Park County Public Works Department 1246 CR 16 P.O. Box 147 Fairplay, Colorado 80440 719-836-4277 (office), 719-836-4275(fax) SCOPE OF WORK Contractor to verify ALL distances/dimensions stated herein. A. PROJECT DESCRIPTION A. Various Roads Park County is soliciting bid proposals from qualified companies to provide chip and seal hardsurfacing and related construction services on various County roads. These roads are as follows: The surface treatment type on each road will be as follows: CR 43, ½ inch maintenance chip, 7.024 miles (107,139 SY) from US HWY 285 to intersection of CR 47 CR 43A, 2 pin ¾ inch followed by ½ inch,.5 miles (7,627 SY) from US HWY 28 to intersection of CR43 CR 74, 3/8 maintenance chip 2.5 miles (35,200 SY) from Jeffco/Park County Line to gate at end of County Road. CR 68, ½ inch maintenance chip 1.295 miles (18,234 SY) from US HWY 285 to end of chip. o Depending on budget availability, the County may add up to 1 additional mile to this project) Any existing striping pattern(s) will need to be recorded by and transferred onto wooden lath that will be installed on both sides of the roads by the contractor prior to commencement of surface work so as to enable duplication of the currently existing pattern. Current centerline location of roadway will remain centerline location of roadway when complete. Contractor will furnish all materials unless stated otherwise. Park County reserves the right to select the option or options and bids that provide the most benefit to the County, or to reject all bids. 1
II. QA/QC Inspection and testing will be completed for construction per CDOT. Contractor will provide their own QC and Park County will provide QA for the County. III. SURFACE TREATMENT, SUB-BASE & PAVEMENT DESIGN Surface treatment will consist of a either single or double pin applications of Chip and Seal (see above) utilizing CRS-2P or CRS-2R emulsion. All roadway areas will consist of a hardsurface mat twenty-four feet (24 ) in width. Driveway aprons will match existing widths and lengths will be twenty feet or to edge of ROW, whichever is less for any triple application. IV. HARDSURFACING OPERATIONS Contractor will inspect, approve and accept the base course and final grade of the road immediately prior to placement of any hardsurfacing materials. Contractor will, prior to placement of any materials, determine that the materials meet the specifications and also that they are of the proper composition. Additionally, where asphalt is used and the new hardsurfacing meets existing hardsurface, a tack coat application must be applied. Roadway edges will be such that the edges look uniform, without any weaving in and out. V. CONSTRUCTION STAKING Contractor will be responsible for any/all construction staking needed. Absolutely no work will be performed outside of the County right-of-way or the County s easement. VI. WIDTH OF ROADWAY Roadway hardsurface width will be twenty-four feet (24 ). VII. DAILY CLEANUP 2
Contractor will be responsible for daily cleanup of debris throughout project. VIII. CONNECTING END OF PROJECT TO EXISTING Where projects begin/end and meet an existing hardsurface, contractor will perform what is needed (such as milling) to assure a smooth transition between new hardsurface and existing hardsurface. Each joint will be smooth and gentle when finished. IX. SIGNAGE Contractor must remove existing signage that interferes with their work and must reset any signage that was removed. Contractor will be billed and agrees to pay for any signs damaged in that process. X. METHOD OF HANDLING TRAFFIC At no time will any road be closed to through traffic. Contractor must supply County with a traffic control plan that is in compliance with all requirements of the MUTCD, latest edition. There will be no exceptions to this requirement. All adjacent property owners should be kept apprised of what is happening. At no time will business or property owners be kept from entering their property. XI. EQUIPMENT STAGING AREAS Contractor may utilize Park County right-of-way for staging purposes. Park County may, but is not required to, find others as projects progress. XII. HAUL ROUTES TBD XII. WARRANTY All work done will be guaranteed for a period of not less than one (1) year from the date of Probationary Acceptance. This includes materials and workmanship. County will hold bonds until such time as final acceptance takes place. XIV. PROJECT TIME FRAME Contractor will need to provide to the County a proposed schedule, listing activities as well as critical path items. Contractor will take weather, 3
