CALL NO. 326 CONTRACT ID. 072251 TAYLOR COUNTY

Transcription

CALL NO. 326CONTRACT ID. 072251TAYLOR COUNTYFED/STATE PROJECT NUMBER CPTL 109 8039LETTING DATE: May 25, 2007Sealed Bids will be received in the Division of Construction Procurement and/or theAuditorium located on the 1st floor of the Transportation Cabinet Office Building until10:00 AM EASTERN DAYLIGHT TIME May 25, 2007. Bids will be publicly openedand read at 10:00 AM EASTERN DAYLIGHT TIME.REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid.(Check guaranty submitted: Cashier's CheckCertified CheckBid Bond)BID BONDS WHEN SUBMITTED WILL BE RETAINED WITH THE PROPOSALDBE General Plan IncludedBIDPROPOSAL ISSUED TO:SPECIMENAddressCityStateZip

Taylor CountyCPTL 109 8039Contract ID: 072251Page 2 of 59TABLE OF CONTENTSPART ISCOPE OF WORK PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES CONTRACT NOTES SURFACING AREAS SPECIAL NOTE(S) APPLICABLE TO PROJECT PROJECT IDENTIFICATION SIGN TRAFFIC CONTROL PLAN SKETCH MAP(S)PART IISPECIFICATIONS AND STANDARD DRAWINGS SUPPLEMENTAL SPECIFICATIONS 2004 STANDARD DRAWINGS THAT APPLYPART IIIEMPLOYMENT, WAGE AND RECORD REQUIREMENTS LABOR AND WAGE REQUIREMENTS EXECUTIVE BRANCH CODE OF ETHICS KENTUCKY EQUAL EMPLOYMENT OPPORTUNITY ACT OF 1978 PROJECT WAGE RATESPART IVINSURANCEPART VSTATEMENT OF INCOMPLETED WORKPART VIBID ITEMSPART VIICERTIFICATION PROVISIONS RELATED TO SENATE BILL 258 (1994) NON-COLLUSION CERTIFICATION CERTIFICATION OF BID PROPOSAL

Taylor CountyCPTL 109 8039Contract ID: 072251Page 3 of 59PART ISCOPE OF WORK

Taylor CountyCPTL 109 8039CONTRACT ID - 072251Contract ID: 072251Page 4 of 59ADMINISTRATIVE DISTRICT - 04PROJECT(S) IDENTIFICATION AND DESCRIPTION:COUNTY - TAYLORPCN - MP10980390701CPTL 109 8039GREEN RIVER STATE PARK CAMPGROUND ROAD FROM CAMPGROUND GROCERY STORE EXTENDING TO BOATRAMP. PARKING LOT SEALING.GEOGRAPHIC COORDINATES LATITUDE 37 16'31" LONGITUDE 85 19'02"AVERAGE DAILY TRAFFIC - 100AVERAGE MAINLINE WIDTH - 18.0FEETCOMPLETION DATE(S) AND LIQUIDATED DAMAGES ESTABLISHED:COMPLETION DATE - October 31, 2007APPLIES TO ENTIRE CONTRACTSEE STANDARD SPECIFICATIONS FOR LIQUIDATED DAMAGES

