Project No. 232712 August 14, 2012

EL PASOCOUNTY

DEPARTMENT OF PUBLIC SERVICES

Construction of Traffic Signal Improvements at

Constitution Ave and Peterson Road Intersection

The Colorado Department of Transportation (CDOT) 2012 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans.

PROJECT SPECIAL PROVISIONS / Date / Page #

Notice to Bidders(August 14, 2012)0

Commencement and Completion of Work(August 14, 2012)0

Revision of Section 102 - Bidding Requirements and Conditions(August 14, 2012)0

Revision of Section 102 – Project Plans and Other Data(August 14, 2012)0

Revision of Section 104 – Construction Staging and Phasing(August 14, 2012)0

Revision of Section 105 –Control of Work and Cooperation Between

Contractors(August 14, 2012)0

Revision of Section 106 - Control of Material(August 14, 2012)0

Revision of section 107 - Legal relations and responsibility to Public(August 14, 2012)0

Revision of Section 202 - Removal of Structures and Obstructions(August 14, 2012)0

Revision of Section 401 – Plant Mix Pavements – General (August 14, 2012)0

Revision of Section 403 – Hot Mix Asphalt (Patching)(August 14, 2012)0

Revision of Section 405 – Heating and Scarifying Treatment(August 14, 2012)0

Revision of Section 407 – Prime Coat, Tack Coat, and Rejuvenating Agent(August 14, 2012)0

Revision of Section 608 – Detectable Warnings(August 14, 2012)0

Revision of Section 610 – Median Cover Material (Concrete Covering)(August 14, 2012)0

Revision of Section 613 – Pull Boxes(August 14, 2012)0

Revision of Section 613 – Electrical Conduit (Plastic)(August 14, 2012)0

Revision of Section 613 – Directional Boring Conduit(August 14, 2012)0

Revision of Section 614 – Traffic Control Devices(August 14, 2012)0

Revision of Section 614 – Intersection Detection System (Camera)(August 14, 2012)0

Revision of section 630 - Construction zone traffic control(August 14, 2012)0

Revision of Section 702 – Bituminous Materials(August 14, 2012)0

Revision of Section 703 – Aggregates(August 14, 2012)0

Revision of Section 712 – Miscellaneous(August 14, 2012)0

Revision of Section 713 – Thermoplastic Marking MaterialAugust 14, 2012)0

Force Account Items(August 14, 2012)0

Traffic Control Plan – General(August 14, 2012)0

Utilities(August 14, 2012)0

NOTICE TO BIDDERS

There is no bid bond or proposal guaranty required for this Invitation for Bid.

All questions related to this Invitation for Bid (IFB) must be directed to Brenda Gordon, CPPB, Procurement Specialist, Contracts & Procurement Division, (719) 520-6392, e-mail: or FAX: (719) 520-6396.

The above referenced individual is the only representative of the County with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements.

COMMENCEMENT AND COMPLETION OF WORK

The Contractor shall commence work under the Contract on or before the 5th day following Contract execution or the 20th day following the date of award, whichever comes later, unless such time for beginning the work is changed by the Chief Engineer in the "Notice to Proceed." The Contractor shall complete all work within 90working days, in accordance with the "Notice to Proceed."

The Contractor’s Schedule shall indicate activities for the work to be completed.Salient features to be shown on the Contractor's Progress Schedule are:

1)Mobilization

2)Construction Surveying

3)Utility Locates/Potholes

4)CornerIsland Phasing

  1. Asphalt Removal
  2. Electrical Conduit
  3. Signal Pole Pedestals
  4. Curb, Gutter and Sidewalk
  5. Asphalt patching

5)Traffic Signals

6)Signing & Striping

REVISION OF SECTION 102

BIDDING REQUIREMENTS AND CONDITIONS

Section 102 of the Standard Specifications is hereby revised for this project as follows:

Subsection 102.01 - Pre-Qualification of Bidders, is deleted in its entirety.

