INTRODUCTION DESCRIPTION OF WORK

Size: px
Start display at page:

Download "INTRODUCTION DESCRIPTION OF WORK"

Transcription

1

2 INTRODUCTION The following Special Provisions supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction. The Standard Specifications are made a part of this contract. All costs for labor, equipment and materials as required to provide the above specified requirements, shall be incorporated into the bid items provided in the bid proposal. DESCRIPTION OF WORK This Contract provides for the stripping, removal and stockpile of overburden, drilling, blasting, crushing and stockpiling of crushed aggregate to stockpile. All stockpile sites are provided by the County. The following quantities per specification will be stockpiled at the following locations: * County Shop Stockpile Sites, S.E. ¼ of Section 19, T.10N., R.39E., W.M. Item 1 Special Provision Crushed Surfacing Top Course (Modified) 50,000 Tons Item 2 Special Provision 2 Aggregate Base 5,000 Tons * See attached Site Plan Date of Opening Bids: Sealed bids will be received at the following location before the specified time: Columbia County Public Works, PO Box 5, 415 N. Guernsey Ave. Dayton, Washington, until 3:30 P.M., Friday, February 16, Bids delivered in person will be received only at the reception desk. The bid opening date for this project shall be Tuesday, February 20, The bids will be publicly opened and read after 10:00 A.M. on this date at the Board of County Commissioners Office, Columbia County Courthouse located at 341 E. Main St. Dayton, Washington Section is deleted in its entirety SPECIAL PROVISIONS Item No. 1 Crushed Surfacing Top Course (Modified) will conform to the following specification: Los Angeles Wear, 50% max. Degradation Factor 35 min. % Passing % Passing 3/ % Passing # Columbia County 2018 Crushing Contract Page 1 of 7

3 % Passing # % Passing # Sand Equivalent N/A % Fracture on #4 Sieve Minimum 60% Item No. 2 2 Aggregate Base will conform to the following specification: Sales Tax: Permits: Los Angeles Wear 35% max. Degradation Factor 25 min. % Passing 2 ½ 100 % Passing % Passing % Passing # % Passing # % Passing # Sand Equivalent 30 min. % Fracture on #4 Sieve Minimum 60% GENERAL CONTRACTOR NOTES All work under this contract is exempt from state and local sales tax. Sales tax is not to be included in the bid amount. The Contractor is responsible for any and all permits applicable to its operations. Prosecution of Work Contract Time: There is no set number of working days in this contract. All other aspects of Section 1-08 apply except as amend herein. The set time and date of delivery for the materials specified in this contract shall be in place and accepted as to quality and quantity by June 30, Liquidated Damages: The Liquidated Damages Formula, is deleted and replaced with the following: For each day past the set date of delivery, a penalty of $0.05 per Ton per day for undelivered approved material as specified by this Contract will be deducted from money due or coming due to the Contractor. The daily penalty will be applied per the undelivered quantity in stockpile as of 12:00am in the morning of each day penalized. Columbia County 2018 Crushing Contract Page 2 of 7

4 The Engineer will consider, at the request of the Contractor, extensions to the delivery deadline for allowances for days, which prevents satisfactory and timely performance of the work because of weather, conditions caused by weather, or such conditions beyond the control of the Contractor. It is the responsibility of the Contractor to identify such days and to request in writing to the within 3 days of such days for deadline extensions as such conditions dictate. Source of Materials: The County provided quarry site is an extension of Columbia County s Road Department s quarry that lays on the section line between the SE ¼ of 19 and the SW ¼ of 20, T. 10N., R.39E., W.M. being just outside the northeasterly city limits of Dayton, Washington. Mining and Operations (M&O) Plan: The pertinent sections of (2) Rock Cuts and 3-01 Production from Quarry and Pit Sites apply to this project and shall be supplemented as follows: Attached to these specifications is a site plan for the extension of Columbia County s designated quarry. This site plan shows the existing topography and the final configuration of the quarry once fully mined along with buffer zones, access points, quarry boundary roads, aggregate stockpile sites and the overburden stockpile area. The Contractor shall provide the engineer with an M&O Plan for the Engineer s review and approval. Approval of such plan does not relieve the Contractor of clearing, drilling and blasting enough material and or for crushable size to provide for the bid item quantities or quality. Excess material remains the property of Columbia County. The M&O Plan shall adequately show the area to be stripped for removal of overburden and the process and direction to the site plan s overburden stockpile area. Once the overburden has been placed in stockpile the pile shall be contoured and protected as necessary with BMPs, all to be shown and detailed within the M&O Plan containing a Storm Water Pollution Protection Plan for the overburden waste site and all disturbed areas. The M&O Plan shall show the configuration of the site upon completion of operations for this contract that allows access to all benches and shelves for future mining. The southerly perimeter road along the bottom of the hill shall be cleared and reopened by the contractor prior to completion of this contract. Measurement and Payment for the M&O Plan and all the work described in this section shall be incidental to the bid items. Columbia County 2018 Crushing Contract Page 3 of 7