Taylor CountyCPTL 109 8039Contract ID: 072251Page 5 of 59CONTRACT NOTESPROPOSAL ADDENDAAll addenda to this proposal must be incorporated into the proposal when the bid issubmitted to the Kentucky Department of Highways. Failure to use the correct and mostrecent bid sheet(s) may result in the bid being rejected.BID SUBMITTALBidder must use the Department’s Highway Bid Program available on the Internet website of the Department of Highways, Division of Construction e Bidder must download the bid items created from the web site to prepare a bidproposal for submission to the Department. The bidder must insert the completed biditem sheets printed from the Program into the bidder’s proposal and submit with the diskcreated by said program.JOINT VENTURE BIDDINGJoint Venture bidding is permissible. However, both companies MUST purchase abidding proposal. Either proposal may be submitted but must contain the companynames and signatures of both parties where required. A joint bid bond of 5% may besubmitted for both companies or each company may submit a separate bond of 5%.UNDERGROUND FACILITY DAMAGE PROTECTIONThe contractor is advised that the Underground Facility Damage Protection Act of 1994,became law January 1, 1995. It is the contractor’s responsibility to determine the impactof the act regarding this project, and take all steps necessary to be in compliance with theprovision of the act.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 6 of 59SURFACING AREASTotal parking lot area to be sealed is estimated to be 27,285 square yards.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 7 of 59SPECIAL NOTES FOR GREEN RIVER STATE PARKI.GENERALPerform all work in accordance with the Department's 2004 Standard Specifications,applicable Special Provisions, and Standard and Sepia Drawings except as specified in thesenotes or elsewhere in this proposal. Article references are to the Standard Specifications.Furnish all materials, labor, and equipment for the following work:(1) Maintain and Control Traffic; (2) Joint Sealing; (3) Place Coal Tar EmulsionPavement Seal; and (4) All other work required by the contract.II.MATERIALSThe Department will sample and test all materials according to the Department'sSampling Manual and the materials shall be available for sampling a sufficient time inadvance of the use of the materials to allow for the necessary time for testing unlessotherwise specified in these Notes.A. Maintain and Control Traffic. See Traffic Control Plan.B. Hot Applied Elastomeric Crack Sealant. Furnish hot applied elastomericcrack sealant material compatible with coal tar emulsion pavement seal.C. Coal Tar Emulsion Pavement Seal. See notes for Coal Tar EmulsionPavement Sealing and Spec Data Sheet for Jennite and SealMaster. Apply theseal over the entire area as specified for Moderate Traffic for Jennite or twocoats of SealMaster as directed by the Engineer. The Engineer will determinemethod of application for approved equals.III.CONSTRUCTION METHODSA. Maintain and Control Traffic. See Traffic Control Plan.B. Joint Sealing. Seal cracks greater than 1/8” in width. Thoroughly cleancracks of all vegetation and debris, vertically airblow cracks prior to applyingsealant material.C. On Site Inspection. Each Contractor submitting a bid for this work shall makea thorough inspection of the site prior to submitting his bid and shall thoroughlyfamiliarize himself with existing conditions so that the work can beexpeditiously performed after a contract is awarded. Submission of a bid will beconsidered evidence of this inspection having been made. The Department will