material delays and any other instances that could delay the project into account. Contractor will supply County with a finish date of work. This contract time will not be extended. Contractor must allow enough time to finish project, as liquidated damages will accrue on any items past the contracted time frame. XV. REVISION OF SECTION 108 LIQUIDATED DAMAGES Section 108 of the CDOT Standard Specifications is hereby revised for this project as follows: In subsection 108.07 delete the first paragraph and replace with the following: 108.07 Failure to Complete Work on Time. A daily charge will be made against the Contractor for each calendar day, including free time that any work remains uncompleted after the elapse of contract time. This daily charge will be deducted from any money due the Contractor. This deduction will not be considered a penalty, but as liquidated damages. In subsection 108.07, delete the schedule of liquidated damages and replace with the following: Original Contract Amount ($) To And From More Than Including Liquidated Damages per Calendar Day ($) 0 100,000 186 100,000 250,000 321 250,000 500,000 450 500,000 1,000,000 913 1,000,000 2,000,000 1,259 2,000,000 4,000,000 1,514 4,000,000 10,000,000 1,984 10,000,000 '''''' 1,984 plus 217 Per Each Additional 1,000,000 Contract Amount or Part Thereof Over 10,000,000 XVI. ACCEPTANCE PROBATIONARY ACCEPTANCE PROCESS Once construction is complete, the contractor will request a probationary acceptance inspection. The letter shall designate a contact person for the contractor including an address and a telephone number. 4
The letter shall include this statement signed by the contractor: I hereby affirm that the public Road Improvements for (Name of subdivision, road, or project) have been constructed in substantial compliance with the construction plans provided by Park County. The letter containing this certification statement shall be accompanied by independent test verification by a Colorado registered professional engineer. Such verification shall consist of acceptable destructive or nondestructive tests an evaluation report based on those tests, which substantiate compliance to the accepted plans. ACCEPTANCE INSPECTION SCHEDULING Once the county receives a probationary acceptance inspection request, the county will inspect the improvement, within ten (10) working days after notice and, if the improvements are in substantial compliance with the plans and specifications, shall accept such improvements. This shall constitute Probationary Acceptance of the improvements. NOTIFICATION OF DEFICIENCIES Within ten (10) working days following an acceptance inspection, the County shall provide the contractor a written list of deficiencies for the public improvements. These deficiencies must be re-certified by the applicant as a condition of the County granting Probationary Acceptance. RE-INSPECTIONS When the Contractor completes the repairs according to the deficiency list previously provided, a re-inspection may be scheduled by calling the county. GRANTING PROBATIONARY ACCEPTANCE The County will grant Probationary Acceptance based on re-inspection for compliance with the written deficiency list previously provided to the Contractor. If new deficiencies are found, either in quality or extent of construction, the Contractor shall be notified in writing that these new deficiencies shall be corrected as a condition of final acceptance. Probationary Acceptance will not be delayed by discovery of new deficiencies. The County shall issue written notice either granting or withholding probationary acceptance within ten (10) working days of the acceptance reinspection. If acceptance is denied, deficiencies shall be explicitly delineated. The probationary acceptance letter shall specify the date on which the Contractor is eligible to request Final Acceptance. 5
The one-year warranty period starts once Probationary Acceptance is granted. During the one-year warranty period, the contractor shall be responsible for all corrective or preventative maintenance as requested by the Park County Public Works in writing, to ensure that all improvements are without defects for the one-year warranty period. Such maintenance shall commence within thirty (30) calendar days after receipt of said written request (weather permitting). FINAL ACCEPTANCE After the one-year warranty period as outlined in the contract and the Probationary Acceptance documents have been met, the contractor may request Final Acceptance, within ninety (90) days but not less than thirty (30) days prior to expiration of warranty. The County will then inspect the road improvements, and shall notify the contractor in writing within ten (10) working days of inspection of either non-acceptance or final acceptance. If the improvements are not acceptable, the reasons for non-acceptance shall be stated in writing and corrective measures shall be taken by the contractor to a compliance schedule prescribed by the County after consultation with the contactor. During the field inspection a listing of items requiring remedial action (punch list) will be prepared. This list of items shall be issued to the Contractor within ten (10) working days of completing the inspection. Upon satisfactory completion of this final inspection, the Park County Public Works shall issue a Final Acceptance Certificate within ten (10) working days of the reinspection. All bonds held by Park County will be released only after Final Acceptance. 6
