GENERAL SPECIFICATIONS AND CONTRACT DOCUMENTS CEDAR CITY CORPORATION CRACK SEALANT/ ASPHALT CHIP SEAL OIL MATERIALS SUPPLY AND DELIVERY CONTRACT

Size: px
Start display at page:

Download "GENERAL SPECIFICATIONS AND CONTRACT DOCUMENTS CEDAR CITY CORPORATION CRACK SEALANT/ ASPHALT CHIP SEAL OIL MATERIALS SUPPLY AND DELIVERY CONTRACT"

Transcription

1 GENERAL SPECIFICATIONS AND CONTRACT DOCUMENTS CEDAR CITY CORPORATION CRACK SEALANT/ ASPHALT CHIP SEAL OIL MATERIALS SUPPLY AND DELIVERY CONTRACT May 9, 2018 Prepared By Cedar City Public Works

2 TABLE OF CONTENTS ITEM PAGE ADVERTISEMENT....3 BID INFORMATION. 4 BID SCHEDULE.. 5 SPECIAL CONDITIONS..7 SPECIFICATIONS.8 AGREEMENT ADVERTISEMENT FOR BIDS 2

3 Cedar City Corporation is accepting separate sealed bids to provide the crack sealant and asphalt materials for the City s FY Chip Seal Project. If you are interested in submitting a bid, project specifications and bid information will be available May 22, 2018 and can be obtained in person or via from Kathy Dahl, Public Works Executive Secretary, at the Cedar City Public Works Department, telephone (435) The deadline for submitting the bid is 12:00 NOON on June 8, Cedar City Corporation reserves the right to accept or reject any and all bids. Dated this 9 th day of May, Ryan Marshall, Public Works Director Cedar City Corporation BID INFORMATION 3

4 Project Title: Equipment Required: Work Required: Required Bonding/ Insurance: Owner: Mandatory Inspection Trip: Bid Date: Bids Returned To: Warranty Required: Contract Period: Installation Location: Financing: Project Coordinator: Crack Sealant/Asphalt Chip Seal Oil Materials Supply and Delivery Contract Transport Vehicles Provide and transport crack sealant and asphalt material for the City s FY Chip Seal Project. See Bid Schedule for materials list. Bonding: none; Insurance as specified Cedar City Corporation None June 8, 2018 at 12:00 NOON Kathy Dahl Cedar City Public Works Department 716 North Airport Road Cedar City, Utah Day, Unlimited July 1, 2018 June 30, 2019 for the crack sealant, chip seal material and for the flush coat material Cedar City, Iron County, Utah Cedar City Corporation Jeff Hunter Street & Solid Waste Superintendent 716 North Airport Road Cedar City, Utah (435) CEDAR CITY CORPORATION 4

5 CRACK SEALANT/ASPHALT CHIP SEAL OIL MATERIALS SUPPLY AND DELIVERY CONTRACT BID SCHEDULE Bidder agrees to perform all work and comply with all requirements as outlined in these bid documents and specifications for the following prices: ITEM DESCRIPTION UNIT APPROXIMATE UNIT COST AMOUNT 1. Provide and Transport CRS-2h, Asphalt Ton Provide and Transport PMCRS-2h, Asphalt Ton Provide and Transport LMCRS-2h, Asphalt Ton Provide and Transport P.A.S.S. Ton Provide and Transport CQS-1h 2:1 Dilution Ton 100 5A. Provide & Transport CQS-1h Concentrate Ton Provide and Transport LMCQS-1h 2:1 Dilution Ton Provide and Transport PMCQS-1h 2:1 Dilution Ton Provide and Transport CSS-1h, Asphalt 2:1 Dilution Ton 300 8A. Provide and Transport CSS-1h Concentrate Ton Provide and Transport 5

6 GSB-88 Emulsified Sealer/ Binder 2:1 Dilution Ton 100 9A. GSB-88 Emulsified Sealer/ Binder 1:1 Dilution Ton GSB-78 Pavement Sealer And Rejuvenator Ton Provide and Transport Elasto-Flex 650 or Equivalent Ton Transport Stand-By Time Hour 30 WHERE ACTUAL QUANTITIES DIFFER FROM BID QUANTITIES, THE UNIT PRICES SHALL BE USED TO DETERMINE THE AMOUNT. Respectfully submitted: Company Address City, State, Zip Code Signature Title Date SPECIAL CONDITIONS/BID INFORMATION 6