Taylor CountyCPTL 109 8039Contract ID: 072251Page 8 of 59Green River State ParkPage 2 of 3not honor any claims resulting from site conditions.D.Restoration. Any features disturbed by the work or by the Contractor’soperations shall be restored in like kind materials and design as directed by theEngineer.E. Caution. Information shown on the drawings and in this proposal and the typesand quantities of work listed are not to be taken as an accurate or completeevaluation of the material and conditions to be encountered during construction.The bidder must draw his own conclusion as to the conditions encountered. Thedepartment does not give any guarantee as to the accuracy of the data and willnot consider any claim for additional compensation if the conditions encounteredare not in accordance with the information shown.F. Right-of-Way. The limits of the work are within Green River State Park. Limitactivities to the immediate work areas. Materials and equipment may be storedonly at areas approved by the Park Manager and the Engineer.G. Waste. Dispose of all waste and debris outside the Park at sites obtained by theContractor at no cost to the Department.H. Coordination of Work. Coordinate all work on this project with the Parksoperations. Two weeks prior to beginning work, provide a work schedule to theEngineer for approval by the Park Manager and Engineer.I. Utility Clearance. Utility locations are not shown on plans or in the proposalfor this project and have not been located by the Department. Locate allunderground, above ground and overhead utilities prior to beginningconstruction. Be responsible for contacting and maintaining liaison with allutility companies that have utilities located within the project limits. Notifythe Engineer and the utility owner(s) immediately when it is discoveredor anticipated that any utility conflict could delay the Contractor’soperations. Do not disturb existing overhead or underground utilities. Beresponsible for repairing all utility damage that occurs as a result of the workIt is not anticipated that any utility facilities will need to be relocated and/oradjusted; however, in the event that it is discovered that the work does requirethat utilities be relocated and/or adjusted, the utility companies will workconcurrently with the Contractor while relocating their facilities. Workingdays will not be charged for those days on which work on the controlling itemis delayed, as provided in the Specifications. If the total delay exceeds tenworking days, an extension of the specified completion date will be negotiatedwith the Contractor for delay to the Contractor's work; however no extensionwill be granted for any delay caused by the Contractor’s failure to notify theEngineer and/or the utility company as specified above when a conflict isdiscovered or anticipated as specified. Comply with applicable sections ofChapter 107.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 9 of 59Green River State ParkPage 3 of 3IV.METHOD OF MEASUREMENTA. Site Preparation. Other than the bid items listed, site preparation will not bemeasured for payment.B. Maintain and Control Traffic. See Traffic Control Plan.C. Joint Sealing. Joint sealing will be measured in linear feet of cracks filled.D. Coal Tar Emulsion Pavement Seal. Coal Tar Emulsion Pavement Seal will bemeasured in square yards of finished in place area. Laps and waste will not bemeasured for payment.V.BASIS OF PAYMENTA. Site Preparation. Other than the bid items listed, site preparation will not bemeasured for payment, but shall be incidental to the other items of work.B. Maintain and Control Traffic. See Traffic Control Plan.C. Joint Sealing. Payment at the contract price linear foot shall be fullcompensation for all labor, materials, equipment, and incidentals for crackpreparation and sealing.D. Coal Tar emulsion Pavement Seal. Payment at the contract price square yardshall be full compensation for all labor, materials, equipment, and incidentals forsurface preparation and application of the Coal Tar Emulsion Pavement Seal.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 10 of 59SPECIAL NOTES FOR COAL TAR EMULSIONPAVEMENT SEALING SPECIFICATIONPART 1 GENERAL1.01 SECTION INCLUDESA. Engineered resin emulsion sealcoat slurry over new, and or agedasphaltic concrete paving.1.02 RELATED SECTIONSA. . Crack Sealing1.03 REFERENCESA. American Society for Testing and Materials (ASTM)1. C 136 Method of Sieve Analysis of Fine and Coarse Aggregates2. D 2939 Method for Testing Emulsified Bitumens used asProtective Coatings3. D 244 Standard Specification for Emulsified Asphalt4. D 3910 Practices for Design, Testing, and Construction ofSlurry seal1.04 SYSTEM DESCRIPTIONA. Provide two applications of the coating ( emulsion slurry) in all areas.1.05 SUBMITTALSA. Product Data1. Submit manufacturer's printed Product Data Sheet.1.06 QUALITY ASSURANCEA. Certification1. Submit letter from manufacturer stating applicator is theircertified applicator.B. Certificate of Authenticity1. Submit a certificate executed by the manufacturer of thesealer stating the specific product was placed on the pavement.