County of Ingham. Invitation for Bids Packet # Local and Primary Road Surfacing Program For the Ingham County Road Department

Size: px
Start display at page:

Download "County of Ingham. Invitation for Bids Packet # Local and Primary Road Surfacing Program For the Ingham County Road Department"

Transcription

1 County of Ingham Invitation for Bids Packet # Local and Primary Road Surfacing Program For the Ingham County Road Department Due Date: June 30, 2014, at 10:00 A.M. EDT Sealed Bids shall be delivered to the: Ingham County Purchasing Department P.O. Box E. Maple St. Mason, Michigan Phone: (517) of 124

2 INGHAM COUNTY ROAD DEPARTMENT MASON, MICHIGAN PROPOSAL # LOCAL AND PRIMARY ROAD SURFACING PROGRAM Proposals will be received no later than 10:00 A.M., local time prevailing, on June 30, 2014, at which time they will be opened in public and read aloud in the: Ingham County Purchasing Department Attention: James C. Hudgins, Jr., Director of Purchasing PO Box E. Maple St., Room 203 Mason, Michigan Proposals received at other locations or delivered after the due date and time will not be accepted and will be returned to the proposer. Deliveries - Should you decide to utilize an express delivery service, please note that we are located at the intersection of Maple Street and Jefferson Street. Special Accommodations - If you are an individual with a disability and require a reasonable accommodation, please notify the Purchasing Department at (517) , three (3) working days prior to need. Time is of the essence and any Bid or addenda pertaining thereto received after the announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the bidders for ensuring that their Bids are time stamped by the Purchasing Department. Bids and/or any addenda pertaining thereto received after the announced time and date of receipt, by mail or otherwise, will be returned to the bidder. However, nothing in this IFB precludes the County from requesting additional information at any time during the procurement process. By submittal of this proposal: It is established that the undersigned has examined the proposal, specifications, special provisions, and the location of the work described herein and is fully informed as to the nature of the work and the conditions relating to its performance. The undersigned also understands that the quantities shown in the proposal are approximate and are subject to either increase or decrease. The undersigned understands that Ingham County Road Department crews may perform certain work items herein provided and delete these items from this proposal if such is advantageous to Ingham County Road Department. The undersigned hereby proposes to furnish all necessary equipment, tools, special apparatus needed for construction, labor to perform all work, and furnish all the materials for the unit prices named in the itemized bid. All work specified herein and shown on the plans, if any, shall be performed in strict accordance with the provisions of 2 of 124

3 this proposal and the requirements of the Michigan Department of Transportation 2003 Standard Specifications for Construction, unless noted otherwise. The undersigned further proposes to do such extra work as may be authorized by the Ingham County Road Department; prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon, in writing, before said extra work is begun. No pre-bid meeting is scheduled. OWNER County of Ingham 121 E. Maple St. Mason, Michigan PRE-BID MEETING PRE-OPENING INQUIRES AND RESPONSE Any explanation desired by a bidder regarding the meaning or interpretation of this IFB and attachments must be requested to the Ingham County Purchasing Department, attention James C. Hudgins, Jr. at jhudgins@ingham.org. The deadline for submitting final questions is 3:00 P.M. on June 23, REGISTERING AS A VENDOR WITH INGHAM COUNTY Proposers who have not registered their company with the County should do so by visiting or by calling the Purchasing Department at (517) for assistance. Vendors registering to provide goods and services to Ingham County under contract shall certify to their knowledge of the County's Equal Opportunity Employment/Nondiscrimination Policy, and of their agreement to comply, and shall disclose any conclusive findings of violations of Federal, State, or local equal opportunity statutes, ordinances, rules/regulations, or policies within the past three (3) years. EQUAL OPPORTUNITY AND NON-DISCRIMINATION The Bidder who is selected as the Contractor, as required by law, and/or the Equal Opportunity Employment and Non-Discrimination Policy of Ingham County, Resolution , shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privilege of employment, or a matter directly or indirectly related to employment because of race, color, religion, sex, sexual orientation, gender identity, national origin, disability, height, weight, marital status, age or political affiliation (except where age, sex or lack of disability constitutes a bona fide occupational qualification.) 3 of 124

4 The Contractor shall adhere to all applicable Federal, State and local laws, ordinances, rules and regulations prohibiting discrimination, including, but not limited to, the following: a) The Elliott-Larsen Civil Rights Act, 1976 PA 453, as amended. b) The Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended. c) Section 504 of the Federal Rehabilitation Act of 1973, P.L , 87 Stat. 394, as amended, and regulations promulgated there under. d) The Americans with Disabilities Act of 1990, P.L , 104 Stat 328 (42 USCA et seq), as amended, and regulations promulgated there under. Breach of this section shall be regarded as a material breach of the agreement. Bidders shall disclose with their Bids any conclusive findings of violations of federal, state, or local equal opportunity statues, ordinances, rules, regulations, or policies within the past three (3) years. WORKPLACE DIVERSITY Ingham County encourages, but in no way requires, its vendors to develop and maintain a diverse workforce that is reflective of the population of Ingham County. According to the U.S. Census Bureau, the statistics of Ingham County's population in 2010 was comprised of the following: a) White persons 76.2% b) Black or African American persons 11.8% c) American Indian and Alaska Native persons 0.6% d) Asian persons 5.2% e) Native Hawaiian and other Pacific Islander 0.1% f) Persons of Hispanic or Latino origin 7.3% Ingham County tracks vendor diversity information for statistical purposes with companies with which it does business. Reporting of this information to the County is optional and not all companies participate. Statistical information regarding workplace diversity is submitted to the County in a separate sealed envelope containing the notation STATISTICAL INFORMATION-NOT TO BE OPENED UNTIL AFTER THE AWARD OF THE CONTRACT. Upon receipt of these separate sealed envelopes, the Purchasing Department segregates the envelopes from the other proposal documentation. The envelopes containing the statistical information are not opened until the award of the contract, and are not considered, in any way, in the award of any contract. ADDENDUM(S) If it becomes necessary to revise any part of this RFP or if additional data is necessary to enable an exact interpretation of provisions of this RFP, an addendum will be issued to all vendors known to have received a Bid. It is the responsibility of the bidder to ensure that he/she has received and signed all addendums prior to submitting a Bid. No oral explanation or instruction of any kind or nature whatsoever given before the award of a 4 of 124

5 contract to a bidder shall be binding. INDEPENDENT PRICE DETERMINATION (NON-COLLUSION) By submission of a Bid, the bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, that in connection with this Bid: a) The prices of the Bid have been arrived at independently without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other offer or with any competitor; b) Unless otherwise required by law, the prices which have been quoted in the Bid have not been knowingly disclosed by the bidder and will not be knowingly disclosed by the bidder to any competitor; c) No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition; and, d) The price quoted is not higher than that given to the general public for the same service. Pursuant to the requirements of Act No. 57, Public Acts of the State of Michigan of 1998, as amended, all construction contracts with compensation in excess of $75,000 shall observe the following provisions: If there is a subsurface or latent physical condition differing materially from those conditions indicated in the proposal, or if there is an unknown physical condition of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the work of the type and character provided for in the proposal, the Contractor, upon discovery, shall promptly notify the Ingham County Road Department of the condition in writing. The Ingham County Road Department, after receipt of the Contractor s written notification, shall investigate the condition and determine if the conditions do differ materially and will cause an increase or decrease in costs or time to perform the work. The Road Department s determination shall be submitted to the Contractor, in written form. After which, an equitable adjustment shall be made to the contract. The Contractor may not make a claim for additional costs or time because of the physical condition unless the Contractor has complied with the above notification requirements. The Contractor may not make a claim for contract adjustments after receipt of final payment. RIGHT OF REJECTION Ingham County reserves the right to reject any or all responses to this IFB, to waive any informalities or minor irregularities in responses, and/or to negotiate the terms and conditions of all or any part of the responses as determined to be in the County's best interests in its sole discretion. The performance of work under this agreement may be terminated by the Ingham County Road Department in whole or in part whenever, for any reason, the Ingham County Road Department determines that said termination is in its best interest. 5 of 124

6 Any such termination shall be instituted by delivery to the Contractor of a written "Notice of Termination" specifying the extent to which performance of the work under the agreement is terminated and the date on which such termination becomes effective. The Contractor shall be paid for work performed to the date of termination. Contractor shall not be entitled to any compensation for lost or anticipated profits for work not performed. INSTRUCTION TO BIDDERS Bidders are required to submit an original (clearly marked) along with three (3) copies by the date, time, and place designated above. Proposals must be submitted in a sealed, opaque envelope or package and be clearly marked on the outside Packet #82-14 Ingham County 2014 Local and Primary Road Surfacing Program. Be sure to include the name of your firm on the outside of the envelope or package. Responses to this solicitation should be concise and must include all the requested information. Bidders shall complete and include with their submittals the following enclosed items: Proposal Form Cost Forms (6 Items I through VI) Addenda Form Legal Status of Bidder Form Non-Collusion Form Certificate Of Compliance With Public Act 517 Of 2012 Form References Form Signature Form The Statistical Questionnaire Form is strictly optional. 1. Bidders shall submit their completed bid on the forms provided herein (Bidder s Information page through the Statistical Questionnaire page of this IFB). No substitutes will be accepted. 2. Bidders may bid on whichever of the Township Project Items in the bid documents below they choose to bid on. Bidders must however provide unit prices for all work items shown under the given Township Project Item in order for the bid to be accepted. Each Township Project Item will be treated as a separate bid. Therefore, if awarded, each Township Project Item will be awarded separately to the lowest qualified bidder for the given Township Project Item or to the bidder who in the opinion of the Road Department it is in the best interest of the Road Department to award the bid. The Road Department reserves the right to not award any one or all of the Township Project Items. 3. Bid Guarantee - Each bid must be accompanied by a bid guarantee in an amount equal to five percent (5%) of the total bid amount. Guarantee shall be in the form of a bid bond executed by an approved surety company, made payable to the County of Ingham. Bid guarantee shall run for a period of not less than ninety (90) days. 6 of 124

7 4. All inquiries concerning the proposal for this project are to be directed to: William Conklin, P.E. Managing Director (517) fax (517) phone SIGNATURES All bids, notifications, claims and statements must be signed as follows: 1. Corporations: Signature of official shall be accompanied by a certified copy of the Resolution of the Board of Directors authorizing the official signing to bind the corporation. 2. Partnerships: Signature of one partner shall be accompanied by a certified copy of the Power of Attorney authorizing the individual signing to bind all partners. If bid is signed by all partners, no authorization for signature is required. 3. Individual: No authorization for signature is needed. All names must be typed or printed below the signature. Each signature must be witnessed. PAYMENT OF PREVAILING WAGES In accordance with Resolution , adopted by the Ingham County Board of Commissioners, it is the policy of Ingham County to require the payment of prevailing wages on any construction contract exceeding $10,000 as determined by using the wage guidelines promulgated by the U.S. Secretary of Labor pursuant to the Davis- Bacon Act. The most current Prevailing Wage Determinations are attached. The Contractor is required to submit certified payrolls for all periods worked on said project to the Purchasing Department, 121 E. Maple St., Mason, MI 48854, Attention: James C. Hudgins, Jr., Director of Purchasing. Payment shall not be made until such time that the Director has reviewed the certified payrolls. Additionally, the following procedures will be required: a) Contractor shall submit to the Purchasing Department before commencing work a list of all his/her Subcontractors. b) It is the responsibility of the Contractor to notify its Subcontractors that said project requires the payment of prevailing wages. It is also the responsibility of the Contractor to supply its Subcontractors with the prevailing wage rate schedule that is included in this solicitation. c) Prevailing wage rates shall be conspicuously posted at the jobsite. 7 of 124

