure backfill, or other suitable material as approved bythe 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 precautionagainst injury or damage to any part thereof by the action of the elemëhts, groundwater; surface runoff,floods or from any..other. cause, whether arising from the eicecutibnor from the nonexecutiori of the work. The Contractor shall rebuild; repair, restore, and make goOd all injuries or damages to any portion of the work occasioned byanyof the above causes beforefinal 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 necesary temporary structures or other.facilities(includiñg pumping -and. .all other dewatering costs) at the Contractor's expense that are needed to complete the requirethents for this project S ..:,.-: - No sepaiate measurement and payment will be made of the work, equipment andmaterials, including, but not limited to, any additional shoring, rock stabilization, diversions, cofferdams, sheeting, pumping andwell points required to control thësurface and subsurface water in-the workarea throughout the . duration of the projedt (until the ptoject.is completed and accepted by the.Engineer). This work shall

r7 - be a;subsidiary obligation-of the Contractor for this project. .. .- S 5 107.19 FURNISHING RIGHT OF WAY

Subsectiofi 107.19 is hereby revised to include the following: .

- -, 5 The Contractor shall construct this project within the proposed right-of-way, permanent slope 5 easements, permanentdrainäge easements,;andtèmporary construction easements as shown on the plaii. Any additional temporaryconstruction easements that the Contractor, wants shalbbe obtained by the Contractor 'at his -expene. No timeextensions will be granted by .DouglasCounty for4he r-'- P Contractor to obtain theseadditional -easements. .-- . ..-u P - - p 'Temporary fence shall be 'constructed within the limits of the temporary constructionS easements as specified on the plans or as directed by the Engineer. . - 1 -

1 I SSP-21 Standard Special Provisions February 1, 2012

REVISION OF SECTION-lOS 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:

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

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 officeas 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 eachease addressed to such office.

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 anysubcontractor to perform any work included in this Contract, until the Contractor has submitted a non-collusive affidavit froth the subcontractor in a form acceptable to the County...Prior to beginning ny 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.

SSP-22 S . S S : Standad Special Provisions February 1, 2012 5 ;REVISION OFSECTION 108 PROSECUTION AND PROGRESS ,continued-

The Contractor shailbe fully as responsible tO theC6unty f6racts and omissiOns of his subcontractors, 5 and of persons either directly or indirectly employed bythem, 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 ivork to require compliance by each subcontractor with the applicable provisions of this Contract..

'Nothing contained in this Contract shall create any contractualrelationship between any subcontractor .andtheCounty. .. 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 theNotice to Proceed...... -.108.03' SCHEDULE Subsection 108.03 shall include the following:

S Following the issuance of the !Notice toProceed"; the Contractor shall (within ten (1 O da','s) submit to 5 the County a carefully considered construction schedule. The schedule shall showthe 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 diagralli., Theçonfractor shall update the schedule atlèast eVery -two weeks throughout the construction period and submit the revised updated schedule to the County. S. . ;.. .., ..,, . S --'lO&OS- CHARACTER OF WORKERS; METHODS AND EQUIPMENT .

SI . -_ ...... Subsection 108.05 shall include the following:

5 The Contractor shall be responsible for the proper fitting of all work and for coordination of the S operations of all trades, subcontractors, or material men engaged upon this Contract. The Contractor 5 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. S S S S SSP-23 S 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:

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

Any acts of Douglas County; or

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

Any delay of any subcontractor occasioned by any of the causes specified in subparagraphs (a), (b), or (e) 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 ascertainthe 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.

SSP-24 . . . Standard Special Provisions .. Februári' J, 2012

REVISION OF SECTION 108 PROSECUTION AND P1thGRESS 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 w;bin the time specified inthese special provisions, or as modified in accordanc with these special provisions, the County, by written notice to the Contractor, may terimnate the Contractofs nght to proceed with the work Upon such termination, the County may take over the work and prosecute the sanie to completion, by conract or otherwise, and the Coatractor and the Sureiyshálib.e liàbleto 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 . 11, for any reason, the Contract is declared in default, the County shall have the right, without process or actionlaw, to take oyer ajl,or any poftion of the wo* and cQmpet at its option, either byday labor or by re-letting same Written notice shall be given the Contractor by the County that the Contract has 0 been declared in default and upon receiving such notice, the Contractor shalleaéëàbly ielthquish 0 possession of said work oi in the parts thereof specified in the notice. 0 Tle County may, atits option, ajid at a rental which it considers reasonable, take possession of, and 0 utilize in completing the work, such materials, equipment, tools, and plant as may be on the Project Site 0 t!)tiJ. the work is complee...... ± . v±t±4iitI .W"' Neither theounty 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 completLon of said work, or any p6rton thereof, may be àccomplihed or for the prióe paid therefore. Should the cost of comleting the 'vprk be in 0 excess of the original contract price, the Contractor and the Surety shall be hid?dbitgated for such 0 excess cost Should the post of such completion, mcluding all proper charges, be leit1tan the original ,,contract pnce, the amount so saved shall be paid to the Contractor Neither by taking over the work nor by declaring the Contractindefault shall the County forfeit the right to recover dmaes from the Contractor or the4 Surety for failure to complete the entire Contract Maintenance of th& vork shall 0 contmue to be the Contractor's Surety's responsibility as provided for by the bond and garanty of the 0 Céni&actor. 0 0 0 0 0 SSP-25 S Standard Special Provisions October 4, 2011 . S REVISION OF SECTION 109 MEASUREMENT AND PAYMENT S

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 tdtal value of all construdtion work completed to such dátè, as estimated. S Monthly or pàftial 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 . cover&I by stich monthly or$rtial payments shall remain the propértyof the Contractor, and he shall be responsible for the care and protection of all materials and work upon which payments have been made S Such paymebts shall not ëdntitUte a *áivèr of the right cfthe COunty to reuite the ifilfilinient Of all S terms of the Contract and the delivery of all imprdvemènts embraced in this ContracC complete and S satisfactory to the County in all details. . S Subsection 109.06, (a), Standard Amount Retained, is hereby deleted: Partial payments shall be S in aceordanee With the following: S The amount to be retained froth partial payments will be five percent of the óaléulatéd value of the . completed work (including retainage for mobilization). No further amount will be retained if the Contractor is satisfactofily perforniiñg the Contract work. The athount retáhiedwill be in effect until . such tithe the Contract is conipleted satisfactorily and finally aCcepted by the County, with the . following exception, which requires the Contractor's written request and consent of the Surety: S whereby upon completion and acceptance of the Project, the Engineer will Advertise for Final . Settlement, pursuant to Sdction 38-24-107, C.R.S., at which tithe the amouiitretainediiva' be reduced . to two pkent of the .vork cothpleted. This Subsection is intended to comply with Section 24-9 1 -103, C.RS. .. The COunty, before making any payment, may r&uire the COntractOr tO furnish ref eases or Eëceipts from any or all personsperforming 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 mak& $yihent in pan or in full to the Contractor withOut requiring the furiiishiñg of such +eleasCs or receipS, ád any payñwhts so made shall in rio way inipair theabllgations of any Surety or Sureties or any bond or bonds furnished under this Contract.

SP-26 . . . 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 S granted in iting by the Engineer or unless it is specified in the Douglas County Project Special 5 Provisions (PSPs). S 109.09 ACCEPTANCE AND FINAL PAYMENT

S Subsection 109.09 shall be revised to include the following: S 5 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 S release as provided under Section 105, as revised. S S S S S S S S SSP-27 DouGLAS CoUNTY COLORADO

DOUGLASCOUNTY 4

PROJECT SPECL4LIR(JVISIONS HRTIP-PHASEI-2011

HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPROVEMENTS

DOUGLAS COUNTY PROJECT NUMBER CI 2Oi1005

October 2012

S PROJECT SPECIAL PROVISIONS HR TIP-PHASE! -2011 HIGHLANDS RANCH PARKWAY AND WILDCAT RESERVE PARKWAY INTERSECTION IMPRQVEMENTS DOUGLAS COUNTY PROJECT NUMBER CI 2011-005

The fof lowing "Special Provisions" shall suppibment 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 cSè of any discrepancies. TABLE OF CONTENTS Page No.

Utilities PSP-1 Public Involvement by Contractor PSP-4 Revision of Section 101Definition.and Terms PSP-6 Revision of Sections 105 & 601 - Control of Work and Structural Concrete PSP-8 Revision of Section 106 - Control of Material PSP- 16 Revision of Section 107 Legal Relations and Responsibility to Public PSP-18 Revision of Section 108 Prosecutionarid Progress PSP-22 Revision of Section 201 - Clearing and Grubbing PSP-24 Revision of Section 202Removal of Structures and Obstructions PSP-26 Revision of Section 203Excavation and Embankment PSP-28 Revision of Section 206 - Excavation and Backfill for Structures PSP-32 Revision of Section 207Topsoil PSP-34 Revision of Section 208ErosiOn Confrol PSP-35 Revision of Section 209Watering and Dust Palliatives PSP-52 Revision of Section 212 Seeding, Fertilizer, Soil Conditioner, and Sodding PSP-53 Revision of Section 304Aggregate Base Course PSP-54 Revision of Section 412Portland Cement Concrete Pavement PSP-56 Revision of Sections 601 and 701Structural Concrete and Hydraulic Cement PSP-66 Revision of Sections 601 and 708 Structural Concrete and Paints PSP-80 Revision of Section 605 - Subsurface Drains PSP-84 Revision of Section 608 Sidewalks and Bikeways PSP-85 Revision of Section 609 - Curb and Gutter PSP-86 Revision of Sections 614 and 630 Traffic Control Devices and Construction Zone Traffic Control PSP-87 Revision of Section 614 Traffic Control Devices PSP-89 Revision of Section 625Construction Surveying PSP-92 Revision of Section 626 Mobilization PSP-95 Revision of Section 627 - Pavement Marking PSP-96 Revision of Section 630Construction Zone Traffic Control PSP-97 SectiOn 700 - Force Account Items ?SP-100 Douglas County Community Planning and Sustainable.Development October 2012 HR TIPPhasel-2011 Highlands Ranch Parkway and FVildcat Reserve Parkway. Intersection Improvements Douglas County Project Number CI 2011-005 Prefect Special Provisions PSP-1

UTILITIES

The known utilities within the limits of this project are.

CENTENNIAL ' WArr.E AND 5M'UTATION DPSTR,CT Rick Neff Centennial Water and Sanitation District 303.791.2789 x 427 Phone (The Metro District) 303.79tO43tFa* 62 West Plaza Drive Highlands Ranch, CO 80129 E-mail: rneff©highlandsranch.org Website: www.highlandsranch.org

WATERCENTENNIAL AND SAEJErNTION (LflSTCCT

Utility Locates Centennial Water and Sanitation District 303.791.2185 x 545 Phone (The Metro, pistrict) 303.791.0437 Fax 62 West Pléza Drive ' Highlands Ranch, CO 80129 E-mail: 1dykstrahighlandsranch.org Website: www.hightandsranch.org

(gomccst.H. Butph Buster Jt Comcast 303.603.5682 Phone 5 6850 S Tucson way 303.603.5609 Fax Centennial, CO 80112 S Email: [email protected] 5 Website: www.comcast.com

.4ce!ergr

Lche!s McKnlght Xce!,En,rgy4as Operations 303.434.7147 Phone 1123 West3rdAvenue 303.57 13826 Fax Denver, CO 80223 E-mail: MichelIe.T.McKnightxceIenergy.com Website: www.xcelenergy.com Douglas County Community Planning and Sustainable Development October 2012 HR TJPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-2

UTILITIES -Continued-

XceIEnergy

Mark Supancic Xcel Energy-Street Lighting 303.710.2166 Phone And Electric Distribution 303.716.2056Fax 10001 West Hampden Avenue Lakewood,Co 80227 E-mail: Mark.SupancicxceIenergy.com Website: ww,xcelenergy.coni

William Benson Century Link Local Network 303.587.5496 Phone Field Engineer for Highlands2d Ranch and Smokey Hill 303.792.6236Fax 9750East Costilla Avenue Floor Englewood,CO 80112 E-mail: william.benson©eenturylink.com Website: www.centurylink.com

The above companies and/or their respective Contractors will perform the relocation of utilities before and during the project construction period. The Contractor shall cooperate filly with all utility companies conducting their respective operations, so that the utility work can be completed with minimum delay to all parties concerned. It is the Contractor's responsibility to coordinate with the utility companies and to incorporate utility relocations in determining a reasonable schedule for the various work activities required in completing the project.

The Contractor shall anticipate delays and work stoppage throughout the project limits during the relocation of facilities by the utility companies listed above. The Owner shall make no additional compensation for said delays, for additional mobilization, for work stoppage, or for any other reason relating to the utility relocation.

The Contractor is responsible for requesting utility locates by contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading.It ithe Contractors responsibility to ensure that all trenches backfilled by utility agencies meet the required compaction. and the Contractor shall notify the Engineer of any concerns in order to schedule inspections and testing of the trench compaction within the project limits.If the Contractor is concerned about the work being performed by utility agencies representatives, it shall be brought to the Engineer's attention immediately. The location of utility facilities as shown on the plan and profile sheets, and herein described, was obtained from the best available information: All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. Douglas CountyCommunity Planning and Sustainab1eDevelopment October 2012 fIR TIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements * Douglas County Project Number CI 2011-005 Project Spit/al Provisions PSP-3 . UI The Contractor is responsible for all pothó1iig required to determine the location of the existing utilities and potential conflicts with this pitject. Utilities companies will need to be notified of any conflicts a minimum of thirty (30) days prior to any scheduled relocation. Pay Item. .1 Pay Unit . Pothóling . Flour . . NOTE:. Underground utility linesare encased in concrete, based on the information obtained at pothole locations. The top of the concrete encasement is anticipated to be within the zone of I reconditioning shown on the typical sections. It is solely the responsibility of the Contractor to I protect these lines in place and to anticipate any measures necessary to perform the workvith these lines in place. No extension of time.shall be granted, nor shall separate'oraklditional payment be made for any time, labor, materials, or incidentals required to accommodate the presence of these lines in the performance of the work. I :It I ., NOTE: Notice of Watch and Protect for Century Link Fiber OptictDuct Run- The Contractor is notified that a Century Link Fiber OpticfDuct Run facility has been located within the propos!d excavation area. Any excavations within 5 feet of the fiber opti&duct tun, I will require CentüryLiflk notification and a stand by spotter by Century Link. Contrijctor will be required to call 970.622.9792 AT LEAST 24 HOURS PRIOR to when the Contractor will be near the Century Link F/O facility to schedule a stand by. All costs incidenhil. to the foregoingreq'uiremeñts will not be paid for separately; but shall be included in thework. I S S S ...# - S_.!:S S J- S S S S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIP -PIzaseI-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-4

PUBLIC INVOLVEMENT BY CONTRACTOR

The Contractor shall provide information to the following public information services on an ongoing basis and ihtoughout the duration of the prbje6t:

At the pre-construction meeting, the Contractor shall designate a contact person for this project. This individual shall be primary person responsible for maintaining comnuiications 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 thework that would result in traffic impacts / delays, road closures, and detours. Dispatch Douglas County/Castle Rock, Telephone Number: 303.660.7500. Fire District South Metro Fire District, Telephone Number: 720.488.7200. Police Protection Douglas County Sheriff Department, Attn: Lieutenant Troy McCarty, Telephone Number: 303.660.7569.

School District Douglas County School District, Attention: Richard Cosgroye, Telephone tJumber:, 3 Q3 .387.0720. Aaencies 1-. Douglas County Community Planning and Sustainable Development, Attention: Neil Sarno, Telephone Number: 303.660.7490 or 303.916.7688 (Cell). 2.Highlands Ranch Metro District, Attn: Forest Dykstra, Telephone Number: 303.791.0430..

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:

Contractor's name, address, phone number. Field Superintendent's name, mobile phone number, and pager number. Douglas County. Community Planning and Sustainable Development October 2012 HR Highlands Ranch Parkway and )flldcat Rçserve Parkway Intersection Improvements Douglas County Project Number Ct 2011-005 Project Special Provisions PSP-S.

PUBLIC INVOLVEMENT BY CONTRACTOR -Continued-

3. Plic information office phone number. 4.Schedule ofork, 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, pavingschedule 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 busi9esses impacted by construction due to the roadway improvements affecting access to their,facilities, prior to grading, culvert installations and paving 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 pians 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.

S S S S S S S S S S S S S S S S Douglas County Community Planning and Sustainable Development October 2012 HI? TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements DouglasCounty Project Number CI 20 11-005 ProjectSpecialProvisions PSP-6

REVISION OF SECTION 101 DEFINITIONS AND TERMS

Section 101 of the Standard Specifications is hereby revised for this Project as follows:

Subsections 101.88, 101.89, 101.90, 101.91, 101.92, 101.93 AND 101.94 are hereby added to include the following:

101.88 Safety Critical Work. Elemehts of the work that, if performed improperly, ôould encroach upon and endanger traffic that is following all traffic regulations. Safety critical work may include work elements performed under one or more of the following situations: Work that is constructed on, over, or near a traffic route and could become unstable over time if ins tailed improperly. Work that requires the use of lifting devices in the vicinity of traffic.

Elements of work considered safety critical for the project will be identified in a project special provision titled Revision of Sedtion 107 Performance of Safety Critical Work.

"Traffic," as used above, is defined as the vehicles, railroad, pedestrians, aircraft, and watercraft moving along a route. The route may be permanent or tethporary, such as a detour.

101.89 Falsework. Falsework is temporary construction used to support structural elements of concrete, steel, masonry or other materials during their construction or erection until they become selfsupporting. Falsework may also be used to provide temporary support to elements of a structure during demolition or reconstruction.

101.90 Formwork. Formwork is the temporary structure or mold used to retain plastic or fluid concrete in its designated shape until it hardens.

101.91 Shoring. Shoring is temporary construction that is used to support the earth adjacent to excavation or embankment.

101.92 Grading, Erosion and Sediment Control Plan (GESC). The GESC Plan comprises those contract documents designed in accordance with the Douglas County Grading Erosion and Sediment Control (GESC) Manual requirements that contain the requirements to implement effective erosion and sediment control Best Management Practices (BMPs) as a standard for all land disturbance activities to reduce increases in erosion and sedimentation over pre-development conditions.

101.93 Best Management Practices (BMPs) for Stormwater Pollution Prevention. BMPs prevent or reduce the pollutants in stormwater discharges from the construction site. . Douglas CouA& Community Planning and Sustainable Develokment October 2012 HR Highlands Ranch Parkway and Wildcat Reserve Parkway intersection Improvements Douglas County Project Number CI 2011-005 Project Sicial Provisions

REVISIQN OF

-Continued-

101.94 Erosion Control Supervisor. The "GESC Manager," as identified in the GESC Manual, will herein after be referred to as the Contractor's Erosion Control Supervisor (ECS).

.

S S S S S S S S S S S S S S S S S S S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase 1-20)1 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-8

REVISION OF SECTIONS 105 & 601 CONTROL OF WORK AND: STRUCTURAL CONCRETE

Sections 105 and 106 of the Standard Specifications are hereby revised for this Project as follows:

Delete Subsection 105.06 and replace with the following:

105.06 Conformity to the Contract of Portland Cement Concrete Pavement. Conformity to the Contract of all Portland Cement Concrete Pavement, Item 412, pertaining to Roadway Strength1 will be determined in accordance with the following:

If the Engineer finds that the materials furnished, the work performed, or the finished product does not conform with the Contract, or the Pay Factor (PF) for an element's process is less than 0.75, but that reasonably acceptable work has been produced., then the Engineer will determine the extent of the work that will be accepted and remain in place.The Engineer will use a Contract Modification Order to document the justification for allowing the work to remain in place and the price adjustment that will be applied.

If the Engineer finds the materials furnished, work performed, or the finished product is not in conformity with the Contract, or the PF for an element's process is less than 0.75 and has resulted in aá inferior or unsatisfactory product, then the work or material shall be removed and replaced or otherwise corrected by, and at the expense of; the Contractor. When the PP for any process is 0.75 or greater, the finished quantity of work represented by the process will be accepted at the calculated pay factor.

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.

(a) Disincentive Payments (I/DP) will be made based on a statistical analysis that yields Pay Factors (PF) and Quality Levels (QL). The PF and QL will be made based on test results for the element of compressive strength.

The QL will be calculated for the element of compressive strength on a process basis A separate process will be established for an element when a change in the process affects that element. A process will consist of the test results from a series of random samples. Test results determined to have sampling or testing errors will not be used. All materials produced will be assigned to a process. A change in process is defined as a change that affects the element involved. Changes in mix design, material source, design pavement thickness, or the method being utilized to place the pavement are considered changes in process. The following is provided to clarifSi changes in processes for each element: Douglas County CothmunityPlanning andSustainable Development October 2012 HR TIPPhase 1-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County ProjectNumberCI 2011-005 k' Project Special Provisions PSP-9

REVISION OF SECTIONS 105 & 601 CONTROL OF WORK AND STRUCTURAL CONCRETE -Continued-

Construction of mainline pavement, inc'uding the shoulders, when the shoulder is placed with the mainline in a single process, providing there are, no changes in the process as described above. Construction of ramps, turn lanes and other auxiliary lanes, or shoulders placed separately and areas requiring hand work are considered separate processes. A change in the mix design is a process change for the compressive strength element, but is not a process change for the pavement thickness element.

When it is necessary to represent material by one or two tests, each individual test shall have a PIP computed in accordance with the following:

If the value of the test is at or above thelower tolerance limit, then PF=1.000. If the value of the test is below the lower tolerance limit, then:

PF= l.0O[0.25(TL-To)IV]

where: PF=pay factor. V V factor from Table 105-4. =the individual test value. TL= lower tolerance limit. The following procedures will be used to compute Disincentive Payments (I/DP), quality levels (QL), and pay factors (PF) for processes represented by three or more tests: S 1.Quality Level (QL) will be calculated according to CP-7 1. 1 S 2. Compute the PF for the proces. When the process has been completed, the number of tests S (Pn) it includes shall determine the formula to be used to compute the final pay factor in 5 accordance with the following: For compressive strength and pavement thickness: When 3

3. Compute the IIDP for the process:

I/DP =(PF-l)(QR)(UP)

where: QR=Quantity Represented by the process. UP=Unit Price bid for the Item.

The totalIIDPfor an element shall be computed by accumulating the individual I/DP for each process of that element.

As acceptance test results become available, they will be used to calculate accumulated QL and Disincentive Payments (L/DP) for each element and for the item. The Contractor's test results and the accumulated calculations shall be made available to the Engineer upon request. The Engineer's test results and the calculations will be made available to the Contractor as early as reasonably practical. Numbers from the calculations shall be carried to significant figures and rounded according to AASHTO Standard Recommended PracticeR- 11, Rounding Method.