5 Hours of Operation: Crushing may only take place between the hours of 6:00am to 10:00pm. Patit Creek Crossing: The contractor may cross the Patit Creek between the quarry site and the stockpile sites in one of two ways: Haul Bridge: Any upgrades required to the existing haul bridge to meet MSHA requirements shall be the contractor s responsibility. Any upgrades must be approved by the County and will be considered incidental to the bid items. The existing haul bridge is rated for the following allowable loads: AASHTO Type 3 AASHTO Type 3-S2 AASHTO Type 3-3 AASHTO 4 Axle Single Unit SHV (SU4) AASHTO 5 Axle Single Unit SHV (SU5) AASHTO 6 Axle Single Unit SHV (SU6) AASHTO 7 Axle Single Unit SHV (SU7) Komatsu HD325-7R 70 Tons 107 Tons 132 Tons 66 Tons 70 Tons 70 Tons 58 Tons 58 Tons Patit Creek Ford: The county has an existing ford across the Patit Creek that is allowable for use. If the Contractor chooses to use the ford, they shall construct the ford to the following requirements: Along the creek bottom, lay a layer of geotextile to separate the creek bottom from any imported material. Place two 24 culverts on the geotextile for creek flow. Culverts used by the county previously for this purpose are stored adjacent to the ford and are available for the contractor s use. Import pit run material to construct the ford to allow for the movement of the contractor s trucks. The pit run used by the county previously for this purpose is stockpiled adjacent to the ford and is available for the contractors use. Upon completion of hauling operations, remove the ford in a manner that does not damage the culverts or the creek bottom. All work to construct, use, maintain and remove the ford will be the contractor s responsibility and all costs associated are considered incidental to the bid items. Columbia County 2018 Crushing Contract Page 4 of 7

6 Quality Control: It is the Contractor s responsibility to conduct quality control sampling and testing of the material per WSDOT approved test methods before being delivered to stockpile to ensure the material conforms to specifications. Only accepted materials shall be placed into stockpile. The Contractor shall use its own testing laboratory or an independent laboratory for quality control samples. The Contractor s sampling frequency shall be 1 sample for every 1,000 Ton delivered or one per stockpile, whichever is more. The Contractor shall save splits from each quality control sample. At various times throughout production, the County will randomly select quality control split samples for independent assurance testing. The Contractor shall document and hand over to the County all quality control reports. All costs for quality control sampling, testing and reporting as specified above incurred by the Contractor shall be considered incidental to the bid items. Point of Acceptance: All materials produced as specified will be accepted upon Columbia County s receipt of passing quality control tests from the Contractor. No material shall be placed into stockpile until the County has agreed to the suitability of the material per specification. If independent assurance testing shows the material to be out of specification, the County reserves the right to reject any and all material placed into stockpile. Materials in stockpile may also be rejected if the conditions as set forth in Section (6) Construction of Stockpiles or Section Weighing Equipment are not followed. Prevailing Wage Rates: The successful bidder is required to use the wage rates effective at the time of the bid due date for Columbia County. Information and requirements on prevailing wage can be found on the Washington State Labor & Industries website at: Rejection of Bids: The Columbia County Commissioners reserve the right to reject any or all bids. Access to Facilities Columbia County 2018 Crushing Contract Page 5 of 7

7 The Contractor shall allow Columbia County or its agents unrestricted access to its production sites, weighing equipment, haul vehicles, documentation, and/or any other site or place that is pertinent to this Contract. Columbia County 2018 Crushing Contract Page 6 of 7

8 BID PROPOSAL Bids shall be submitted at the Columbia County Public Works office at 415 N. Guernsey Ave., Dayton, Washington no later than 3:30 p.m. on Friday February 16, Bids submitted after the specified date and time will be rejected. Quotes shall be sealed in an envelope marked CRUSHING CONTRACT TO: Board of Columbia County Commissioners The undersigned hereby certifies they have read and thoroughly understand the Request for Bids for the 2018 Crushing Contract which is hereby made a part of this proposal and hereby agree to furnish the following Materials and/or Supplies in accordance with said Request for Bids for the amount shown below: Item No. and Description Quantity Unit Price Total Item Amount 1 Crushed Surfacing Top Course (Modified) 50,000 Tons 2 2 Aggregate Base 5,000 Tons Receipt is hereby acknowledged of addendum(s) No.(s),,. Total Bid Amount $ A proposal guarantee in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below is attached hereto: Cash In the amount of Cashier s Check Dollars Certified Check ($ ) Payable to the Columbia County Treasurer Proposal Bond In the amount of 5% of the bid Contractor s Name: Contractor s Address: Contractor s License Number: Contractor s Signature: Printed Name and Title of Signatory: Dated this day of, 2018 Columbia County 2018 Crushing Contract Page 7 of 7

9