8 d) Contractor shall not use independent contractors. All persons performing construction trade work under this contract shall be employees of the Contractor or employees of the Subcontractor(s). e) Prevailing wage compliance will be monitored by the Ingham County Purchasing Department and Michigan Fair Contracting Center (MFCC). f) Compliance monitors will conduct brief interviews with workers throughout the duration of said project. g) Workers will be informed of the prevailing wage rates during the interview. Workers will be asked if they are receiving the correct pay, fringe benefits, and overtime as required by the County. h) Workers may be asked to show the compliance monitor a paycheck stub on a periodic basis to verify fringe benefit breakdowns and the actual rate of pay received by the worker, including overtime, if applicable. i) Where applicable, the Contractor shall provide the appropriate ratio of journeymen to apprentice workers as determined by the U.S. Department of Labor, Bureau of Apprenticeship and Training. The ratio will be monitored through worker interviews. Workers may be asked to provide their apprentice or journeymen cards to verify their status. j) Where apprentices are employed, the Contractor and Subcontractors shall provide the appropriate apprentice level on the certified payroll form, WH-347. k) When requested by the County, the Contractor and Subcontractors shall submit a detail breakdown of all fringe benefits paid to their employees for all work on County construction projects. BONDING REQUIREMENTS Any bid that is in excess of $50,000.00, if awarded, will be required to provide 100 percent (100%) of the contract amount coverage in Performance Bond and Payment Bond as required by Public Act 1963, No The bond must be with surety companies satisfactory to Ingham County and who are listed in the Federal Register as published by the U.S. Department of Treasury under the most recently revised Circular 570. In addition, each surety company shall be admitted and licensed to do business in the State of Michigan by the Michigan Department of Labor and Economic Growth Office of Finance and Insurance and have a minimum A.M. Best Company's Insurance Report Rating of A or A- (Excellent). a) Performance Bond - The Contractor, as Principal, shall furnish a Surety Bond in form acceptable to the County of Ingham in an amount at least equal to onehundred (100%) percent of the contract amount as security for faithful performance of this contract. The County of Ingham shall be obligee under said bond. The bond shall guarantee the faithful performance and shall indemnify and save harmless the obligee from all costs and damages by reason of the 8 of 124

9 Principal s failure to perform in accordance with the contract provisions. The contract, by reference, shall be an integral part of the bond. Said bond shall be with a surety company licensed and admitted to do business in the State of Michigan. The Surety shall be acceptable to the County of Ingham. b) Payment Bond - The Contractor, as Principal, shall furnish a Surety Bond in form acceptable to the County of Ingham in an amount at least equal to onehundred (100%) percent of the contract amount as security for the prompt payment to all persons supplying labor and material in the performance of all work under said contract, and any and all authorized modifications under this contract. The contract, by reference, shall be an integral part of this bond. Said bond shall be with a Surety licensed and admitted to do business in the State of Michigan. The Surety shall be acceptable to the County of Ingham. c) Performance and Payments Bonds shall be submitted to the Ingham County Purchasing Department, Attention: Mr. James C. Hudgins, Jr., Director of Purchasing, at least ten (10) days prior to the commencement of work covered under the contract. d) Additional or Substitute Bond - If at any time the County of Ingham, for a justifiable cause, shall become dissatisfied with any Sureties pursuant to the Performance or Payment Bonds, the Contractor shall within five (5) days after such notice from the County of Ingham to do so, substitute an acceptable bond(s) in such forms and sum and signed by such other Surety as may be satisfactory to the County of Ingham. The Contractor shall pay the premiums on such bond(s). No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished such an acceptable bond to the County of Ingham. A. GENERAL CONDITIONS 1. GENERAL The following General Conditions apply to all Township Project Items in this proposal. The Contractor will provide the Ingham County Road Department with names and emergency telephone number of its employees and subcontractors in charge of insuring an efficient and safe Construction Influence Area and work zone. All work will be done in a workmanlike manner and is subject to inspection by the Ingham County Road Department. Final payment will not be made unless the work zone is left in a condition acceptable to the Ingham County Road Department. 2. INDEMNIFICATION, DAMAGE LIABILITY AND INSURANCE The Contractor shall comply with the following: 9 of 124

10 A. Indemnification and Hold Harmless. The Bidder who is selected as the Contractor shall, at its own expense, protect, defend, indemnify, save and hold harmless the County of Ingham and its elected and appointed officers, employees, servants and agents from all claims, damages, lawsuits, costs and expenses including, but not limited to, all costs from administrative proceedings, court costs and attorney fees that the County of Ingham and its elected and appointed officers, employees, servants and agents may incur as a result of the acts, omissions or negligence of the Contractor or its employees, servants, agents or Subcontractors that may arise out of the agreement. The Contractor s indemnification responsibility under this section shall include the sum of damages, costs and expenses which are in excess of the sum of damages, costs and expenses which are paid out in behalf of or reimbursed to the County, its officers, employees, servants and agents by the insurance coverage obtained and/or maintained by the Contractor. B. Insurance Requirements. The Contractor, and any and all of his/her subcontractors, shall not commence work under this contract until they have obtained the insurance required under this paragraph and subsequent contract. All coverages shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to the County of Ingham and rated A by the A.M. Best Company ( Worker's Compensation Insurance: The Contractor shall procure and maintain during the life of this contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with all applicable Statutes of the State of Michigan. Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $3,000,000 per occurrence and $3,000,000 aggregate for Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent, if not already included; (E) Deletion of all Explosion, Collapse, and Underground (XCU) Exclusions, if applicable; (F) Per contract aggregate. Motor Vehicle Liability Insurance: The Contractor shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including applicable No-Fault coverages, with limits of liability of not less than $3,000,000 per occurrence and $3,000,000 aggregate for Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. 10 of 124

11 Additional Insured: Commercial General Liability and Vehicle Liability, as described above, shall include an endorsement stating the following shall be Additional Insureds: The County of Ingham, including all elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and their board members, including employees, and volunteers thereof. The coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Additional Insureds, whether other available coverage is primary, contributing or excess. Cancellation Notice: All insurances described above shall include an endorsement stating the following: It is understood and agreed that thirty (30) days advanced written notice of cancellation, nonrenewal, reduction and/or material change shall be sent to: Ingham County Purchasing Department, P.O. Box 319, Mason, Michigan Proof of Insurance: The Contractor shall provide the County of Ingham at the time the contracts are returned by him/her for execution, two (2) copies of aforementioned Certificates of Insurance and/ Policies, acceptable to the County. If so requested, certified copies of all policies will be furnished. Contractor shall provide the County evidence that all subcontractors are included under the Contractor s policy. If any of the above coverages expire during the term of this contract, the Contractor shall deliver renewal certificates and/or policies to the County of Ingham at least ten (10) days prior to the expiration date. 3. SCHEDULE OF WORK AND COORDINATION Work is not to proceed until the contractor receives a Notice to Proceed from the Ingham County Road Department. This proposal was prepared and bids will be received before all the funding for the work has been secured from the Township(s). The Notice to Proceed for the individual bid items will not be issued until funding has been secured. The Ingham County Road Department cannot predict when the work can start, nor ensure that all of the work, contained herein, will be authorized to be performed. The Contractor should not expect to start work immediately after the bid opening. The completion date for all the proposed work is October 3, A preconstruction meeting may be conducted to discuss all construction details, including but not limited to, truck haul routes, traffic maintenance, and work progress schedule. The Road Department shall be notified 72 hours in advance of the start of all work activities. 11 of 124

12 The Contractor shall give Road Department s project manager minimum 48 hours notice prior to planned paving when an aggregate or pulverized base is ready for paving so that inspector can check the aggregate base for compliance with specifications including but not limited to line, grade, cross-slope, density, weak areas, etc. Paving shall not proceed until any deficiencies have been corrected as directed by the project manager or inspector. The contract will not be executed until furnishing of the required performance and mechanics lien bonds, general liability insurance certificate, worker's compensation insurance certificate, and progress schedule. For this proposal, the word s work days or working day shall be defined as Monday through Friday and the words calendar days or calendar day shall be defined as Sunday through Saturday. 4. SCOPE OF WORK This project consists of furnishing all necessary equipment, tools, special apparatus needed for construction, labor to perform all work, and materials for the work described herein, generally described but not limited to, concrete curb & gutter replacement, ADA sidewalk ramp upgrades, cold-milling HMA surface removal, HMA base crushing and shaping, hot-in-place-hma-recycling, HMA paving, ultra-thin HMA overlay and/or HMA resurfacing, on various roadways located in Meridian and Lansing Townships, Ingham County, Michigan. All work shall be performed according to the Michigan Department of Transportation 2012 Standard Specifications for Construction except as otherwise specified herein. 5. SUBCONTRACTING Prior to naming a subcontractor for any of the items, the principal contractor must assure himself that each prospective subcontractor meets the following conditions: the subcontractor must have sufficient equipment, work force and supervision to complete the designated or specialty items to be subcontracted within the specified time limit, and meets with the approval of the Ingham County Road Department. 6. ADVANCED PUBLIC NOTICE The Road Department or Township(s) will direct mail notices giving general project information to all abutting property owners on the roads to be paved at the start of the project once the Contractor s detailed schedule is known. These notices will also request residents to refrain from parking on the project streets for the duration of the project per the start and end dates provided by the Contractor. On all residential streets where on-street parking normally occurs, it is recommended, but will not be required, that the Contractor also temporarily post signs of sufficient size and number to be noticed and seen reading NO Parking / Next 24 Hours / Street to be Paved or similar message a minimum of 24 hours prior to paving the given street to remind residents not to park immediately ahead of planned paving operations. 12 of 124

13 The contractor shall be responsible for any and all extra cost incurred for downtime of equipment, personnel, materials, subcontractors, or any other items related to the work, due to vehicle parking blockages. Specified work items shall not be omitted around parked vehicles. 7. APPLICABLE LAW AND VENUE Any agreement resulting from this IFB shall be construed according to the laws of the State of Michigan. The County and Contractor agree that the venue for any legal action under this agreement shall be the County of Ingham, State of Michigan. In the event that any action is brought under any agreement resulting from the IFB in Federal Court, the venue for such action shall be the Federal Judicial District of Michigan, Western District - Southern Division. 8. COMPLIANCE WITH THE LAW Contractor shall render the services to be provided pursuant to this agreement in compliance with all applicable Federal, State, and local laws, ordinances, rules, and regulations. 9. INDEPENDENT CONTRACTOR The Bidder who is selected as the Contractor shall be an independent Contractor. The employees, servants and agents of the Contractor shall not be deemed to be and shall not hold themselves out as employees, servants, or agents of the County and shall not be entitled to any fringe benefits received by the County s personnel, such as, but not limited to, health and accident insurance, life insurance, longevity or paid sick or vacation leave. The Contractor shall be responsible for paying all compensation to its personnel for services they have performed under this Contract and for withholding and payment of all applicable taxes to the proper Federal, State and local governments. 10. MEASUREMENT AND PAYMENT All General Condition items given above will be not be paid for separately, but shall be assumed to be included in the total cost of the contract. 13 of 124

14 B. SPECIAL PROVISIONS The following Special Provisions shall apply as required per the work items listed in the various Township projects. 1. HMA APPLICATION ESTIMATE (See Special Provision #16 For Hma Ultra-Thin Overlay; See Special Provision #27 For High RAP Content (HRC) HMA Mixtures And Crumb Rubber Modified High RAP Content (CR-HRC) HMA Mixtures) Description Placement of hot mix asphalt (HMA) pavements shall be in accordance with Section 501 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as otherwise specified herein. Refer to the description of work for each project item contained on the itemized bid form for the mixture designation and rate of application for the HMA overlays. The Contractor will be responsible for preparing surfaces prior to HMA placement. During late season paving, the Contractor should be prepared to sweep/blow off fallen leaves prior to paving. The HMA bond coat material shall be SS-1h. The application rate on existing or between courses that have been open to traffic shall be 0.10 to 0.15 gallon per square yard as directed by the Engineer. The Contractor shall submit a complete mix design for Ingham County Road Department approval, which has been prepared by a testing laboratory approved by the Ingham County Road Department. Except where otherwise specified and for HMA Ultra-thin items (see separate specification later in this proposal), the HMA mixture for both leveling and topping shall be 13A in accordance with MDOT Special Provision 03SP501(H), Marshall Hot Mix Asphalt Mixture, or its current successor, which is incorporated herein by reference. Cost for the mix design will be the Contractor's responsibility. HMA, 13A materials shall use a mix design having a target air void of 4.00%. Asphalt binder performance grade shall be PG Quality control shall be the Contractor's responsibility. The owner will randomly sample the mixture for extraction tests at a minimum rate of 1 per 600 ton lot. Results of the tests shall be reported to the Engineer within 72 hours of completion. Unit prices may be adjusted based upon the asphalt binder content using the following table: % Within the JMF Unit Price Adjustment 0.30 Bid Price % Deduct 0.51 or Greater Possible removal, resurfacing or adjustments - to be determined by the Engineer. Driveway tabs overlaying a paved approach shall extend from the edge of the roadway pavement, into the approach a minimum of 1 foot per inch of overlay thickness or as 14 of 124