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 11 of 59Coal Tar EmulsionPage 2 of 41.07 PROJECT/SITE CONDITIONSA. ENVIRONMENTAL REQUIREMENTS1. Apply coating when pavement temperature is a least fifty(50) degrees F. and air temperature is fifty (50) degrees F. andrising.2. Apply coating during dry weather and when rain is notanticipated within eight (8) hours after application iscompleted.1.08 WARRANTYA. Prior to final payment, submit two (2) year written dualwarranty by materials manufacturer and contractor.B. Warranty will include statements that warrant performance ofthe coating against flaking, chipping, loss of adhesion or otherabnormal wear.C. In the event of abnormal wear within the warranty periodmanufacturer will supply material and contractor will recoat withspecified material to the affected area at no cost to the owner.PART 2 PRODUCTS2.01 MANUFACTURERA. Neyra Industries, Inc., Cincinnati, Ohio. Jennite , SealMasterIndustries, Inc., Sandusky, Ohio. SealMaster ,1. Materials are listed as a standard of quality.B. No other material will be acceptable unless approved byArchitect/Engineer in writing ten (10) days prior to bid date.2.02 MATERIALSA. Sealer: Jennite , SealMaster , or approved equal.1. A high solids refined mineral colloid emulsioncontaining hot blended high molecular weight nonvulcanized polymer.B. Crack Sealant:1. Hot applied, elastomeric type crack sealantcompatible with pavement coating.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 12 of 59Coal Tar EmulsionPage 3 of 4C. Pavement Primer:1. Acrylic based primer compatible with pavementcoating.D. Oil Spot Primer:1. Water based acrylic oil spot primer compatible withpavement coating.E. Sand: As recommended in printed data sheets by sealermanufacturer.1. Washed dry silica sand free of dust, trash, clay,organic materials or other contaminants.2. Gradation: To have an American Foundry Societygrain fineness number that is no less than fifty (50) andno more than seventy (70), when tested in accordancewith ASTM C 136.F. Mixing Water1. Potable and free from harmful soluble salts.2. Temperature of the water: minimum fifty (50)degrees F.2.03 EQUIPMENTA. Use equipment that keeps the mixture homogeneous at all timesand is capable of applying required coating weights evenly overentire width of application mechanism in order to provide auniformly coated surface.2.04 MIXESA. Add six (6) pounds of sand to the emulsion and mix with powerequipment to a homogeneous condition. ( sand to be added afterwater)B. Add water to the coating mix as required for application not tomanufacturer’s recommendation.PART 3 EXECUTION3.01 EXAMINATIONA. Inspect existing pavement surfaces for conditions and defectsthat will adversely affect quality of work, and which cannot be putinto an acceptable condition through normal preparatory work asspecified.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 13 of 59Coal Tar EmulsionPage 4 of 4B. Do not place coating over unsound oil spots softened by fuel oroil. If this condition exists, notify Architect/Engineer/ owner.C. Starting installation constitutes Contractor's acceptance ofsurface as suitable for installation.SPECIFIER SHOULD SELECT ONE OR BOTH SECTIONS UNDERPREPARATION BASED ON JOB REQUIREMENTS. (AGED/NEW)PAVEMENT3.02 PREPARATION - AGED PAVEMENTA. Crack Sealing: Apply crack sealant as detailed in cracksealingsection.B. Cleaning1. Clean pavement surface prior to applying coating.C. Protection1. Protect adjacent curbs, walks, fences, and other itemsfrom receiving coating.D. Oil Spots1. Clean oil spots and treat with oil spot primer.2. Apply a diluted mixture of one (1) part primer andtwo (2) parts water ate the rate of .03-.06 gallons persquare yard.3.03 APPLICATIONA. Apply all coats uniformly at a rate of 0.14 - 0.17 gallons persquare yard per coat using mixed diluted material.B. Allow each coat to cure sufficiently to take traffic withoutscuffing.C. Allow final coat to cure a minimum of twenty four (24) hoursunder good drying conditions before allowing traffic.3.05 CLEANING AFTER APPLICATIONA. Remove the coating from surfaces other than those requiringcoating.3.06 PROTECTIONA. Barricade coated areas until the coating has dried sufficientlyfor traffic.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 14 of 59