7 MEASUREMENT AND PAYMENT: Measurement and payment for materials supplied will be made only for and under those items included in the Bid Schedule or as authorized by Change Order. The unit cost in the Bid Schedule will be multiplied by the amount of material provided to determine the payment. Material Supplier will invoice City on a monthly basis for all material provided. Invoices shall include weigh tickets of all materials signed both by City and Material Supplier. All weigh tickets will indicate the job and location of the delivery. City will make payment within thirty (30) days of receiving invoices. BID DUE DATE: All bids shall be delivered to the Cedar City Public Works Office no later than 12:00 NOON on June 8, CONTRACT DURATION: The duration of this contract will extend from July 1, 2018 to June 30, BID AWARD CRITERIA: Each bid item will be awarded separately to the lowest bidder. Bidders need not bid every bid item, only those items they wish to supply. City reserves the right to accept or reject any and all bids. City also reserves the right to accept or reject any individual bid item. The remainder of this page left intentionally blank. CEDAR CITY CORPORATION 7

8 CRACK SEALANT/ASPHALT CHIP SEAL OIL MATERIALS SUPPLY AND DELIVERY CONTRACT SPECIFICATIONS 1. GENERAL Material Supplier shall provide materials as specified and appropriate documentation so that materials meet specifications as outlined in this scope. The work will be to provide and transport asphalt material for the City s upcoming Fiscal Year Chip Seal Project. Materials include CRS-2h, PMCRS-2h, LMCRS-2h, P.A.S.S., CQS-1h, LMCQS-1h, PMCQS-1h, CSS-1h asphalts, GSB-88 emulsified sealer/binder, GSB-78 pavement sealer and rejuvenator, and Elasto- Flex 650 or equivalent, as specified herein. Mobilization and demobilization will not be paid as a separate item and should be incorporated into separate bid items. Additional work shall be paid at the unit price shown on the Bid Schedule. 2. PRODUCTS A. CRS-2h Bituminous Material: The CRS-2h bituminous material shall be cationic emulsified asphalt with a Saybolt Furol viscosity (at 122 F) of between 140 and 400 seconds, and shall conform to the requirements as outlined in AASHTO Designation M208. The bituminous material shall also conform to the following requirements: 1. Sieve limit of 0.10%. 2. The particle charge shall be positive. 3. The residue by evaporation shall be 65% by weight, minimum. 4. The results of the test on residue from distillation (testing in accordance with ASTM-D-244) shall be as follows: TESTS MINIMUM MAXIMUM Penetration 100 mm. 250 mm. Ductility 40 cm. 100 cm. Solubility in Trychloroethylene 97.5% 100% B. PMCRS-2h Bituminous Material: The PMCRS-2h bituminous material shall be a polymer modified cationic rapid setting emulsion and shall conform to the following requirements: TESTS ON EMULSION ASTM ASHTO SPECS TYPICAL ANALYSIS 122 F S.F.S. D244 T Storage, 24H, % D244 T59 1 max ph E70 T max 3.3 Particle Charge Test D244 E70 positive pos. Classification Test D244 T59 passes passes 8

9 Demulsibility, 35ml CaCl2 D244 T59 40 min. 76 Sieve Test, % D244 T max 0.07 Density, 60 F, lbs/gallon D244 T Ash Content, % D max 0.1 Residue by Evaporation,% D244 T59 65 min. 70 Tests on Residue from Evaporation: Penetration, 77 F, 100g, 5s D5 T Abs. Viscosity, 140 F, Poise D2171 T Ductility, 77 F, 5cm/min. D113 T51 40 min Torsional Recovery, % Cal min. 19 C. LMCRS-2h Bituminous Material: The LMCRS-2h bituminous material shall be a latex modified cationic rapid setting emulsion and shall conform to the following requirements: TESTS ON EMULSION ASTM ASHTO SPECS TYPICAL ANALYSIS 122 F S.F.S. D244 T Storage, 24H,% D244 T59 1 max ph E70 T max. 3.3 Particle Charge Test D244 E70 positive pos. Classification Test D244 T59 passes passes Demulsibility, 35ml CaCl2 D244 T59 40 min. 76 Sieve Test, % D244 T max 0.07 Density, 60 F, lbs/gallon D244 T Residue by Evaporation,% D244 T59 65 min. 70 Tests on Residue from Evaporation: Penetration, 77 F, 100g, 5s D5 T Abs. Viscosity, 140 F, Poise D2171 T Ductility, 77 F, 5cm/min. D113 T51 40 min Torsional Recovery, % Nev. T min. 19 D. P.A.S.S. Polymer Asphalt Surface Sealer: The emulsion shall be a polymer modified rejuvenating emulsion with a latex polymer, rejuvenating agent and asphalt and shall meet the following specifications: TESTS ON EMULSION METHOD SPECIFICATION 9