15 directed by the Engineer. All existing pavement shall be tacked prior to placement of driveway tabs. Paving in all driveways shall be in such a manner as to avoid ponding of water. Additional HMA material is included on the bid sheets as HMA mixture, 13A Approach, when paving within driveways is required. Paving in side street approaches is included in and shall be paid for as the mainline paving pay items. For the proper placement of the HMA mixture, certain roads listed in this proposal may require HMA mixture, 13A leveling. Roads where significant leveling is required, a separate bid item and a quantity will be included on the bid form. Leveling locations and the nature of the work shall be discussed, at least 24 hours, prior to performance of the work. If required, the Engineer will mark the leveling locations, on each roadway prior, to the performance of the work. The leveling shall be placed where directed by the Engineer and shall not have a yield greater than 200 lbs per square yard per course and may zero out to match the existing HMA surface, unless otherwise specified in the work item description, or typical cross section(s). The thickness required for leveling may vary from location to location on each roadway. If approved by the Engineer, leveling may be performed the same day as the final paving or up to (7) seven calendar days prior to final paving. If the time period between placement of leveling and the final paving exceeds (7) seven calendar days, the Contractor shall erect Rough Road signs (W8-8), at no cost to the Owner, at each end and at each intersection within the leveled area. Rough road sign locations shall be approved by the Engineer. If the leveling work results in a driveway drop-off greater than 4-inches at the edge of the roadway, make-up gravel or RAP from crushing and shaping shall be placed to bring the gravel driveway up to the leveled surface elevation within one day. Payment for the make-up gravel is included in the quantities for HMA Crushing and Shaping and/or Class III Shoulders as provided on the road items listed later in this proposal. The Engineer may direct placement of additional topping material with and as part of the top course to provide minor leveling. Such additional top course material will be paid for at the unit price for the top course material. Paving thicknesses and application rates shall be as specified for each road listed later in this proposal. Measurement and Payment Payment shall be made at the contract unit price per ton for HMA, 13A Topping; HMA, 13A, Leveling; and HMA, 13A Approach. The HMA used in intersections and driveway tabs shall be measured and paid for as the HMA placed with the mainline (HMA, 13A Topping). The HMA mixture used outside of driveway tabs shall be measured and paid for as HMA, 13A Approach. 15 of 124

16 MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR MARSHALL HOT MIX ASPHALT MIXTURE C&T:JWB 1 of 2 C&T:APPR:EHR:CJB: FHWA:APPR: a. Description. Furnish hot mix asphalt (HMA) mixture, designed using Marshall Mixture Design Methods, in accordance with the standard specifications except as modified by this special provision. b. Mix Design. Submit the mix design for evaluation in accordance with the Department s HMA Production Manual. Use a 50 blow Marshall hammer when compacting mixtures for developing Marshall mix designs. c. Recycled Mixtures. Substituting reclaimed asphalt pavement (RAP) for a portion of the new material required to produce HMA mixture is allowed provided that the mixture is designed and produced to meet all criteria specified herein, unless otherwise prohibited. RAP materials must be in accordance with the standard specifications. d. Materials. Table 1 provides the mix design criteria and volumetric properties. Table 2 provides the required aggregate properties. Use aggregates of the highest quality available to meet the minimum specifications. Use the mixture designation number shown in the contract item name when determining mix design properties from Tables 1 and 2. e. Measurement and Payment. The completed work, as described, will be measured and paid for at the contract unit price using the following pay item: Pay Item Pay Unit HMA, (type)... Ton Table 1: Mix Design Criteria and Volumetric Properties Mixture No. 2C 3C 4C 13A 36A Target Air Void, % (a) VMA (min) (b) VFA Fines to Binder Ratio (max) (c) Flow (0.01 inch) Stability (min), lbs a. Lower target air voids by 1.00% if used in a separate shoulder paving operation. Consider reducing air void targets to 3.00% for lower traffic volume roadways when designing 13A and 36A mixtures for local agency use. b. VMA calculated using Gsb of the combined aggregates. c. Ratio of the weight of aggregate passing the No. 200 sieve to total asphalt binder content by weight; including fines and binder contributed by RAP. 16 of 124

17 12SP501(F) C&T:JWB 2 of /2 inch 100 Table 2: Aggregate Properties Mixture No. 1 inch C 3C 4C 13A 36A Percent Passing Indicated Sieve or Property Limit 3/4 inch 90 max /2 inch 78 max. 90 max /8 inch 70 max. 77 max. 90 max No max. 57 max. 67 max No No max. 33 max. 37 max No max. 25 max. 27 max No max. 19 max. 20 max No max. 15 max. 15 max No Crushed (min), % (MTM 117) Soft Particle (max), % (a) Angularity Index (min) (b) L.A. Abrasion (max), % loss (c) Sand Ratio (max) (d) a. The sum of the shale, siltstone, structurally weak, and clay-ironstone particles must not exceed 8.0 percent for aggregates used in top course. The sum of the shale, siltstone, structurally weak, and clay-ironstone particles must not exceed 12.0 percent for aggregates used in base and leveling courses. b. The fine aggregate angularity of blended aggregates, determined by MTM 118, must meet the minimum requirement. In mixtures containing RAP, the required minimum fine aggregate angularity must be met by the virgin material. NAA fine aggregate angularity must be reported for information only and must include the fine material contributed by RAP if present in the mixture. c. Los Angeles abrasion maximum loss must be met for the composite mixture, however, each individual aggregate must be less than 50 d. Sand ratio for 13A and 36A no more than 50% of the material passing the No. 4 sieve is allowed to pass the No. 30 Sieve. 17 of 124

18 2. ADJUSTING MONUMENT BOXES AND WATER VALVES Description Monument boxes, which do not require replacement, shall be adjusted to grade with adjustment rings provided by the Ingham County Road Department. Water valves shall be adjusted, as determined by the Engineer, by saw cutting or jack hammering around the structure and manually raising the collar and hand patching the pavement around the valve. As determined by the Engineer, water valves may be adjusted using proper adjustment rings supplied by the contractor. Adjustments shall be performed no earlier than (7) seven calendar days prior to final paving. Measurement and Payment Payment for adjusting monument boxes, and water valves using contractor supplied or Ingham County Road Department supplied adjustment rings shall be included in the unit price for HMA Mixture Placement. Payment for manually adjusting utility valves shall include any necessary temporary lowering and will be made at the contract unit price for each utility valve manually adjusted. HMA hand patching described above shall be included in the unit price for Adjust Utility Valve Box. 3. RECONSTRUCT MONUMENT BOXES Description This work shall consist of removing existing damaged monument boxes or removing pavement around existing survey markers without monument boxes and installing new monument boxes. New Monument box castings are to be provided by the Ingham County Road Department. An authorized representative of the Ingham County Road Department s Engineering Department shall determine the locations of the reconstructed monument boxes. The representative shall be present during all excavation near the monuments and survey markers. The existing pavement at or near the monument box shall be removed neatly by a saw or jack hammer. Once the monument or survey marker has been uncovered, the area cleaned of loose debris, and subgrade properly compacted the new monument box may be placed. Care shall be taken by the Contractor to make sure that the finished monument box elevation is flush with the finished pavement elevation. Reconstructed monument boxes that are more that ½ inch above or below the finished pavement surface, as determined by the Engineer, shall be removed and replaced at no cost to the owner. Once the new monument box is placed, the pavement surrounding the box shall be hand patched with HMA mixture and properly compacted in preparation of the mainline paving. Measurement and Payment Payment shall be made at the contract unit price for each monument box reconstructed. HMA hand patching described above shall be included in this unit price. 18 of 124

19 4. ADJUSTMENT OF MANHOLE AND CATCH BASIN CASTINGS Description Adjustment of manhole and catch basin castings shall be in accordance with Section 403 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein. This work will include removal of existing casting, and if necessary temporary lowering of the structure, and placing an adequate plate as temporary cover to be temporarily buried to permit milling, recycling and/or crush and shape operations over the structure. Contractor is responsible to stake location of temporarily lowered and buried structures and to find such structures for final adjustment. The contractor will be responsible to obtain complete, accurate and up to date plans from the municipality s public utility department to locate all manhole structures in the roadway to be treated. Contractor is advised some manhole covers may be buried under the pavement. Contractor shall be responsible to locate any and all manholes including those that may be buried. Concrete adjustment rings must be used, bricks will not be allowed. Preformed butyl rope gaskets, approved by the Engineer, will be used between adjustment rings on all sanitary manhole castings. Care shall be taken by the Contractor to make sure that the finished manhole casting elevation is flush with the finished pavement elevation and have the proper cross-slope. Adjusted manhole castings that are more than ½ inch above or below the finished pavement surface or than have improper cross-slope, as determined by the Engineer, shall be removed and replaced at no cost to the owner. Adjustment of Manhole and Catch Basin Castings shall include the removal and replacement of adequate curb and gutter and/or pavement to adjust the casting to match the proposed pavement elevation. Adjust the existing casting with concrete adjustment rings and/or by removing existing brick and block as needed. If directed by the Engineer, the casting shall be replaced with a new casting approved by the structure owner (Township, Drain Office, etc.). The disturbed area of pavement shall be hand patched to match the existing or leveling course grades and thickness prior to the final paving, and all disturbed greenbelt shall be restored as per the restoration in these specifications. All castings must be adjusted to final grade BEFORE FINAL PAVING IS TO PROCEED, UNLESS OTHERWISE APPROVED BY THE ENGINEER. Adjustment to all castings shall be performed no more than (7) seven calendar days before final paving unless approved by the Engineer. Failure to place top course of asphalt to the same elevations as the top of adjusted castings within the (7) seven calendar days shall result in a penalty of $1000 per calendar day until the driving surface is placed to match the adjusted casting elevations. 19 of 124

20 The Contractor shall prevent or subsequently remove any debris that falls to the bottom of manholes as result of construction activities or movement of machinery. Debris shall be removed from the manhole bottom within 48 hours of the final adjustment. Measurement and Payment Payment for Adjust Castings shall be made at the contract unit price for each manhole or catch basin casting adjusted per Section 403 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein. Temporary lowering, paid for separately, is required for crush and shape operations; temporary lowering is contractor s choice for milling and hot recycling operations see next paragraph. Case 1 shall be as defined by the MDOT 2012 Standard Specifications for Construction to include pavement and curb and gutter removal. Curb and/or gutter replacement and greenbelt restoration behind the new curb and/or gutter shall be paid for separately as provided under those pay items. New castings will be paid for separately as provided under the Special Provision for New Castings. Case 2 shall be for castings in existing greenbelt areas. When existing manhole covers and/or monument and/or valve boxes are to be matched at their existing elevation by proposed pavement, and the item is not called out for adjustment or reconstruction, any milling or hot recycling at or around such cover or box shall be accomplished by the contractor s choice of either completely milling or recycling to the required depth around the cover of box, or temporarily lowering the cover or box and then adjusting back to proper elevation to match proposed finished pavement surface prior to placing top course per the specifications herein for manhole cover or box adjustment. Cost of either option shall be included in the pay item for the type of milling or hot recycling specified and will not be paid for separately. 5. RECONSTRUCTION OF MANHOLE AND CATCH BASIN STRUCTURES Description Reconstruction of manhole and catch basin structures shall be in accordance with Section 403 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as herein specified. The Contractor and Engineer shall inspect structures together. The Contractor shall reconstruct structures as directed by the Engineer. Reconstruction of manhole structures shall be performed using precast concrete barrel sections whenever possible. Use adjusting rings or block as directed by the Engineer. Preformed butyl rope gaskets may be required between barrel sections, adjustment rings, and the casting on sanitary manholes, depending on the structure owner s (Township, Drain Office, etc.) requirements. If directed by the Engineer, the casting shall be replaced with a new casting approved by the structure owner (Township, Drain Office, etc.). The disturbed area of pavement shall be hand patched to match the existing or leveling course grades and thickness prior to the final paving, and all disturbed greenbelt shall be restored as per the restoration in these specifications. 20 of 124