IIDP will be made, to the Contractor in accordance with Subsection 412.24(a): During production, interim 1111W will be computed for information only. The Pn will change as production continues and test results accumulate. The Pn at the time an I/DP is computed shall determine the formula to be used. After all Portland Cement concrete pavements have been placed according to the contract, the final I/DP will be computed.

The Contractor will not have the option of accepting a price reduction or disincentive in lieu of producing 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. Douglas COunty Community Planning and Sustainable Development October 2012 . FIR TIP -PhaseI-2011 High lands Ranch Parkway and Wildcat Reserve.Parkway Intersection Improvements Douglas County Project Number CI 201 1-005 Project Special Provisions PSP-1 1

REVISION OF SECTIONS 105 & 601 CONTROL OF WORK ANDSTRUCTURAL CONCRETE. -Continued-

TabIe.1054 . "V" FACTORS ANDINCENTIVE PAYMENTS .. COMPRESSIVE STRENGTH CRITERIA MaximumLower Tolerance . . Element . V factor Incentive Limit, TL S Payment frM$'4fl4Wtflfl . -'?&\ i4O0psi. 0 00 percents 2OOpsi-rz t #ISS.& JI5L3 LiC&$i Plan Thickness Pavement Thickness 0.4 inch 0.00 percent Vawi -0.4 inch S H 5 (0 Sand Equivalence. The sand equivalence (SE)as determined by CP 37 'will be considered acceptable when the running average of three consecutive tests is greater than 80 percent and no individual test result is lesthan 75 percent.When the running' average of three consecutive SE tests falls below. 80 percent, or an individual SE test result falls below 75 5 percent, paving operations shall be suspended. The Contractor shall submit a written plan to 5 correct the low SE test results to the Engineer for approval. The Contractor shall not continue paving operations until the Engineer approves the plan in writing and three SE test S results from random samples in the stockpile are above 80 percent. S Delete Subsection 106.06 and replace with the following: S 106.06 Sampling and Testing of Portland Cement Concrete Paving. All Portland Cement Concrete Pavement, Item 412, shall be tested in accordance with the following quality control and acceptance testing procedures: S 5 (a) Quality Con (ml Testing. The Contractor shall be responsible for quality control testing of all elements listed in Table 106-3.Quality control testing shall be performed by and at the expense of the Contractor. The Contractor shall develop a Quality. Control Plan (QCP) in II. 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 qiality control.The Conträctor'shll submft the QCP to the Engineer at the rireconstructidn confeence. The Coritractor shall not stah my work on the Project- until the Engineer has approved the I.I QCP in writing. I A. Frequeney of Tests or Measurements. The QCP shall indicate a random sampling I frequency, which shall not be less than that shown in Table 106-3. The quality I control tests shall be independent of acceptance tests. I I Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 High lands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-12

REVISION OF SECTIONS 105 & 601 CONTROL OF WORK AND STRUCTURAL CONCRETE -Continued-

Test Result Chart. Each quality control test result, the appropriate area, volume and the tolerance limits shall be plotted.The chart shall be posted daily at a location convenient for viewing by the Engineer. Quality Level Chart. The QL for each element in Table 106-3 shall be plotted. The QL will be calculated in accordance with the procedure in CP 71 for Determining Quality Level. The QL will be calculated on tests 1 through 3, then tests 1 through 4, then tests 1 through 5, then after the last five consecutive test results. The area of material represented by the last test result shall correspond to theQL.

(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 ColoradoProcedures, 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 laboratdry donditions, 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:

Registration as a Professional Engineer in the State of Colorado Registration as an Engineer in Training in the State of Colorado with two years of paving experience. A Bachelor of Science in Civil Engineering or Civil Engineering Technology with three years of paving experience. National Institute fo Certification in Engineering (NICET) certification at level ifi 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. Qualications. Technicians 3erforming 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. Thisnotebook shall contain all worksheets, . Douglas Cbunty Community Planning and Sustainable Development October 2012 HR TIP Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project S6ecial Provisions. . PSP-13

REVISION OF StCTIONS 105 & 601 CONTROL OF WORK AND TRUCTURALCONCR1ETE -Con tin uetJ

test.results forms, test results charts andquality level charts for each of the elements listed in Tab]e 106-3. The CohtrEctor shal] submit ekamples of worksheets, test result forths 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 thonth on the date agreed to at the Preconstruction Conference. The QC notebook will be returned-to the'Contrctor with a list of recognized deficiencies within two working days after subhiittah Deficiencies may include, bUt ate not limited to, the-failure to submit the notebook Sn timeOr an absence of the required reports. For any thonth in which deficiencies are identifiëd the QC riotebook will be submitted for review by the Engineer vvo weeks after the QC notebd'ok ireturned. Upon the second recognized deficiency, the Engineer will notiQy the COñtthctdr and the pay estimateshall be withheld until the Contractor submits, in S writing, a report detailing the cause for the recognized deficiency. The report shallinclude 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 S Engineer has reviewed and approved the revised QCP, the estimate may be paid. Upon S submittal of the QC notebook 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 5 inspect quality control work in progress, including QC notebook, sampling, testing plants andthe Contractor's testing facilities at any time.

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

S A split sample from an acceptance test shall not be used for a quality control test. The 5 Engineer will designate the location where samples arc to be taken. Samples shall be taken 5 by the Cbntractor in accordance with CP 61. The EngineS will be present during the sampling and take possession of all acceptance S samples Samples transported in different bontainërswill be comlined andmixed before 5 nioldiñg speciifièns All materials are subject tcI-inspection and testing atalltiñies.

Paveineiit thickness acceptance will be determined by cores.

The compressive strength test for acceptance will be the average compressive strength of three test cylinders cast in plastic molds from a single sample of concrete and cured under standard laboratory conditions prior to testing.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 two specimens. Each set of three cylinders will be tested at 28 days after molding. Douglas County Community Planning and Sustainable Development October 2012 HR flPPhasel- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-14

REVISION OF SECTIONS 105 & 601 CONTROL OF WORK ANJI STRUCTURAL CONCRETE -Continued-

(c) Check Testing. The Contractor and the Engineer shall conduct a check testing program (CTP) prior to the placement of any concrete pavement. The check testing program will include a conference directed by the Region Materials Engineer of the Contractor's testers and the Department's testers concerning methods, procedures and equipment for compressive strength testing. Check testing shall be completed before any Portland Cement concrete pavement is placed. A set of three cylinders will be molded by both the Contrictor and the I Department's project testers from a split sample. The specimens will be sampled, molded I and cured for seven days and tested for compressive strength according.to the procedures of Section106;The Department' s Independent Assurance Jester will also mold, cure and test a S set of three cylinders, but the Independent Assurance Test results will not be entered in the . check testing analysis. If the results of the check tests do not meet the following criteria, then I the check testing will be repeated until the following criteria are met: I (I) The average of the Contractor's test results and the average of the Department's test I results shall be within 10 percent of the average of all test results. I. (2) Each specimen test result shall be within 15 percent of the average of all .test results. I A check test must.also be conducted on the sand equivalent test. Theaverage of the absolute I differences between the quality control and the acceptance testing personnel will be I compared to the acceptable limits shown in Table 13-1 of CP 13. The CTP will be continued I until the acceptance and quality control test results are within the permissible ranges shown I in Table13-1ofCP13. I During production, split samples of randomly selected acceptance tests will be compared to I the permissible ranges shown in Table13-1of CP13.The minimum frequency will be as I shown in Table106-3. I If production has been suspended and then resumed, the Engineer may order a CTP between I quality control and acceptance testing persons to assure the test results are within the I permissible ranges shown ir Table1,06-4. heck test results shall not be included in quality I control testing. The Region Materials Engineer shall be called upon to resolve differences if I a CTP shows unresolved differences beyond the ranges shown in Table13-1of CP13. I Testing Schedule.All samples used to determine l/D? by quality level formulas in I accordance with Section 105, will be selected by a stratified random quality. I aI I I I I I . Douglas County Community Planning and Sustainable Development -. October 2012 . HR TJPPhase!-2011 High lands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements. Douglas County Project Number CI 2011-005 -''- . Project Sftecial Provisions PsP-15 . REVISION OF-SECTIONS 105 & 601 CONTROL OF WORK AND STRUCTURAL CONCRETE . -Continued- Table 106-3 . TESTING SCHEDULE - ITEM 412 PORTLAND CEMENT CONCRETE PAVEMENT . - . Minimum Testing Frequency . Element Contractor's Quality Control racturedFaces;S4fl.- . 't Slump First three loads each day, then as neededfor control: ompressivqnth 'Content7WieldnthSndMirnmum of 1/day, then 1/2,500 sqy4s t --=- qr'J"'iffj.%;Pr:: . - .1 -- I Pavement Thickness In accordance with Subsection 412.21. . 7 Sflt rt %t'Ft'fl?N,, r'i1g- r e%L-t'tJ - . Pull ;Tes 'Joints rtfor'iheaLq-2$500.1mearcfeet; theirthreertransversef7andtthree . 2 &-Th.-9/ . Load Transfer Dowel BarMinimum of six transverse joint locationsin each 2,500 liiiear . Placement feet. '528 lthèdriêet éabhdan&andTshbftlder S Timffgr.Sr-. 'Dikth-Ctl iaeFthangtfeet94 I. Water Cement Ratio First three loads each day, then 1/500 cu. yds. . .

S S Doug/as County Community P/uniting and Sustain able Development October 2012 HR TIPPhase 1-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Doug/as County Projeèt Number C12011-005 Project Special Provisions PSP-.16 . REVISION OF SECTION106 CONTROL OF MATERIAL . Section106 ofthe Standard Specifications is hereby revised for this Project asfollows: . 106.12 CERTIFICATES OF COMPLIANCE

In Subsection106.12delete item (11) o the list following the first paragraph and replace . with the following:

(11) The following certification, signed by a person having legal authority to act for the Contractor: . I I hereby certify under penalty of perjury that the material listed in this Certificate of I Compliance represents (quantity and units) of pay item I (pay item number and description) that I will be installed on Douglas County Project Number CI 2011-005, HR TIP - Phase I - 2011 I HIGHLANDS RANCH PARKWAY AND, WILDCAT RESERVE PARKWAY I INTERSECTION IMPROVEMENTS I I Contractor Date I I 106.12, I In Subsection delete the second paragraph and replace with the following: I The original Certificate of Compliance shall include the Contractor's original signature as directed I above, and .the original signature (including corporate title), under penalty of perjury, of a person I having legal authority to act for the manufacturer. It shall state that the product or assemblyto be incorporated into the project has been sampled and tested, and the samples have passed all specified I tests. One copy or facsimile of the fully signed Certificate of Compliance shall be furnished to the I Engineer prior to installation of material. The original shall be provided to the Engineer before I payment for the represented item will be made. Failure to comply may result in delays to the project I or rejection of the materials. I I I I Ia I I Douglas County CommunityPlanningand Sustainable! Dee/opmenI October 2012 HR TiPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway intersection improvements Douglas County Project Number Ci 2011-005 . Project Special Provisions PSP-17 . REVISION !OKSECTION106. CONTROLOFMATERIAL . -Continued-

! . 106.13 CERTIFIED TEST REPORT In Subsection106.13,delete item (11) of the lilt following the first paragraph and replace with the following:

. (11) The following certification, signed by a person having legal authority to.act for the Contractor:

I hereby certify under penalty of perjury that the material listed in this Certificate of Cothpliance represent (quantity and units) of Ia itèin (pay item number and description) that will be installed on Douglas County Projedt Number CI 201 1-O05, HR TIP - Phasel - 2011 HIGHLANDS RANCH. PARKWAY AND WILDCAT RESERVE PARKWAY . INTERSECTION IMPROVEMENTS

Contractor Date

In Subsection106.13,delete the second paragraph and replace with the following:

The original Certified Test Report shall include the Contractor's original ignathre as directed above, and the original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and tested, and the samples have passed all specified tests. One copy or facsimile of the fully signed CertifiedTest Report shall be furnished to theEniEièer prior to installation of material; The originaL shall be provided to the Ehgineer before payment forthe represented item will bemade. Failure to comply may result in delays to the project or rejection of the materials. Douglas County Community Planning and Sustainable Development October 2012 HR TJPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Pro visions PSP-18

REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

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

107.02 PERMITS, LICENSES, AND TAXES

Subsection 107.02 is hereby revised to include the following:

Unless otherwise specified, the Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, including permits procured for this project by others, and give all notices necessary and incidental to the due and lawful prosecution of the work. The costs of these permits will not be paid for separately, but shall be included in the work.

Prior to begiiming work, the Contractor shall furnish the Engineer with a written list of all permits required for the proper completion of the contract The list shall clearly identify the types of permits that must be obtained before work on any particular phase or phases of work can be started. Copies of the fully executed permits shall be furnished to the Engineer upon request.

107.06 SANITARY, HEALTH, AND SAFETY PROVISIONS

Subsection 107.06 is hereby revised to include the following:

If the Contractor is ordered to cease operations due to violations of a noise ordinance as a result of equipment back up alarms, the Contractor shall take whatever actions are necessary to comply with the ordinance and continue work on the project. This includes the option of using an observer in lieu of using the equipment's back up alarms as allowed by CFR1926.601(b)(4)(II) of the USHA Safety and Health Standards. Should the Contractor fail to mitigate the noise ordinance violation, the Contractor shall be deemed to have waived any right to claim as a result of work suspension or being required to perform the work at times not specified in the Contract.

If the Contractor uses an observer in lieu of back up alarms, the following are some of the OSHA requirements:.

For night work, there shall be sufficient light for the observer, and the operator to see each other clearly. Lighting shall conform to the requirements of29CFR1926.56.

The observer shall be positioned where the equipment operator and observer can see each other at all times.

The observer shall be able to see the area behind the vehicle being backed so that the observer can signal the equipment operator and warn any person to stay clear of the danger area.

The observer shall remain clear of the back up area. . 5 Douglas County Vohununity Planning and Sustainable Development October 2012. . HR TIPPJsaseI-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements 5 Douglas County Project Number CI 2011-005 5 ProjectSpécial Provisions PSP-19 S REVISION OF-SECTION 107--f 5 LEGAL RELATIONS AND RESPONSIBILFTYTO PUBLIC - -Continued--

(e) The equipment operator, observer, and others in the imrnediatd workarea shall be trained in - 5 the signals used. .-. - 5 I -j .- (f) A "Tool Box" Meeting outlining the hand signals to be used shall take place prior to starting work operations arid when any new employees are invoFved with the operations. S a 5 All costs-incidental to the forgoing requirements shall be included in the original contractprices, r. 5 forthe;project. a. ., L ''i . a _.._I. -f-:!-." - .Y V 107.12 PROTECTIQN AND RESTORATION OF PROPERTY AND LANDSCAPE S 5 Subsection 107.12 is-hereby revised-to include the following: z.i.. Measuresa...... H to minimize damage to existing trees have been incorporated intç the design. of this 5 project. Due to the value of existing trees located within the project limits, removal of trees has been 5 minimized through grade and alignment adjustments and other techniques. S The Contractor shall take all precautions necessary to protect all treesr not designated for S transplanting and/or removal on the pioject. Failure' of the Contractd foro*ièct e*itihg tiè'-cill 5 result in assessment of liquidated damages as follows: 5 H 5 First Occurçence of failure to protect trees - $5,00b C Secdnd occirrrenbè of failure to protect trees -$10,000 Third occurrence of failure to protect trees - Potential ReAoval of Contbctoi from S projec,t plus $10,000 per occurrence 5 If the Contractor knowingly harms any existing tree(s), he shall imdiediatáy ifotify the Engiheer of tree(s) location and damage Damadto trees that have been identified ib the Plans to bei'ihtected S (or not identified for r&moval) outside'the Próject limits' (County ROW and / or eamèhts) or on 5 pri'ité propeity, shall bç suljEt to the abov'é liqüidaid damages p&ntill9 a&iihoi1i fines S pursued by the os'ner(s) of the private property 2' S S S S S S S S S S S Douglas County Community Planning and Sustainable Development. October 2012 HR TIP P/jose J_ 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-20

REVISION OF SECTION107 LEGAL RELATIONSAND RESPONSIBILITY TO PUBLIC -Continued-

107.19 FURNISHING RIGHT OF WAY

Subsection107.19is hereby revised to include the following:

The Contractor shall construct this project. within the proposed right-of-way, permanent slope easements, permanent drainage easements, permanent utility easements, and temporary construction easements as shown on the Plans. The Contractor; at his expense, shall obtain any additional temporary construction easements that the Contractor wants. Upon written approval by the Engineer, the County may agree to incorporate the adjacent additional temporary construction easements into the project linfits. TheContractor will be responsible for obtaining all applicable federal, state and local permits associated with the work outside the project limits. No time extensions will be granted by the County foE the Contractor to obtain these additional easements. Where required, temporary fence shall be constructed within the limits of the temporary construction easements.

107.25 WATER QUALITY CONTROL

Delete subsection107.25(b) 5and replace it with the following:

5.At least ten days prior to the beginning of construction, the Cohtràctor shall identif' 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 ppllutants to stormwater discharges and identified in the GESC Plan, if found to have such potential: all exposed and stored soils; vehicle tracking of edithents; management of dontaminated soils; vehicle and equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.); significant dust or particle generating process6s; ioutine maintenance involving fertilizers, pesticides, detergèiits, fuels, solvents, oils, etc.; on-site waste management prdctices (iaste piles, dumjsters, etc.); dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck chute and associated fixtures and ecjuipment; 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. . Douglas County Community Planning and SustainableDevelopment October 2012 HR Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PS.1t21

REVISION OF SECTION :107 LEGAL RELATIONS AND:RESEONSIBILITYTO PUBLIC -Continued-

The Contiactor shall provide a Spill Prevention, Confr'ol, 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) is hereby revised to include the following:

At the end of each day, the Contractor shall collect all trash and dispose of it in apptdiiate containers. Containers shall be emptied as needed.

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 A'aier and non- storm waterdischarge permits for such facilities.

This project maybe subject to a permit with the Colprado Department of Health for dewatering associated with Construction Activities. The permit shall be obtained b 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 certificátioñ of the permit to the Engineer prior to the start of construction. The Contractor is respbnsiblè foi . all application permit fees. For information on required steps to secure the Dewatering permits, the Contractor shall contact: ColOrado Department of Public Health and Environment WQCD-P-B2 4300 Chefry Creek Drive South

Denver, CO 80246-1530 . S Attn: Permits Unit - Nathan Moore S Phone: 303.692.3555 S S S 5 T S S S S S S p p Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-22

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

Section 108 of the Standard Specifications is hereby revised for this Project as follows:

108.03 SCHEDULE

In Subsection 108.03 delete the first paragraph and replace with the following:

The Contractor shall plan, schedule, and report the progress of the work to ensure timely completion of the work as called for in the Contract. The Contractor shall prepare a Project Schedule that shall be used for coordination, for evaluation of progress, and for the evaluation of changes to the Contract.

The Schedule shall show the logical progression of all activities required to complete the Contract work, including those of subcontractors, Contractor's Engineers and surveyors, and suppliers. Seasonal and weather constraints, utility coordination, railroad restrictions, right of way restrictions, traffic constraInts, environmental constraints, other project interfaces, expected job learning curves and other constraints shall be considered when preparing the Project Schedule.

Days scheduled as "no work days" shall be indicated. A Critical Path Method (CPM) schedule is required unless the Commencement and Completion of work special provision allows a bar chart schedule. The Schedule shall show all vork completed within the contract time.

In Subsection 108.03 (c), delete the third paragraph and replace with the following:

The progress schedule shall show the logical progression of all activities required to complete the Contract work, including subcontracted work, delivery dates for critical material, submittal and review periods, milestone requirements and "no work" periods. Where the project has specific phases, each phase shall be described separately for each applicable required activity.

108.04 LIMITATION OF OPERATIONS

Subsection 108.04 is hereby revised to include the following:

Working hours for this Project will be restricted to the hours between 7:00 a.m. and 7:00 p.m. (Monday to Friday) for daytime operations outside traffic; 8:30 an. and 3:30 p.m. (Monday to Friday) for daytime operations affecting traffic, excepted for special circumstances, as approved by the Engineer in writing. Emergency vehicle access and school buses shall not be delayed at any time throughout project duration.

The Contractor shall maintain all existing laneage on Highlands Ranch Parkway at all times. S S Douglas County Community Planning and Sustainable Development . - October 2012 . HR7'JPPhasel.-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-23

REVISION QF. Eçfl0N. 108 PROSECUTION ArDyRORESS -Continued-

Contractor shallêveloand submit a I'4ethodf Handliñg'Traffiè (MHt) whiéhinclude a sidewalk closure for the area ofproposed construction. Appropriate traffic control devices shall be installed and maintained to delineate the detour fo pdes&ians. This work will not be measured and paid for separately, but shall be included in Construction Zone Traffic Control.

EMERGENCY VEHICLE ACCESS AND SCHOOL BUSES SHALL NOT BE DELAYED AT ANY TIME THIOUGHOUT PROJECT DURATION.

The Cdrftractor shall control traffic in accordance iith an'áproved Traffic Ciitrol Plan(TtP)' and/or Method of Handling Traffic (MHT). The Contractor is responsible for preparing the TCP fo± S the project and submitting it to the County prior to the preconstruqtion meeting for review and S approval. The TCP shall be prepared in accordaice with the MUTCD, Subsection 104.04, and Section 630 of the Standard Specifications and Special Provisions and Standard Plans 5-630-1 Traffic Controls for Highway Constniction

To implement the TCP, the Contractor shall develop and submit a method for handling traffic (MI-IT) for each different phase of construction which hows the Contractor's proposeq construction phasing and proposed traffic control devices consistenfcvith the TCP. If at any tin-i, the qontra&or desires to change the MHT, it shall be considered a different phase requiring a ndiw MHT.

The Contractor shall notify the County, in writing, no later than by noonon Thursda', in advance of each Satuiklay- if they intend towork.

Work on Sunday is not allowed unless approved in writing by the Engineer. .S S S S S S S S S S S S Douglas County Community Planning and Sustain able Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Imp rovem ntis Doug/as County Project Number CI 2011-005 Project Special Provisions PSP-24

REVISION OF SECTION 201 CLEARING AND GRUBBING

Section 201 of the Standard Specifications is hereby rc'vised for this Project as follows:

DESCRIPTION

Subsection 201.01 ihereby revised to include the following:

This work consists of removal and disposal of trash of any kind within the limits of the right of way, easement areas, and other areas shown in the contract or requifed by the work. These items shall be removed and disposed of by the Contractor during construction and prior to final acceptance of the project.

CONSTRUCTION REQUIREMENTS

Subsection 201.02 is hereby revised to include the following:

No clearing and grubbing shall take place outside the limits of construction.