10 122 F (SFS) ASTM D Residue, w%, minimum ASTM D ph ASTM E Sieve, w%, max. ASTM D Oil Distillate, w % max. ASTM D Specific Gravity of residue of recovered latex min. WE-EM (5) 1.15 TEST ON RESIDUE METHOD SPECIFICATION 140 F (P) max. ASTM D F min. ASTM D-5 40 Elastic Recovery on Residue by Distillation, min. AASHTO T59, T301 (1,2) 45 Test on Latex: Specific Gravity (minimum) ASTM Tensile Strength, die C dumbbell, psi min. ASTM D412 (3) 500 Swelling in rejuvenating agent, % max; ASTM D471 (4) 40% intact film 48 hrs. 104 F modified Test on Rejuvenating Agent: Flash Point, COC F ASTM D92 >380 Hot Mix Recycling Agent Classification: Viscosity, 140 F, CST ASTM D Flash Point, F, COC ASTM D Min. Saturate, % by wt. ASTM D Max Asphaltenes ASTM D Max Test on Residue: Weight Change, % ASTM D Max. Viscosity Ratio ASTM D Max E. CQS-1h Asphalt Emulsion: The CQS-1h asphalt emulsion material shall conform to the following requirements: TEST METHOD SPECIFICATION Saybolt Furol Viscosity, s 77 F T Particle Charge T59 Positive Sieve Test, % T59 Max 0.10 Distillation Residue, % T59 Min. 57 Tests on Residue from Distillation: Penetration, 100g,5s,dmm 77 F T Ductility, (5cm/min.) cm 77 F T51 Min

11 Solubility in trichloroethylene,% T44 Min 97.5 F. LMCQS-1h Asphalt Emulsion: The LMCQS-1h asphalt emulsion material shall conform to the following requirements: TEST METHOD SPECIFICATION Saybolt Furol Viscosity, s 77 F T Particle Charge T59 Positive Sieve Test, % T59 Max 0.10 Residue, % by Distillation T59 (mod a) Min. 62 Tests on Residue from Distillation: Penetration, 100g, 5sec 77 F T Solubility in trichloroethylene, % T44 Min 97.5 Ductility (5cm/min.),cm 77 F T51 Min. 40 Softening Point T53 Min. 135 F Rotational Viscosity 275 F T316 Min 650 CPS G. PMCQS-1h Asphalt Emulsion: The PMCQS-1h asphalt emulsion material shall conform to the following requirements: TEST ON EMULSION ASTM N AASHTO N SPEC Viscosity, 77 F, sec. D244 T Settlement, 5 days, % D244 T59 5 max Storage Stability Test, 1 day, % D244 T max Distillation: Oil Distillate by Volume of Emulsion, % D-244 T59 3 max Residue by Evaporation D-244 T59 57 min Particle Charge D-244 T59 Positive Sieve Test, wt% D244 T max H. CSS-1h Flush Coat Asphalt Emulsion: The CSS-1h Asphalt Emulsion material shall have a negative particle charge and conform to the following: TEST METHOD SPECIFICATION 11