21 Care shall be taken by the Contractor to make sure that the finished manhole casting elevation is flush with the finished pavement elevation and have the proper cross-slope. Adjusted manhole castings that are more that ½ inch above or below the finished pavement surface or that have improper cross-slope, as determined by the Engineer, shall be removed and replaced at no cost to the owner. All castings must be adjusted to final grade, no more than (7) seven calendar days before final paving is to proceed, unless specifically approved by the Engineer. Failure to place HMA mixture flush with the adjusted castings, within (7) seven calendar days, shall result in a penalty of $100 per structure for every calendar day thereafter, to be assessed to the contractor until the work is completed and approved by the Engineer. The Contractor shall prevent or subsequently remove any debris that falls to the bottom of manholes as a result of construction activities or movement of machinery. Debris shall be removed from the manhole bottom within 48 hours of the final adjustment. Measurement and Payment Payment for Reconstruction of Manhole and Catch Basin Structures shall be made at the contract unit price per vertical foot of structure reconstructed measured from the bottom of the casting at its final elevation to bottom limit of reconstruction for each structure reconstructed. Casting adjustment per Special Provision 4 is included as part of Reconstruction of Manhole and Catch Basin Structures and will not be paid for separately. The pay item for Reconstruction of Manhole or Catch Basin Structures shall include all labor, equipment and material for removal of pavement, reconstructing and adjusting the structure, and hand patching as necessary. Curb and gutter removal and replacement and greenbelt restoration behind the new curb and gutter shall be paid for separately as provided under those pay items. New castings will be paid for separately as provided under the Special Provision for New Castings. 6. NEW CASTINGS Description New castings for manholes and catch basins shall be provided and installed when and as directed by the Engineer and shall be in accordance with Section 403 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein. Some utility owners may provide the new castings without charge to the contractor. Measurement and Payment New castings supplied by the contractor will be measured and paid for by each per Section 403 of the Michigan Department of Transportation 2012 Standard Specifications for Construction. The contractor will not be paid for new castings supplied by the utility owner. The labor, equipment and material to install new castings including any new castings supplied by the utility owner is included in either Reconstruction of Manhole and Catch Basin Structures or Adjustment of Manhole and Catch Basin Castings and will not be paid for separately. 21 of 124

22 7. COLD MILLING HMA SURFACE Description Cold Milling of the HMA surface shall be in accordance with Section 501 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein. This work shall consist of cold milling as follows: Type 1 Type 2 Type 3 A depth of 0-1½" by 6' along curb and gutter of roads. A depth of 0-2" by 20' to 50 as directed by the project manager for transverse butt joints at termini match-lines. A uniform depth as specified for the given road item by the area described on the same item. When existing manhole covers and/or monument and/or valve boxes are to be matched at their existing elevation by proposed pavement, and the item is not called out for adjustment or reconstruction, any milling at or around such cover or box shall be accomplished by the contractor s choice of either completely milling to the required depth around the cover of box or temporarily lowering the cover or box and then adjusting back to proper elevation to match proposed finished pavement surface prior to placing top course per the specifications herein for manhole cover or box adjustment. Cost of either option shall be included in pay item for type of milling specified and will not be paid for separately. Where the specified or directed cold milling depth removes the existing HMA surface entirely, condition existing aggregate base according to Section 302 prior to paving. The cold millings from the project shall become the property of the Ingham County Road Department. The millings shall be removed and the site swept, to the satisfaction of the Engineer, at the end of each workday. The Contractor shall deliver salvaged millings to the nearest Ingham County Road Department maintenance garage OR when specified, to the location shown in the work item description. The maintenance garage locations are as follows: Eastern Garage Metro Garage Western Garage 1335 E. Howell Road 5613 S. Aurelius Road 301 Bush Street Williamston, MI Lansing, MI Mason, MI Measurement and Payment The completed work for cold milling HMA surface of the type called for on the individual road items listed later in this proposal shall be measured and payment made at the contract unit price per square yard. Aggregate Base Conditioning will be measured by the square yard and paid for to the limits of directed work. 22 of 124

23 8. CLASS III SHOULDERS Description Placement of Class III Shoulders shall be in accordance with Section 307 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein. Place Class III Shoulders as shown in typical sections or otherwise as directed by the Engineer within (5) five calendar days after placement of the HMA top course, unless otherwise approved by the Engineer. Failure to place Shoulder material, as directed, within (5) five calendar days shall result in a penalty of $1000 for every calendar day thereafter, to be assessed to the contractor until the work is completed and approved by the Engineer. If placement of HMA mixture results in a driveway drop-off greater than 4 at the edge of the roadway. Place Class III Shoulder material to bring gravel driveways up to the paved surface elevation within (3) three calendar days. At the discretion of the Engineer, a penalty of $100 per driveway for every calendar day thereafter may be assessed until the work is completed and approved by the Engineer. The Shoulder material shall extend into the existing driveways enough to provide a proper slope for the owner to gain smooth access to their property. Before compacting, the Contractor shall insure that the shoulder aggregate has the proper moisture content to obtain maximum density and hand rake the aggregate so that the aggregate shoulder blends smoothly into adjacent lawn areas. Measurement and Payment The completed work for Class III Shoulders shall be measured and payment made at the contract unit price per ton or by the square yard as provided in the individual project item bid forms below. 9. RESTORATION Description Restoration shall be in accordance with Section 816 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein. This work shall consist of backfilling trenches, placing 3" of topsoil, or grading up topsoil rolled out from trenching or other excavation items as approved by the Engineer, applying class A seed at 250 lbs per acre, fertilizing at 240 lbs per acre and mulching at 3 tons per acre behind all new concrete curb and gutter, adjacent to newly paved shoulders, along new sidewalk, and where directed by the Engineer. Measurement and Payment The completed work for restoration shall be measured and paid for at the contract unit price per square yard. Restoration will not be paid for separately when included in another item of work such as for Replace Curb and Gutter, Sidewalk, Conc, _ inch, and Sidewalk Ramp, ADA, Modified. 23 of 124

24 10. TEMPORARY PAVEMENT MARKING For all new pavements which are not painted immediately after placement, as determined by the Engineer, 4 inch wide removable (MDOT Type R) pavement marking 2 feet in length in accordance with Section 812 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as specified herein, shall be placed at intervals of 50 feet to delineate lane lines and centerlines. Temporary pavement markings shall have the proper color and configuration, in accordance with the current edition of the Michigan Manual of Uniform Traffic Control Devices, and as directed by the Engineer. 11. MAINTAINING TRAFFIC General Traffic shall be maintained at all times during construction in accordance with 812 of the Michigan Department of Transportation 2012 Standard Specifications for Highway Construction, and, as herein specified and per the MDOT Maintaining Traffic Typicals and Special Provision 12SP812(B) provided below. On two-way, two-lane roads, a flagging operation may be required to maintain traffic flow. The Contractor shall coordinate their work with Ingham County Road Department crews or their agents that need to work within the Construction Influence Area (C.I.A.). The contractor shall avoid conflicts in maintaining traffic operations, signing and the orderly progress of the other Ingham County Road Department work. All traffic control devices and their placement shall be in accordance with requirements of the current edition of the Michigan Manual of Uniform Traffic Control Devices (MMUTCD), as specified in the plans and/or the proposal, and as required by Michigan Compiled Laws MCL d (Work Zones), MCL b (Andy s Law), and MCL (Speed Limitations). Construction Influence Area (C.I.A.) The Construction Influence Area (C.I.A.) shall consist of the width of the existing or proposed right of way from a point 300 feet before the project point of beginning (POB) to a point 300 feet after the point of ending (POE). The C.I.A. shall also extend 300 feet in each direction along all intersecting roads within the project. Traffic Control Devices All signs, barricades and other traffic control devices shall be in accordance with the current edition of the Michigan Manual of Uniform Traffic Control Devices. Signing for a lane and shoulder closures shall be in accordance with the attached MDOT Maintaining Traffic Typicals. The lighted arrow panels, signs including posts or movable frames, Traffic Regulator Control, channeling devices, and warning lights shall conform to standards contained in the current edition of the Michigan Manual of Uniform Traffic Control Devices. Sign spacing may be modified on some roadway sections upon approval of the Engineer. 24 of 124

25 Measurement and Payment Payment for Maintaining Traffic shall be included in the unit price for the work item being performed, except where contract items include specific traffic control pay items. Typical Maintaining Traffic Figures On following pages: 25 of 124

26 12SP812(B) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR WORK ZONE SIGNING ON LOCAL AGENCY PROJECTS OPR:MWB 1 of 3 C&T:APPR:MSBJKG: FHWA:APPR: a. Description. In addition to all other maintaining traffic signs required on this project, place work zone signing in accordance to the MDOT Traffic and Safety Maintaining Traffic Typical(s) contained in the proposal, except as modified herein. On all Advance Signing Treatment... Maintaining Traffic Typicals (M M0080): Replace the R5-18b sign INJURE/KILL A WORKER $ YEARS sign with the R5-18bLA INJURE/KILL A WORKER // FINE - $ 7500 // JAIL - 15 YRS sign, as detailed in the attached graphics. Delete the R5-18 TRAFFIC FINES DOUBLED IN WORK ZONES sign or the R5-18a TO PROTECT HIGHWAY WORKERS FINES DOUBLED IN WORK ZONES sign, along with the prescribed D spacing distance. On all other Typical Temporary Traffic Control... Maintaining Traffic Typicals (M0110 et. al.): Replace the R5-18c WORK ZONE BEGINS sign with the R5-18cLA WORK ZONE BEGINS // TRAFFIC FINES DOUBLED sign, as detailed in the attached graphics. Place the G20-1 ROAD WORK NEXT MILES sign and the G20-2 END ROAD WORK sign in accordance to the appropriate MDOT Traffic and Safety Maintaining Traffic Typical. Place all other work zone signing in accordance to the project plans and specifications, including the appropriate MDOT Traffic and Safety Maintaining Traffic Typicals. Place all work zone signing in accordance to the standard specifications. b. Measurement and Payment. Quantities for Local Agency work zone signs will be included in the plan quantities for the pay items Sign, Type B, Temp, Furn and Sign, Type B, Temp, Oper or Sign, Type B, Temp, Prismatic, Furn and Sign, Type B, Temp, Prismatic, Oper. Payment for the signs will be made at the contract unit prices. 26 of 124

27 12SP812(B) OPR:MWB 2 of All dimensions in inches. - Not to Scale. R5-18bLA 27 of 124

28 12SP812(B) OPR:MWB 3 of All dimensions in inches - Not to scale R5-18cLA 28 of 124

29 29 of 124

30 30 of 124

31 SIGN PLACEMENT IS THE SAME FOR BOTH DIRECTIONS SHOULDER END ROAD WORK G20-2 D 2D PROJECT LIMITS WORK ZONE PROJECT LIMITS REMAINING SEQUENCE SIGNING PER APPROPRIATE TYPICAL D TO PROTECT HIGHWAY WORKERS FINES DOUBLED IN WORK ZONES R5-18a INJURE/ KILL A WORKER $ YEARS D R5-18b ROAD WORK SHOULDER AHEAD W20-1 TYPICAL ADVANCE SIGNING TREATMENT FOR LONG, SIGN = 68 ft2 - TYPE B FOR ONE DIRECTION OF TRAFFIC W20-1 QUANTITY INCLUDED WITH APPROPRIATE TYPICAL FOR SEQUENCE SIGNING NOT TO SCALE Michigan Department of Transportation TRAFFIC AND SAFETY MAINTAINING TRAFFIC TYPICAL DRAWN BY: 31 of 124 CHECKED BY: CON:AE:djf OCTOBER 2011 BMM:CRB PLAN DATE: INTERMEDIATE AND SHORT TERM STATIONARY WORK ZONE OPERATIONS OF LESS THAN TWO MILES IN LENGTH WHERE TRAFFIC CONTROL DEVICES MAY REMAIN AT END OF WORK DAY ON AN UNDIVIDED TWO-WAY ROADWAY M0040a FILE: PW RD/TS/Typicals/Signs/MT NON FWY/M0040a.dgn REV. 10/13/2011 SHEET 1 OF 2

32 NOTES 30. THE APPROPRIATE ADVANCE SIGNING SEQUENCE(S), (M0030a THROUGH M0080a) SHALL BE USED ON ALL PROJECTS. 32. THESE SIGNS SHALL BE LEFT IN PLACE AT THEIR PRESCRIBED LOCATIONS FOR THE DURATION OF THE PROJECT AND UNTIL ALL TEMPORARY TRAFFIC CONTROL HAS BEEN REMOVED. 35. THESE SIGNS ARE INTENDED TO BE USED WITHIN THE LIMITS OF THE TEMPORARY SEQUENCE SIGNING AS IS SHOWN ON 1 0F 2. THESE SIGNS ARE NOT TO BE INTERMINGLED WITH ANY OTHER TEMPORARY SEQUENCE SIGNING EXCEPT AS SHOWN. SIGN SIZES G " x 24" R5-18a - 96" x 60" R5-18b - 48" x 60" W " x 48" Michigan Department of Transportation TRAFFIC AND SAFETY MAINTAINING TRAFFIC TYPICAL TYPICAL ADVANCE SIGNING TREATMENT FOR LONG, INTERMEDIATE AND SHORT TERM STATIONARY WORK ZONE OPERATIONS OF LESS THAN TWO MILES IN LENGTH WHERE TRAFFIC CONTROL DEVICES MAY REMAIN AT END OF WORK DAY ON AN UNDIVIDED TWO-WAY ROADWAY NOT TO SCALE DRAWN BY: 32 of 124 CHECKED BY: CON:AE:djf OCTOBER 2011 BMM:CRB PLAN DATE: M0040a FILE: PW RD/TS/Typicals/Signs/MT NON FWY/M0040a.dgn REV. 10/13/2011 SHEET 2 OF 2