Removal of existing delineators shall be included in Item 201, Clearing and Grubbing, and shall not be measured and paid for separately, but shall be included in the work. I Any stockpiling of tree and shrub materials in excess often (10) days shall not be 'visible from the I roadway. The Contractor can stockpile only trunks and branches greater than 6-inches caliper for I the property owners, provided the Contractor receives written request from the property owner and I the stockpile location, is approved by the Engineer and property owner. I The Contractor shall contact the' Engineer if the Contractor thinks additional trees need to be I removed, trimmed, or transplanted that are adjacent to the project limits and not noted in the Plans. I I Temporary easement areas shall not 'be cleared and grubbed unless absolutely necessary for I construction purposes. Limits of clearing and grubbing shall be field verified by the Engineer after I field staking has been completed and prior to beginning any clearing and grubbing. I The Contractor shall trim trees as necessary to keep branches from becoming a conflict with the I proposed improvements. Trimming, as directed by the Engineer, within the project limits shall not I be measured and paid for separately, but shall be included in item "Clearing and Grubbing." I I a I I I I I I Douglas. County Community Planning and Sustainable Development ..October 2012

Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005

Project Special Provisions . PSPT2S

REVISION.OE . CLEARING ANU GRUBBING -Continued-

Removal of trash will not be measured and paid for separately, but shall be included inth cost of clearing and grubbing. The Contractorshall remoye and dispose of all visible abandoned utility appurtenances that are located within the work area or right of way and abandoned as a result of this project.These items shall not be disposed of within the project limits.Removal of utility appurtenances shall not be measured and paid for separately, but shall be included in the work for Item 201, Clearing and Grubbing.

METHOD OF. MEASUREMENT

Subsection 201.03 is hereby revised to include the following: I Chipping, stockpiling mulch, and hauling and stockpiling trunks and limbs shall not be paid for separately, but shall be included in the cost of clearing.

BASIS PAYMENT

Subsection 201.04 is hereby revised as to include the following:

Payment will be made under:

S Pay Item Pay Unit S Clearing and Grubbing Lump Sum S S S S S S S ti. S I..

I U I I I I I . Douglas County Community Planning and Sustainable Development October 2012 . HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-26 . REVISION OF SECTIQN 202 . REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this Project as follows: .I CONSTRUCTION REQUIREMENTS I. 202.03 SALVABLE MATERIAL . Subsection 202.03 is hereby revised to include the following:

Ground sign and sign panels designated for removal shall be carefully stockpiled in an orderly fashion, so they can be inspected by the Engineer prior to disposal. The Owner reserves the right to salvage any or all ground signs and sign panels. All posts and signs designated by the Owner to be salvaged shall be delivered and stockpiled, at a location designated by the Engineer, at the Douglas County Operations Complex at 3030 North Industrial Way, Castle Rock, Colorado. The Contractor shall get approval from the Engineer when the salvable material can be delivered. The Contractor shall dispose of all removed signs not salvaged by the Owner. S 202.08PORTIONS OF STRUCTURES I Section 202.08 is hereby revised to include the following: I The Contractor shall not remove any shrubs or trees within the project limits without prior written I approval from the Engineer. I Refer to Section 201, Clearing and Grubbing, for additional information concerning the Contractors I responsibilities related to removing any sizetree within the project limits. I The Contractor shall remove and dispose of all visible abandoned utility appurtenances that are I located within the work area or right of way, abandoned as a result of this project. These items shall not be disposed of within the project limits. Removal of utility appurtenances shall not be measured I and paid for separately, but shall be included in the work for Item 201, Clearing and Grubbing. I No material or debris shall be disposed of within the project limits wIthout the written permission of I the Engineer. Material or debris that is disposed of within the project limits shall be buried to a depth of at least two feet below proposed finished grades, and the surface shall be reshaped to match I the adjacent ground line. The Contractor shall make all arrangements to obtain legal disposal I locations outside the limits and view of the project. I I The Contractor shall advise the Engineer in writing of the intended disposal site before the disposal I site is used and provide documentation confirming the property owner's acceptance of such I materials. I I I I a Douglas County Community Planning and Sustainable Deiièlopment ..' October 2012 HRTIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-27

REVISIONOF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

202.11 METHOD OF MEASUREMENT

Subsection 202.11 is hereby révisëdió include th folIowin:

Sawing concrete and asphalt mi will not be paid for eparaté1, but shall be included in the cast of the work.

202.12 BASIS OF PAYMENT

Subsection'202.12 is hereby revised to include the followfng:

Payment will be made under:

Fay Item Pay Unit

Removal of Tree Each - . Removal of Sidewalk Square Yard Rmoval of Curb and Gutter Linear Foot Removal of Concrete Pavement Square Yard Removal of Pavement Marking Square Foot

S S S S S S S S S S S S S Douglas County Community Planning and Sustainable Development October 2012 FIR TIP - Phase I - 2011 Highlands kane/i Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-28 S REVISION OF SECTIQN 203 S EXCAVATION AND EMBANKMENT . Section 203 of the Standard Specifications is hereby revised for this Project as follows: S S CONSTRUCTION REQUIREMENTS S 203.07 CONSTRUCTION OF EMBANKMENT AND TREATMENT OF CUT AREAS S WITH MOISTURE AND DENSITY CONTROL .S Subsection 203.07 is hereby revised to include the following: S The bases of cuts and fills shall be scarified to a depth of 12 inches and compacted with S compaction and moisture controls as specified under Subsection 203.06 Embankment. S S Compaction/Moisture Control. The following table (taken from Table 8.2 of the Douglas County . Roadway Desisn and Construction Standards) lists the moisture-density requirements for the project. Subgrade material should be compacted to a standard Proctor density (AASHTO T-99). If the . recommended Proctor is not used, then the relative compaction shall be adjusted according to the S table below. Proof rolling shall be provided in accordance with the Project Special Provisions as . discussed below and in the Douglas County Roadway Design and Constructions Standards (Chapter S 8, Section $.3) and shall not be measured and paid for separately, but shall be included in the work. S COMPACTION AND MOISTURE.DENSITY CONTROL I. AASHTO T99 AASFITO T 180 Soil Classification Minimum Relative Minimum Relative Compaction I (AASHTO M 145) Compaction (Percent Modified) I (Percent Standard) S A-I, A-3, A-24, A-2-5 100 95 . All Other 95 90 I. Should wet, loose, soft or other wise unsuitable material be exposed on surfaces to receive fi 1, as identified by the Engineer, those materials should be removed and replaced with low to non- I expansive material, properly moisture conditioned and compacted. Fill shall be placed in uniform I lifts not exceeding the thicknesses specified and compacted to the same moisture-density I requirement as noted above. I I I I I I I I Douglas County Community Planning and Sustainable Development .. October2012

Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number Cl2OII-0O5 .4; Project Special Provisions PSP-29

REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT -Continued-

Cut Slopes.Cut slopes in natural c1ayeysands, natural sands, sandy clays, or natural claystone/sandstone should have a maximum horizontal to vertical ratio of 3 to 1, except specific areas designated on the Plans and/or shown on the cross sections. Temporary. cut slopes in natural clayey sands or sandy clays may be increased to a maximum of 2 (horizontal) to 1 (vertical), when the requestis approved b9 the Engineer. Temporary cut slopes into the natural claystone/sandstone S may be increased to.a maximum of ito 1, when the requestis approved by the Engineer..Temporary I cut slopes shall be constructed to OSHA requirements and shall be the Contractors responsibility. Fill Slopes.Fill slopes constructed out of on-site clayey sands, sandy clays, or crushed clay stone/sandstone should be constructed to a maximum of 4 to 1, with the exception of specific areas . designated on the Plans and/or shown on the cross sections. Reconditioning. The top 12 inches of the subgrade shall be thoroughly scarified, plowed, unifonnly mixed, re-compacted to the requirements of Subsection 203.07, and reconditioning typically should occurwithin 24 hours prior to the proof roll, which is required in advance of placing the aggregate

S base course, hot mix asphalt, or concrete pavement. . 1 S.:' ..:. . . :H. ', - .-._t__i- 5 ProoE Roll. After the subgrade has been reconditioned and re-compacted, the Contractor shall.. schedule for a final proof roll inspection. The subgrade shall be proof rolled using a heavily loaded pneumatic tired vehicle.. The vehicle shall have a loaded minimum Gross Vehicle Weightofat least S 50,000-pounds with a loaded single axle weight of atleast 18,000 pounds and have amiriimum-tire S pressure of 90 psi. Subgrade which is pumping or deforming excessively under the wheel loads 5 shall be removed, reworked, and replaced.If' rain occurs after proof rolling and prior to the placement of aggregate base course,hot mix asphalt, orconcrete pavement, then-additional testing proof rolling wili.be required in order to identipotentia1 problem areas which .wiThneed Sandadditional reconditioning. Proof roll compaction and moisture tests are valid for up to 24 hours S or until moisture (precipitation) occurs. All Proof-Rolling required by the Engineer shall not 5 bepaid for separately, but shall be included in the work. i Moisture/DensityTesting.. Tests performed by the County's representative are, forquality acceptance (QA') of the processed material.Moisture and density testing required for proper S processing 'of the matérial' for quality control (QC) is the responsibility of the Contractor. 5 Coordihation between QC and QA testing is the responsibility of the Contractor. IS I I I I I I I . Douglas County Community Planning and Sustainable Development October 2012 fIR TIPPhase!- 2011 . Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements . Douglas County Project Number CI 2011-005 Project Special Provisions PSP-30 . REVISION OF SECTION 203 . EXCAVATION AND EMBANKMENT -Continued- . METHOD OF MEASUREMENT I Subsection 203.13 is hereby revised to include the following: I Items paid for by volume will not be re-measured, but payment shall be based on the quantity I identified in the bid tabulation, unless the quantity of unclassified excavation (complete in place) is I changed during construction by change order or when it is determined that there are discrepancies on I the Plans in an amount of at least plus or minus ten percent of the plan quantity. The Contractor shall be responsible for verifying existing cross sections prior to construction and identifying any I discrepancies and shall notify the, Engineer. Failure to do so indicates acceptance of the existing I ground line as shown in the cross sections and quantities. I S The shrinkage factor shown on the Plans is an approximation, and it is the Contractor's responsibility to construct the project to the lines and grades as shown on the Plans. Additional embankment and S excavation may be necessary and shall include import, export or hauling required to complete the I work. This additional work will not be paid for separately but shall be included in the cost of the I Embankment or Unclassified Excavation (Complete in place) for discrepancies less than ten (10) I percent of the total plan quantity. I The limits of removal for muck excavation and over excavation shall be based on limits defined I in the Plans and/or as established by the Engineer during construction. The Contractor shall I request, in writing and obtain written approval, of the limits of muck excavation required outside the limits shown in the Plans. Any muck excavation or over excavation completed without prior written I approval of the Engineer shall not be measured and paid for. Muck shall not be defined as soil I with excessive moisture or material that would otherwise be acceptable.fill if dried. I I The contract unit price for Unclassified Excavation (Complete in Place) and Over Excavation (Complete in Place) shall be full compensation for all work necessary to complete the item including I construction of embankments, unclassified excavation, compaction, moisture control, compaction of I bases of cuts and fills, proof rolling, haul, and disposal of excess excavated material. No separate I measurement or payment shall be made for the final reshaping of slopes to final template shape I subsequent to the removal or abandonment of temporary access roads. Earthwork required to I construct driveways and side streets shall not be measured and paid for separately, but is included in the work. I a a a I I I I I I S Douglas County Community Planning and Sustainable Development , October 2012 HR TIP Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-31

REVISION OFSECTION12O3 EXCAVATION AND EMBANKMENT -Continued-

BASIS OF PAYMENT

Subsection 203.14 is hereby revised to include the following:

The accepted quantities will be paid for at the unit bid price for each pay item listed below:

Payment will be made under:

. Pay Item Pay Unit

Unclassified Excavation (Complete in Place) Cubic Yard I Over Excavation (Complete in Place) Cubic Yard Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisio,,s PSP-32

REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES

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

206.01 DESCRIPTION

Subsection 206.01 is hereby revised to include the following:

The Contractor should anticipate the need to accommodate water flowing into and out of the project site during construction and shall provide a dry, stable condition. Any equipment or excavation required for dewatering shall be located within the project limits as defined by the silt fence limits or limits of construction defined on the Plans.

MATERIALS

206.02 GENERAL

Subsection 206.02 (c) is hereby revised to include the following:

Fitter material behind retaining wall or geocomposite drain shall be Class B except that the gradation shall conform to the following table:

U.S.Standard Sieve Size Percent Weight by Passing Square-Mesh Sieves 3inches -- I'/z inches 100 '4inches 3/ginches #4 20-40 # 16 10-30 #50 0-10 #100 #200 0-3

CONSTRUCTION REQUIREMENTS

206.03 STRUCTURE EXCAVATION AND STRUCTURE BACKFILL

Subsection 206.03 is hereby revised to include the following:

The base of structure excavation / backfill shall be scarified to a depth of 12 inches and compacted with moisture and density control prior to placement of any structural element or structure backfill. Over excavation for structures shall not be permitted. If the Contractor over excavates at the location of a footing, he shall notify the Engineer immediately in order to determine what action will be required in order to provide adequate bearing pressure for the structure. .. Douglas County Community Planning and Sustainable Development October 2012 HRTIPPhasel-2011 High lands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-33

REVISION OF SECTION 206 EXCAVATION AND BACKFILL FOR STRUCTURES -Continued-

206.07 BASIS OF PAYMENT

Subsection 206.07 is hereby revised to include the following:

Structure excavation atid backfill for culverts, conduits, end sections, manholes and riprap installation shall not be measured and paid for separately, but shall be included in the work. Structure excavation and backfill shall be done in accordance with the CDOT, M &S Standards, (dated July 2011, as revised) and as detailed in the Plans, when applicable.

No separate measurement andpayment will be made for work, equipment and materials, including rock stabilization, diversions, erosion bales, pumping and well-points, required to control the surface and subsurface water within the project limits and in the area of culverts and pipes being removed or installed.

If ground water is encountered, the Contractor shall submit a dewatering plan to the County at least S one week prior to beginning the work. The Contractor shall procure all permits necessary to 5 complete this work. Payment will be made under:

S Pay Item Pay Unit S Structure Excavation Cubic Yard Structural Backfill (Class 1) Cubic Yard S Filter Material (Class B) Cubic Yard S 5 The work shall be completed within the Limits of Construction identified within the Contract Documents and performing the Work may require various types of shoring. The Contractor is responsible for determining if shoring will be required; and the cost of S shoring shall be included in the work and will not be measured or paid for separately. If S shoring is needed, the Contractor shall submit shoring plans for review and approval by 5 the Engineer.

S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhasel-2011 Highlands Ran ci: Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number C12011-O05 Project Special Pro visions PSP-34

REVISION OF SECTION 207 TOPSOIL

Section 207 of the Standard Specifications is hereby revised for this Project as follows:

DESCRIPTION

Subsection 207.01 is hereby revised to include the following:

This work consist of removing existing on-site topsoil material, stockpiling the existing topsoil material and redistributing the existing topsoil material onto the regraded slopes at a depth of six (61 inches. The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall become the property of the Contractor and shall be hauled off the Project.

METHOD OF MEASUREMENT

Subsection 201.04 is hereby revised to include the following:

Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved Change Order.

Haul required to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately, but shall be included in the work.

BASIS OF PAYMENT

Subsection 201.05 is hereby revised to include the following:

The contract unit price for topsoil shall be full compensation for all work necessary to complete the item, including removing existing on-site topsoil material, stockpiling the existing topsoil material, haul, and redistributing the existing topsoil material onto the regraded slopes.

Payment will be made under:

Pay Itent Pay Unit

Topsoil (Stockpile and Redistribute) Cubic Yard Douglas County Community Planning and Sustainable Development October 2012 HR Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-35

REVISION OF SECTION 208 EROSION CONTROL

Section 208 of the Standard Specifications is hereby revised for this Project as follows: . DESCRIPTION Section 208.01 is hereby 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 locate4 within the project limits as defined by the limits of work or as the limits of construction as defined on the Plans.

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 ke in conformance with the requirements of all applicable federal, state, and local regulations and permits, including any applicable permits listed in Section 107.25 of these special provisions.

Subsection 208.01, second paragraph, is hereby revised to include the following:

When a provision of Section 208, or as directed by the Engineer, requires that an action be "immediate" or "initiated I taken immediately", it shall be understood that the Contractorthall at once begin effecting completion of the action and pursue it to completion in a riannek aèceriiable to the Erigiheer, and in accordance with the County's Grading, Eiosion and Sediment Control'Plan (GESC) Plan requirements.

MATERIALS . Section 208.02 is hereby 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 dethils, unles otherwise shown in the Drawings. The use of hay bales forerosion control is not permitted on Douglas County projects. 5 Subsection 208.02(k) is hereby revised to include the following: (k) When approved by the Engineer, a fabricated concrete washout structure(s) may be used. S Fabricatedconcrete washouts arô pre-thánufátured cvâtertight containers designed tO contain 5 liquid and solid waste from concrete washouts. Douglas County Community Planning and Sustainable Development October 2012 HR TIP Phase 1-2011 . highlands Ranch, Parkway and Wildcat Reserve Parkway Intersection Improvements I Douglas County Project Number Cl 2011-005 Project Special Provisions PSP-36 I. REVISION. OF SECTION 208 . EROSION CONTROL -Continued- .I After use, the washout structure shall be removed from the project site and disposed of ata . location permitted to accept such materials. The disposal of the washout structure(s) is included in . the work and will not be measured or paid for separately Insubstantial structures, such as children's wading pools or swimming pools, are not acceptable and will be rejected by the Engineer. . CONSTRUCTION REQUIREMENTS . S Subsection 208.03 is hereby revised to include the following: . Prior to the preconstruction meeting, the Contractor shall initiate the initial erosion control measures . in accordance with the approved GESC Plan. I. Prior to construction, an on-site preconstruction conference shall be held. The meeting shall be attended by the Engineer, ROW Inspector, Project Superintendent, the Contractor's Erosion Control I Supervisor (EQS) and any subcontractor involved in the initial work on the project that could I adversely affect water quality. At this preconstruction conference, the attendees shall discuss the . following item; . Introductions. Introductions of all attendees, including the ECS and Alternate ECS, will take . place. . Contact Information. Attendees will exchange contac informtion. . Review of GESC Field Manual. The ROW Inspector or Project Engineer for Douglas County I will confirm the Contractor has adeqàate understanding of the GESC Field Manual. Field Review of GESC Plan. The GESC Plan for all stages and phases will be reviewed to . confirm the attendees' understanding of the GESC Plan and to discuss any modifications to the I plan. If modifications to the GESC Plan are thought to be advantageous, input will be sought . from the Design Engineer and County reptesentatives. Acceptance of any or all proposed changes will need to be approved in writing by the EngineerLimits of construction and topsoil stripping limits shall be confirmed. Inspection of Initial BMPs. A visual inspection of all of the Initial BMPs that have been installed will take place. The ROW Inspector and the Engineer will confirm if any corrections are required. (0Acceptance of Initial BMPs. If the Initial BMPs are accepted by the ROW Inspector or Project Engineer, as is or with minor corrections, the ROW Inspector or Project Engineer will inform the Permittee(s).

The County has determined that a CESC Permit is NOT required for this Project.

Construction activities shall not commence until an executed ROW Permit is obtained from the County. Douglas County Cothmunity Planning and Sustainable Development October2012 HR Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Speiai Provisions PSP-3 7

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 Plan. Additional BMPs will be measured and paid for in accordance with Subsections 20807 and 208.08.

Subsection 208.03(b) is hereby revised to include the following:

(b) If necessary, the ECS shall update proposed sequencing of major activities in the GESC Plan. : Subsection 208.03(e), first paragraph, shall include the following: (c) The ECS shall be responsible for oversight of the implementation, maintenance, and revision of the (IESC Plan 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. . Delete subsection 208.03(c), item (4), and replace with the following: (4)Inspect and record with the Superintendent and the Engineer the requirements pf the approved GESC Plan every day that construction activity is taken 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 snow melt event, regardless if the work is temporarily inactive on holidays or over the weekend. The project is subject to inspections)y. Colorado Department of Public Health and Environment (CDPHE), U.S. Army Corps of Engineers (USACE) and the Environmental Protection Agency (EPA) at anx time. If and when the CDPHE, or the US Army Corps of Engineers (USACE), or the Environmental Protection Agency (EPA) reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants,ft 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 S additional measures requested by one or more of these agencies mentioned above. S p Subsection 208.03(c), is hereby revised to include the following: (8)During construction, the ECS shall update and record the following items on the site S map as changes occur: p p A. Construction boundaries. B. Areas of disturbance, as they occur. C. Areas used for storage of construction materials, equipment, soils or wastes. I D. Location of any dedicated asphalt or concrete batch plants. I I I . Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase 1-2011 . Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Pro visions FSP-38 . REVISION OF SECTIQN 208 EROSION CONTROL -Continued- B. Location of work access routes during construction. . F. Location of borrow and waste areas. (3. Location of temporary and/or permanent stabilization.

(9)The ECS shall amend the GESC/SWMP whenever there are: additions, deletionsor 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 change in design, construction, operation or maintenance of the site which would require the implementation of new or revised BMPs. Changes when the GESC/SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. Changes when BMPs are no lcinger 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 I 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; If using existing topography, vegetation, etc. as a BMP, it shall be labeled as such on the I (I}ESC/SWMP site map; the ECS shall add a narrative as to why and how the BMP is I being used to the GESC/SWMP site map I The ECS shall cross out all BMPs that do not apply or highlight those details and notes on the Càunty's Standard Plans and GESC/SWMP that apply to the Project. The ECS I shall write an explanation as to why the detail has been removed or what is being used I instead as a BMP ("hot applicable" is not an acceptable explanation). I The ECS shall develop, record on the GESC/SWMP and implement a plan for saw I cutting containment to be approved by the Engineer. The ECS shall keep accurate and complete records. Enforcement action, including fines; I could result if records are not adequate. . I I I I I I I I a Douglas County Community Planning and Sustainable Development,. October 2012 HRTIPPhasel-2011 Highlands Ran ci: Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-39

REVISION:OF SECTION.208 EROSION CONTROL; -Continued-

(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 Plan. 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 Plan notebook.

Spills, leaks or overflows that result in the discharge of pollutants shall be documented and a record 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)Ndnbothpliance, which may endanger health or.the environment. Spills or discharge of hazardous substance or oil, which may cause pollution of the waters of S the state. 'Discharge of stormwater, which may cause an exceedance of a water quality standard.

S For all instances of noncompliance based on environmental hamrds and chemical spills and releases, all needed information shall be provided orally to the Colorado Department of Public Health and on S the Environmental Spill Reporting Line within 24 hours from the time the permittee becomes aware 5 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:

S (a)Thenoncompliance and its cause. 5 (b)The period of noncompliance, including exact dates and times, if the noncompliance has not been corrected, and the anticipated time it is expected to, continue. (c)Stepstaken or planned to reduce, eliminate and prevent recurrence of the noncompliance.