REVISION OF SECTION 102

PROJECT PLANS AND OTHER DATA

Section 102 of the Standard Specifications is hereby revised for this project as follows:

Subsection 102.05 shall include the following:

The following information will be availablevia website download or on CD-ROM (call ahead) through the El Paso County Contracts & Procurement Division office, 200 S. Cascade Ave, Suite 150, Colorado Springs, CO 80903, 719-520-6390:

  1. Full set of 11” x 17” plan sheets

After the bid proposals have been opened, the successful bidder may obtain from El Paso County, at no cost, 15 sets of plans and special provisions; and, if available for the project, one set of full-size cross sections, one set of full size major structure plan sheets, and one set of computer output data. Additional sets of plans and other available data may be purchased on a cash sale basis from the County at current reproduction prices. Subcontractors and suppliers may obtain plans and other data from the successful bidder or they may purchase copies on a cash sale basis from the County at current reproduction prices.

REVISION OF SECTION 104

CONSTRUCTION STAGING AND PHASING

Section 104 of the Standard Specifications is hereby revised for this project as follows:

Subsection 104.04 shall include the following:

The Contractor shall submit any proposed changes to the Contract construction staging or phasing plans, and construction traffic control plans on 11”x 17” sheets for review and approval. This proposal shall include detailed drawings of any staging changes, detour alignments, traffic control changes, traffic signal changes, and scheduling implications. Quantity changes shall be included in this submittal.

The Contractor will not be reimbursed for any work and materials necessary to prepare these documents and comply with these requirements.

Subsection 104.04 shall include the following:

Traffic Signal Maintenance:The Contractor shall be responsible for maintaining the existing and/or new traffic signal at Constitution Avenueand Peterson Roadfor the duration of the project. Maintenance shall include, but not be limited to: adjusting signal heads and detection cameras for construction phasing, signal bulb replacement, signal head repair and/or replacement, detection camera repair and/or replacement, electrical system repair and/or replacement, controller adjustments and/or repair, structural repair and/or replacement, and all labor and materials for accomplishing the maintenance activities.

Replacement of the traffic signal controller is specifically excluded from Traffic Signal Maintenance. If such a replacement is deemed necessary, the Contractor shall inform the Engineer in writing and the Engineer shall make a determination on the appropriate action and method of payment.

Damage to the traffic signal due to the Contractor’s operations and/or negligence shall be repaired at the Contractor’s expense and shall not be considered Traffic Signal Maintenance.

Traffic signal maintenance, as described above, will be paid for by Force Account in accordance with subsection 109.04 under the planned force account item, Maintain Traffic Signal.

REVISION OF SECTION 105

CONTROL OF WORK AND COOPERATION BETWEEN CONTRACTORS

Section 105 of the Standard Specifications is hereby revised for this project as follows:

Subsection 105.02(b) shall include the following:

The contractor shall provide for review by the engineer a complete traffic signal material submittal package that contains all of the proposed traffic signal equipment, including material specifications and descriptions that will be necessary to complete the traffic signal work. The contractor shall allow for a minimum three week submittal review period and shall not order any signal equipment until after a review of all submittals has been completed by the engineer and verified by the contractor.

Subsection 105.20 shall include the following:

The contractor shall provide emergency response and periodic on-site traffic control signal operational expertise, materials, equipment, and staff, as necessary and directed by the engineer, to maintain continuous and satisfactory traffic signal operation for existing and new traffic signals located within the project limits for the duration of the project. The duration of the project begins from the issuance of the notice to proceed until final acceptance of the project. The contractor shall consider this work incidental to the overall work being performed and shall be included as part of the project.

Functional responsibility for new traffic signal equipment installed will become the responsibility of the contractor until final acceptance of the project. The contractor shall consider this work incidental to the overall work being performed and shall be included as part of the project.

Subsection 105.20, 3rd paragraph shall be deleted and replaced with the following:

The contractor shall provide traffic control signal operational expertise, materials, equipment, and staff, as necessary, to implement signal operational changes for existing and new traffic signals located within the project limits in accordance with construction zone traffic control phasing, project plans, and as directed by the engineer, for the duration of the project. The duration of the project begins from the issuance of the notice to proceed until final acceptance of the project. The contractor shall consider this work incidental to the overall work being performed and shall be included as part of the project.