MATERIAL SPECIFICATIONS Material specifications are as follows: EMULSION: CRS-2P or CRS-2R Polymerized cationic rapid set emulsified asphalt (CRS-2P) shall be an emulsified blend of polymerized asphalt, water, and emulsifiers. The asphalt cement shall be polymer modified prior to emulsification and shall contain a minimum of 3% styrene-butadiene-styrene (SBS) block copolymer by weight of asphalt cement. The emulsion, standing undisturbed for a minimum of 24 hours, shall show no milky white separation, but shall be smooth and homogeneous throughout. The emulsion shall be pump able and suitable for application through a distributor truck. The CRS-2P shall conform to the following specifications: Test on Emulsion Minimum Maximum Test Method Viscosity, Saybolt-Furol, 50 C (122 F), seconds 50 450 AASHTO T59 Storage Stability Test, 24-hr., % 1.0 AASHTO T59 Demulsibility, 0.02N CaCl 2, % 40 AASHTO T59 Particle Charge Test Positive AASHTO T59 Sieve Test, % 0.10 AASHTO T59 Distillation: Oil Distillate, by Volume of Emulsion, % 3.0 AASHTO T59 Residue, % 65 AASHTO T59 Test on Residue Minimum Maximum Test Method Penetration, 25 C (77 F), 100g, 5 sec 70 150 AASHTO T49 Solubility in Trichloroethylene, % 97.5 AASHTO T44 Toughness, 25 C (77 F), in-lb 70 CPL 2210 Tenacity, 25 C (77 F), in-lb 45 CPL 2210 Latex Modified Emulsion: Latex Modified Cationic Rapid Set emulsion (CRS-2R) shall be an emulsified blend of asphalt, water, emulsifiers, and latex polymer. The emulsion shall contain a minimum of three percent (3.0%) styrene-butadiene latex rubber (SBR) solids by weight of asphalt cement. The SBR polymer dispersion shall be co-milled during the emulsification process such that a bi-continuous polymer-asphalt network is formed upon curing of the finished emulsion. The emulsion shall be pump able and suitable for application through a distributor truck. The emulsified asphalt shall conform to the following requirements: 7
Tests on CRS-2R Emulsion Minimum Maximum Test Method Test Method Viscosity, Saybolt Furol, 50 C, sec, (a) 50 450 ASTM D 244 AASHTO T-59 Storage Stability Test, 24-h, % (a) 1.0 ASTM D 6930 AASHTO T-59 Demulsibility, 35 ml, 0.8% Dioctyl Sodium Sulfosuccinate, % 40 ASTM D 6936 AASHTO T-59 Particle Charge Test Positive ASTM D 244 AASHTO T-59 Sieve Test, % (a) 0.1 ASTM D 6933 AASHTO T-59 Distillation: (b) AASHTO T 59 AASHTO T-59 Oil Distillate, by Volume of Emulsion, % 3.0 AASHTO T 59 AASHTO T-59 Residue, % 65 AASHTO T 59 Tests on Residue (b) Penetration, 25 C, 100g, 5s, dmm 70 150 ASTM D 5 AASHTO T-49 Dustility, 4 C, 5 cm/min, cm 40 ASTM D 113 AASHTO T-51 Solubility in Trichloroethylene, % 97.5 ASTM D 2042 AASHTO T-53 Toughness, in-lb 90 ASTM D 5801 AASHTO D5801 Tenacity, in-lb 60 ASTM D 5801 AASHTO D5801 Certificates of Analysis shall be submitted upon request and must show that the specifications listed above have been met. The source of the base asphalt, polymer, additives, and supplier shall not change during the course of construction. Emulsion for Prime Coat The emulsion shall be pump able and suitable for application through a distributor truck. The emulsion shall be circulated before used in not used within 24 hours. The emulsified asphalt shall conform to the following requirements: Property Requirement AASHTO Test No. Viscosity, Saybolt Furol, at 20-150 T59 50 C (122 F), s Residue, % 65% min. T59 to 260 C (500 F) Oil Distillate by Volume, % 7% min, T59 Tests on Residue from Distillation: Solubility in 97.5 min. T44 Trichloroethylene, % Certificates of Analysis shall be submitted upon request and must show that the specifications listed above have been met. The source of the base asphalt, polymer, additives, and supplier shall not change during the course of construction. 8
Aggregate Cover Coat Material: Aggregate for Cover Coat Material (2011 Standard Specifications for Road and Bridge Construction). Aggregate for cover coat material shall be crushed stone, crushed slag, crushed gravel, or natural gravel. Aggregates shall be composed of clean, tough, durable fragments free from an excess of flat, elongated, soft or disintegrated pieces and free from fragments coated with dirt or other objectionable matter. In addition, the aggregate should be clean and free from dirt, excess fines and other deleterious substances. It should not be coated with dust or contain clay or silt. Gradation Requirements (percent passing) Sieve 1/2" Chip 3/8 Chip Size 3/4" Chip 3/4" 100 1/2" 95-100 100 3/8" 60-80 70-100 100 No. 4 0-10 0-4 0-15 No. 200 0-1.0 0-1.0 0-1.0 The aggregate shall have maximum loss of 35% when tested with the LA Abrasion procedure as defined by AASHTO T96. 9
CONSTRUCTION REQUIREMENTS MATERIAL APPLICATION RATES Materials ¾ ½ 3/8 CRS-2P 0.40 0.70 Gallon / SY 0.30 0.55 Gallons / SY 0.30-0.40 Gallons / SY Fog Seal 0.15 Gallons / SY 0.15 Gallons / SY 0.15 Gallons / SY Cover Coat Aggregate 45-55 lbs / SY 25-40 lbs / SY 18 25 lbs / SY The specific emulsion and cover aggregate application rate shall be determined using factors such as surface temperature, traffic volume, existing road conditions and time of year. The Contractor may alter the application rate at any time during the course of the construction upon approval by the Project Manager. Weather Limitations: The Chip Seal shall not be applied when the pavement is moist or when the weather is or may be detrimental. Detrimental weather is defined as rain showers, cool temperatures, moist pavements, threat of rain showers or other factors which could affect the performance of the Chip Seal construction. Chip Seal shall be applied only when the road surface temperature is 60 and the ambient temperature is 50 F and rising. 10