S After measures to properly correct any deficiencies have been completed and properly 5 recorded, or when a report does not identify incidents of noncompliance, the report shall be p signed indicating thc site is in compliance. p ' p p p p Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-40

REVISION OF SECTION 208 EROSION CONTROL -Continued-

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 theDouglas County field office during construction.

(1) GESC Plan Notebook. The Contractor will provide a GESC Plan Notebook, which is and shalt reinain the property of Douglas County, in which the following Contract documents and reports shall be kept by the ECS:

GESC/SWMP Plan Sheets. ApprovedGESC/SWMP Plan. GESC/SWMP site ma and Project plan Title Sheet. Project Special Provisions. 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. GESC Plan Standard Notes and Details. 0.Details of BMPs used on the Project not covered in the GESCISWMP. Narratives related to BMPs used on the Project not covered on the GESC/SWMP plans or site maps. Log for daily inspection reports. J. All Project environmental permits and associated applications, including, CDPS- SCP, GESC Permit, Senate Bill 40, USACE 404, Dewatering and all other permits applicable to the Project; including any CDPS-SCP obtained by the Contractor. Spill Prevention, Control and Countermeasure Plan. Description of inspection and maintenance methods implemented .at the site to maintain all erosion and sediment control practices identified in the OESC/SWMP. Schedule for accomplishing temporary and permanent erosion control work in accordance with Subsection 208.03(b). Preconstruction Conference agenda with a certification of understanding of the terms and conditions of the GESC Manual, CDPS-SCP 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. 0.Project photographs documenting existing vegetation prior to construction commencing.

The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. S Douglas County Community Planning and Sustainable Development October 2012 HI? Highlands Ranch Parkway and Wildcat Reserve Parkwaintersection Improvements Douglas County Project Number CI 2011-005 5 Project Special Provisions PSP-41 REVISION OF SECTION 208 EROSION CONTROL . Add Subsection 208.03(e) which shall include the following: (e) Weekly Meetings. The Engineer, ROW 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 Plan, problems that may have arisen in implementing the site specific GESC Plan, problems maintaining BMPs, the neçd to replace or add additional BMPs, the need to remove sediment, discuss any unresolved issues from the daily stormwater log and upcoming construction ativities that trigger additional erosion control measures.

If a subcontractor is to begin work at the site that could adversely affect water quality after the 5 Preconstruction Conference has occurred, the Engineer, ECS and Superintendent shall brief that 5 subcontractoron the site's GESC Plan requirements at that subcontractor's first weekly meeting before the subcontractor begins work at the site. . 208.04 EROSION CONTROL Subsection 208.04 is here by revised to include the following:

S Upon approval from the Engineer, the ECS shall modify the GESC Plan to clearly describe and 5 locateS all BMPs implemented at the site to control potential sediment discharges from vehicle tracking that were not shown on the original GESC Plan.

5 Initial erosion and sediment controls shall be established as the first BMP to be implemented on the .S GESC Plan. The ECS shall describe and record perimeter control on GESC Plan. Newly constructed inlets and culverts shall be protected throughout construction and immediately upoil completion. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours upon completion of each pipe. The Contractor shall remove sediment, rnillibgs, debris and S other pollutants from within the project drainage system, prior to use, at no additional cost to the project.

S S S S S S S S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase 1-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-42

REVISION OF SECTION 208 EROSION CONTROL -Continued-

In Subsection 208.04(d), third paragraph, delete the second and third sentences and replace with the following:

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:

Erosion and sediment control practices and other protective measures identified in the GESC Plan 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 (IESC Standard Notes and Details. Removal and disposal of sediment shall be in accordance with Subsection 208.04(0. 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 I 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. S 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, is determined by the Engineer, shall be replaced at Contractor's expense. When the Engineer detennines that the devices / BMPs need to be replaced because they are at the end of their useful life, then they 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 nccessary,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 Plan by describing and recording new and replacement BMPs. Douglas County Community Planning and Sustainable Development ,'.. ,October 2012 HR TIPPhase 1-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number Cl 2011-005 I Project Special Provisions PSP-43 REVISION OF SECTION, 208. I ERQSIONCQNTROL. . -Continued- Subsection 208.04(1) is hereby revised to include the following:

(1) Streets, highways and other paved areas shall be kept clean throughout the life of a project. In the event of accidental tracking of mud on streets, the ECS shall notilS'. the Engineer immediately, and the mud shall be cleaned up 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 Permittee(s) expense. Streets shall not be washed with water under any I circumstance. Street cleaning will not be paid for separately, but shall be included in the work. .3 I Add Subsection 208.04(g) which shall include the following:

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 sh;ll ..include the following: Ir..,Surface Water Control. This Project is subjectto aermit with the Colorado Department of Public Health and Environment (CDPHE). for Stormwater Discharges Associated with . Construction Activities. The permit shall be obtained by the Contractor..The Contractor shall I prepare all applications required and submit them to the Colorado Departmentof,Public I Health and Environment. The Contractor shall submit a copy of certifiction of the permit to the 'Engineer prior to the start of, construction.The Contractor is responsible f'PSI all application permit fees. Surface water control generally falls into the following categories:

(1).Normal low'flows along the channel. S '(2)Storm/flood flows along the channel.. 5 (3)Flows from existing storm drain pipelines... (4)Local surface inflows not conveyed by pipelines.

S At a minimum, the Contractor shall be responsible for diyerting the quantity of surface flow 5 around the construction area, so that the excavations will remair,i free of stirfacArater for the , time ii takes to install these materials and the time requfred for curing of any concreteor grout.

S The Contractor is cautioned that the minimum quntity of Waër to bediverted is for erosion 5 control and cot tuetion purpos and not for general protection of the construction site.It shall be the Contractor's responsibility to determine the qua'htity of' water which shall be diverted to protegt the work from damage caused by st9rm water 5 The Contractor shall, at all tihes,"maintain a flow path fth all channeli Tèmpbrary structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-44

REVISION OF SECTION 208 EROSION CONTROL -Continued-

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 he has investigated the risk arising from such. waters, has prepared his bid aceordingly and assumes all of said risk.

GroundwaterControl. This Project maybe subject to a "Construction Dewatering Permit" with the CDPHE 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 CDPHE. 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, butare not limited to, installation oferimeter 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 bèariiIg surfaces are to be kept déWatered and stable until the structures or other types of work alt complete and bacitfilled.Disturbance of. foundation subgraile by contractor operations shall not be comüdered as originally unsuitable' foundation subgrade and shall be repaired at Contractor's expense. Any temporary dewatering trenches, settlement ponds or well points shall 1* restored following dewatering operations to reduce permeability in those areas as approved by the Engineer.

Alt 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 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 cbnstruetion shall the Contractor affect existing surfke or subsurface cfrainágè patterns of adjacnt jropert. Any damage tadjacent propèrt' ltsulting froth the Contractor's alteration of surface or subsurface drainage pattem shall be repaired by the Contractor at no additional cost to owner.

The Contractor shall remoye all temporary water contrOl facilities when they are no longer needed or at the completidn of the project. Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devkes, unlethe Engineer agrees that the quieter equipment isn't needed in isolated instances. I I -Douglas County Community Planning and Sustainable Development October 2012 . HR TJPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number Ci 2011-005 Project Special Provisions PSP-45

REVISION OF SECTION 208 EROSION CONTROL -Continued- I Whenthe Contractor has anexecuted an agreement with one or-more of the adjacent property owners, in order to perform work activities associated with this Project thatfall outside the Project limits, the necessary erosion and sediment control work shall be performed by and at the Contractorts expense. This requirement applies to, but is not limited to, the following I activities: borrow pits, haul roads, storage and disposal areas, maintenance / equipment storage, I staging areas, batch plants, stockpiling and etc. I I 208.05 CONSTRUCTION OF EROSION CONTROL MEASURES I Delete Subsection 208.05(i) and replace with the following: I (i) The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs or from sediment accumulation greater than 50 percent of the original exposed height of each erosion log.

I Stakes shall be imbedded a minimum of 1 '-6". At the discretion of the Engineer, a shallower I depth may be permitted if rock is encountered. Subsection 208.05 (j) is hereby revised to include the following:

S (j) The Contractor shall protect all storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place.

Subsection 208.05(n) is hereby revised to include the following: S 5 (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. -

I In Subsection 208.05(n) delete the last paragraph and replace it with the following: I (n)All liquid and solid wastes, including contaminated sediment and soils generated from concrete washouts, shall be hauled away from the site and disposed of at a site permitted to accept such I waste. Removal and disposal costs shall be included in the price of th& concrete washout I structure. I I I I I I I- Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase I- 2Q11 Highlands Ranch Patk way and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-46

REVISION OF SECTION 208 EROSION CONTROL -Continued-

Add Subsections 208.051 through 208.053 immediately following Subsection 208.05 which shall include the following:

208.051 MATERIALS HANDLING AND SPILL PREVENTION.

The ECS shall clearly describe and record on the GESC/SWMP all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff.Areas or procedures where potential spills can occur shall have spill procedures and responses specified in Subsection 107.25. The Contractor shall provide a Spill Prevention, Control and Countermeasure Plan (SPCC) for any petroleum products, chemicals, solvents, or other hazardous materials in use, in storage or at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer. Additional requirements include

Bulk storage structures for petroleum products and any other chemicals shall have secondary containment so as to contain all spills and 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 s'stem.

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, 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. A Spill Prevention, Control and Countermeasure Plan (SPCC) 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:

Identification of the spill cleanup coordinators. Location of cleanup kits. Quantities of chemicals and locations stored on site. Label system for chemicals and Materials Safety Data Sheets (MSDS) for products. 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 and used hydraulic fluid, motor oil or 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. . Douglas County Community Planning and Sustainable Development October 2012

Highlands Ran ci: Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-47

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 or2)request that the Engineer allows the limits of construction 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 is hereby revised to include the following:

Failure to implement the (IESC Plan is an automatic violation of the CDPS 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 (JESC Plan shall be deducted from moneys due the Contractor in accordance with Subsection107.25(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 (}ESC Permit and GESC Plan, 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 ECSto implement necessary actions required by the Engineer as required by S Subsection208.03 (c). S (4)Failure to amend OESC/SWMP and implement erosion and sediment control measuresas 5 required by Subsection208.04. S S Douglas County Community Planning and Sustainable Development October 2012 . fiR TIPPhase!- 2011 Highlands Ran cli Parkway and Wildcat Reserve Parkway Intersection Improvements . Douglas County Project Number CI 2011-005 Project Special Provisions PSP-48 . REVISION OF SECTION 208 EROSION CONTROL -Continued- .

Failure to immediately stabilize disturbed areas as required by Subsections 208.04(d) and 208.05. . Failure to replace or perform maintenance on erosion and sediment control features.

In Subsection 208.06 add items (11), (12), (13), and (14) which shall include the following: Failure to perform permanent stabilization as required by Subsection 208.04 (d). . Failure of Superintendent or ECS to perform required daily inspections and record findings in . the Daily Stormwater Log. . Failure of Superintendent and ECS to attend the weekly meetings. Failure to remove unnecessary BMPs, as directed by the Engineer. I In Subsection 208.06, second paragraph, delete the first three sentences and replace with the I following: .I The Engineer will immediately notifS' the Contractor in writing of each incident of failure to perform erosion control in accordance with these specifications, GESC Manual and the GESC Plan, I including, but not limited to items (1) Through (14) above. The Contractor shall commence I corrective work immediately after receipt of the Engineer's notification.If, after 48 hours from I receipt of the written notice, the Contractor has not completed the corrective work, the Contractor I 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 and the GESC I Plan, which includes the items (1) through (14) listed above, remain uncorrected. I 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 I 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. .I 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 I Subsection ios.oi. Work shall not resunie until the Engineer has approved a written corrective I action plan submitted by the Contractor that includes measures to prevent future violations arid a . schedule for implementation. . If a Stop Work Order is issued in accordance with Subsection 1OS.O1,the Contractor shall submit a S corrective action plan and work schedule within 24 hours of receipt of the Stop Work Order. If the S corrective action plan is not submitted and implemented within 24 hours by the Contractor, the I 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 identifS' and I document what corrective actions are require immediate attention. The Contractor shall provide the I Engineer with a schedule for completing the work. If the unacceptable work is not remedied by the I I S Douglas County Community Planning and Sustainable Development October 2012

Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements S Douglas County Project Number CI 2011-005 5 Project Special Provisions PSP-49 REVISION OF SECTION 208 EROSION CONTROL. S -Continued- S deadline established in the schedule, as agreed to in the meeting, the Engineer will take action to S effect compliance with the GESC Permit and GESC Plan by utilizing County forces or other third 5 party (nonContfactor)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 S Subsection 105.16. The Stop Work Order shall be in place until the project is in compliance with S the GESC Permit, GESC Plan and CDPS-SCP requirements. 5 If the Contractor remains non-responsive to ffilfiflinthe requftement ëtablished at the on-site meeting, the Engineer will start Default and Contract Termination procedures in accordance with 5 Subèction 108.09. Douglas Coiintywill proceed with corrective or discipliñazj' action in S accordance with the Rules for Prequálification, Debarment, Bidding and Work on Transportation, S Road, Highway and Bridge Public Projects. S Add Subsection 208.061 immediately following Subsection 208.06 which shall include the 5 following

5 208.061 ITEMS TO BE ACCOMPLISHED PRIOR TO FINAL ACCEPTANCE. S After concrete operations are completed, the concrete washout areas shall be reclaimed in accordance 5 with Subsection208.05(n) at the Contractor's expense.

S Prior to Final Acceptance, a final walk through of the project shall occur with the Engineer and 5 GESC Inspector. At that time, final stabilization shall be reviewed, and BMPs shall be inspected for 5 needed cleaning inaintenance or femovâl. Areaswill be inspected for any additional BMPs that may be required. Permanent BMPs shown in the GESC/SWMP shall be inspected tcYconfirm that as S constructed location; condition and other plan requirements have been met. Th 'fetpiired work shall S be performed in accordance with Subsection 105.20. S BMPs shall be removed only after the vegetative cover has reached the following requirements and the Contractor has received written authorization by the Engineer to take such action;

S (a)At leat 3 plants per square foot with a minimum height of 3 inches. The 3 plants per s4uare 5 foot shall be of the variety and speciesfound in the Douglas CoUnt1apprbvedrthix:1 5 (b)NO baie areas larger than 4 square feet;2 feet x 2 feet or equivalent. a (c)F±eë' of eroded areas. (d)Free from infestation of noxious weeds in accordance with Section 6.5 of the GESC Manual. S (e).Writtènapprth'al for the removal from the Engiiieer has been obtaihed. S p Tl{e Contractor shall be rsponsible for rembving the applicable BMPs (when approved for removal bythé Eiigineér), thid the cost of remobilizing fo rem&te the BMPs will not be paid forseparàtely, but is inëluded in the cost of the BMPs. p p p . Douglas County Community Planning and Sustainable Development October 2012 I FIRTIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements I Douglas County Project Number C12011-005 Project Special Provisions I PSP-50 . REVISION OF SECTION 208 . EROSION CONTROL -Continued- I. As part of the ECS daily inspections, as the work is completed, stabilized and BMPs are approved . for removal, the ECS shall track and keep an accurate record of what conditions have changed. The ECS shall modif' I update the GESCISWMP in order to provide an accurate depiction of what EMPs I remain on the project site prior to Final Acceptance and during the warranty period. I METHOD OF MEASUREMENT . Delete Subsection 208.07 and replace with the following: I. Control of surface water and groundwater, will not be measured separately. All materials, equipment, I 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 Plan BMPs will be measured and paid jn accordance with the revision of . Subsection 208.08, based on the actual quantity that is installed correctly for the first time (and has . been accepted by the Engineer): Concrete Washout Area, Sediment Control Log (12 Inch), and Inlet . Protection. Additional installations, as approved by the Engineer, shall be measured and paid for in accordance with revisions of Subsection 208.07 and 208.08. Measurement and payment for these . items include all materials, equipment and labor required to install, perform routine maintenance and I remove each of the BMPs, including excavation, subgrade preparation, cleanup and restoration. I Measurement and payment for a Concrete Washout Area shall include all items specified in the I GESC Manual Plan Standard Notes and Details for Concrete Washout Area. I Payment for replacement or maintenance of any authorized EMPs will include only those . requiring replacement due to storm (erosion) events and as approved by the Engineer. Payment for S replacement or maintenance 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 I controls as a part of the work, as scheduled, shall be performed at the Contractor's expense. . The quantity of erosion control devices reflects the first installation at the location shown on the S (JESC Plan. It is the Contractor's responsibility to maintain the erosion control devices throughout construction. Routine maintenance ofBMPs, including but not limited to replacement of any stakes I (staples), realigning of Erosion Control Logs and realigning inlet protection, and etc., will not be . measured and paid for separately, but shall be included in the unit bid prices for each of these items. . S The Contractor is also responsible for replacing all damaged or non-flmctional erosion control devices and for removing silt until project final acceptance and / or the end of the vananty period. S When authorized by the Engineer, the payment for removal of accumulated sediment from areas S adjacent to sediment control logs and/or any other clean out excavation of accumulated sediment, S and the disposal of such sediment, will be measured and paid for in accordance with SubsectiOns S 208.07 and 208.08. I I I . Douglas County Community Planning and Sustainable Development October 2012

Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions p5J5j

REVISION.OF SECTION 208 EROSION CONTROL -Continued-

Payment for replacement of inlet protection, reii forced rock berms, and reinforced rock berns (inlet protection) will be measured and paid for using the original unit.bid prices for these items.

Erosion Control Supervisor (ECS) will jLbe paid for separately, but shall be included in the work.

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 appropriate deductions will be made from the Contractor's monthly progress estimate.

BASIS OF PAYMENT : Subsection 208.08 is hereby revised to include the following: I Work to furnish, initial installation, maintain, 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 require multiple mobilizations up to the end of the warranty period. I Payment will be made under: Pay Item Pay Unit

Concrete Washout Area Each S Sediment Control Log (12 Inch) Linear Foot 5 Inlet Protection Linear Foot S The Contractor is responsible for removal of temporary erosion control features as directed by the S Engineer. The Contractor shall anticipate this removal work to likely occur after the minimum 5 growth requirements are met. S 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 S prices for any and all of the items listed above. S 5 Note: Replacement of GESC Plan BMPs will be paid for under Minor Contract Revisions (Erosion Control). I I I I Doug/as County Community Planning and SustainableLievelopme,,t- October 2012 HR TJPP/zasel-2011 high lands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Pro vLions PSP-52

REVISION OF SECTION 209 WATERING AND DUST PALLIATI YES

Section 209 of the Standard Specifications is hereby revised for this Project as follows:

CONSTRUCTION REQUIREMENTS

209.05 DUST PALLIATIVE

Subsection 209.05 is hereby revised to include the following:

The Contractor shall apply water as a dust palliative as directed by the Engineer.It is the Contractor's responsibility to obtain the necessary water needed for this project and provide the necessary on-site stbrage in order to meet the requirements deemed necessary by the Engineer.

BASIS OF PAYMENT

Subsection 209.08 is hereby revised to include the following:

Water required for all items of work, including dust palliative and landscaping, will not be measàred and paid for separately, but shall be included in the work. Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number C! 2011-005 Project Spèc/al Provisions PSP-53

REVISION OF SECTION:212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING

CONSTRUCTION REQUIREMENTS . Delete Subsection 212.03 and replace with the following: Once construction and ground disturbing activities have been completed, the site must be sodded as conditions and season allow. If sodding must occur between May 2 and September 30, disturbed areas may be sodded as approved by the Engineer.

METHOD OF MEASUREMENT

Subsection 212.07 is hereby revised to include the following:

The quantity to be paid for shall be the measured square footage to be sodded to the limits shown on . the Contract Plans. BASIS OF PAYMENT . Subsection 212.08 is hereby revised to include the following: Payment shall be made at the contract unit price for sodding and shall include, but is not limited to, multiple sodding mobilizations, soil preparation, furnishing sod, and sodding and shall include full compensation for all labor, equipment, materials, and all other items necessary to complete the work. S 5 Payment will be made under: S Pay Item Pay Unit

5 Sod Square Foot Doug/as County Community Planning and Sustainable Development October2012 HR TIPPhase 1-2011 Highlands Ran cli Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-54

REVISION OF SECTION 304 AGGREGATE BASE COURSE

Section 304 of the Standard Specifications is hereby revised for this Project as follows:

MATERIALS

304.02 AGGREGATE

Subsection 304.02 is hereby 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 upon 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.

CONSTRUCTION REQUIREMENTS

304.06 SHAPING AND COMPACTION

Subsection 304.06 is hereby revised to include the following:

QC Moisture/Density Testing. Tests performed by the County's representative are for quality acceptance (QA) of the processed material.Moisture and density testing required for proper processing of the material for quality control (QC) is the responsibility of the Contractor. Coordination between QC and QA testing is the responsibility of the Contractor.

METHOD OF MEASUREMENT

Subseétion 304.07 is hereby revised to include the following:

Regarding the usage of excavation, the quantity for Aggregate Base Course (Class 6) will be measured and agreed to by the Contractor and the Project Engineer. If field changes are ordered or plan quantity not furnished, the quantity will be calculated using the revised dimension. The Engineer, prior to beginning the work, shall approve the additional or reduced volume in writing.

No allowances shall be made for shrinkage, swell, or subsidence due to compaction of the existing ground or any other losses. No separate measurement or payment will be made for processing and distributing the Aggregate Base Course as directed. . Doug!as. County Community Planning and Sustainable Development. .; .,.. October, 2012 111? TIPFIzase!-2011 IiigIlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project S/Iëcial Provisions PSP-5

REVISION OVSECTI0N?3O4 AGGREGATEBASE -Continued- a 0 c ! . BASIS OF PAYMENT

. Subsection 304.08 is hereby revised to include the following: -. I): The contract unit price shall be fUll compensation for all labor, equipment and material needed to complete the work, including furnish, placement, fine grading,tockpiie and redistribute as required, duringonstruction ad to remove. and.incorporatethis nterJal into the roadway embankment. CL:.

Payment will be made under:

?ay Item Pay Unit

Aggregate Base Course (Class 6) Cubic Yard

. £ Note:. AggreSte Base Course (Class 6) is to be used as backfill forover excavated material as. directedby Project Engineer.