Subsection 105.21 (b) shall include the following:

Upon notice from the Contractor of presumptive completion of the traffic signal and traffic signal equipment, the Engineer will make an inspection and provide a written list of any work needing correction. This inspection and list will be independent of, and in addition to, the overall project inspection. Final acceptance of the project will not be provided until the traffic signal has been accepted.

REVISION OF SECTION 106

CONTROL OF MATERIAL

Subsection 106.03 shall include the following:

The contractor will coordinate the traffic signal controller delivery date for review and programming with the engineer and shall allow for a minimum four week review and programming period, after which time the contractor may pick-up the controller.

REVISION OF SECTION 107

LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

Subsection 107.07 shall include the following:

All construction activities shall be completed during daytime hours to be approved by the engineer.

Nighttime construction work must be approved in advance by the engineer.

REVISION OF SECTION 202

REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Subsection 202.04 shall include the following:

The first sentence of paragraph 3 shall be replaced with the following: The removal of traffic signal items shall include poles, signal heads, span wires, footings, all attachment hardware, guy wires, luminaires, pull boxes, video detection system and other incidental materials.

All signal equipment removed by the contractor shall be salvaged and delivered, as directed by the Engineer. Delivery of signal equipment will not be paid for separately, but shall be included in the work for removal of traffic signal equipment.

Removed sign panels shall be salvaged and become the property of El PasoCounty.

Subsection 202.11, second paragraph shall be deleted and replaced with the following:

Removal of asphalt material will be measured by the area in square yards completed to the required depth and accepted. The assumed depth of existing asphalt shall be 6 inches.

Sawcutting shall not be measured and paid for separately, but shall be included in the cost of Item 202 Removal of Asphalt Mat.

REVISION OF SECTION 401

PLANT MIX PAVEMENTS – GENERAL

Section 401 of the Standard Specifications is hereby revised for the project as follows:

Delete Section 401 and replace it with the latest version of the “Pikes Peak Region Asphalt Paving Specification.”

REVISION OF SECTION 403

HOT MIX ASPHALT (PATCHING)

Section 403 of the Standard Specifications is hereby revised for the project as follows:

Delete Subsection 403.02 and replace it with the following:

The materials shall conform to the requirements described in the latest version of the “Pikes Peak Region Asphalt Specification.”

Delete the first sentence of Subsection 403.03 and replace it with the following:

The construction requirements shall be as described in the latest version of the “Pikes Peak Region Asphalt Specification.”

Delete Subsection 403.04 and replace it with the following:

Hot mix asphalt will be measured as described in the latest version of the “Pikes Peak Region Asphalt Specification.”

Delete Subsection 403.05 and replace it with the following:

The accepted quantities of hot mix asphalt will be paid for in accordance with the latest version of the “Pikes Peak Region Asphalt Specification.”

REVISION OF SECTION 405

HEATING AND SCARIFYING TREATMENT

Section 405 of the Standard Specifications is hereby revised for the project as follows:

Delete the first sentence of Subsection 405.03 and replace it with the following:

Weather and temperature limitations shall be as described in the latest version of the “Pikes Peak Region Asphalt Specification.”

REVISION OF SECTION 407

PRIME COAT, TACK COAT, AND REJUVENATING AGENT

Section 407 of the Standard Specifications is hereby revised for the project as follows:

Delete Subsection 407.02 and replace it with the following:

407.02 Bituminous Material. The type and grade of bituminous material used for tack coating will meet the specifications described in the most current version of the “Pikes Peak Region Asphalt Specification.” The bituminous material for prime coating shall meet the requirements of Section 702. The rejuvenating agent shall be accepted before loading into the distributor.

REVISION OF SECTION 608

DETECTABLE WARNINGS

Section 608 of the Standard Specifications is hereby revised for the project as follows:

Subsection 608.02 shall include:

Detectable Warnings shall be made of pavers with a truncated dome surface. The domes shall be placed in a square grid.

Subsection 608.05 Method of Measurement shall include:

The detectable warning area shall not be measured separately, but shall be included in the bid price for concrete sidewalk.

