U.S. Department of Transportation
Federal Highway Administration
1200 New Jersey Avenue, SE
Washington, DC 20590
202-366-4000


Skip to content U.S. Department of Transportation/Federal Highway AdministrationU.S. Department of Transportation/Federal Highway Administration

Construction

 

SEP-14 Alternative Contracting

Work Plan Special Experimental Project No. 14 (SEP-14)
Alternative Contracting
Projects: SH 392: I25 to 15th Street – SA# 17138

1. Introduction

The Colorado Department of Transportation (CDOT) submits this work plan for review and approval as Alternate Pavement Type Bidding (APTB) project under the provisions of Special Experimental Project-14 (SEP -14) for the use of innovative contracting practices. The Project in this work plan will consist of highway resurfacing. CDOT uses FHWA's Real Cost life cycle cost analysis (LCCA) probabilistic software to select the most cost effective pavement type. In this plan it is proposed to advertise this project with alternate pavement types having equal design life.

2. Purpose

The proposed alternate pavement type bidding is being considered by CDOT to take advantage of the cost competitive market between flexible and rigid pavements.

With rising costs associated with paving materials and increasing demands on available highway funds there is a challenge to reduce costs, which is pressuring CDOT to actively pursue methods that have the potential to enhance the use of tax dollars. Other states that have used APTB have generally experienced increased competition and a reduction in bid prices on projects where APTB has been utilized.

3. Scope

The scope of this project using this process will include construction of the pavement. The Department has chosen to alternatively bid a Standard Plain Jointed Doweled Portland Cement Concrete Pavement (PCCP) as the rigid option, with new Hot Mix Asphalt (HMA) over Cold in Place Recycling of the existing asphalt as the flexible option. The flexible option was designed using Darwin AASHTO 93. The ridged option is designed using the AASHTO Supplemental Guide. The traffic information was obtained from the Colorado Department of Transportation's Traffic Data website. ESALs were calculated based on a 30 year design for PCCP and a 20 year design for HMA.

The intent of this project is to replace the current failing roadway surface. Construction will comply with CDOT's Standard Specifications for Highway Construction, edition 2005 and current Supplemental Specifications and any special provisions. The pavement will be constructed using CDOT's Quality Control and Quality Acceptance (QC/QA) specifications.

Typical sections and tabulations sheets will be provided in the Plans for rigid and flexible pavements. The contractor will be obligated to construct either the rigid pavement section or the flexible pavement section shown on the plans according to the Standard Specifications.

4. Measurements

CDOT will advertise and solicit bids for this project utilizing its normal bidding process. A pre-bid conference will be held. Prior to the bidding, CDOT will provide the Life Cycle Cost (LCC) adjustment factor value that will be added to the Contractors initial bid price. The LCC adjustment factor will be the difference in future major maintenance and rehabilitation actions between rigid and flexible pavements based on a standard equal life of 40 years. The LCC will be estimated using current costs for the future actions. Future action costs specific to the pavement type will be calculated using CDOT's standard process. The LCC adjustment factor will include a discount rate and will be presented as a present worth value. The successful bidder will be the contractor with the least cost sum of the initial bid cost plus the LCC adjustment factor provided by CDOT.

5. Schedule

  1. 1. CDOT will advertise the project at least 21 days prior to the bid opening date.
  2. 2. CDOT will hold a pre-bid conference.
  3. 3. Bids will be received and read.
  4. 4. CDOT will determine the least cost sum of the initial bid plus the LCC adjustment factor.
  5. 5. CDOT will award the contract to the least cost sum bidder.
  6. 6. A notice to proceed with the contract will be issued by CDOT after the award.

6. Reporting

CDOT will prepare and submit an initial and final report on the project. The initial report will include the paving industries' reaction to the alternate bid type selection process. It will contain the individual bid items, quantity, and cost for the work as well as the life cycle actions and estimated costs. CDOT will prepare and submit a final report at the completion of the project. The evaluation will be prepared cooperatively by Colorado Contractors Association and CDOT Materials and Geotechnical Branch, with input from the CDOT Director of Project Development, and the Contractor as applicable. The final report will contain an overall evaluation of the process along with any suggestions and recommendations for improving the process.

RealCost 2.2 Report (Appendix H)

Updated: 07/25/2017
Federal Highway Administration | 1200 New Jersey Avenue, SE | Washington, DC 20590 | 202-366-4000