I

1

ii . S S S - ti, .'Ut. S S S S S S . Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 I Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements . Douglas County Project Number CI 2011-005 Project Special Provisions I PSP-56 I REVISION OF SECTION 412 I PORTLAND CEMENT CONCRETE PAVEMENT I Section 412 of the Standard Specifications is hereby revised for this Project as follows: .I DESCRIPTION I Subsection 412.01 is hereby revised to include the following: I This work consists of constructing concrete pavement, concrete and concrete curb and gutters using . Portland Cement cônbrete on a prepared subgrade or base course in accordance with these I specifications, and in conformity with the lines, grades, and typical sections shown on the Plans

- . and/or identified in the Contract Documents . MATERIALS I. Subsection 412.02 shall is hereby revised to include the following: I The concrete for all Concrete Pavement shall be Class P and consist of the applicable aggregate . gradation and type as specified in Section 703. Concrete for all curb and gutter, sidewalks, handicap I ramps, and combination curb and gutter, and sidewalk shall be Class B with Class D or Class P being I an acceptable substitute at no additional cost. Concrete mixes will be subject to inspection tests as required to assure compliance with quality requirements. .I 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. I The use of calcium chloride in the.production of high early strength concrete is strictly prohibited. I Air entraining adniixtures shall conform to AASHTO M- 154 latest edition. No admixtures shall be S used except with the written approval of the Engineer, and only after the following requirements have been mett 1) Its use is justified; 2) Tests have been made to determine the suitability with I regard to water requirements, strength development, shrinkage, heat of hydration and durability; and I 3) Determination of additional curing requirements has been specified. S

Water reducing and set controlling admixtures shall conform to AASHTO M- 194 according to the I following types: I Type A Water Reducing Type B - Retarding I Type D - Water Reducing and Retarding . Type E - Water Reducing and Accelerating I Written approval of the Engineer shall be obtained prior to the use of any admixture except air I entrained admixtures. Application of admixtures shall be as per manufacturers specifications. I I I I . Douglas countyCammunity Planning and Sustainable Development .October 2012 HR TIPPhasel-2011 Highlands Ranch Parkway and W(lldcatResei!e Pprkway jntersection improvemejyts Douglas County Project Number CI 2011-005 ..... Project Special Provisions .:. . REVISION OF,SECTION.412. PORTLAND CEMENT CONCRETE.PAVEIt{ENT -Continued-

CONSTRUCTION .REQUIREMENTS,.

412.03 CLASSIFICATION

. - . Subsection 412.03 is hereby revise&to include the following:

ConcreteLshall conform to the requirements for Class P (and Class B for High-Ear1y. qonrete, as specified in Subsctions 601.02 and.601:.03as reyjsed. If the Engineer determines thatthe quantity of concrete pavement is too small to practically use mechanical equipment, the Contractor may, with the permission of çhe Engineer1 be permitted to use AASHTO M43 Size No. 57 coarse aggregat in lieu of aggregate specified inTable601-1 as re.vied. However, under no circumstance willjhe Contractor be allowed to use No. 67 coarse aggregate for Class P concrete, which includs locations.where Load Transfer Bars (dowel bars) are to be installed.

412.08 PREPARATIONOFSUBGRADE S 5 Subsection 412.08 is hereby revised to include the following: -.- - . .- .,j.. I . The subgrade and sub-base. (including.when concrete pavement is placed of aggrégatebas%,course or other specified material) shall be brought to a firm and unyielding condition with a uniform density and shall be kept krnooth and ompacted prior to placing the qoncrete pavement. Sofland yielding material shall be removed and replaced. with suitable maieriaL, Concrete paveipentshaW not be 5 .1 5 placed:on a soft, spongy, frozen or otherwise unsuitable material.

412.10 PLACING CONCRETE - H 5 Subsection 412.10 is hereby revised to include the following; Dowel Bar Insertion Method

1' . - . :1. Ic. .w . A test seqtion-is required when the to use paving equiprhent that isfiesiedto 5 automatically install the-required load Eansfer bars (dowel bar) utilizing a Dowel Bar InserterDBI) in lieu ofaDowel Bar4ssernbly.(Dowel ,., . ,. .. .3,. ..-. r...... JIj*c 5 TestSection .... , ,......

When -Dpe1at InserterA(I?BI) pa)ing equipn .is,proposed, the Contractor slwj -? initial test section-that is a minimum, of..twelve feet wide (or equal to whatever width tEat the .---. --.'---a ...... I._.b4 . S Contractor plans to pave), and the initial test section shall be between 200 and 500 feet in'length. The test section(s) is required in order for the Contractor and Engineer to evaluate the performance S of the DBI paving equipment and determine if the proposed equipment is capable of meeting the 5 dowel bar placement tolerance requirements. S S . Douglas County Comniunity Planning and Sustainable Development October 2012 . HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements . Douglas County Project Number CI 2011-005 Project Special Pro visions . PSP-S8 . REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT -Continued- .

During placement of the Test Section(s), the Engineer and Contractor shall both be present to inspect the paving operation, including a detailed investigation of the dowel bar insertion method and . placement.All problems associated with the DBI paving operation and equipment need to be identified by the Contractor and disclosed to the Engineer. The identified problems shall be . corrected by the Contractor during the placement of the Test Section(s). Additional testing will be required if corrective actions are implemented. The additional testing is required to be performed prior to the Engineer granting written approval to the Contractor to proceed with the production . paving operations which utilize the proposed DBI paving equipment. . After completion of the Test Section(s), the Contractor shall shut down paving operation for a sufficient period, in order for the Engineer and Contractor to evaluateS the performance of the paver. . and the placement of the dowel bars using an automatic DBI. The Test Section is subject to meeting . all the requirements identified in the Contract Documents (plans and specifications); and the Contractor shall implement paving practices as specified for the Test Section during the production . paving operation. . The Contractor shall allow a minimum of two (2) working days, after the completion of the Test . Section(s), for the Engineer to complete a Quality Acceptance Inspection of the Test Section. As part of the Quality Acceptance Inspection, the Engineer will randomly select a minimum often (10) I transverse joints or a minimum of twenty-five percent (25%) of Test Section transverse joints to be . checked for dowel bar placement accuracy by use of a pre-approved MIT ScannerS. The MIT . Scanner shall be supplied and Operated by the Contractor at a time that is mutually agreed upon by . the Engineer, when the Engineer can be present to observe the entire MIT scanning operation. With the Contractor and Engineer present, the results of the MIT Scanner shall be processed in the I Contractor's on-site project trailer the same day that the MIT Scanner is used. Douglas County may I choose to do additional testing with the County MIT Scanner. I Copies of the MIT Scanner results shall be supplied to both the Contractor and the Engineer for . review and analysis. In addition to the MIT Scanner, the Contractor will be required to core drill a minimum of twenty-five percent 25% (but not less than five cores) of the transverse joints that were S previously seleted randomly by the Engineer to be tested using the MIT Scanner. The concrete core S drilling irequired in order to confirm that the MIT Scanner information is reliable and to S substantiate the dowel bar depths and alignments are within the specified tolerances. As part of the S Quality Acceptance Inspection, the Engineer will also inspect the transverse joint sawing, texturing quality, tining quality, curing compound application; and the concrete core holes will be used to S veri' the concrete pavement thickness requirements are being met. The Contractor shall provide I acceptablèconcrete coring equipment. The cost of obtaithng the necesthy samples and grouting the I core holes, shall be included in the work and shall not be measured and paid separately. I I I I I I Douglas County CommunityPlanningand Sustainable Development . October 2012 HR TIPPhasel-2011 Highlands Ranch Parkway and Wildcat.Reserve Parkway.Intersection Improvements. Douglas County Project Number CI 2011-005 Project Special Provisions PSP59

REVISIONOF SECTION412 PORTLANDCEMENT CONCRETE PAVEMENT -Continued- . Second Test Section The Contractor will be require4 to provide a Second Test Section if any of the following.items areS.. observed or occur:the initial Test Section does not meet the acceptance criteria, the paving operationis shutdown for the season, or the paving equipment is replaced, changed,.modified, or moved off-site. The Second Test Section shall be a minimum of twelve feet wide and shall be a minimum of 200, to 500 feet in length and will be subject to the same criteria of the first Test Section. If the performance of the Dowel Bar Inserter (DBI)paving equipment is determined to be unsatisfactory during the Second Test Section, then the equipment will be rejected for use in placing load transfer bars (dowel bars) utilizing a DBI method and an approved Dowel Bar. Assembly (Dowel Basket) shall be used.

Any and all delays, real or perceived, and all costs associated with the DBI paving equipment being rejected for use by the Engineer will not be paid for by the Owner. All Contractorcosts associated with the Engineer's quality acceptance inspection of the Test Section(s) will not be measured and paid for by the Owner, but are the Contractors responsibility and shall be included in the work... . - Testing During Full Scale Production Paving Operations.

. ..t . After full:seale.production paving operations have been approved by the Engineer in writing, and paving operations have commenced, the Engineer will daily randomly select a minimum often (19) transverse joints (but not less than five percent of the:transverse,joints from.the previous.days paving.' operation) to be. checked for dowel placement accuracy by use of the apprpved MIT Scanner, which shall be supplied and operated by the Contractor as part of the contractofs Quality Control proc.ess, in order to insure and demonstrate continual accuracy of the DBI paving equipment. The testing of these transverse joints will .be witnessed by both tlw Contractor and Engineer. Tie testing during full, scale production;,paying operations shall ocqur within24hoursf1p1acepien1pf the concrete . . pavement. . .L.1 'L a - . . With the Contractor and Engineer present, the results of the MIT Scanner shall-be processed on the. S same day thattheMIT Scanner is used. Copies of the MIT-Scanner results hail besupplied,to both S the Contractor and the Engineer for analysis. In addition to the MIT Scanner, the Engineer requiresa 5 minimum of five (5) transverse joints to be core drilled by the Contractor to substantiate dowel bar depths and alignments. All test results will become the-propaty,of the Qwner....4 a P 4, h.. .;'.,s .,C J'-f.-- AnyContractor costs associated with thequalityacceptanceinspection and testing, thatis required 5 duringthe full scale production paying operations shalibe-includedin the work and will notbe paid S forbythe.Owner.--. . -,..: . ... 1! 5 i)'p 'CT. - , Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhasel-2011 Highlands Ran cit Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-60

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

412.12 FINISHING

Subsection 412.12 (d), delete the first and second sentences and replace with the following:

(d)For this project, regardless of the posted speed limit(s), concrete pavement surfaces shall be provided with a longitudinal metal tine finish immediately following the turf drag in all travel lanes and all turn lanes. Longitudinal metal tine finish is NOT permitted on the shoulder locations as shown on the Plans unless approved in writing by the Engineer.

412.13 JOINTS

Subsection 412.13 is hereby revised to include the following:

The CDOT Standard Plans (M&S Standards Dated July 2006) and the most recent revisions shall be used with the exception of transverse joints. All transverse joints shall be spaced to match existing Load Transfer Bars (dowel bars) are required across all transverse joints for all travel lanes, shoulders, bike lanes and turn lanes (collectively drive lanes). Load Transfer Bars (dowel bars) shall not be measured or paid for separately, but shall be included in the unit bid price for Item 412, Concrete Pavement (8 Inch) and Item 412, Concrete Pavement (8 Inch)(with Integral curb and 8 inch Gutter). For this project, the required Load Transfer Bars (dowel bars) shall be placed usiné an approved Dowel Bar Assembly (Dowel Baskets) or an approved Dowel Bar Inserter (DIII) paving equipment, pending the approval of the results of the Test Section(s). All dowel bars, no matter how they are placed, shall be subject to MIT scanning by the Contractor for acceptance, as specified in Subsection 412.10

The dowel bars and/or Dowel Baskets shall be provided in accordance with the CDOT Standard Plans at all transverse joints - spaced to match existing. For this project, for concrete pavement up to eight-inches (8") thick, the County will allow one-inch (1") diameter dowel bars as an acceptable substitution for the larger specified dowel bars as shown in the CDOT Standard Plans. The option of using larger dowel bars and any costs associated with providing larger dowel bars or the costs associated with modi'ing the paving equipment to accommodate the option of using thesmaller dowel bars, shall be included in the work and will not be measured and paid for by the Owner.

The notes pertaining to Class P concrete, immediately following Table 601-1, shall be revised as follows: Class P concrete pavement shall contain a minimum of 55% coarse aggregate. Coarse aggregate shall be No. 467 or No: 357 unless all transverse joints are doweled- in which case No. 357, No.4, No.467 or No. 57 coarse aggregate can be used as approved by the Engineer. 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. .

Douglas County Community Planning and Sustainable Development . Octobe,2012 HR TJPPhasel-2011 Highlands Ranch Parkway and Wildcat Reser e )arkway, Intersection Improvements Douglas County Project Number CI 20 11-005 . PSP-61. Project Special Provisions - REVISION OFJ SECTION 412 .j PORTLAND CEMENT CONCRETE PAVEMENT.I -Continued-

1 Longitudinal saw4cut joints shall :be.locatedat.the edges of all travel. 1anesandA turns lanes (collectively drive lanes) and between the drive lanes an4 shoi4ders. If the curb and gutter is present and it is poured monolithically, then the first 1ongituiii3al joint may be located a maximumof fourteen-feet (14') from the flow, line when it isadjacent to a drive lane; anda maximum of eight- feet (8') when it is adjacent to a shoulder. When the curb and gutter is not poured monolithically with the adjacent concrete pavement then tie bars shall be required. Transverse joints in the curb and gutter shall match th&transverse joints in the adjacent concrete pavement. All other transverse and longitudinal-joints shall be spaced at-12 feet maximum. a v..- -( - 2. fl:t -. W The Contract Documents include a proposed layout for both the longitudinal and transverse joints. However,, the final locations of the longitudinal and transverse joints are,, the. Contractor's responsibility to determine. The Contractor shall prepare and submit a concretejointing plan to the County for review at least fifteen (15) days prior to scheduling the concrete paving; and the County will provide comments and / or approval in writing prior to commencing paving.

All saw cut joints shall be cut to a depth of one-third (1/3) the thickness of the phvemeiiand shall be 3/16-inch wide unless specified otherwise. When ajoint is saw cut more thanswo inches (2) from the designated location, the pavement shall be removed and replaced to the nearestcorrect mid- joints. When portions of concrete pavement are removed and replaced, the portion removed shall be 0 at the full width of the lane and mid-length of the affected slabs. This corrective action shailbe at the

S Contractor's expense. L.: 0 . -4.'.-' 5 If removal and replacement is required, then epoxy coated reinforcing steel, located at the center of the concrete pavement, is required in order to tie together.the existing pavement wiTh the replacement (new)-avement on all sides. For longitudinal joints, the Contractor shall proJde No. 4 (deformed.. S bars) reinforcing steel, spaced at a maximum of 24-inches on centers, which-shall dril ed and, 5 grouted.l2-inches 'into the existing pavement and .extend 12-inches into tth.. replacement (new) 5 concrete -for a total length of 24-inches. For transverse joints, the Contractor,shall provide No. 6 (smooth!bars) reinforcingsteel,paced at a maximum of 12-inches on.centers, which shall,be drilled and7gfoufed 6-inches.into the existing pavement and extend 6-inches into therepiacement (new), S concrete for a total length of 12-inches. Epoxy or high strength grout shall be required for the S portion of bars being inserted into the existing pavement. J,4'tr J'rTh ,- 5 ::jj -. '-./'1>$1 If it is determined that two or more adjacent panels (in the longitudinal direction) need to be replaced, then Load Transfer Bars (dqwel bars), utilizing--an approved DoweiarAssembiy,-cvillbe, S required at all transverse joints. Cold joints shall be sawed and sealed and matched up with the joint S spacing in theadjoining concrete All.workassociated replacing.the concrete, pavement, including' 5 but not-limited to:removal, drilling,- gfoutingtiebars, saw cutting, backer rod-and joint sealant, shall1. be included in the work and will not be measured and paid for separately.

S Placement of loadtransferbars using Dovel Bar Inserter(DBI)paving equipment may-be used only S with written permission from the Engineer. The Contractor shall.submit to the Engineer, a minimum S S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase I- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 20 11-005 Project Special Provisions PSP-62

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT -Continued- of fifteen (15) calendar days prior to the concrete pre-paving conference, details and specifications of the proposed slip-form paver, (including the use of the DBI equipment when applicable). The Contractor shall ensure the slip-form paver is specifically manufactured with dowel bar insertion capabilities. Any adjustthents and costs related to ensuring compatibility, shall be the Contractors responsibility, and shall be included in the work.

The Contractor shall make available to the Engineer the paving equipment and assist the Engineer with the inspection of the equipment relating to its condition and operation - in order to determine if it is suitable to perform the work within the required tolerances. Approval of the use of the proposed DEl paving equipment. will be based upon the infortnation submitted, the inspection of the equipment and the Quality Acceptance Inspeétion by the Engineer, and performance during the Test Section(s) and the performanceduring the full scale production paving operation; Test Section(s) shall be conducted in accordance with the requirements of Section 412.10.

Load Transfer Bars (Dowel Bars Placement Tolerances are as follows:

Horizontal Location less than 1.5 inches Horizontal TiltlSkew less than 0.625 inch Longitudinal Translation less than 2.0 inches Vertical Translation (Up) less than 0.5 inch Vertical Translation (Down) less than 0.5 inch Vertical TiltlSkew less than 0.5 inch

Any load transfer bar (dowel bar) at a transverse joint that is found to fall outside of the specified tolerances, as determined by the Engineer, shall require removing and replacing a.portion of the concrete pavement on both sides of the saw cut joint; and this corrective action shall be done at the Contractor's expense and will not be measured and paid by the Owner. The portion of concrete pavement to be removed and replaced, shall be the full concrete panel width, and shall extend six feet (6-Ft) on both sides of the transverse joint. The Contractor shall NOT be permitted to employ a saw-cut stitching method of retro-fitting dowels bars when the DBI paving equipment did NOT insert the required load transverse bars or when the tolerances were not adhered to.

412.16 REPAIR OF DEFECTIVE CONCRETE PAVEMENT

Subsection 412.16 is hereby revised to include the following:

The following conditions shall constitute defective concrete pavement, in addition to those already stated in Section 412.16, which shall be repaired or replaced at the Contractor's expense:

(a) A void or defect in the concrete pavement caused by air pockets, clay balls, clumps of sand, clumps of cement from incomplete concrete mixing, foreign thaterials such as pop cans, rags, plastic bottles, etc. The defect will be considered a void if the largest dimension (height, width or length) is greater than one inch (1"). . Douglas County Community Planning and Sustainable Development October2012 . HRT!PPhasel-2011 Highlands Ranch Parkway and Wildcateseryc Parkway Intersection Improvem exits Douglas County Project Number CI 2011-005 t.'n" Project Special Provisions PSR-63-.

REyISIONbQFSETION412 PORTLAND CEMENTCONCRETEPAVEMENT S -Continued- S (b) Repair.of the 4efect shall:adhere to Subsection 412.16, unless otherwise approved by the

1. - 5 . Engineer. 4 II 1.. .5' .-.-- . A section of concrete shall be considered defective and require replacement of the entire section if it I meets anyof the following conditions: A section of concrete containing 20 or more voids as defined above. A section is defined as an - areaof concrete pavement defined by joints and/or edges of pavement. The joints shall be . liii L .a. 0..; I I installed as per the Plans and-Specifications, unless otherwiseinstiucted by the Engirieer. A section of concrete containing a void greater in depth than half the pavemnt thkkiiès. (c), A sectionof concrete coataining a cumulative surface area of all voids (including yoids smaller than 1 "5 greater thaIf 200 quare inches

Once a defect in the ébnèreiepavernent hasbe&nhidentthedin writigbytheCui4, ihedtractor I shall repair any such defctive work within the time specified in the Guaian9 SectioiYbf the Contract: The C ontractorshall repair any concrete payement defects after the dte. of substantial I col&iii and for th4erçd'speiiedi the Giiaraniy$èction of the Cohirâct, or as r&juired by the Secial Provisions The Contractor is required to repair all defective concrete javernents prior to obtaining Project Final AcceptanceAt the end of the warranty period' and 'after thivarranty S inspetion, the Contractor shall repair all pavement idèdiified as defeciive byihd County, asdeflned S above, regardless of the condition of the pavement at project completion. The Coniractor shall peirm the repair o he concrete pavement at the Contractor's expense and at no expense to the

412.17 SURFACE SMOOTHNESS

Subsection 412.17 is hereby revised to include the following:

S FoYthisI4o]èct,1heii'atib'iibètweed áiiy two contact with the suacesãll'nbfdced S 3/1inch in ten (10) fe Iriegularities exceedi4n the specified toleranehall be tcdiictd at the 5 Cdtrdib'sexpnse. -.: '..<1

412.21 DETERMINING PAVEMENT THICKNESS

-' ,:''Wr fl.. t.; S...... t:vSu&éeetió'zr41221 iche?eby ileleted and replaiédivith the f011Owing: S . Fc?doiitine Project Acceptance (PA) coring requirements: thecoringfrquEncy hll'15eim'iiimum S of Sn& orepei 500 1ilieAi fe'et taken for dach travel laM (in&ludifig turn 1aiVecredteItth.n 100-feet) .:ri4r-.Eh-. t -: S When the length of any core obtained is deficient from the specified.pavement thickness by more than one quarter inch, then additional cofeflhâll btdken200ft hëad aM back'ôf'théoEiginal cores in order to detennine the extents of the deficiencies; and to evaluate price reduction and/or Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase 1-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-64

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT -Continued-

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 depthas 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.

The length of Project Acceptance (PA)core will be the onlyrneasurements used in determining price adjustments fth deficient pavement thickness; and shall be as follows:

When the deficiency in thickness (determined by cores) is less-than 9:25 inches of the required pavethent thickness, in the area of such deficiency, then the Contractos'ill be compensated for 100 percent of the Unit Bid Price(s) for Item 412, Concrete Pavement (8 Inch) and for the Item 412,Cbncrete Pavement(8 Inch) (with Integral Curb and Gutter).

When the deficiency in thickness (detèrminedby èores) 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 (8 Inch) and foE the Item 412, Concrete Pavement (8 Inch)(with Integral Curb and Gutter). -?

When the deficiency in thickness (determined by cores) is greater than 0.375 inches, but less than 0.625 inches of the tequired 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 (8 Inch) and for the Item 412, Concrete Pavement (8 Inch) (with Integral Curb and Gutter).

When the deficiency in thickness (determined by cores) is greater than 0.625 inches, but less than 0.75 inches of the required pavement thickneth, in the aiéa of such deficiency, then the Contractorrill be!compensated for 40 percent of theUnit Bid Price(s) for Item 412, Concrete Pavement (8 Inch) and for the Item 412, Concrete Pavement (8 Inch) (with Integral Curb and Gutter).