REVISION OF SECTION 610

MEDIAN COVER MATERIAL (PATTERNED CONCRETE)

Section 610 of the Standard Specifications is hereby revised for this project as follows:

610.03 (b) shall include the following:

Patterned Concrete. Base preparation shall consist of 4 inches of compacted sand, or other appropriate base materials. All concrete shall be poured at 4 inches or thicker and shall be the same class of concrete as for curb and gutter.

Prior to median paving, contractor shall apply an herbicide treatment to the median subgrade area for weed control.

The particular colors (hardener and release agent) and stamp pattern shall be as shown on the plans or, otherwise, submitted to the Project Engineer for approval.

All tears and voids resulting from the pattern forming shall be repaired. Concrete ‘squeeze’ (extrusions formed between molds) shall be removed by the Contractor.

Expansion material shall be ½”wide by 4” deep and shall be installed at median noses, fixed objects, and at 50’ intervals. Saw joints will be cut at least 1/4 of the thickness of the pour. Any crack that occurs during the first year that is more than 1/8 of an inch wide is considered a warranty item and will be repaired.

Curing shall include application of two coats of colored wax curing membrane. The first coat shall be applied within two hours of finishing. The second coat shall be applied between 10 and 20 days following the first application.

Payment for this item will be based on the unit price per Square Foot of Patterned Concrete Median Cover constructed and accepted, including all labor, materials, tools, and equipment necessary to complete the work as specified.

Pay Item Pay Unit

Median Cover Material (Patterned Concrete)SF

REVISION OF SECTION 613

LIGHTING - LED LUMINAIRE

Subsection 613.02 (e) shall include the following:

Luminaires shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). All luminaires shall be wired 240 with multi-tap heads. The LED fixture must have a color temperature of 4100K (+/- 500K), must be designed to operate at a temperature range of -40°F to 105 °F (-40°C to 40 °C), and provide a minimum of 70,000 hours of operation. Luminaires shall be Dialight StreetSense Series LED Street Light, or approved equal. The Contractor shall provide a recommendation for the type of Street Light based on the construction plans and manufacturer’s specifications, to be approved by the Engineer

Subsection 613.06 shall include the following:

The fixture must be cast aluminum, provided with fusing, surge suppression and must be UL listed for wet locations. The fixture must have an internal, weather-tight LED drive. No active cooling features (fans, etc.) will be allowed. The finish shall match the extension arm shafts.

The luminaires will be installed on 15 foot extension arm shafts at a nominal height of 40 feet and shall be welded to the signal pole per CDOT Typical Traffic Signal Installation Details Standard Plan S-614-40. Luminaire arm shaft placement and orientation shall be in accordance with the project plans.

All luminaires at a given intersection must be of the same wattage.

Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item:

Pay ItemPay Unit

Intersection Luminaire and ArmEach

Intersection Luminaire and Arm includes furnishing and installing the complete unit, including the associate hardware and wiring.

REVISION OF SECTION 613

PULL BOX

Section 613 of the Standard Specification is hereby revised for this project as follows:

Subsection 613.01 shall include the following:

The Contractor shall prepare the area and furnish and install pull boxes at the location shown in the plans. Since the plans show not-to-scale symbols, the Contractor shall plan the work based on actual sizes and locations.

Subsection 613.02 shall include the following:

(j) Pull Box. All traffic pull boxes installed shall be pre-cast concrete composite polymer material with the following sizes: 30 inch x 48 inch x 18 inch for the signal pole location that is located on the same corner as the controller cabinet location and 24 inch x 36 inch x 18 inch for the remaining signal pole locations. The 30 inch x 48 inch x 18 inch pull box may serve as a joint pull box for the signal pole and controller cabinet location. A certificate from the manufacturer shall be supplied for the structural capabilities and materials used in manufacturing.
The pull box shall have a detachable cover that has a skid-resistant surface and have the words “FIBER” or “TRAFFIC” physically impressed, (not painted) upon it. The cover shall be attached to the pull box body by screw-in bolts. Non standard bolts shall not be used. Pull boxes shall have preformed knockouts located in the short ends of the box as shown on the details to allow entry of the conduit.