33 ROAD WORK ZONE BEGINS R5-18c WORK AHEAD W20-1 SPEED D D END ROAD WORK PLACE THIS SIGN ALONG WITH THE ADVANCE WORK ZONE SIGNING AS DEPICTED ON THE APPROPRIATE TYPICAL M0030a-M0080a. SPEED LIMIT LIMIT LEGEND REFLECTS SPEED LIMIT X X X X BEYOND WORK AREA. R2-1 D D R2-1 SPEED LIMIT X X R2-1 WORK AREA VARIES SPEED LIMIT X X R2-1 PLACE THROUGHOUT WORK AREA AS INDICATED IN THE NOTES. PLACE THROUGHOUT WORK AREA AS INDICATED AND AFTER ALL MAJOR B CROSSROADS IF PERMANENT SIGNS ARE NOT IN PLACE. 1/3 D L SPEED LIMIT D X X WORK R2-1 ZONE BEGINS END ROAD WORK D R5-18c RIGHT PLACE THIS SIGN ALONG WITH THE SHOULDER ADVANCE WORK ZONE SIGNING AS DEPICTED ON THE APPROPRIATE TYPICAL M0030a-M0080a. SHOULDER SHOULDER D REDUCED CLOSED AHEAD NEXT W21-5b KEY SPEED ZONE AHEAD MILES CHANNELIZING DEVICES D W20-1a LIGHTED ARROW PANEL W3-5b (CAUTION MODE) ROAD TRAFFIC FLOW WORK AHEAD USE THE "NEXT MILES" SIGN WHEN SHOULDER CLOSURE EXCEEDS 1 MILE IN LENGTH TTCO REQUIRED THIS DIRECTION W20-1 REFLECTS EXISTING SPEED LIMIT SIGN = 172 ft2 - TYPE B W/PLAQUE = 184 ft2 - TYPE B PLUS ADDITIONAL R2-1 s THROUGHOUT WORK AREA Michigan Department of Transportation TRAFFIC AND SAFETY MAINTAINING TRAFFIC TYPICAL TYPICAL TEMPORARY TRAFFIC CONTROL FOR A SHOULDER CLOSURE ON A TWO LANE TWO-WAY ROADWAY USING A SINGLE STEP DOWN IN SPEED LIMIT IN ONE DIRECTION ONLY NOT TO SCALE DRAWN BY: 33 of 124 CHECKED BY: CON:AE:djf OCTOBER 2011 BMM:CRB PLAN DATE: M0120a FILE: PW RD/TS/Typicals/Signs/MT NON FWY/M0120a.dgn REV. 10/04/2011 SHEET 1 OF 2

34 NOTES 1. D = DISTANCE BETWEEN TRAFFIC CONTROL DEVICES 1/3 L = MINIMUM LENGTH OF TAPER B = LENGTH OF LONGITUDINAL BUFFER SEE M0020a FOR "D," "L," AND "B" VALUES 2. ALL NON-APPLICABLE SIGNING WITHIN THE CIA SHALL BE MODIFIED TO FIT CONDITIONS, COVERED OR REMOVED. 3. DISTANCES BETWEEN SIGNS, THE VALUES FOR WHICH ARE SHOWN IN TABLE D, ARE APPROXIMATE AND MAY NEED ADJUSTING AS DIRECTED BY THE ENGINEER. 3A. THE "WORK ZONE BEGINS" (R5-18c) SIGN SHALL BE USED ONLY IN THE INITIAL SIGNING SEQUENCE IN THE WORK ZONE. SUBSEQUENT SEQUENCES IN THE SAME WORK ZONE SHALL OMIT THIS SIGN AND THE QUANTITIES SHALL BE ADJUSTED APPROPRIATELY. 4E. THE MAXIMUM RECOMMENDED DISTANCE(S) BETWEEN CHANNELIZING DEVICES SHOULD BE EQUAL IN FEET TO THE POSTED SPEED IN MILES PER HOUR ON TAPER(S) AND TWICE THE POSTED SPEED IN THE PARALLEL AREA(S). 5. FOR OVERNIGHT CLOSURES, TYPE III BARRICADES SHALL BE LIGHTED. 6. WHEN CALLED FOR IN THE FHWA ACCEPTANCE LETTER FOR THE SIGN SYSTEM SELECTED, THE TYPE A WARNING FLASHER, SHOWN ON THE WARNING SIGNS, SHALL BE POSITIONED ON THE SIDE OF THE SIGN NEAREST THE ROADWAY. 7. ALL TEMPORARY SIGNS, TYPE III BARRICADES, THEIR SUPPORT SYSTEMS AND LIGHTING REQUIREMENTS SHALL MEET NCHRP 350 CRASHWORTHLY REQUIREMENTS STIPULATED IN THE CURRENT EDITION OF THE MICHIGAN MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, THE CURRENT EDITION OF THE STANDARD SPECIFICATIONS FOR CONSTRUCTION, THE STANDARD PLANS AND APPLICABLE SPECIAL PROVISIONS. ONLY DESIGNS AND MATERIALS APPROVED BY MDOT WILL BE ALLOWED. 8. WHEN BUFFER AREAS ARE ESTABLISHED, THERE SHALL BE NO EQUIPMENT OR MATERIALS STORED OR WORK CONDUCTED IN THE BUFFER AREA. 16A. ADDITIONAL SPEED LIMIT SIGNS REFLECTING THE REDUCED SPEED SHALL BE PLACED AFTER EACH MAJOR CROSSROAD THAT INTERSECTS THE WORK AREA WHERE THE REDUCED SPEED IS IN EFFECT, AND AT INTERVALS ALONG THE ROADWAY SUCH THAT NO SPEED LIMIT SIGNS REFLECTING THE REDUCED SPEED ARE MORE THAN TWO MILES APART. 16B. WHEN REDUCED SPEED LIMITS ARE UTILIZED IN THE WORK AREA, ADDITIONAL SPEED LIMIT SIGNS RETURNING TRAFFIC TO ITS NORMAL SPEED SHALL BE PLACED BEYOND THE LIMITS OF THE REDUCED SPEED AS INDICATED. 16E. WHEN EXISTING SPEED LIMITS ARE REDUCED MORE THAN 10 MPH, THE SPEED LIMIT SHALL BE STEPPED DOWN IN NO MORE THAN 10 MPH INCREMENTS. 29A. THE TYPE OF REFLECTIVE SHEETING USED FOR THE W20-1a PLAQUE SHALL BE THE SAME AS THE TYPE USED FOR THE PARENT SIGN. SIGN SIZES DIAMOND WARNING - 48" x 48" W20-1a PLAQUE - 48" x 36" R2-1 REGULATORY - 48" x 60" R5-18c REGULATORY - 48" x 48" Michigan Department of Transportation TRAFFIC AND SAFETY MAINTAINING TRAFFIC TYPICAL TYPICAL TEMPORARY TRAFFIC CONTROL FOR A SHOULDER CLOSURE ON A TWO LANE TWO-WAY ROADWAY USING A SINGLE STEP DOWN IN SPEED LIMIT IN ONE DIRECTION ONLY NOT TO SCALE DRAWN BY: 34 of 124 CHECKED BY: CON:AE:djf OCTOBER 2011 BMM:CRB PLAN DATE: M0120a FILE: PW RD/TS/Typicals/Signs/MT NON FWY/M0120a.dgn REV. 10/04/2011 SHEET 2 OF 2

35 ROAD WORK AHEAD BE PREPARED TO STOP W3-4 WORK ZONE BEGINS REDUCED ONE LANE SPEED ZONE W20-1 ROAD AHEAD AHEAD W3-5b W20-4 W20-7a D D D D D SPEED LIMIT X X R2-1 R5-18c 100 ft TO 200 ft D SPEED LIMIT X X END R2-1 SPEED ROAD WORK PLACE THROUGHOUT WORK AREA AS INDICATED IN THE NOTES. D LIMIT X X R2-1 PLACE THIS SIGN ALONG WITH THE ADVANCE WORK ZONE SIGNING AS DEPICTED ON THE APPROPRIATE TYPICAL M0030a-M0080a. WORK AREA VARIES SPEED LIMIT X X PLACE THROUGHOUT WORK AREA AS INDICATED IN THE NOTES. R2-1 SPEED LIMIT 100 X X R2-1 KEY 50 ft TO 100 ft MAXIMUM TRAFFIC REGULATOR CHANNELIZING DEVICES SPEED LIMIT X X D R2-1 END ROAD WORK PLACE THIS SIGN ALONG WITH THE ADVANCE WORK ZONE SIGNING AS DEPICTED ON THE APPROPRIATE TYPICAL M0030a-M0080a. SHOULDER SHOULDER D D D D D D WORK ZONE BEGINS R5-18c W20-7a ONE LANE ROAD AHEAD W20-4 ROAD BE PREPARED TO STOP W3-4 REDUCED SPEED ZONE AHEAD W3-5b Michigan Department of Transportation TRAFFIC AND SAFETY LIGHTED ARROW PANEL (CAUTION MODE) TRAFFIC FLOW LEGEND REFLECTS SPEED LIMIT BEYOND WORK AREA SIGN = 272 ft2 - TYPE B PLUS ADDITIONAL R2-1 s THROUGHOUT WORK AREA TYPICAL TEMPORARY TRAFFIC CONTROL FOR A TWO-LANE TWO-WAY ROADWAY WHERE ONE LANE IS CLOSED UTILIZING TRAFFIC WORK AHEAD MAINTAINING TRAFFIC REGULATORS AND USING A SINGLE STEP TYPICAL DOWN IN SPEED LIMIT W20-1 NOT TO SCALE DRAWN BY: 35 of 124 CHECKED BY: CON:AE:djf OCTOBER 2011 BMM:CRB PLAN DATE: M0150a FILE: PW RD/TS/Typicals/Signs/MT NON FWY/M0150a.dgn REV. 10/04/2011 SHEET 1 OF 2