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, theh 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 te County and replace it at the original Unit Bid Price(s) for Item 412, Concretetavement (8 Inch) and for the Item 412, Concrete Pavement (8 Inch) (vith Integral Curb and Gutter). Doug/al County Community Planning and Sustainable Development October 2012 FIR TIPPhase 1-2011 111gb/an a's Ranch Parkway and WildcatResezteFa!kwayjntersecticn Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-6S

REVISION OF SECTION 412 PORTLAND. CEMENT cONCRETE P4VEMENT -Continued- S --. -- - a-412.24 -BASIS OF PAYMENT Subsection 412.24 is hereby revised to include the following:

Payment will be made under:

Pay Item .Pay Unit

Pavement (8 Inch) Squáré Yard Concrete Pavemdiit (8 Inch) (with Integral Curb and 8 Inch Gutter) Sqüaré Yaid

The costs associated with sand blasting the Concrete Pavement required to accommodate any and all construction phasing stripthg and associated with the final striping, shall not be measured and paid for separately, but shall be included in the price for Item 412, Concrete Pavement (8 Inch). Douglas County Conununity Planning and Sustainable Development October 2012 HR TIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Doug/as County Project Number CI 2011-005 Project Special Provisions PSP-66

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 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 60 1-1 CONCRETE TABLE

Concrete Required Cementitious Air Water Class Field Content: Content: % Cementitious Compressive Minimum or Range Ratio: Maximum Strength Range (lbs/yd3) (Total) or Range (psi)

BZ 4,000 at 28 610 N/A 0.45 days

DT 5-8 0.44

4,500 at 56 580 to 640 5-8 0.380.42

4,200 at 28 678 4-8 0.44

S40 615 to 760 5-8 0.40 . Douglas County Community Planning and Sustainable Development.. t ..n:. n. '.October.20l2 FIR TIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection-Improvements Douglas County Project Number CI 2011-005 . -.s .., Project SjëcialProvisions PSP-67

REVISION OF.SECTIONS,601 AND ¼701

STRUCTURAL CONCRETERNWHYDRAUI3ICCEMENTtI -Continuedr.cj

Class B'ccincrete :is an air entrained concrete.fortgeneral use., Class D,.H or P concretemay:be, substituted for Class B .concrete::AdditiOnalfrëquirementh are: The coarse:aggregate shall have a-

nominal maximum sizébf 1V2inchesor sMaller. . . . . - .rj,. Class BZ concrete is concrete for drilled piers:c Additional requirements are:' Entrained airTis not required unless specified in the Contract. When entrained air is specified in the Contract thair content shall be 5-8 percent. High range water reducers may be added to obtain desired slump and reta?datiön. Slu'n4p shall be a-miriiniUth of 5iiicheS and a Maximum of 8 inches.t The concréfe mix shalibè'thadè'ith AASHTO M 43 ize No.67, Nd. Tot No: 8 coara&ágregatt ii -:c-'.lt ii----- .11 ..r. Class&bncrete is a-dense mediunistrength strUctural -concrete. Clas ti may be sübsjie'for Class-Dc'&fldfete. 'Additional'req'Uiremeñtáte: Aiiapproved waterredUcingadihixtuie-shall*e incotj5d?dfêdiñ th&rkix. The bOncretE mix shall be Made with AASHTOM 43T sizes Nd.' 57; N6. 6 or 1 67 bseaggreate: When iilaCed in a biidg deck, thcbnctete Mix shall consist of a nor;r -, . - -- . ._.. minimurn55 percent AASHTO M 43 size No. 67 coarse-aggregate by weight of total aggregate. !U -. --- .t Class DT concrete may be used for deck resurfacing and repairsClass HT thay besubstitutedfor- Class DT cpncrete. Additional requirements are: An approved water reducing admixture shall be a . ,., . -..-r- - . . V incorporated in the mix 'The concrete krnx shall coh'sist of a minimum 50 percent AASHTO M 43 '1, _ P. '- - -lU) I size N..7 or No. 8 coarse agregate by weight of total àggrèáte. .1 U pti ti4 .,I JIna...4 JJ.,i'..., .- ..:'4Lr.4bi.: 1.. i liv ,.. . .. -. ... Class Econcrete may.be used for fast.track pavements..n&d..r,a._ needing ...., early. strength.a¼.. l.tJ.,FLkin order,to open a payementto.serviccs,00n after placement. 44ditionairequirements are:Type Ill cemenmabd usedu[flieconcrete-mix shalitconsist of a mi4mum55,percpnt AASHTO,M43 size To. orN.... 467coarse'aggregate by weight of total aggregate. if all trahsvere joints are doweled, the cOncrete S mikrshalltconsist'ofaminimUm55;percent AASHTO M43 sizes No. 357No. 4;IIo:467;- orvNo.57. co&s'é Of total'aggrégaHd*ever, Wider niiWcumtánceWill the a...... r...rv)n,rn ,., ._,,- 1.. S Contractor be allowedtovuseNo. 67 coarse aggregate for Class F conerete,-which'includes . 5 locations where Load Transfer Bars (dowel bars) are to b1e1ntlled Thetabtiàt6W tnai-niik44 ' shall produce.a minimum average 12 hour,compressive strength of 3,000 psi and 28 day compressive 5 lad Ii I . I lJlT JI.jjfl J2 It.* L. .' f e strength of4,200$i. Class.E concrete shall contain a mininilum of 10 percent pozzolan by weight of 5 ..,,, -., .,-i ..... uasi1-4-4w...... total cementitious material...... r S U.-'Ji.I .F4.i,1LJC,. . f . Li(Ft.i$II'.1' py. . ViLrk/.' rjr''.Ui..-' scI-i,':n.t )I;k, i. pill tah ,11I4C.aI.'tc'. t.i3Ts1r l. .'ki'Lb!eti!LlL'LitYL 5 'I Class H concrete is used fdr bare concrete bridge decks that will not receive a \k'aterproofiuig i..J-l-. -(j 1 t/' -* -/ 5 membrane.Additional requirements are:An approved water reduding admikture shall be S incprporated in the mix.Th..concretemix1shall-consist-ofamjnirnunmof 55 percent AASHTO,M43) S size;No: 67. coarse.aggregatebyeight of total,aggregate: class H c,oncreteshall contain S S S Douglas County Community Planning and Sustainable Development October 2012 S HR TIPPhase!-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements . Doug/as County Project NumberCl 2011-005 Project Special Provisions PSP-68

REVISION OF SECTIONS 601 AND 701 STRUCTURALCONCRETE AND HYDRAULIC CEMENT -Continucd-

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 layerforbare 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 5Q0 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,OQO 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 M43 size No. 357 or No. 467 charse 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 cirèUmstànce will the Contractor be allowed to use No. 67 coarse aggregate for Class P concrete, whichincludes 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 concretedesign 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 often percent (10%) pozzolan by weight of total cementitious material. - Class 535 concrete is a dene high irength structural concrete. Additional i4üirements are: An approved water reducing adthixturshall be inebrporatéd in the mix: The concet&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 admixtuk shall be incorporated in the niix. The concrete mix shall be . Douglas CduntjfCOmmunity Planning and Sustainable Development October 2012

Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Imp rovenients Douglas County Project Number Cl 2011-005 . Project Spcial Provisions. .' PSP-69 luwIsIoN:oFsEcTIoNs STRUCTURAL'CONCRETEANDHYDRAULICCEMENTn

made with AASHTO M 43 sizesFNo. 57, No. 6, No. 7Jo.J or No. 8.oarse aggregate.. When placed in a bridge deck,theéoncrete mix shall consist of a minimum 55 percentAASHTO M 43 size No. 67 coarse a'grégate. -. 1 Class 550 càncrete is a dense high strength structural concrete Additional requirements are: 'An approved water reducing admixture shall be incorporated in the mix. The concretemix shall be made with AASHTO M 43 sizes No. 57, No. 6, No.7, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shallconsisrtof a minimum 55 percent AASHTO size No. 67 coarse aggregate byiwiØit of total aggregate. TIle ]aboratory trial thix mit not xhitht a crack at orbefore. 14 days in the cracking tcndency test (AASHTO T334).

601.04 SULFATE RESISTANCE

Subsection601.O4is hereby reviscdto include the following:

601.04 Sulfate Resistance. The Contractor shall provide protection againstiiifatSáitckon conctete structures and pavements by providing concrete manufactured with requiiernentsacddrding to Table:601.,4. The sulfateexposure for all concrete shall be Class 2 unless otherwisestaiedbiithe I tJ;i Plans. A higher level of requirements may be used for a lower iavel of expoure.

F. 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 ection Table 601-4 REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROMEXTERNAL SOURCES OF7SULFATE

Severity of Water-soluble . Ceinentitious, Sulfate (SO4) in. Water cementitious- ) sulfate sulfate (SO4).in -, .-... . . water,ppm--- ratio, maximum- material ex'osure.d soil,ercent ...:,.t.,r ...... -, .. ,rse'uirements @ aioW 0 0000110&1jj%t o50fttQ'' "t43ca J3 S Clasii,,0..1l4tói0.20 15lto 1,500 .0.45 Class I S &I2TI :° 3! j 0 000r S Class 3 .2.01 or greater -10,001 or greater ...... 0.40 Glass-3 a fl S Cementitious material requirements are as follows: S Class 0 requirements for sulfate resistance shall be one of the following: S ASTMC 150 Type 1,11 or V. S ASTM C 595 Type IP, IP (MS) or IP (I-IS). ASTMC ll57TypeQU,MSorHS. S ASTM C 150 Type Ill cement if it is allowed, as in Class B concrete. S S . Douglas County Community Planning and Sustainable Development October 2012 HR TIPp/,asej- 2011 . Highlands Ran c/i Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSF- 70 . REVISION OF SECTIONS 601 AND 701. . STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued- . Class 1 requirements for sulfate resistance shall be one of the following: . ASTM C 150 Type II or V; Class C fly ash shall not be substituted for cement. ASTM C 595 Type IP (MS) or IP (HS); Class C fly ash shall not be substituted for cement, ASTM C 1157 Type MS or HS; Class C fly ash shall not be substituted for cement. . When ASTM 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: . ASTM C 150 Type V with a miiiinium of a 20 percent substitution of Class F fly ash by I weight. I ASTM C 150 Type II or ifi 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. ASTM C 1157 Type 145; Class C fly ash shall not be substituted for cement. . ASTM C 1157 Type MS plus Class F fly ash where the blend has less than 005 percent I expansion at 6 months or 0.10 percent expansion at 12 months when tested according to . ASTM C 1012. A blend of Portland Cement meeting ASTM C 150 Type II or HI with a minimum of 20 I 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. . 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 blend of Portland Cement meeting ASTM Ci 50 Type II, III, or V with a minimum of a 20 I 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. . ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. Class C flyash shall not be substituted for cement. . ASTM C 1157 Type MS or HS plus Class F fly ash where the blend has less than 0.10 percent . exansibn at 18 thonths when tested according to.ASTM C 1012. . ASTM C 595 Type IP(HS) having less than 9.10 percent expansion at 18 months when tested . accordinü tO ASTM C 1012. Class C fly ash shall not be substituted for cement. I 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 calciuth oxide I content no more than 2 0 percent greater than the fly ash tested according to ASTM 1012. I. S S S S S S Douglas fluntyCommunityPlanningand Sustainable Development ... October 2Q12

Highlands Ranch Parkway and Wildeat.Reserye Parkway Intersection Improvements Douglas County Project Number C12011-OOS Project Special Provisions FSP 71

REVIS1ONOESECTIONS 601 AND:70F ., STRUCTURAL CONCRETE. ANDHYDRAU1IC CEMENJE. -Continued-

CONSTRUCTION REQUIREMENTS .

601.05 PRORPORTIONING

DeleteSub?ection601.05 and rcpJaceivith the following:

The Contractor shall submit a Concrete Mix Design for each class of concfete beiiig placed on the project. Concrete shall not be placed on the project before the Concrete Mix Design Report has been revievéd thd ajproved by the Enginèet. The Concfete Mix Design will be reviewed and approved fol1oing' the procedures of CP 62. The Concrete Mix Design will not be-approved, when the laboratdry trial mix data are the results from tests performed1more than two years in the past-ore. aggregate data are the results from tests performed more than two years in the past. The concrete I mix design shall show .the weights and sours 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 théTfly ash nd th&

weight of silica fume. . -

The laboratory trial mix data shall include results of the following:

-- AASHTO T 119 (ASTM C 143) Slumpof Hydraulic Cement Concrqte...,. ---,.. AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete. AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concreteby thern Pressure

Method. - . ,: (d)ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with

at Least two specimens at 7 days and threespecimens at 28 days Three additional specimens - I tested at 56 days shall be required for Class H and HT concrete. (e)Class H and HT cOncrete shaliinclude-a measurement of permeability by ASTM C 1.202 I Electrical Indication of Concretes Ability to Resist Chloride Ion PenetratiOitr The concretetest specimens shall be two 2lnch thiókdikssàwed from the 'centers of t*oñ alded 4,.inch diametëf cylinders cured- 56-daysiiiaccdrdance withASTM 'C 192 .Standãid .Pfaotice for Making and Curing Cofrcreie Test:SpCthntns.in theLaboratory. -.-. -. .. 'I (1) Clas&H,llT and S50 concrete'shalPinc1Ude!â measurement of cracking by AASHTO.T334 StaiidâtdePractice'foi Estithatingtho' CrackingTendeneyof Concfétei..The athlecshall be S dfi?êdiát a temperatUi-e oF6Sio'75degreesFanderelativehumidity nbtexc6eding:4Oercent. S (g) Class E and P concrete shall include 'AASHTOT 97 (ASTM C 78) .Flèxural'Strength of S Cdnoete (Using SimØ1eBeant with Third-Point Loading) performed'with Et least two 5 specimens at seven days and four specimens at 28 days. ,:. -. sS-... S--, i.- 'C. S . Douglas County Community Planning and Sustainable Development October 2012 . HR TIPPIzasel- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number Cl 2011-005 Project Special Provisions PSP-72 . REVISION OF SECTIONS 601 AND 701 . STRUCTURAL CONCRETE AND HYDRAULIC CEMENT . -Continued-

Prior to placement of Class F concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69.The Contractor shall provide 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. I. Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of . the approved concrete mix design plus 1 1/2 inch. Except for class H and HT concrete, the laboratory I trial mix must produce an average 28 day compressive strength at least 115 percent of the required I 28 day field compressive strength. The laboratory trial mix for Class H or HT concrete must I produce an average 56 day compressive strength at least 115 percent of the required 56 day field . compressive strength. I 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 I 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: . AASHTO T 11 (ASTM C 117) Materials Finer than 75 urn (No. 200) Sieve in Mineral . Aggregates by Washing. AASHTO T 19 (ASTM C 29) Unit Weight and Voids in Aggregate. I AASHTO T 21 (ASTM40) Organic Impurities in Fine Aggregate for Concrete. . AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates. I AASHTO T 84 (ASTMC 128) Specific Gravity and Absorption of Fine Aggregate. I (1). AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate. . AASHTO.T 96 (ASTM C 131) Resistance to Degradation of Small-Size Coarse Aggregate by I Abrasion and Impact in the Los Angeles Machine. AASHTO T 104 (ASTM C 88) Soundness of Aggregate by Use of Sodium Sulfate or I Magnesium Sulfate. I CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test. I ) ASTM C 535 Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and I Impact in the Los Angeles Machine. I Douglas County Community Planning and Sustainable Development October 2012 HRTIPPlsaseI-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Doug/as County Project Number CI 2011-005 Project Special Provisions PSP- 73

REVISION OF SECTIONS .601 AND 701 STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

(k)ASTM Cl 260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar- Bar Method). When an aggregate source is known to be reactive, ASTM Cl 567 results may be submitted in lieu of ASTM C 1260 results.

Any aggregate tested by ASTM C 1260 with an expansion of 0.1 0 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 C 1567 and exhibit an expansion less than 0.10 percent by one of the following methods:

CombinedAggregates. 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. 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 aetual test results. The certification for silica fume shall state the solids content if the silica fume admixture is Si furnished as sluiry

Approved fly ash may be substituted for ASTM C 150 cement up to a maximum of420 percent Class C or 30 percent Class F by weight of total cementitious content.

For all concrete mix designs with ASTM C595 or Cl 157 cements, the total pozzolan content shall not exceed 30 percent by weight of the cementitious content. S 5 Where the Contractor's use of fly ash results in any delay, necessary changes in admixture quantities or 6urce, or iln'satisfactory work, the cost of such delays; changes or corrective actions shall be bore by the Contractr.

The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements S wlien a change occu'rs ithe source, type, or propirtions of cement, fly ash, silica fumeor aggregate. When a change qccurs in the source.of approved admiitures;the Contractof shaliubmit 5 a lette stamped by the Concrete Mix Design Engineer approving the changes to the existing mix 5 design. The change.will be approved by the Engineer prior tpuse.. S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP- 74

REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

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:

Manufacturer's recommended dosage of the admixture. 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.

601.09 FORMS

Subsection 601.09 shall include the following:

The reinforced concrete "L-shaped" wall shall have an architectural treatment on the front face as described herein.

An approved elastomeric form liner that will produce a stone pattern finish, alsoreferred to as the architectural treatment, shall be used in the designated portions of retaining walls An example of the fascia pattern is attached herein.

The form liner shall be furnished siith a coating of an approved, non-petroleum base, factoiy-applied form release agent. After fastening the form liner to the form, an additional coat of manufacturer's recommended (only approved non-petroleum base may be used) forth release agent shall be applied to the liner prior to and for each pouf of concrete. Adjacent sections of the form liner shall be Mated together to produce a good mortar tight joint. The form liner shall be securely fastened to the forms with staples or nails, or other approved methods. DougtasCoun(y Community Planning and Sustain able Development 4' ,. . October2012 HRTIPPhaseI-2011 Highlands Ranch Parkway and Wildcat.Reserve.Parkway,Intersection.Improvements ,*w,,z Douglas County Project Number CI 2011-005 Project Sjecial Provisions psp 75.

S REVISIONOF SECTIONS, 691 AND 701 STRUCTURAL CONCRETE:.ANDHYDRAULIC.CEMENT": 5 -Continued Form ties shall be inserted through the form liner by cutting a,cross-shaped slit in the

The Contra,ctor will be responsible to assure that whenever any discontinuances of tile stone pattern, or whenever any lines interrupting orintersec3ting the stone pattern, are called for on the Plahs, that the resuing hips, horizontal, diagonal, vertical or otherwise, are neat and true, and that the form liner, is not unduly. deflected in any djTection including the, form liner at the iiiterfddebetveen the -'' " form liner and any Viier Irierruptingr'interseciI'1in' '" .S Subsection 601.09(1) is hereby rcvisedto include the following: Forms to which a form.liner ito be attached shall not be treated with oil. S . 601.11 FALSEWORK Delete.first three paragraphs in subsection 601.11(a) and replace with the following:

(a) General The Contractor shall be responsible for designing and constructing falsework 1 The Contradtor's Engineer shall determine whether falsework is necessary. Wheii'the Contkctor's .' ...,.',,fl,_p 5 Engineer determine falsework is unnecessary, the Contractor shall submit, a wptten stat9rnent signedy the Contractor's Engineer so stating All falsework drawings, including revisions, shall be prepared by the Contractor's Engineer, shall meet the requirements of Subsection 6011, l shall S b provided by the Contractor to the Engineer for record purposes only. The dawinshlfbe S signed and sealed by the Contractor's Engineer. These drawings shall be stathped"A'pjroved for 5 Constm?tion.and signed by the Contractor prior to providing them to the Engineer.TPdrawings 5 willai,ot be.approved by the Engineer. S,. ..:. .,.. Douglas County Community Planning and Sustainable Development - October 2012 HR TJPPIiaseJ- 2011 Highlands Rqnd, Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP- 76

REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued-

601.12 PLACING CONCRETE

Subsection 601.12(a) is hereby revised to include the following:

(a)Unless otherwise specified, hand finishing methods will be permitted only when performed under the direct supervision of aCraftsman holding the followingcërtificate: ACI Concrete Flatwork Finisher and Technician (ACICFFT) or other Flatwbrk Finisher certification program approved by CDOT. A minimum of one certified Craftsman is fequiréd at each fihishing 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) is hereby revised to include the following:

(d)The Contractor shall not use pipes, chutes, troughs, spouts or tremies that are fabricated of aluminum materials for pumping, conveying or placing concrete.

Subsection 601.12(g) is hereby revised to include the following:

(g)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 ekiting the puthp. At least 0.25 cubic yards of concrete shalt be pumped and discardedthprime the pump. Water shall not be added directly into the concrete pump hopper after placement has commenced. If water is added to the concret pump hopper, all dcincrete 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 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 360 degree loop immediately prior to the delivery end of the pump line. A minimum one inch reducer installed at the entry to the delivery hose. A minimum one inch reducing delivery hose. Douglas County. Community Planning and Sustainable Development'' October.2012 HR Highlands Ranch Parkway and Wildcat Reserve.Parkway,Intersection Improvements .... Doug/as County Project Number C12011-OOS ProjectSpecial Provisions PSP_77

REYLSIONOF SECTIONS 601(AND'701.r4 STRuCtfJRAL?CbNCRETEtAN1iJHYDRAuLIC'CEMENT -Continuid-

(4'-A cable attached to the pUthp booiii creating a minimum 90 degree b'end in the steel braided flexible hose. Thb poirif'ofdischärge fromihe flexible hose at"th&e4iid of the boom shall be at or above the lowest point of the bend. (5) On horizontal pours, a 10-foot minimum horizontal dehsery system placed on the deck (6)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 (i) third paragraph, is hereby revised to include the following:

(j) 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. . 601.17 ACCEPTANCE AND PAY FACTORS Subsection 601.17 is hereby revised to include the following:

The Contractor shall sample 601 pay itemsTàr both QC and QA testing, in acdordaice with CP 61. The Engineer will witness the sampling and take possession of the QA samples at a mutually agreed onlbcatiOh. U, ..,. Delete Subsection 60l.17(a) and replace with the following:

(a)Air Content The first three batches at the beginning of production shall betétëd by QC'àid QA for air content. When air content is belov the specified limit, it Vtia5' be'adjustdd in accordance with Subsection 601.08. Successive batches shall be tested by QC and witnessed ihfcinethftnm+ee cobutivjbteawitliiiici'ieil lifijith'flce fi?iFilfre batches, testing will follow the random minimum tetin hédulë[ Air cdfltthh1l1ri6tbe adjusted after a QA test.

At any time during the placement of the concrete, when a QA test on athtch aeviates the minimum or maximum percent of total air content specified, the foflovingp'rocedure will be a used to anatyze thdëptbi1it)iof.the bhcPéf'd. i.iU . W !',4 -, ''!. ,'ra- ,*.,-4... .,-- >4 (1)Abatchthatdev;ates from the specified air content by more than'-- 1 percent-fr and all Class D, DI, HT and H boncrete placed in bridge aeckwith air cont'nt ex'eeding8 percent will be reject&d Portions of loads Mcorporafed intotuctires prior to determimng test Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 High lands Ran ci: Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number C!2011-005 Project Special Pro visions PSP-78 . REVISION QF SECTIONS 601 AND 701 STRUCTURAL CONCRETE AND HYDRAULIC CEMENT -Continued- results which indicate rejection as the correct course of action shall be subject to . acceptance at reduced price, no payment or removal as determined by the Engineer.