12 Saybolt Furol Viscosity, s 77 F T Storage Stability, 24 hr T59 Max 1.0 Particle Charge T59 Positive Sieve Test, % T59 Max 0.10 Cement Mixing, % T59 Max 2.0 Distillation: Residue, % T59 Min. 57 Tests on Residue from Distillation: Penetration, 100g,5s,dmm T Ductility (5cm/min.),cm 77 F T51 Min. 40 Solubility in trichloroethylene, % T44 Min 97.5 I. GSB-88 Emulsified Sealer/Binder: The GSB-88 Emulsified Sealer/Binder shall be comprised of a cationic emulsion of Gilsonite Ore, and specially selected plasticizers, and shall conform to the following: SPECIFICATIONS FOR CONCENTRATE: Saybolt Viscosity at 77 F (25 C) ASTM D to 100 seconds Residue by Distillation, or Evaporation 57% min. Sieve Test ASTM D-244 (two tenths of one %) 0.2% ph, Cationic 2 to 6.5 SPECIFICATIONS FOR READY-TO-APPLY: Saybolt Viscosity at 77 F (25 C) ASTM D to 50 sec. Residue by Distillation, or Evaporation 28% to 42% Sieve Test 0.1% Max. Pumping Stability Test (2) Pass Hot Water Temperature at or above 100 F TESTS ON RESIDUE FROM DISTILLATION, OR EVAPORATION: Viscosity ASTM 275 F (135 C) ASTM D cps max. Solubility in 1,1,1 trichloroethylene ASTM D % min. Penetration ASTM D-5 50 dmm max. Asphaltenes ASTM D % min. Saturates ASTM D % max. Polar Compounds ASTM D % min. Aromatics ASTM D % min. J. GSB-78 Pavement Sealer and Revjuenator: The GSB-78 Pavement Sealer and Rejuvenator shall be comprised of a formulation of Gilsonite ore and 12

13 specially selected plasticizers and dilutents and shall conform to the following: SPECIFICATIONS FOR GSB-78: Kinematic Viscosity at 60. C (140. F), cts Percent water, Maximum 0.5 Percent Residue by Distillation TESTS ON RESIDUE FROM DISTILLATION: Penetration at 25 C (77 F), dmm 2-12 Softening Point, of Solubility in 1,1,1 Trichloroethylene, % 99 min. HC1 Precipitation Value K. Elasto-Flex 650 or Equivalent: Product shall conform to the following specifications: Cone Penetration: 77 F (25 C) ASTM D dmm max. Cone Penetration: 30 F (4 C) ASTM D g, 60s 15 dmm min Softening Point: ASTM D F (96 C) min Flexibility: ASTM D (25mm) mandrel, 90 bend, 2s Pass 0 F (-18 C) Tensile Adhesion: 77 F (25 C) ASTM D % min Ductility: 77 F (25 C) ASTM D cm min Resilience: 77 F (25 C) ADTM D % min Asphalt Compatibility: ASTM D F (60 C) 72 hr Pass L. Material Certification: For each load delivered to the job, the asphalt supplier shall submit a report from a certified testing laboratory that the asphalt material conforms to these specifications. The successful bidder will provide pre-certification of the P.A.S.S. asphalt material. It is the bidder s responsibility to insure that Cedar City receives the P.A.S.S. and GSB-88 material specified which is a new (possibly patented) product, or an approved equal by the City Engineer. 3. MEASUREMENT AND PAYMENT A. All asphalt material bid items will be measured by weight of material transported. This weight will be based on weigh tickets from a certified scale of the transport trucks delivering the asphalt material from the plant to Cedar City. Payment for the asphalt material bid items shall be at the unit prices shown on the Bid Schedule and shall constitute full 13

14 compensation for all materials and transportation for each of the bid items. B. STAND-BY TIME: No stand-by time is anticipated unless there is a breakdown of City equipment during the project. All asphalt material will be ordered on a day-to-day basis and will be applied the day following the order. The minimum daily order shall be 25-ton of any one material. AGREEMENT 14