Taylor CountyCPTL 109 8039Contract ID: 072251Page 15 of 59

Taylor CountyCPTL 109 8039Contract ID: 072251Page 16 of 59

Taylor CountyCPTL 109 8039Contract ID: 072251Page 17 of 59

Taylor CountyCPTL 109 8039Contract ID: 072251Page 18 of 59SPECIAL NOTE FOR PROJECT IDENTIFICATION SIGNSWhen directed by the Engineer, install Project Identification Signs furnished by theDepartment at each end of the project. The signs furnished by the Department will beapproximately 44" X 72" or 72” X 120”aluminum sign blanks with standard colorreflective sheeting with the applicable county and project names affixed. The Engineerwill determine the size and location of the signs, if any, to be used on the project(s) at thetime of construction.Pick up the signs to be furnished by the Department at the District Traffic OperationsFacility. Furnish posts and hardware for mounting the signs. Install the signs at locationsdetermined by the Engineer. Maintain the signs during the duration of the project. Uponcompletion of the work, remove the signs and return them to District Traffic OperationsFacility. Retain possession of the posts and hardware.The Department will measure installation of the Project Identification Signs in individualunits, Each. Payment at the contract unit price Each shall be full compensation for alllabor, materials, equipment, and incidentals required for picking up, installing,maintaining, and returning the project identification signs furnished by the Department.Code20588NCPay ItemInstall Project Identification SignsPay UnitEach

Taylor CountyCPTL 109 8039Contract ID: 072251Page 19 of 59TRAFFIC CONTROL PLANTRAFFIC CONTROL GENERALExcept as provided herein, traffic shall be maintained in accordance with the 2004 StandardSpecifications and the Standard Drawings, current editions. Except for the roadway and traffic controlbid items listed, all items of work necessary to maintain and control traffic will be paid at the lumpsum bid price to "Maintain and Control Traffic".Contrary to Section 106.01, traffic control devices used on this project may be new, or used in likenew condition, at the beginning of the work and maintained in like new condition until completion ofthe work.PROJECT PHASING & CONSTRUCTION PROCEDURESNo work will be allowed on the following days and hours:Noon Friday – Sunset SundayMemorial Day WeekendIndependence DayLabor Day WeekendEvery WeekendMay 25-28, 2007July 4, 2007August 31-Sept. 3, 2007At the discretion of the Engineer, additional days and hours may be specified when lane closures willnot be allowed. Two weeks prior to beginning work, provide a proposed work schedule for approvalby the Engineer and Park Manager. The engineer will coordinate the work schedule with the ParkManager to prevent conflicts with Park events.Maintain access to at least 50% of the camping sites at all times during construction. The clear lanewidth shall be 10 Feet. If traffic should be stopped due to construction operations, and a school bus onan official run arrives on the scene, the Contractor shall make provisions for the passage of the bus asquickly as possible.LANE CLOSURESClose sealed areas to traffic for curing according to the manufacturer’s recommendations or as directedby the Engineer. Do not leave lane or parking closures in place during non-working hours.SIGNSContrary to Section 112.04.02 and 112.04.03, Low Shoulder signs will not be measured for payment,but will be incidental to Maintain and Control Traffic. Contrary to section 112.04.02, only long termsigns (signs intended to be continuously in place for more than 3 days) will be measured for payment;short term signs (signs intended to be left in place for 3 days or less) will not be measured for paymentbut will be incidental to Maintain and Control Traffic.

Taylor CountyCPTL 109 8039Contract ID: 072251Page 20 of 59BARRICADESBarricades used in lieu of barrels and cones for channelization or delineation will beincidental to Maintain and Control Traffic according to Section 112.04.01. Barricades usedto protect pavement removal areas will be bid as each according to Section 112.04.05.PAVEMENT EDGE DROP-OFFSA pavement edge between opposing directions of traffic or lanes that traffic is expected tocross in a lane change situation shall not have an elevation difference greater than 1½”.Warning signs (MUTCD W8-9 or W8-9A, or W8-11) shall be placed in advance of and at1500 feet intervals throughout the drop-off area. Dual posting on both sides of the traveledway shall be required. All transverse transitions between newly surfaced pavement and theexisting pavement areas that traffic may cross shall be wedged with asphalt mixture forleveling and wedging. Remove wedges prior to placement of the final s

Pavement Sealing and Spec Data Sheet for Jennite and SealMaster. Apply the seal over the entire area as specified for Moderate Traffic for Jennite or two coats of SealMaster as directed by the Engineer. The Engineer will determine method of application for approved equals. I