(2)A batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced price, using Table 60 1-3. . BASIS OF PAYMENT

Subsection 601.20 is hereby revised to include the following: Payment will be made under: . Pay Item Pay Unit . Concrete (Class D) (Wall) Cubic Yard . Payment will be full compensation for all work and materials, including form liner (architectural . treatment), necessary to complete the work. . 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 eonsiructed with one of the following hydraulic cements unless permitted otherwise. S. ASTM C 150 Type I I ASTM C 150 Type II ASTMC15OTypeV I ASTM C 595 Type IP consisting of no less than 70 percent Portland Cement I 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 I 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 I ASTM C 1157 Type 145, consisting of no more than 10 percent limestone I I I Douglas'coànty'C'onimunlly Planning and Sustainable =fievelopnwnt October. 2012 HR TIPP/zaseI-2011 Highlands Ranch Parkway and Wildcat Reserve.Parkway intersection Improvements Douglas County Project Number Ci 2011-005 -V Project Special Provisions PSP-79

REVISION OFSECTIONS'601 AND =701. STRUCTURAL CO'N ETEAI4D HYDRAULIC CEMENT -Continued-

Cement shall be from a preapproved source listed on the CDOT's Approved Products List. The cement intended for use on the project shall have been tested and accepted prior to its use.Ceriified Test Reports showing that the cement meets the specification requirements and supporting this statement with actual test results shall be submitted to the Engipeer prior tothe tested material being incorporated into the project. Certified Test Reports shall indicate the percentage of pozzolan and/or limestone incorporated:into the cement. r

-. .. - ---- The cement shall be subjectto-sampling and testing by CDOT. Test results that do not meet the physical and chemical requirements may result in the suspension of the qse of the cement unyl the corrections necessary have been taken to insure that the material meets the specificatibns.

The Contractor shall provide suitable meansjor storing and protecting the cement against dampness. Cement which, for an reason, has become partially set or which contains lumps of caked cement shall not be used. Cement salvaged from discarded or used bags shall not be used.

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:

The loss on ignition shall not exceed 3.0 percent. The CaO in Class F fly ash shall not exceed 18 percent.

- '--]] I. Fly ash shall be from a preapproved source listed on CDOT's Approved Products List. The fly ash intendedfor use On the project shall:havebeen tested and accepted prior to its-use.Cprtifiçd Test Reportsslibwing that the fly ash meets the specification requirements and supporting this statement with actual test results shall be submitted to theEngineer. _-__.i _.;.. __xt Preapproval shall include submission of a report from the supplier documenting the results of testing the fly ash 'from thai sdurce in;accordance with the' Toxicity Characteristic Leaching4Procedure (TCLP) described in 40 CFR 261, Appendix II. The report shall include the results of TCLP testing forhdVy'metals and other-contamihants foônd.in the fly ash:1The-têixirt shalllist;thecontaminants tested and the allowable levels for each contaminant tested. A new report-shall be sumitted for:each preapproved source annually Additional TCLP testing may be required when CDOT suspects that the fly ash source may have been contamihated: -.'' -=r 4 O-

The -fly ath shall be 'subject to sámpling:and testing by. -.CDO'-Test resultsthat.do not meet the physical anddhemicI tequirethents mayLresult- in the suspension.of4the use of. fly ash until the correctibhs hecesary-hai'e beenrfaken tbinsurethatthe,materiaLmeets the specifications. Douglas County Community Planning and Sustainable Development October 2012 HR TIP Phase 1-2011 Highlands Ran ci, Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-80

REVISION OF SECTIONS 601 AND 708 STRUCTURAL CONCRETE AND PAINTS

Sections 601 and 708 of the Standard Specifications are hereby revised for this Project as follows: DESCRIPTION

Subsection 601.01 is hereby revised to include the following:

This work consists of: 1) Class 2 surface finish of concrete elements constructed under this Contract and designated to receive Structural Concrete Stain; 2) providing and applying an opaque Structural Concrete Stain to all concrete surfaces designated in the Contract Plans to receive a Structure Concrete Stain (new and existing concrete); and 3) provide 5-gallons of pre-mixed touch-up paint in. aerosol spray cans, for each color.

The color of the Structüfal Concrete Stain shall be as noted in these specifications and shall be appro*d by the Engineer from test panels provided by the Contractor.

MATERIALS

Subsection 601.03 is hereby revised to the following:

Structural Concrete Stain 708.08

CONSTRUCTION REQUIREMENTS

601.09 FORMS

Subsection 601.09(1) is hereby revised to include the following:

(0 All concrete forms shall be treated with a water based concrete form release agent prior to placing reinforcement for surfaces to which Structural Concrete Stain is to be applied.

601.14 FINISHING HARDENED CONCRETE SURFACES

In Subsection601.14 (ii), deletethe third paragraph and replace with the following:

Structural Condrete Stain shall be the final finish for all concrete surfaces designated on the Plans and in these specifications.

Delete Subsection 601.14(b)4, and replace with the following:

(b) 4. Unles otherwise shown on thePlans, the Structural Concrete Stain shall be applied to all exposed concrete elements of the structureabove the ground line, shall extend 1- foot below the finished ground line and include the front, back and top surfaces. Douglas County Community Planning and SustainableDevélopment -- October 2012 HR TJPPhasel-2011 Highlands Ranch Parkway Wildcat lies etve Parkway Intersection Improvements. Douglas County Project Number CI 2011-005 - Project Special Provisions -- PSP-81

REVISION OF.SECTIONS 601 AND 708 STRUCTURAL CONCRETE AND--PAINTS -Continued-

The color of the Structural Concrete Stainshall have the.written approval of the Engineer prior to final batching and application on the project.. The final. color of the approved Structural Concrete Stain shall be determined as follows:

A. Two (2) foot by two (2) foot samples of the colors required by the Contract shall be submitted to the Engineer for approval. The Stain samples shall be applied to a surface similar in texture to the concrete surface on which the Stain will be applied on the project. The Stain samples shall be applied by-the same methods to be used in the field. . B. At least three weeks prior to begihning of the application of the Structural Concrete Stain, one hundred (100) square foot test panels shalFbe prepared-for the final color approval by the Engineer. The test panels shall be produced on the actual concrete surface on which the final-product will be placed, at a location designated by the Engineer. The Stain shall be applied to the test panels by the same methods to-be used in the final field application. The Engineer shall be allowed one week after application to the test panels for final

review and approval. - -

Existing concrete designated to receive Structural Concrete Stain shall be cleaned by water blasting, at a minimum pressure of 3,000 psi and ata rate of 4 to 14 gallons/minute, to remove dust, dirt and other materials that would inhibit bonding of the coating. If the. surface is contaminated before application of the coating, it shall be re-cleaned as required, prior to . application of the coating. For concrete construction in this Contract, finishing and curing shall be completed in accordance with the specification prior to the application of the Stain. The concrete finish to which the Structural Concrete Stain is to be applied shall be a Class 2 Finish, except as modified below:

S A. Followingcuring of the concrete in accordance with Subsection 601.-13;all projections and bulges shall be removed and the surface sandblasted. Sandblasting shall profile the concrete surface, rethove all form release agents and all other deleterious-materials that would-inhibit the bond of the Structural Concrete Stain. The profile of the sandblasted

- - concrete surface shall be equivalent to-Concrete Surface Profile Three (CSP 3) as defined S in Technical Guideline No. 037-32,- -"Selecting and Specifying Concrete Surface 5 Preparation for Sealers, Coatings, and Polymer Overlays" by the International Concrete Repair Institute. The Cdñtract& shall prbvidea CSP 3 chip for use on the project. A mortar mix, proportioned by volume, consisting of one part Portland Cement, two to SB. three parts sand (conforming to -the-requirements'oLASTM C -144) --and an--approved S bonding agent shall be used to patch all holes produced by form ties, honeycombing, voids 5 '/2inch orlarger in-any dimension, brokencorners and edges and other defects. The mortar mix shalliriclude an approved, bonding agent which is compatible--with..the Structural Concrete Stain. The quantity and application procedure-of the bondingagent shall bein S accordance with the recommendations of the manufacturer of the bonding agent. Areas to 5 be patched shall be moistened with water before the mortar is applied, and the patched S S Douglas County Community Plan 'sing and Sustainable Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-82

REVISION OF SECTIONS 601 AND 708 STRUCTURAL CONCRETE AND PAINTS -Continued- area shall be float finished and left flush with the concrete surface without checking or . cracking of patches. Patching shall be done when the ambient temperature is at least 3/4 . 40°F.Holes deeper than inch shall be filled in layers that do not exceed ¼ inch in thickness. . C. Within24hours prior to applying Structural Concrete Stain, the concrete surface to be I coated shall be cleaned by water blasting, at a minimum pressure of3,000psi and at a rate . of 4to14gallons/minute, to remove dust, dirt and other materials that would inhibit bonding of the coating. If the surface is contaminated before application of the coating, it shall be re-cleaned as required priorto application of the coating.

New concrete shall be at-least28days old or as approved in writing by the coating manufacturer before the Stain is applied.

Two coats of Stain shall be applied. Each coat shall be applied at a rate of200to250 square feet per gallon. (Approximately 3 mils dry film thickness.) The second coat shall not be applied until at least12hours after the application of the first coat. The color of the stain shall match the new and existing dry stack wall color. A dark color shall be used to distinguish the "reveal" lines (vertical and horizontal) in. the cast-in-place concrete surfaces.

If the surface is contaminated between coats, it shall be re-cleaned as stated above, prior to application of the next coat.

The Stain shall be mixed mechanically and applied by spraying. Workmanship shall be such that the final stained surface is colored uthformly and presents a pleasing appearance. Any areas determined by the Engineer to be insufficiently stained shall be re-stained.

The Stain shall be applied only when the ambient temperature is between50°Fand90°F, and is anticipated to remain above 40F for a minimum of24hours Stain shall not be applied in windy or wet conditions or when rain or snow is expected within.4hours. The surface to be stained shall be dry and free of frost.

METHOD OF MEASUREMENT

Subsection 601.19 is hereby revised to include the following:

Structural Concrete Stain will not be re-measured, but shall be the quantity shown on the Plans; except that measurements will be made when field changes are ordered, or for an error of plus or

minus five percent of the plan quantity. -. Douglas County Community Planning and Sustainable Development October 2012

Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-83

REVISION OF SECTIONS6O1 AND 708 STRUCTURAL CONCRETE AND PAINTS -Continued-

BASIS OF PAYMENT

Subsection 601.20 is hereby revised to include the following:

The accepted quantities of Structural Concrete Stain will be paid for at the contract unit price per unit of measurement for the Pay Items listed below:

Payment will be made under:

Pay Item Pay Unit

Structural Concrete Stain SY

Payment shall be full compensation for all work necessary to complete the item and shall include, but not be limited to:

Water-based form release agent. Sample preparation and test panels. (c) High pressure water blasting, including detergents. Abrasive blasting. Structural Concrete Stain and application. (0Test Panels. (g) Structural Concrete Stain for Test Panels. : PAINTS 708.08 STRUCTURAL CONCRETE COATING

Subsection 708.08 is hereby revised to include the following:

Structural Concrete Stain: The Stain shall be water-based acrylic micromulsionsiloxane solution containing not less than 15 percent solids by volume and not more than 210 gIL VOC, or equal with Engineer's written approval.

All stain must be delivered to the project site in sealed containers bearing the manufacturer's original S labels. S A material safety data sheet (MSDS) prepared in accordance with Federal Standard 313 and a complete set of manufacturer's mixing and application instructions shall be submitted to the Engineer before the Contractor begins applying the Stain.

S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 . Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-84 REVISION OF SECTION 605 0 SUBSURFACE DRAINS 0 0 Section 605 of the Standard Specifications is hereby revised for this project as follows: 0 MATERIALS 0 Subsection 605.02 is hereby revised to include the following: . 0 Subsurface Drain Outlet shall be per the contract drawings. 0. METHOD OF MEASUREMENT 0 0 Subsection 605.07 is hereby revised to include the following: . Subsurface Drain Outlet will be measured by the linear foot. 0 BASIS OF PAYMENT . 0 Subsection 605.08 is hereby revised to include the following: 0 0 Payment will be made under: . Pay Item Pay Unit .I Subsurface Drain Outlet Linear Foot I Payment for Subsurface Drain Outlet shall be full compensation for all work and materials to . complete the item including drainage core, securing devices, adhesives, sewn seams, 3" drain . pipe, cleanouts, excavation, and backfill. I. I I I I I I I a a a a a a S S Louglás County Community Planning and Sustainable Development October2012 HRTIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 5 Project Spebial Provisions PSP-85 REVISIONOF SECTION 608 SIDEWALKS AND BIKEWAYS S Section 608 of the Standard Specifications is hereby revised for this Project asfollows: . DESCRIPTION Subsection 608.01 is hereby revised to include.the following:

This work consists of the installation of detectable warnings on concrete curb ramps at.the locations shown in the Plans and in accordance with the details on the plans.

MATERIALS

S Subsection 608.02 is hereby revised to include the following: S . Detectable warnings on curb ramps shall be Armor-Tile Tactile Systems, brick red in color or approved equal. Alternate materials may be used, if pre-approved by the Engineer. The Contractor shall submit a sample of the product, the name of the selected supplier, and documentation that the product meets all 5 contrast requirements, will be fully compatible with the curb ramp surface and meet ADA requirements to the Engineer for approval prior to the start of work.

CONSTRUCTION REQUIREMENTS S Subsection 608.03 is hereby revised to include the following:

Detectable warnings on curb ramps shall be installed in strict accordance with the manufacturer's .S recommendations. METHOD OF MEASUREMENT

Subsection 608.05 is hereby revised to include the following: S Detectable warnings on curb ramps, including all work and materials necessary for fabrication, transport and installation will not be measured and paid for separately, but shall be included in the work.

S BASIS OF PAYMENT S Subsection 608.06 is hereby revised to include the following:

S Payment will be made under: S Pay Item Pay Unit

S Concrete Sidewalk (6 Inch) Square Yard 5 Concrete Sidewalk (6 Inch) (Colored) (Patterned) Square Yard Concrete Curb Ramp Square Yard S S Douglas County Cominunily Planning and Sustainable Development October 2012 . HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway hit ersection Improvements Douglas County Project Nunther CI 2011-005 . Project Special Provisions PSP-S 6 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 is hereby revised to include the following: No separate measurement and payment will be made for dowel bars or epoxy grout. . Payment will be made under: . Pay Item Pay Unit

Curb and Gutter Type 2 (Section lI-B) (8-Inch Pan) Linear Foot Douglas CoüntyJ Community Planning and Sustainable Development..; October 2012

Highlands Ranch Parkway and Wildcat.Reserve.Parkway. Jntersectionçlmprovements. Douglas County Project Number CI 2011-005 Project Speiiial Provisions PSP-8 7 . REVISION-OF SECTIONS 614AND630. TRAFFIC CONTROL;DE VICES .AND; CONSTRUCTION ZONE TRAFFIC:CONJ.ROL

Sections 614 and 630 of the Standard Specifications are hereby revised for this Project as follows: . MATERIALS 614.04 . SIGN PANELS - ..., ..

In Subsection 614.04, first paragraph, delete the second sentence and .repiacé with the folloipg: .,.[.;.s' , ,,. rt&L I --, Retroreflective. sheeting shall be Type III as defined in.the CDOTRetrorefiectivà'SheddngMateYials :713.04 and,713.O .r .-e In Subsectiow6l4 04 delete th&second paragraph and réplaëe wztht1he folMwmg y

Retrdreflective sheeting forll signs requiring a yellow background shall be Type F!uorescent. ,-

. In Subsection 630.02, is hereby revised as follows: 1i1-' 'f..t Retroreflective sign sheeting types shall be as defined in the CDOT Retro?eflçctive Sheeting Materials Guide.

- - : .. *.'I Retroreflective sliêètiiig?hall be one of the1types pedified.fcir. thiparticülar. aj3liatiOn ,ffi Table1 r '--- .t4('d 2L 63O-t

-, . , 1.,l re RetrorfléctiVe shdetifii for all sig'ns'requiring an ofárig&f yel1ow backgroühd- hâlibéW - . -. S Fluorescent. ' . - ':_.___.. -- ' . S S S S S S S S S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIP Phase 1-2011 Highlands Rant!, Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Nunther CI 2011-005 Project Spec/ui Provisions PSP-88

REVISION OF SECTIONS 614 AND 630 TRAFFIC CONTROL DEVICES AND CONSTRUCTION ZONE TRAFFIC CONTROL I -Continued- I. Table 630-1 . RETROREFLECTIVE SHEETING TYPES I Sheeting Type III Type Fluorescent' . Application Work Zone Work Zone I pq c I BarricadesTemsor. X I e, ? vr, i t4t: ' I Flaggers Sto i/Slow Paddle X X I 13gz& 4 c4'IjnS.'3c . Non-orange Fixed Support signs with prefix x I wfltfli!flit ft I STOP sign (Ri-i) I YIELD sign (R1-2) . WRONG WAY sign (R5-la) X I DO NOT ENTER sign (R5-i) EXIT sign (E5-la) I M . pff jetne'r *.:j '% W1ItKi t5 I AlliMiWYiS other fixed support signs3 ØpscsflX t aX I IFluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List. 2 Drum Sheeting shall be manufactured for flexible devices. I 3 Fixed support signs are defined as all signs that must remain in use outside of working I hours They shall be mounted in accordance with Standard Plan S-630-1. I S SI I I I I I I I I I Douglas County Community Planning and Sustainable Development October 2012 . HR TIP PJ,asel-2011 Highlands Ran cli Parkway and WildcatReserveParkway Intersection Improvements - Douglas County Project Number CI 2011-005 Project Special Provisions PSP-89

REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES

Section 614 of the Standard Specifications is hereby revised for this Project as follows:

MATERIALS

614.02 SIGN POSTS AND SIGN STRUCTURES

Subsection 614.02 is hereby revised to include the following: S All ground mounted signs shall be mounted on standard 12 gauges; two inch by two inch (2"x2") galvanized steel tub posts, all four sides punched with 3/8" holes at one inch (1") centers: Posts must be of appropriate length to pass the MUTCD specifications for the location and must meet the Federal breakaway standards. Anchor posts are to be two and one-fourth inch by two and one-fourth inch by three feet (2¼" x 2¼" x 3') tubing with all four sides punched with 3/8" holes at one-inch (1") cefttets, driven down to 4" above ground. Longer anchor posts may be required by the Engineer because of soil composition and compaction. .5 614.04 SIGN PANELS In Subsection 614.04, delete the first paragraph and replace with the following:

Sign panel materials shall conform to Section 713 and to the details shown on the Plans. S Retroreflective sheeting shall conform to Subsection 713.04 and shall be one of the types specified for the particular application in Table 614-2:

Table 614-2 Sheeting Background Legend Application Permanent Permanent Class I Signs Type III Type III Class II Signs Type III * Class III Signs Type III * *Stithsonite 6210 or 3M Diamond Grade VI .S Sign panel processed by silk screening, inaddition to the retroreflective sheeting, may require the lockbolt fastener heads to be partially or entirely painted to match the message color thby are located on. S S S . S S Douglas County Community Planning and Sustainable Development October 2012 fiR TIPPhase 1- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-90

REVISION OF SECTION614 TRAFFIC CONTROL DEVICES . -Contiuued - . Subsection614.04is hereby revised to include the following: . . Douglas County will provide two special signs with 6" x 6' breakaway wood posts that will be assembled and installed as per plan and removed by the Contractor. These signs indicate "Douglas . County Tax Dollars at Work" on this project. These signs shall be picked up at the Douglas County S Traffic Division at 3800 N. Industrial Way, Castle Rock, CO 80109 by the Contractor and returned . to the Traffic Division at the end of the project. The installation and completion and removal of . these two special signs will not be paid for separately, but will be included as part of the Traffic S Control item of work. . Additionally, the Contractor shall provide two signs (one at each end of the project) and be required to provide public information and indicate the Contractor's name, telephone number, and start and completion dates. These signs will be a minimum of 4' x 4' on separate posts, as required. The purchase, installation, and removal of these signs will not be paid for separately, but will be included as part of the traffic control item of work.

All necessary signing required for this project (not including Construction Traffic Control) have been identified on the Plans. Signing shall be installed according to the Douglas County Sign Installation Standards and shall conform to the Manual on Uniform Traffic Control Devices (MUTCD).

In the event of a conflict between the County's specifications and the Colorado Department of Transportation's specifications regarding contracting procedures, CDOT's specifications shall govern.Section 105, Subsection 105 12 shall apply to any and all warranties or guarantees addressed in the County's rules and specifications.In the event that an item or detail is not addressed in the County's specifications, CDOT' s specifications shall govern. Any cost(s) incurred to meet the above requirements will not be paid separately, but shall be included in th work.

614.07 BARRICADES

In Subsection614.07,first paragraph, delete the second sentence and replace with the following:

Retroreflective sheeting shall conform to Subsection 713.04 and shall be one of the types specified in Table 614-3. Table614-3 Sheeting Type II Type III Type IV Application Permanent Permanent Permanent Barricades X X X DouglaECbunzy CommunityPlanningand Sustainable Development October 2012 . HR TJPPJ,usel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway 'Intersection Improvements Douglas County Project Number CI 2011-005 Proje'ct Sjièëial Provisions PSP-91

REVISION OFSECTION614 TRAFFIC CONTROL-DEVICES - Continued -

BASIS OF PAYMENT

- :j- Subsection 614.14 is hereby revised to include the following: a )- V Anchor posts will not be paid for separately, but shall be included in the cost of sign posts.

- -: Pay Item Pay Unit '4, C -4,t.22h ':j Sign Paiiel (Class I) Square-Foof . Steel Sign Post (2x2 Inch Tubing) Linear Poet . . I.

h

S S S Douglas C'OW?& Community Planning and Sustainable Development October 2012 HR TJPPhase!-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-92

REVISION OF SECTION 625 CONSTRUCTION SURVEYING

Section 625 of the Standard Specifications is hereby revised for this Project as follows:

CONSTRUCTION REQUIREMENTS

625.04 CONTRACTOR SURVEYING

Subsection 625.04 is hereby revised to include the following:

All surveying staking required for this project shall be provided by the Contractor. Any additional survey information required by the Contractor shall be requested in writing ai least five (5) working days prior to when it isneedecL There shall be no additional compensation beyond the lump sum for Construction Surveying to the Contractor for time lost due to requesting additional information.

All survey staking destroyed by the Contractor will be replaced at the Contractor's expense. The Contractor, at the Contractor's expense, shall replace all survey staking destroyed by vandalism or destroyed by any other reason. All existing survey monuments and property corners located outside of the project limits as defined on the Plans by the right-of-way, permanent easements and temporary easements that are damaged or destroyed by the Contractor shall be replaced at the Contractor's expense.

As a minimum, the Contractor for this project shall provide the following staking.

Control: Location of horizontal and 'vertical control points shall be provided at approximately 1,000- foot intervals at a maximum. Monuments shall be set outside the limits of construction.