15 MATERIAL SUPPLIER: DATE: PROJECT: CRACK SEALANT/ASPHALT CHIP SEAL OIL MATERIALS SUPPLY AND DELIVERY CONTRACT CITY: Cedar City Corporation WHEREAS, pursuant to its purchasing policies Cedar City has solicited bids for the supply and delivery of various materials used in the maintenance of Cedar City s streets; and WHEREAS, according to the Bid Documents Cedar City has reserved the right to select multiple vendors for the different products that have been bid out and Cedar City has reserved the right to purchase from the next low bidder if the low bidder is unable to fulfill a particular order; and WHEREAS, material supplier has provided a competitive bid, and pursuant to the terms and conditions of the Bid Documents has been awarded the ability to provide and deliver materials to Cedar City; and WHEREAS, material supplier agrees to provide and deliver materials to Cedar City for the unit costs shown on material supplier s submitted bid and material supplier agrees that if material supplier is unable to supply Cedar City with the requested material when requested, Cedar City may proceed to purchase the requested material from the next low bidder. NOW, THEREFORE, the above referenced parties agree that adequate consideration exists and agree as follows: 1. MEASUREMENT AND PAYMENT Measurement and payment for materials supplied will be made only for and under those items included in the Bid Schedule or as authorized by Change Order. The unit cost in the Bid Schedule will be multiplied by the amount of material provided to determine the payment. Material Supplier will invoice City on a monthly basis for all material provided. Invoices shall include weigh tickets of all materials signed both by City and Material Supplier. All weigh tickets will indicate the job and location of the delivery. City will make payment within thirty (30) days of receiving invoices. 2. CONTRACT DURATION The duration of this Contract will extend from July 1, 2018 to June 30,

16 3. LIST OF MATERIALS, QUANTITIES, AND AMOUNTS Through its bidding process, City has awarded the bid for the following costs to: : (NAME OF MATERIAL SUPPLIER) (List of Materials, Quantities, Costs per Quantity from Bid Schedule) 4. DELIVERY All materials delivered will be site specific. When the materials are ordered, Cedar City shall communicate to material supplier the delivery location and time. 5. TERMINATION This Agreement may be terminated as follows: A. By mutual agreement of the parities in writing; B. By either City or Materials Supplier for breach of any material term herein by the other party, thirty (30) days written notice of intent to terminate being required; C. Upon satisfactory completion of the provisions of this Agreement; or, D. By City in the event that the project for which the material supplier is retained is not funded by the budgetary process of the Cedar City Council in any given fiscal year subsequent to the date of this Agreement, or by City without cause. 6. HOLD HARMLESS Insofar as Material Supplier may legally do so, it shall hold City harmless from any liability, damages or claims that may arise in the course of the material supplier, its agents or employees performing any activities in connection with said project, or resulting through negligence of the same. 7. MATERIAL AVAILABILITY All material shall be available upon the request of City. In the event that the low bidder is unable to supply the specified material when requested, City reserves the right to obtain the specified material from the second low bidder. When large quantities of materials are required, City will notify the supplier of quantities needed in advance and the supplier shall have the material stockpiled, certified and ready for delivery by an agreed date. 8. CITIZENSHIP VERIFICATION Material Supplier shall document and verify the citizenship or immigration status of each employee. Material supplier shall use one of the electronic verification systems defined by UCA 63-99a-103. In all contracts with subcontractors at any level, the material supplier shall require each subcontractor at any level, to use an electronic verification system as defined by UCA 63-99a-103 to verify the 16

17 citizenship and immigration status of each employee. All subcontractors at any level shall be required to certify to the material supplier by affidavit, that the subcontractor has verified through an electronic verification system the employment status of each new employee. 9. JURISDICTION AND VENUE This Agreement is to be interpreted in accordance with the laws of the State of Utah. Jurisdiction is vested in the Utah District Courts. Venue is vested in the 5 th Judicial District Court in and for Iron County, State of Utah. Appellate Jurisdiction shall be vested with the Utah Appellate Courts. 10. CONTRACT DOCUMENTS This Agreement includes the following documents: the Special Conditions, Bid Information, Specifications and the Bid Schedule. All of the aforementioned documents are substantive provisions of this Agreement. Also, as necessary to determine the next low bidder, the Bid Schedule provided by all parties that submitted a bid pursuant to the provisions of the City s request for proposals shall be considered a substantive part of this Agreement. 11. CAPACITY TO CONTRACT The person signing this Agreement has the capacity to enter into binding agreements on behalf of the organization they are signing for. CITY S SIGNATURE PAGE 17

18 DATED this day of, 20. Maile L. Wilson-Edwards, Mayor (Seal) Attest: Renon Savage, City Recorder MATERIAL SUPPLIER S SIGNATURE PAGE 18

19 Dated this day of, 20. Material Supplier: Signature of Material Supplier s Representative Printed Name of Material Supplier s Representative Title of Material Supplier s Representative 19