36 1H. D = DISTANCE BETWEEN TRAFFIC CONTROL DEVICES AND LENGTH OF LONGITUDINAL BUFFERS NOTES SEE M0020a FOR "D" VALUES. 2. ALL NON-APPLICABLE SIGNING WITHIN THE CIA SHALL BE MODIFIED TO FIT CONDITIONS, COVERED OR REMOVED. 3. DISTANCES BETWEEN SIGNS, THE VALUES FOR WHICH ARE SHOWN IN TABLE D, ARE APPROXIMATE AND MAY NEED ADJUSTING AS DIRECTED BY THE ENGINEER. 3A. THE "WORK ZONE BEGINS" (R5-18c) SIGN SHALL BE USED ONLY IN THE INITIAL SIGNING SEQUENCE IN THE WORK ZONE. SUBSEQUENT SEQUENCES IN THE SAME WORK ZONE SHALL OMIT THIS SIGN AND THE QUANTITIES SHALL BE ADJUSTED APPROPRIATELY. 4A. THE MAXIMUM RECOMMENDED DISTANCE(S) BETWEEN CHANNELIZING DEVICES IN THE TAPER AREA(S) SHOULD BE 15 FEET AND SHOULD BE EQUAL IN FEET TO TWICE THE POSTED SPEED IN MILES PER HOUR IN THE PARALLEL AREA(S). 5. FOR OVERNIGHT CLOSURES, TYPE III BARRICADES SHALL BE LIGHTED. 6. WHEN CALLED FOR IN THE FHWA ACCEPTANCE LETTER FOR THE SIGN SYSTEM SELECTED, THE TYPE A WARNING FLASHER, SHOWN ON THE WARNING SIGNS, SHALL BE POSITIONED ON THE SIDE OF THE SIGN NEAREST THE ROADWAY. 7. ALL TEMPORARY SIGNS, TYPE III BARRICADES, THEIR SUPPORT SYSTEMS AND LIGHTING REQUIREMENTS SHALL MEET NCHRP 350 CRASHWORTHLY REQUIREMENTS STIPULATED IN THE CURRENT EDITION OF THE MICHIGAN MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, THE CURRENT EDITION OF THE STANDARD SPECIFICATIONS FOR CONSTRUCTION, THE STANDARD PLANS AND APPLICABLE SPECIAL PROVISIONS. ONLY DESIGNS AND MATERIALS APPROVED BY MDOT WILL BE ALLOWED. 9. ALL TRAFFIC REGULATORS SHALL BE PROPERLY TRAINED AND SUPERVISED. 9A. IN ANY OPERATION INVOLVING MORE THAN ONE TRAFFIC REGULATOR, ONE PERSON SHOULD BE DESIGNATED AS HEAD TRAFFIC REGULATOR. 10. ALL TRAFFIC REGULATORS CONDUCT, THEIR EQUIPMENT, AND TRAFFIC REGULATING PROCEDURES SHALL CONFORM TO THE CURRENT EDITION OF THE MICHIGAN MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MMUTCD) AND THE CURRENT EDITION OF THE MDOT HANDBOOK ENTITLED "TRAFFIC REGULATORS INSTRUCTION MANUAL." 11. WHEN TRAFFIC REGULATING IS ALLOWED DURING THE HOURS OF DARKNESS, APPROPRIATE LIGHTING SHALL BE PROVIDED TO SUFFICIENTLY ILLUMINATE THE TRAFFIC REGULATOR S STATIONS. 12E. THE MAXIMUM DISTANCE BETWEEN THE TRAFFIC REGULATORS SHALL BE NO MORE THAN 2 MILES IN LENGTH UNLESS RESTRICTED FURTHER IN THE SPECIAL PROVISIONS FOR MAINTAINING TRAFFIC. ALL SEQUENCES OF MORE THAN 2 MILES IN LENGTH WILL REQUIRE WRITTEN PERMISSION FROM THE ENGINEER BEFORE PROCEEDING. 13. WHEN INTERSECTING ROADS OR SIGNIFICANT TRAFFIC GENERATORS (SHOPPING CENTERS, MOBILE HOME PARKS, ETC.) OCCUR WITHIN THE ONE-LANE TWO-WAY OPERATION, INTERMEDIATE TRAFFIC REGULATORS AND APPROPRIATE SIGNING SHALL BE PLACED AT THESE LOCATIONS. 14. ADDITIONAL SIGNING AND/OR ELONGATED SIGNING SEQUENCES SHOULD BE USED WHEN TRAFFIC VOLUMES ARE SIGNIFICANT ENOUGH TO CREATE BACKUPS BEYOND THE W3-4 SIGNS. 15. THE HAND HELD (PADDLE) SIGNS REQUIRED BY THE MMUTCD TO CONTROL TRAFFIC WILL BE PAID FOR AS PART OF FLAG CONTROL. 16A. ADDITIONAL SPEED LIMIT SIGNS REFLECTING THE REDUCED SPEED SHALL BE PLACED AFTER EACH MAJOR CROSSROAD THAT INTERSECTS THE WORK AREA WHERE THE REDUCED SPEED IS IN EFFECT, AND AT INTERVALS ALONG THE ROADWAY SUCH THAT NO SPEED LIMIT SIGNS REFLECTING THE REDUCED SPEED ARE MORE THAN TWO MILES APART. 16B. WHEN REDUCED SPEED LIMITS ARE UTILIZED IN THE WORK AREA, ADDITIONAL SPEED LIMIT SIGNS RETURNING TRAFFIC TO ITS NORMAL SPEED SHALL BE PLACED BEYOND THE LIMITS OF THE REDUCED SPEED AS INDICATED. 16E. WHEN EXISTING SPEED LIMITS ARE REDUCED MORE THAN 10 MPH, THE SPEED LIMIT SHALL BE STEPPED DOWN IN NO MORE THAN 10 MPH INCREMENTS. 28E. THE TRAFFIC REGULATORS SHOULD BE POSITIONED AT OR NEAR THE SIDE OF THE ROAD SO THAT THEY ARE SEEN CLEARLY AT A MINIMUM DISTANCE OF 500 FEET. THIS MAY REQUIRE EXTENDING THE BEGINNING OF THE LANE CLOSURE TO OVERCOME VIEWING PROBLEMS CAUSED BY HILLS AND CURVES. TYPICAL TEMPORARY TRAFFIC CONTROL FOR SIGN SIZES Michigan Department of Transportation TRAFFIC AND SAFETY A TWO-LANE TWO-WAY ROADWAY WHERE ONE LANE IS CLOSED UTILIZING TRAFFIC DIAMOND WARNING - 48" x 48" RECTANGULAR REGULATORY - 48" x 60" R5-18c REGULATORY - 48" x 48" NOT TO SCALE MAINTAINING TRAFFIC REGULATORS AND USING A SINGLE STEP TYPICAL DOWN IN SPEED LIMIT DRAWN BY: 36 of 124 CHECKED BY: CON:AE:djf OCTOBER 2011 BMM:CRB PLAN DATE: M0150a FILE: PW RD/TS/Typicals/Signs/MT NON FWY/M0150a.dgn REV. 10/04/2011 SHEET 2 OF 2

37 ROAD WORK AHEAD D PLACE THIS SIGN ALONG WITH THE CENTER LANE W20-1 ADVANCE WORK ZONE SIGNING AS CLOSED AHEAD W20-5a (MODIFIED) WORK ZONE BEGINS D D SHOULDER SHOULDER END ROAD WORK DEPICTED ON THE APPROPRIATE TYPICAL M0030a-M0050a. SPEED SPEED R5-18c LIMIT LEGEND REFLECTS SPEED LIMIT X X R2-1 NO SPEED REDUCTION THIS DIRECTION 1/3 L SPEED LIMIT X X R2-1 PLACE THROUGHOUT WORK AREA AS INDICATED AND AFTER ALL MAJOR CROSSROADS IF PERMANENT SIGNS ARE NOT IN PLACE. 1/2 L W1-6 END D D D D D D B D D X X R2-1 W1-6 1/2 L 1/2 D WORK AREA VARIES LIMIT BEYOND WORK AREA W1-4 SPEED LIMIT X X R2-1 PLACE THROUGHOUT W ORK AREA AS INDICATED IN THE NOTES. 1/2 L 1/3 L SPEED LIMIT X X WORK R2-1 ZONE BEGINS R5-18c REDUCED W1-4 SPEED ZONE AHEAD ROAD WORK W3-5b SHOULDER SHOULDER ROAD WORK PLACE THIS SIGN ALONG WITH THE AHEAD ADVANCE WORK ZONE SIGNING AS DEPICTED ON THE APPROPRIATE W20-1 TYPICAL M0030a-M0050a. KEY CHANNELIZING DEVICES LIGHTED ARROW PANEL (CAUTION MODE) MAXIMUM 10MPH SPEED TRAFFIC FLOW REDUCTION THIS DIRECTION REFLECTS EXISTING SPEED LIMIT TYPICAL TEMPORARY TRAFFIC CONTROL FOR SIGN = 200 ft2 - TYPE B PLUS ADDITIONAL R2-1 s THROUGHOUT WORK AREA Michigan Department of Transportation TRAFFIC AND SAFETY MAINTAINING TRAFFIC TYPICAL CLOSING ONE LANE OF A THREE LANE ROADWAY WITH CLFLTO AND SHIFTING ONE THROUGH LANE INTO THE CLFLTO USING A SINGLE STEP DOWN IN SPEED LIMIT IN ONE DIRECTION ONLY NOT TO SCALE DRAWN BY: 37 of 124 CHECKED BY: CON:AE:DJF BMM:CRB PLAN DATE: OCTOBER 2011 SHEET M0232a FILE: PW: RD/T&S/Typicals/Signs/MT/MT NonFwy/M0232a REV. 10/18/ OF 2

38 NOTES 1F. D = DISTANCE BETWEEN TRAFFIC CONTROL DEVICES 1/2 L, AND 1/3 L = MINIMUM LENGTH OF TAPER B = LENGTH OF LONGITUDINAL BUFFER SEE M0020a FOR "D," "L," AND "B" VALUES 2. ALL NON-APPLICABLE SIGNING WITHIN THE CIA SHALL BE MODIFIED TO FIT CONDITIONS, COVERED OR REMOVED. 3. DISTANCES BETWEEN SIGNS, THE VALUES FOR WHICH ARE SHOWN IN TABLE D, ARE APPROXIMATE AND MAY NEED ADJUSTING AS DIRECTED BY THE ENGINEER. 3A. THE "WORK ZONE BEGINS" (R5-18c) SIGN SHALL BE USED ONLY IN THE INITIAL SIGNING SEQUENCE IN THE WORK ZONE. SUBSEQUENT SEQUENCES IN THE SAME WORK ZONE SHALL OMIT THIS SIGN AND THE QUANTITIES SHALL BE ADJUSTED APPROPRIATELY. 4E. THE MAXIMUM RECOMMENDED DISTANCE(S) BETWEEN CHANNELIZING DEVICES SHOULD BE EQUAL IN FEET TO THE POSTED SPEED IN MILES PER HOUR ON TAPER(S) AND TWICE THE POSTED SPEED IN THE PARALLEL AREA(S). 5. FOR OVERNIGHT CLOSURES, TYPE III BARRICADES SHALL BE LIGHTED. 6. THE TYPE A WARNING FLASHER SHOWN ON THE WARNING SIGNS SHALL BE POSITIONED ON THE SIDE OF THE SIGN NEAREST THE ROADWAY. 7. ALL TEMPORARY SIGNS, TYPE III BARRICADES, THEIR SUPPORT SYSTEMS AND LIGHTING REQUIREMENTS SHALL MEET NCHRP 350 CRASHWORTHLY REQUIREMENTS STIPULATED IN THE CURRENT EDITION OF THE MICHIGAN MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, THE CURRENT EDITION OF THE STANDARD SPECIFICATIONS FOR CONSTRUCTION, THE STANDARD PLANS AND APPLICABLE SPECIAL PROVISIONS. ONLY DESIGNS AND MATERIALS APPROVED BY MDOT WILL BE ALLOWED. 8. WHEN BUFFER AREAS ARE ESTABLISHED, THERE SHALL BE NO EQUIPMENT OR MATERIALS STORED OR WORK CONDUCTED IN THE BUFFER AREA. 16A. ADDITIONAL SPEED LIMIT SIGNS REFLECTING THE REDUCED SPEED SHALL BE PLACED AFTER EACH MAJOR CROSSROAD THAT INTERSECTS THE WORK AREA WHERE THE REDUCED SPEED IS IN EFFECT, AND AT INTERVALS ALONG THE ROADWAY SUCH THAT NO SPEED LIMIT SIGNS REFLECTING THE REDUCED SPEED ARE MORE THAN TWO MILES APART. 16B. WHEN REDUCED SPEED LIMITS ARE UTILIZED IN THE WORK AREA, ADDITIONAL SPEED LIMIT SIGNS RETURNING TRAFFIC TO ITS NORMAL SPEED SHALL BE PLACED BEYOND THE LIMITS OF THE REDUCED SPEED AS INDICATED. 16E. WHEN EXISTING SPEED LIMITS ARE REDUCED MORE THAN 10 MPH, THE SPEED LIMIT SHALL BE STEPPED DOWN IN NO MORE THAN 10 MPH INCREMENTS. 21. ALL EXISTING PAVEMENT MARKINGS WHICH ARE IN CONFLICT WITH EITHER PROPOSED CHANGES IN TRAFFIC PATTERNS OR PROPOSED TEMPORARY TRAFFIC MARKINGS, SHALL BE REMOVED BEFORE ANY CHANGE IS MADE IN THE TRAFFIC PATTERN. EXCEPTION WILL BE MADE FOR DAYTIME-ONLY TRAFFIC PATTERNS THAT ARE ADEQUATELY DELINEATED BY OTHER TRAFFIC CONTROL DEVICES. SIGN SIZES DIAMOND WARNING - 48" x 48" W1-6 WARNING - 48" x 24" RECTANGULAR REGULATORY - 48" x 60" R5-18c REGULATORY - 48" x 48" Michigan Department of Transportation TRAFFIC AND SAFETY MAINTAINING TRAFFIC TYPICAL TYPICAL TEMPORARY TRAFFIC CONTROL FOR CLOSING ONE LANE OF A THREE LANE ROADWAY WITH CLFLTO AND SHIFTING ONE THROUGH LANE INTO THE CLFLTO USING A SINGLE STEP DOWN IN SPEED LIMIT IN ONE DIRECTION ONLY NOT TO SCALE DRAWN BY: 38 of 124 CHECKED BY: CON:AE:DJF BMM:CRB PLAN DATE: OCTOBER 2011 SHEET M0232a FILE: PW: RD/T&S/Typicals/Signs/MT/MT NonFwy/M0232a REV. 10/18/ OF 2