Removals: Provide limits of all removals as required.

Excavation and Embankment: One set of slope stakes at 50-foot intervals (stations) on each side of the road Slope stakes and/or temporary fenOe stake will be used to define the limits of disturbance within the temporary construction easements.

Provide Moisture Conditioned and Recompacted Subgrade Area: Provide correction stakes at the top of the moisture conditioned and recompacted subgrade area. Provide blue tops at completed subgrade toconfirm the correct roadway grade Douglas County Community Planning and Sustainable Development October 2012 a HR TIPPhase!-JOIl W Highlands Ranch Park way andWildcat Reserve Parkway Intersection Improvements

Douglas County Project Number Cl 2011-005 - Project Special Provisions PSP-93.

REVISION;OF SECTION 625 CONSTRUCTION:SURVEYING -Continued-

Storm Drainage: One set of offset stakes for the construction of storm drains, crossings, and culverts including driveway pans. "As Built" information is required on all manholes, inlets, and end sections including station, offset, and-flowline, and rim elevations'.

Bluetop Paving Stakes: S Provide blue top paving stakes on 25-foot stations for pavement subgrade after completion S of the subgrade preparation. Blue tops shall be set on centerline and the edge, of pavement 5 on both sides of the roadway. These blue tops will remain in place to be used for the paving 5 operation. Fences and Guardrail: Provide one set of stakes at 100-foot stations and angle points for the construction of fence 5 locations (including gates). Contractor is responsible for fine-tuning the location offence so 5 that it is compatible with installing gates. Provide offset stakes for all guardrail including radii and curve PC/PT points as required.

S Right-of-Way Monuments and Section Corners: 5 If necessary, perform survey work necessary to monument the roadway right-of-way and section corners as identified in the Plans, or as directed by the Engineer.Restoring monuments, section corners, property pins and new right-of-way monuments, etc., shall be measured and paid as Force Account, under Bid Item 700, (F/A 01), Minor Contract .S Revisions Curb and Gutter: 5 Provide offset stakes for all curb and gutter including all radii and curve PC/PT points as required. S S Signs and Striping: Provide stakes for the layout of signs and striping. As-built road centerline and culverts.

S Delineators: 5 Provide one offset stake for locating delineators. S . Doug/as County Community Planning and Sustainable Development October 2012 . HR TiPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway hitersection Improvements Doug/as County Project Number CI 2011-005 Project Special Pro visions PSP_94 REVISION OF SECTION 625 . CONSTRUCTION SURVEYING -Continued- . BASIS OF PAYMENT . Subsection 625.13 is hereby revised to include the following:

Payment will be made under: S Pay Item Pay Unit

Construction Surveying Lump Sum Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhasel-2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-95

REVISION OF SECTION 626 MOBILIZATION

Section 626 of the Standard Specifications is hereby revised for this Project as follows:

DESCRIPTION

Subsection 626.01 is hereby revised to include the following:

Multiple mobilizations may be required for several items including, but not limited to, excavation, backfill, grading; topsoil, and seeding, mulching, concrete, paving and erosion control. Mobilization is to be paid as one lump sum item for the entire project. The Contractor shall notbe paid separately for individual mobilizations required during the project, but shall include all mobilizations required for the project in this one item. Detailed information regarding mobilization for erosion control is specified in Revision of Sections 208 and 626.

S S S S S Douglas County Community Planning and Sustainable Development October 2012 HR TIPPhase!- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Provisions PSP-96

REVISION OF SECTION 627 PAVEMENT MARKING S Section 627 of the Standard Specifications is hereby revised for this Project as follows: S S DESCRIPTION S S Subsection 627.01 is hereby revised to include the following: S This project includes furnishing and applying pavement marking and furnishing, installing and S removing temporary pavement marking. Pavement markings shall be done in accordance with the S contract plans. Any cost(s) incurred to meet the above requirements will not be paid for separately, S but shall be included in the work, S CONSTRUCTION REQUIREMENTS S S Delete Subsection 627.03(b) and replace with the following: S (b) Roadways Closed to Traffic During Construction. Full-compliance final markings shall S be in place prior to opening the roadway to traffic. S S METHOD OF MEASUREMENT S Subsection 627.12 is hereby revised to include the following: . S Temporary pavement markings shall not be measured and paid for separately, but shall be included S in the work. S BASIS OF PAYMENT S S Subsection 627.13 is hereby revised to inejude the following: S Payment will be made under: S Pay Item Pay Unit S S Pavement Marking (Low VOC Paint) Gallon S Methyl Methacrylate Pavement Marking (Word-Symbol) Square Foot Methyl Methacrylate Pavement Marking (Xwalk-Stop Line) Square Foot S S a a a a a a a Douglas County Community Planning and Sustainable Development October 2012 HR TIP Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection linproycinents Douglas County Project Number C12011-005 Project Special Provisions PSP-97

REVISION OF SECTION 430 CON$TRUCTION ZONE TRAFFIC CONTROL

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

MATERIALS

630.02 SIGNS AND BARRICADES . Subsection 630.02 is hereby 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 & S Standards. The Contractor installing signing is responsible for scheduling and providing utility locates, and identif'ing conflicts, and protectingall existing utilities. A seven-foot minimum height shall be maintained from the bottom of the sign panel to the top of finished grade. Sign posts shall be in conformance with Subsection 614.02 of the Project Special Provisions.

630.08 GENERAL

Subsection 630.08 is hereby revised to include the following:

Traffic Control devices that are damaged, weathered, worn, or otherwise determined to be unacceptable by the Engineer, shall be replaced at the Contractor's expense. Traffic Control devices I shall be kept clean throughout all phases of construction. Cleaning shall be done 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 it is first used on the project.

CONSTRUCTION REQUIREMENTS

630.09 TRAFFIC CONTROL PLAN ,. St /_'. Cs. Subsection 630.09; delete the first paragraph and replace with the following:

The Contractor shall control traffic in accordance with.anapproved Traffic Control:Plan (TCP) S and/or Methodof Handling Traffic(MHT). The Contrà9tor is responsible for preparing theTCP 'for 5 the- project and. submitting it do the County jirior to the preconstruction meeting. for,reyiew and. approval.' 'The TOPt shall be prepared'in accordance with dheM1JTCD, Subsection 104.04, and Section 630 of the Standard Specifications and Special Provisions and Standard Plans S-630-1,

S S S . Douglas County Community Planning and Sustainable Development October 2012 . HR TIPPhase 1- 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements . Douglas County Project Nunther CI 2011-005 Project Special Provisions . PSP-98 REVISION OF SECTION 630 . CONSTRUCTION ZONE TRAFFIC CONTROL -Continued- . 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 ta change the MHT, it shall be considered a different phase requiring a new MHT submitted and approved by the Engineer. . 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.

Access for fire protection and other emergency vehicles and school buses shall be provided throughout the construction schedule at all times, 24 hours per day with no delays allowed.

When construction activities may impact the traveling public, during daytime traffic control . operations, (8:30 a.m. and 3:30 p.m.), the maximum time allowed for delays is three (3) minutes in either direction (except as previously discussed concerning buses, fire protection and emergency vehicles). The Contractor shall provide flaggers and the Traffic Control Supervisor 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 I provide adequate traffic control and/or flagging at each location in order to accommodate access to I residences, local businesses, emergency vehicles and school buses. When changing elevations at . cross streets and driveways, the Contractor shall not change elevations exceeding 4 inches vertically at any one time. . The Contractor is responsible for notifying the applicable agencies including dispatch, fire I protection districts, school districts, and Sheriff's department of all construction activities and . keeping them informed daily throughout the project duration as specified in the Project Special ProvisionPublic Involvement by Contractor. . At the Preconstruction Conference, the Contractor shall designate the Traffic Control Supervisor I (TCS) responsible for traffic control management for the project. The TCS and TCS backups are. S required to have working mobile phones at all times. The Contractor's TCS shall be present during S all work activities that are required. The Contractor TCS and a backup TCS shall be identified at the preconstruction meeting, and mobile and home phone numbers shall be provided.The I Contractor is to supply copies of TCS and Flagger Certification to veri' they are currently certified. I These certifications will be supplied to Douglas County Engineering prior to the Preconstruction I meeting or prior to Award if requested by the County. The Contractor shall inform the Engineer of I any changes or substitutions in the designated TCS and TCS backups prior to making any changes. I The latest edition of the Manual on Uniform Traffic Control Devices shall be followed for all work I zone construction, final signage and striping. I I I . Douglas County Community Planning and Sustainable Development October 2012 !IRTIPPhasel-2011 . Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 -. Project Special Provisions PSP-99

REVISION OFSECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL . -Continued- METHOD OF-MEASUREMENT . hr Subsection 630.14 is hereby revised to include the following:

No separate measurement and payment wilt be made for, but not limited to, the following: construction traffic signs and posts, access roads, radios; mobile phones, telephones, Traffic Control S Supervisor, Uniformed Traffic Control, variable message signs, shoring; temporary concrete barrier, . temporary pavement markings, removal of temporary pavement markings, v.ertical panels, batteries for flashers, drums, cones, dehneators, bamcades, 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.

Construction traffic control (including all costs associated with providing detours) will not be individually measured, but shall be paid for at the lump sum bid price and shall be full ' compensation for fulfilling the obligation and responsibility of the Contractor to provide traffic control during this project.

All traffic control signage shall be mounted on its own post per CDOT M &'S Standards. All cost for this work and material shall be included in the Traffic Control lump sum item. 5 Douglas County reserves the right to add additional requirements if conditions warrant. It is anticipated that two (2) variable message signs will be required for this, project.

BASIS OF PAYMENT S 5 Subsection 630.15 is hereby revised to include the following: Payment will be made under: S 5 Pay Item Pay Unit

Construction Zone Traffic Control Lump Sum

S S S p p p p p p . Douglas County Community Planning and Sustainable Development October 2012 HR TIPFJzaseI-2011 . Highlands Ranch Parlo#'ay and Wildcat Reserve Parkway Intersection Improvements Douglas County Project Number CI 2011-005 Project Special Pro visions Eft psr-ioo I.. . 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 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 thust 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. . Item No. Force Account Item Ouantitv Est. Amount S F/A01 Minor Contract Revisions E/A $ 40,000 S F/A 02 F/A Landscaping Restoration F/A $ 10,000 F/A 03 F/A Erosion Control F/A $ 5,000 "p.o Force Account Descriptions: I F/A 01 Minor Contract Revisions - This work consists of minor work authorized and I approved by the Engineer, which is not included in the Contract drawings or I specifications, and iS necessary to acoomplish the scope of work of this Contract. I F/A 02 F/A Landscaping Restoration This work consists of completing additional S landscaping as directed by the Engineer, including sod, reset irrigation systems, MSE I block wall around Century Link cabinet and other additional restoration items. I F/A 03 F/A Erosion Control - This work consists of completing additional erosion control as . directed by the Engineer. I I I I I I I I I I I I I DOUGLAS PROJECT CLEARING GRUBBING REMOVAL CONCRETESIDEWALKTREE PAVEMEN1' GIJI'I'ER PAVEMENT MARICINGEXCAVATION (COMPLETE IN PLACE)

ISO $2300$22.00 $1,000.00 $ MINORCONTRACTREVTSIONS(LANDSCAFINGRESTORATION) $25,000.00 10,000.0040,000.0022,500005,000.00 -I DOUGLAS PROJECT REMOVALCLEARING TREESIDEWALK GRUBBING GUTTER OFCONCRETE PAVEMENT PAVEMENT MARKINGEXCAVATION (COMPLETE IN PLACE)

CV $23.00$22.00 $25,000.00$6,000.00$1,000.00 $25,000.00 MTNORCONTRACTREVISIONS(LANDSCAPINGRESTORATION) 40,000.0022,500.000,000.005,000 DOUGLAS PROJECT CLEAFJNG GRUBBING REMOVAL CONCRETESIDEWALK PAVEMENT GUTTER PAVEMENT MARKINGEXCAVATION (COMPLETE IN PLACE) STRUCTUREEXCAVATZON REDISTRIBUTE) 2,114 iso 5?SY $50.00 $225.00 $22.00$85.00 $1,000.00 $25,000.00$1,694.00$100000$6,000.00 $ 2694 $25,000.00 40,008.0022.500005,000.000,000.00 DOUGLAS PROJECT REMOVALCLEARING OFTREE GRUBBING CONCRETESIDEWALK PAVEMENT GUYI'ER INCLASSIFIEDEXCAVATION(COMPLETEINPLACE) PAVEMENT MARKING (COMPLETE PLACE) FILTERMATER1AL(CLASS BACKFILL(CLASS REDISTRIBI,TTE) AGGREOATEBASECOURSE(CLASS6) 2.814 850 SY 550.00 CONCRETESIDEWALK(6INCFO(COLORED)(PATTERNED) $225.00 $22.00$85.00 523.00 $1,090.00 525,000.00$1,000.00$600000 $25,090.00$4,050.00$1,694.00 22500.00 MINORCONTRACTREV!S!ONS(LANDSCAPINGRESTORATION) 40,00000 5,000.000,000.00 DOUGLAS PROJECT CLEARING GRUBBING REMOVAL OFCIJRB SIDEWALKTREE GUTrER OVEREXCAVATION(COMPLETEINPLACE) CONCRETEEXCAVATION PAVEMENT (COMPLETE IN MARKING CONCRETEWASHOUTAREA REDISTRIBI,TTE) CvSI $50.00 $725.06 $85.00$22.00 $23.00 $1,003.00 $25,000.00$1,000.00$6,000.00 METHYLMETHACRYLATEPAVEMENTMARKII4G(WORD.SYMBOL) $2590090$4,050.90$1,694.00 22,500.00 MINORCONTRACTREVISIONSIJ,ANDSCAPINGRESTORATION) 10,900.0040,000.005,000.00 DOUGLAS PROJECT REMOVALOFTREECLEARING SIDEWALK GRUBBING itR OVEREXCAVATION(COMPLETEINPLACE)UNCLASSIFIEDEXCAVATION(COMPLETEINPLACE) PAVEMENTCONCRETE PAVEMENTMARKING

CV $22.00 00 $25,000.00 22,500.00 40.000,005,000.000,000.00 DOUGLAS REMOVAL AND SIDEWALKTREE GRUBBING UNCLASSIFIEDEXCAVATION(COMPLETEINPLACE)REMOVALOF PAVEMENTCONCRETE MARKINGPAVEMENT GUTTER

CV $22.00 $2300 $1,000.00 $1,000.00 $ $25,000.00 22.500,00' MINORCONTRACTREVISIONS(LANDSCAI'INGRESTOL4TION) 40,000,105.000,000,000.00 HRDOUGLAS COUNTY PROJECT CLEARING GRUBBING REMOVAL CONCRETESIDEWALKTREE PAVEMENT GUTTER PAVEMENT MARKINGEXCAVATION (COMPLETE IN PLACE)

ISO

$22.00 $23.00 $3,000.00 $25,000.00$3,000.00$6,000.00 METHYLMETHACRTEATEPAVEMENTMARKINGQSWALK-STOP)METHYLMETHACRVEATEPAVEMENTMARKING(WORD-SYMBOL) 325,00000$4,050.00$1,694.00 22,500,00 MINORCONTRACTREVISIONS(LANDSCAPINGRESTORATIOI,O 10,000.1040,000.005,000.00 ,4Rb° CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 11/07/2012 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER CONTACT Willis of Colorado, Inc. PHONE FAX do 26 Century Blvd. IAICNOFXT)' 877-945-7378 (NrNO)' 888-467-2378 P.O. Box 305191 [email protected] Nashville. TN 37230-5191 INSURER(SIAFFORDINGCOVERAC.E NAIC# INSURERk Bituminous Casualty Corporation 20095-001 INSURED Goodland Construction, Inc. INSURER B: 760 Nile Street INSURERC: Golden. CO 80401 INSURERD:

INSURER E: INSURERF: I CO yE RAGES CERTIFICATE NUMBER: 16841191 REVISION NUMBER:see Remarks THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 0D'L SUBF5 POLICY EFF POLICY EXP LIMITS ITS TYPEOFINSURANCE SR11 WVI) POLICYNUMBER IMMIDO!Y'YYY) (5MIOONYYY A GENERALLIABILITY y CLP3572642 7/1/2012 7/1/2013 EACHOCCURRENCE $ 1,000,000 K COMMERCIALGENERALLIABILITY Ence) $ 300 000 OCCUR (Any one person) CLAIMS-MADEI x 1 MED EXP 5' 5, 000 PERSONAL&ADVINJURY $ 1.000,000 GtNERALAGGRE0ATE $ 2,000,000 GEN'LAGGREGATELIMITAppLIESPtR: PRODUCTS'COMP/OPAGG $ 2.000,000 POUCY K ç9 P1LOC $ AUTOMOBILELIABIUTY COMBINEVSINGLtUMIT A CAP3572643 7/1/2012 7/1/2013 $ 1,000,000 K ANYAUTO BODILYINJURY(Perperson) $ ggULED 2g/NEo 8ODILYINJURY(Pereccdent) $ 3WNED K HIRED AUTOS x $

$ A I UMBRELLALIAB X OCCUR CUP2800430 7/1/2012 7/1/2013 EACHOCCURRENGE $ 5 000 000 EXCESS flAB CI,AIMS-MAOE hGGREGA'TE S 5, 000, 000 DED I RETENTION$ 10,000 $ WORKERS COMPENSATION I TORY ANDEMPLOYERS'LIABILITY YIN ANY PROPRIETCR/PARTNER/EXECUTIVE N/A EL. EACH ACCIDENT $ OFFICERJMEMBER EXCLUDED? lMsndsto,YIONHI EL. DISEASE-EAEMPLOYtE $ Eyes. dnscdbe under DESCRIPTION OF OPERATIONS below EL. DISEASE. POLICY LIMIT

DESCRIPTION OF OPERATIONS/LOCA'TlONS (VEHICLES IAttachA ord IOI,Addinonsl Romance Schedule, it more space is required) THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 11/5/2012 WITH ID: 18831361

Project: HR Tip Phase I 2011 This Certificate of Insurance represents Coverage Currently in effect and may or may not be in compliance with any written contract. AU r.overaae temp. conditionfi and exclusionp of the policy anplv. CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Board of County Commissioners AUTHORIZED REPRESENTATIVE of the County of Douglas 100 Third Street. Canal Rock, CO 80104 Coil :3914556 Tpl:1474540 Cert:18841191 ©19882010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HRHS2 150 LOC# ACORO ADDITIONAL REMARKS SCHEDULE Page..2_of 2_ AGENCY NAMED INSURED Goodland Construction, Inc. Willis of Colorado, Inc. 760 Nile Street POLICYNUMBER Golden, CO 80401 See First Page

CARRIER NAIC CODE

Bituminous Casualty Corporation 20095-001 EFFEC1IVEDATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM ISA SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE

Highlands Ranch Parkway and WIldcat Reserve Parkway Intersection Improvements Douglas County Project *CI 2011-005 The following is an Additional Insured as respects General Liability only if required by written contract and coverage applies as respects ongoing and completed operations performed by the Insured for the Additional Insured: Douglas County.

ACORD 101 (2008/01) Coll :3914556 Tpl :1474540 Cert :18841191 ©2008ACORD CORPORATION.AII rights reserved. The ACORD name and logo are registered marks of ACORD ACORD, CERTIFICATE OF LIABILITY INSURANCE PRODUCER 1-303-793-3388 THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION Associatea Insurance Group ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8400 B. Prentice Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 Greenwood Village, CO 80111 Fred Bailey INSURERS AFFORDING COVERAGE NAIC U INSURED PINNACOL ASSUR Goodland Construction, Inc INSURERA: 41190 INSURER B: 760 Nile Street LNSURERC:

Golden, CO 80401 INSURERD: -- INSURERE: COVE RAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADO'L POLICY EFFECTIVE POLICY EXPIRATION ITR NSRI) TYPFIWINSIIRANr,E POLICYNUMBER OATFIMMIPTW'fl DATFIMMJDPJYYI LIMITS

GENERAL LIABILITY . EACH OCCURRENCE $ OA MAC E TO REN TED COMMERCIAL GENERAL LIABILITY PREMISES lEa occurence) $

CLAIMS MADE OCCUR . MED EXP (Anyone person) $ PERSONAL&ADVINJURY $

GENERALAGGREGATE $

GEN'LAGGREGATE LIMITAPPLIES PER: PRODUCTS- COMP/OPAGG $ POLICY PH 8f PH LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Eaaccrdenl)

ALLOWNEDAUTOS BODILYINJURY $ SCHEDULED AUTOS (Per person)

HIREDAUTOS BODILYINJURY $ NON-OWNEOAUTOS (Peracodent)

PROPERTY DAMAGE IPer accident) $

GARAGELIABILITY AUTOONLY-EAACCIDENT $

ANYAUTO OTHERTHAN EAACC $ AUTO ONLY: AGG $

EXCESS/UMBRELLALIABILITY EACHOCCURRENCE $

OCCUR CLAIMS MADE AGGREGATE $

DEDUCTIBLE $

RETENTION $ $ / WC STATU- 0TH- A WORKERSCOMPENSATIONANO 3227819 07/01/12 07, , TORYIIMITS ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1, 000, 000 ANY PROPRIETDPARTNEEXECUTIVE OFFICERI}AEMBER EXCLUDED? I E.L. DISEASE - EA EMPLOYEE $1,000,000

SECIAL PROVISIONS below EL. DISEASE POLICY LIMIT $1,000,000 OTHER

DESCRIPTION OFOPERATIONS(LOCATIONS/VEHICLES) EXCLUSIONSADDEDBYENDORSEMENT) SPECIAL PROVISIONS Project: BR TIP 7 Phase I ? 2011 Highlands Ranch Parkway and Wildcat Reserve Parkway Intersection Improvements Project No: Cl2011-005

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEO BEFORE THE EXPIRATION Douglas County Government DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN Conmlunity Planning and Sustainable Development NOTICE TO THE CERTIFICATE HOLDER NAMED TO ThE LEFT. BUT FAILURE TO DO SO SHALL Engineering Division IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 100 Third Street *220 REPRESENTATIVES. Castle Rock, CO 80104 AUTHORIZEDREPRESENTATIVE USA IL.)

ACORD 25(2001108) Sjones ©ACORD CORPORATION 1988 30115248 IMPORTANT

If the certificate holder is an ADDITIONAL INSURED, the poFcy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

DISCLAIMER

The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.

ACORD 25 (2001/OB) Please note that we have not dated the bonds or the Powers of Attorney. The copy of the contract we received was not dated, and as the bonds guarantee the contract they should not be dated prior to the contract date. We would not want this technicality to impede upon your rights to claim under the bond, should such a circumstance arise.

Please accept this letter as authorization to date the enclosed Bonds and Powers of Attorney concurrently with the contract date. If you should have any questions regarding this letter, please feel free to contact our office. Thank you