39 12. WATERBORNE PAVEMENT MARKING Description This work covers the furnishing and application of retro-reflective waterborne pavement markings in accordance with Section 811 of the Michigan Department of Transportation's 2012 Standard Specifications for Construction, the current edition of the Michigan Manual of Uniform Traffic Control Devices, and as herein specified. General If markings are applied when the roadway is open to traffic, the following shall apply:the protection of the wet line shall be the responsibility of the Contractor. Suitable devices such as traffic cones shall be placed at 100 foot intervals along waterborne or polyester resin markings or as directed by the Engineer. Cones used as a channelizing or protective device shall be a minimum of 28 inches high. The Contractor shall furnish a pavement marking convoy consisting of a minimum of three moving vehicles, spaced and equipped as indicated on the typical MDOT Pavement Marking Convoy sheets. The pavement marking convoy is required to provide adequate traffic control and protection for the uncured pavement markings. Uncured pavement markings obliterated by traffic shall be retraced at the Contractor's expense. Skip Line Skip lines of the color specified shall be applied (4") four inches wide using a 40 foot cycle (10 foot paint segment with a 30 foot gap). The paint shall be applied uniformly at a minimum rate of six gallons of paint per mile of skip line. Layout For Marking All layout work necessary for the location and placing of pavement markings shall be the responsibility of the Engineer. The Road Department shall be notified 48 hours in advance of the start of pavement marking work. Contractor must be alert for changes in "passing zone" markings. Weather And Seasonal Limitations Markings shall not be applied when the surface to be painted is wet or damp. No marking shall be applied on Saturday, Sunday or legal holidays unless otherwise approved in writing by the Engineer. Traffic Restrictions The work shall be suspended during peak traffic hours and/or when traffic is being unduly hampered or delayed by pavement marking activity, at the discretion of the Engineer. Work activity on the off-peak direction may be allowed upon the approval of the Engineer. Measurement and Payment The completed work shall be measured and paid at the contract unit price for Waterborne Pavement Markings of the color, width and type specified and per the following guidelines: 39 of 124

40 A. Center Line: The centerline will include double yellow, skip yellow and the barrier line. These items will be measured and paid for per linear foot of painted line. B. Edge Line: The edge line will include a single white or yellow line and shall be measured and paid for per linear foot of painted line. C. Lane Line: Lane lines shall consist of a skip white line and shall be measured and paid for per linear foot of painted line. Cleaning of the road surface prior to pavement marking application and all traffic control items needed to maintain traffic during the pavement marking operation shall be included as part of the above pavement marking pay items. The contractor shall fully understand the pavement marking work before placing the waterborne pavement markings. Unacceptable markings shall be removed and reapplied with markings conforming to these specifications and requirements, to the extent determined by the Engineer, at the contractor's expense. Final Acceptance Final acceptance of approved completed markings will be determined 90 days after completion of all original work. If after 90 days, a defect of workmanship or materials is determined by the Engineer, the unacceptable markings shall be reapplied with markings conforming to these specifications and requirements, to the extent determined by the Engineer, at the contractor's expense. 13. SYMBOL AND COMMON TEXT PAVEMENT MARKINGS Description The work shall consist of installing white and yellow cold plastic symbol and common text pavement markings in accordance with Section 811 of the Michigan Department of Transportation's 2012 Standard Specifications for Construction, the current edition of the Michigan Manual of Uniform Traffic Control Devices, and as herein specified. Materials 3M, STAMARK 270 ES, or approved equal. The material manufacturer shall furnish certification that the material complies with the provisions of this specification. Construction 1. Placement. All cold plastic materials shall be placed according to Section 811 of the Michigan Department of Transportation's 2003 Standard Specifications for Construction and the manufacturer s requirements. 2. Surface Preparation. Surface preparation requirements differ based on surface conditions. The following applies to both Special Makings and Longitudinal Markings: New Hot Mix Asphalt (HMA): There will be no oil drip areas, debris, temporary or permanent markings on this surface. Preparation required- None. 40 of 124

41 New Portland Cement Concrete (PCC): There will be no oil drip areas, debris, temporary or permanent markings on this surface. Preparation required: Removal of curing compound. This preparation will be paid for as Removing Curing Compound. Existing Surface - HMA or PCC: There may be oil drip areas and /or debris, but no existing markings. Preparation required: The proposed marking area shall be scarified using shot blasting methods. Grinding wheel and cutting teeth methods are prohibited. Existing Surface with existing pavement Markings -HMA or PCC: The entire marking shall be completely removed, as directed by the Project Engineer. This preparation will be paid for as Removal of Special Markings or Removal of Longitudinal Lines. The debris generated by sandblasting, shot blasting, or other removal operations must be contained through vacuum-type equipment or equivalent and the work shall be conducted in such a manner that the finished pavement surface is not damaged nor exhibits a pattern that will mislead or misdirect the motorist. When removal operations are completed, the pavement surface shall first be broom swept and then blown clean with compressed air to remove residue and debris resulting from the cleaning work. Removal and cleaning work shall be conducted in such a manner as to control and minimize airborne dust and similar debris, so as to prevent a hazard to motor vehicle operation or nuisance to adjacent property. Care shall be taken on HMA and PCC surfaces when performing removal and cleaning work to prevent damage to transverse and longitudinal joint sealers. Measurement and Payment The completed work shall be measured and paid at the contract unit price per the following guidelines: A. Stop Bars: 18" and 24" wide stop bars shall be measured and paid for by the linear foot. B. Crosswalks: Crosswalk lines will consist of 12" white zebra stripes, placed parallel with the road centerline. Crosswalk lines will be measured and paid for by the linear feet. C. Arrows: Arrows shall be in conformance with the current edition of the MMUTCD. Arrows shall be paid for at the contract unit price for each arrow placed. D. Railroad: Railroad Markings shall be paid for at the contract unit price for each marking placed. Railroad markings consist of two R's with an X (RXR). These markings shall conform to the latest edition of the MMUTCD. E. Only Legend: Only Legends shall conform to the current edition of the MMUTCD. 41 of 124

42 Only Legends shall be paid for at the contract unit price for each Only Legend placed. F. School Legend: School Legends shall conform to the current edition of the MMUTCD. School Legends shall be paid for at the contract unit price for each School Legends placed. Railroad markings shall consist of "RxR" legend only. The accompanying 24" transverse bars associated with the railroad symbol shall be paid for as Stop Bars on a linear foot basis. 14. MAILBOX RELOCATION Description The Contractor shall work with the U.S. Postal Service representatives and the Engineer to determine the best method to maintain postal service throughout the duration of the construction. Mail service shall not be interrupted due to construction activities. Existing mailboxes that need to be relocated due to construction activities as determined by the Engineer shall be erected where directed by the Engineer per U.S. Postal Service standards. Measurement and Payment Payment for Mailbox Relocation shall be measured and paid for by the number of posts (each) moved, regardless of number of boxes on each post, on the road items listed later in this proposal, if any, needing mailbox relocation. 15. PROJECT CLEAN-UP Description The Contractor shall remove debris and uninstalled materials, in a responsible manner, from the project site in accordance with Section 209 of the Michigan Department of Transportation 2012 Standard Specifications for Highway Construction except as herein modified at the end of each work day, as directed by the Engineer. Final clean-up shall be performed within (5) five working days of completion of final paving. Failure to complete final clean-up within (5) working days shall result in a penalty of $500 per calendar day until the cleanup is complete, unless otherwise approved by the Engineer. Examples of debris include, but are not limited to, cold millings, damaged traffic control devices, partially used construction materials, and stockpiled soils. Measurement and Payment Payment for Project Clean-up shall be included in the unit price for HMA Mixture Placement. 16. HMA ULTRA-THIN OVERLAY Description Placement of hot mix asphalt (HMA) ultra-thin overlays shall be in accordance with 42 of 124

43 Section 501 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as otherwise specified herein. The asphalt binder for the (HMA) ultra-thin mixtures shall be PG 58-28P. The mixture requirements, aggregate gradation, and physical requirements shall be in accordance with the Medium Volume values or characteristics listed in Tables 1 through 3 of MDOT Special Provision 03SP507(B), Pavement Performance Warranty for HMA Ultra-Thin Overlay appendix or its current successor which is incorporated herein by reference not including the warranty provisions therein, or approved equal. The Contractor shall submit a complete mix design for Ingham County Road Department approval, which has been prepared by a testing laboratory approved by the Ingham County Road Department. Cost for the mix design will be the Contractor's responsibility. The top course (HMA) ultra-thin mixture application rate shall be 83 to 110 pounds per square yard as directed by the Engineer to include minor leveling with and as part of the overlay. Bid quantity reflects uniform 110 pounds per square yard application rate. Actual application rate may vary depending on need for leveling. The HMA bond coat material shall be SS-1h. The bond coat material shall be applied to completely cover the prepared surface with an application rate of 0.11 to 0.15 gallon per square yard as directed by the Engineer. Measurement and Payment Payment shall be made at the contract unit price per ton for (HMA) Ultra-Thin Overlay Top and (HMA) Ultra-Thin Overlay Leveling (which shall be the same pay item for using either HMA ultra-thin or 13A mixture as directed by the Engineer). Leveling placed as part of the topping shall be included in and paid for as the topping pay item. 17. REPLACE CURB & GUTTER Description Where curb and gutter replacement is specified in HMA overlay and HIPR sections, saw-cut and remove curb and gutter where marked by the Engineer according to Section 204 of the Michigan Department of Transportation 2012 Standard Specifications for Construction. Saw-cut and remove adjacent pavement and base as necessary to allow room to form new curb and gutter. Excavate (undercut) existing curb base and place the specified aggregate base as directed to correct improper existing curb grades. Replace with new concrete curb and gutter of the same type as existing as specified in Section 802 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, including Type M driveway openings. Replace any and all adjacent HMA pavement and base removed with HMA hand-patching using mix type 13A placed and compacted in maximum 2½ inch thick courses up to the existing pavement grade as specified in Section 501 of the Michigan Department of Transportation 2012 Standard Specifications for Construction. Apply ss-1h tack coat as directed by the Engineer on all adjacent matching surfaces prior to patching. Backfill and restore the greenbelt in back of curb as specified under the special provision for Restoration. 43 of 124

44 Measurement and Payment Completed work for Replace Curb & Gutter will be measured and paid for by the lineal foot and shall include all work and materials specified above, including all necessary saw cutting, curb and gutter removal and disposal, base excavation (undercut) where directed, HMA (hand) patching, backfill and greenbelt restoration. Extra compensation will not be made to reconstruct Type M driveway openings. Aggregate base item(s) will be paid for separately. 18. REMOVE CONCETE PAVMENT Description This work shall consist of furnishing all materials, labor, and equipment necessary to remove concrete pavement where indicated on the item descriptions below and/or staked in the field by the project manager per Section 204 of the Michigan Department of Transportation 2012 Standard Specifications for Construction. Measurement and Payment Completed work for removing concrete pavement as specified above shall be measured and paid for as Pavt, Rem by the square yard. 19. DRIVEWAY, NONREINFORCED CONCETE, INCH Description This work shall consist of furnishing all materials, labor, and equipment necessary to construct unreinforced concrete pavement of the thickness indicated in the pay item name where indicated on the item descriptions below and/or staked in the field by the project manager per Section 801 of the Michigan Department of Transportation 2012 Standard Specifications for Construction. Use MDOT mix type P1 with air entrainment and with mix design as approved by the project engineer. Place at thickness as called for in the pay item name. Measurement and Payment Completed work for Driveway, Nonreinforced Concrete, inch as specified above shall be measured and paid for by the square yard. 20. HOT IN PLACE RECYCLING (See attached Special Provision). 44 of 124

45 INGHAM COUNTY ROAD DEPARTMENT SPECIAL PROVISION FOR HOT-IN-PLACE RECYCLING (HIPR) HMA SURFACE ICRD:DJT 1 of a. Description. This work consists of recycling and rehabilitating existing asphalt pavement by heating, rejuvenating, scarifying, and compacting the existing HMA pavement surface. Perform this work according to the Michigan Department of Transportation 2012 Standard Specifications for Construction and as specified herein. b. Materials. Furnish blended emulsified asphalt rejuvenation compound with the following properties or approved equal rejuvenating binder for hot-in-place recycling. Furnish material with minimum specified property values not less than two standard deviations from the typical value shown. REJUVENATING BINDER PROPERTIES ASTM VALUE DESCRIPTION METHOD UNIT TYPICAL MAXIMUM Unit Weight LB/GAL 8.01 Specific Gravity Gravity, API D 1298A C D 445 cst C D 445 cst F D 2161 SUS 35 Viscocity Index D 2270 cst -17 Pour Point D 5949 C -24 Flash Point, COC D 92 F/ C 420/216 Molecular Weight 349 Refractive Index, 20 C D % C in Aromatics % C in Naphthenics % C in Paraffinics Aromatics Mononuclear % Dinuclear % Polynuclear % Saturates % Boiling Below 700 F D 86 % 13.0 KF Moisture D 6304 ppm of 124

46 ICRD:DJT 2 of Emulsified Asphalt Rejuvenator will be accepted by Test Data Certification. Submit material specifications and actual test data information from the actual production lots to be supplied to the project at least 10 business days prior to use for the Engineer s approval. c. Construction. Prior to commencing the hot-in-place recycling, clean and dry the entire surface to be rehabilitated, removing earth, vegetation, and any other foreign material. Perform hot-in-place recycling work only when the ambient air temperature is 50 F, or above, and is expected to remain above 50 F for the remainder of the workday. Utilizing a continuous, one pass process, heat the surface of the existing bituminous pavement, apply rejuvenator emulsion, and scarify to a 0.15 ft (1.8 inch) nominal (1.5- inch minimum) depth. Apply heat under an enclosed hood, extending at least fourinches beyond the proposed scarification width on both sides. Do not heat the existing pavement to a surface temperature exceeding 375 F. Scarify the heated surface with pressure scarifiers equipped to scarify and move material away from the face of gutter pan to a depth of ½-inch by eight-inch wide. Operate the heating and scarifying process in tandem, not to exceed thirty (30) feet per minute. Furnish a recycling machine equipped with a rejuvenator applicator that is adjustable from 0.02 to 0.15 gallons per square yard, and capable of accurately recording the total amount of rejuvenator used. Immediately before the scarifying operation, apply the approved emulsified asphalt rejuvenator evenly across the entire width of the heated pavement, per the manufacturer s recommended application rate. The emulsified asphalt rejuvenator application rate of 0.10 gallon per square yard is assumed for the purpose of bidding this project. The Engineer may adjust the application rate, or waive emulsified asphalt rejuvenator application altogether, based on existing pavement conditions or rehabilitation results. Distribute the heated, modified, and scarified pavement material over the width being rehabilitated, so as to produce a uniform cross-section. Where adjacent to existing curb and gutter, screed away from gutters to leave approximately 1 inch reveal for matching the overlay (under a separate contract item) to the edge of gutter. Rake or grade treated material away from all match lines at intersecting streets and termini to form a butt joint as directed. When a HIPR pass is being performed adjacent to a previously placed HIPR mat, the longitudinal repaving seam shall extend at least twoinches into the previously placed mat. Ensure a 175 F minimum temperature of the heated, modified, and scarified pavement material exiting the back of the screed. Compact the recycled mat using an 8 or 10-ton steel wheel roller, equipped with a scraper device and water system to keep the wheels wet and prevent material pick-up, if encountered. Operate roller(s) in static 46 of 124

47 ICRD:DJT 3 of mode, fully compacting the recycled mat before the mat temperature drops below 150 F. Ensure depth of scarification and the quality of rehabilitated material by continually testing the process and resulting material. The Engineer will inspect, sample and test the rehabilitated material to ensure compliance with these specifications. d. Measurement and Payment. The completed work for HMA Surface, HIPR will be measured in place by the square yard. Emulsified Asphalt Rejuvenator will be measured and paid for by the gallon as Asphalt, Emulsified Rejuvenator. Payment for HMA Surface, HIPR and Asphalt, Emulsified Rejuvenator includes all equipment, materials, heating fuel, and labor to perform the work as described herein. Pay Item HMA Surface, HIPR Asphalt, Emulsified Rejuvenator Pay Unit Square Yard Gallon 47 of 124

48 21. MACHINE GRADING Description This work shall consist of motor grading of previously placed aggregate base course surface in preparation for HMA paving in accordance with Section 205 of the MDOT 2012 Standard Specifications for Construction. Measurement and Payment Machine Grading will be measured and paid for as provided in Section 205 of the MDOT 2012 Standard Specifications for Construction by the station measured along both sides of the road both sides being measured and paid for separately. 22. CURB SLOPED, HMA Description This work shall consist of all labor and equipment to construct a sloped HMA curb per applicable clauses of Sections 501, 805, of the MDOT 2012 Standard Specifications for Construction. The gutter shall include a 1 foot wide extension of the mainline paving mat placed and integral with the topping and leveling courses and an additional 1 foot wide by 4 inch tall (measured from surface of top course) mountable curb riser having triangular cross-section placed by the paver and integral with the topping course, total width 2 ft. The mat extension shall be compacted with and per the mainline HMA compaction, the riser portion will not be compacted other than as placed by the paver. Measurement and Payment HMA Gutter will be measured and paid for as provided in Section 805 of the MDOT 2012 Standard Specifications for Construction for HMA Curb by the foot measured along both sides of the road both sides being measured and paid for separately. HMA materials for Curb Sloped, HMA shall be measured and paid for with the mainline HMA quantities. 23. HMA CRUSHING AND SHAPING Description This work shall consist of furnishing all materials, labor, and equipment necessary to perform crush and shaping operations. HMA Crushing and Shaping shall be in accordance with Section 305 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as herein specified. The pay limits and depth of the HMA Crushing and Shaping as stated in Section of the Michigan Department of Transportation 2012 Standard Specifications for Construction is described in the road items to receive this treatment provided later in this proposal with the bid form. Crushing shall include the full depth of the existing pavement plus the top 1-2 inches of underlying aggregate base as determined by inserting the pulverizer cutting drum into the pavement until pulverizing results in the visual observation of a very minor amount of existing aggregate base being brought up with the pulverized material in the judgment of the engineer or inspector. 48 of 124

49 Shaping includes shoulder excavation (trenching) to remove all vegetation and topsoil and grading as specified in the project work item below and/or shown on typical sections, grading and maintaining temporary crushed material ramps at project termini and all approaches ending within the crushing and shaping limits, and then grading pulverized material away from transverse match-lines at termini 0 to 3 low over for butt joints as directed by the Engineer just prior to paving. This item includes crushing any HMA approach pavement (driveway ends) falling within the typical HMA Crushing and Shaping limits called out on the road item below. Do not crush concrete driveway approaches. Separate pay items will be provided for removing concrete pavement within the limits of crushing and shaping. Shaping will include grading through approach ends for the mainline cross-section, and temporary grading if necessary as directed by the Engineer to maintain access to the affected approach. The contractor will be responsible to obtain complete, accurate and up to date plans from the municipality s public utility department to locate all manhole structures in the roadway to be treated prior to crushing and shaping. Contractor is advised some manhole covers may be buried under the pavement. Contractor shall be responsible to locate any and all manholes including those that may be buried prior to crushing and shaping. See specification above for manhole cover adjustment. The Contractor shall give Road Commission s project manager minimum 48 hours notice prior to planned paving when an aggregate or pulverized base is ready for paving so that inspector can check the aggregate base for compliance with specifications including but not limited to line, grade, cross-slope, density, weak areas, etc. Paving shall not proceed until any deficiencies have been corrected as directed by the project manager or inspector. Paving shall be stopped if directed by the project manager or inspector for the contractor to correct any weak or deficient base areas found under or caused by asphalt trucks as directed by the project manger or inspector. No compensation for delay will be paid for the time taken to correct weak or deficient base areas. Measurement and Payment The completed work, as measured, for HMA Crushing and Shaping will be paid for at the contract unit price per square yard completed regardless of depth. Relocation and/or removal of excess material is incidental to HMA Base Crushing and Shaping. Temporary lowering of manhole covers and final adjustment of same in conjunction with HMA Crushing and Shaping will be paid for separately. 24. SALVAGED AGGREGATE/RAP BASE Description This work shall consist of furnishing all materials, labor, and equipment necessary to construct fills and bases consisting of reclaimed aggregates and crushed or cold milled asphalt pavement (RAP). Furnish the appropriate material indicated on the item descriptions below hauled from other areas of the project or from an off-site source. Place salvaged aggregates as described in the item description, to the lines and grades shown on the plans, typical sections, and/or as directed by the Engineer. Place and 49 of 124

50 compact salvaged aggregates according to Standard Specifications for the item of work for which the material is used. Obtain the Engineer s approval for all recycled aggregates delivered from off-site sources prior to delivery. Testing of salvaged aggregates will be performed at the discretion of, and frequency determined by the Engineer. 1. Aggregate Base, RAP. Furnish recycled asphalt pavement (RAP) obtained from cold milling HMA surface work, with a target asphalt content of 5% (-0.5% tolerance), with a 3 inch maximum particle size. 2. Aggregate Base, Salv. Place approved salvaged aggregate consisting of crushed HMA pavement, existing aggregate, or a blend of RAP and natural aggregates, with a 3 inch maximum particle size. Measurement and Payment Completed work for Aggregate Base, RAP and Aggregate Base, Salv as specified above shall be measured and paid for by the square yard (_ inch depth specified), ton or by the loose measure (LM) or compacted in place (CIP) cubic yard as provided in the individual project item bid forms below. 25. TRENCHING Description Grade and/or excavate shoulders to the dimensions specified or shown on the typical cross-section to remove all vegetation and topsoil within crush and shape limits and as specified in Section 205 of the Michigan Department of Transportation 2012 Standard Specifications for Construction. Omit trenching across concrete paved approaches. (See related note in HMA Crushing and Shaping Specification). Remove excess spoils and remove or shred clods of sod as directed by the Engineer, leaving sufficient topsoil to roll back up to the new pavement edge as required for Restoration. Measurement and Payment Completed work for Trenching as specified above will be included with payment for HMA Base Crushing and Shaping and will not be paid for separately unless otherwise specified. 26. SIDEWALK AND ADA SIDEWALK RAMPS a. Description. Where shown on the plans or as directed, reconstruct sidewalks and ADA (Americans with Disabilities Act) compliant sidewalk ramps according to Michigan Department of Transportation 2012 Standard Specifications for Construction, MDOT Standard Plan R-28 Series, and as specified herein. Construct new concrete sidewalk ramp(s) of the type specified on the plans with prefabricated cast iron detectable warning surface(s). Where the specified ramp type is not explicitly detailed in Standard Plan R-28, the specified type is a combination of two of the ramp configurations that are detailed. For example, a CP designation would 50 of 124

51 indicate that one side of the ramp is designed as a Type C (Combination) ramp and the other side is designed as a Type P (Parallel). The Contractor shall be responsible to insure that all constructed and retrofitted ADA Sidewalk Ramps meet ADA requirements as detailed on Standard Plan R-28. Notify the Engineer in writing prior to constructing sidewalk ramps that will not meet ADA requirements when constructed according to the contract plans and specifications, or if there is any uncertainty as to the ramp design and specification. Any noncompliant work for ADA Sidewalk Ramps, whether constructed or retrofitted, shall be removed and replaced at the Contractor s expense. Additional compensation will not be paid to the Contractor for mobilization, traffic control, or other items of extra work necessary, nor will an extension of time be granted to remove and replace non-compliant ADA Sidewalk Ramps. Place and bond as directed by the Engineer detectable warning surface material on existing sidewalk ramps lacking detectable material but otherwise meeting current ADA geometric criteria as determined by the Engineer. b. Materials. Concrete, Grade P3, S2 601, 701 Granular Material, Class II 902 Furnish cast iron detectable warning plates from the Qualified Products List on newly cast concrete. Furnish black asphalt-dipped or color coated detectable warning plates to contrast visually with adjacent walking surfaces, either light-on-dark or dark-on-light. Obtain approval from the Engineer for the ADA detectable warning surface color before installation. Furnish detectable warning plate retrofit material from the Qualified Products list and/or meeting the approval of the Engineer. c. Construction. Shape and compact the subgrade to the elevations and grades shown on the plans or as directed by the Engineer. Prior to placing concrete, place and compact Granular Material, CL II, sand subbase. Place sand subbase to a minimum compacted depth equal to the specified sidewalk thickness. Subbase may be omitted by the Engineer where existing sand base is suitable. The in-place density of sidewalk grades and granular base will be accepted by the Engineer based upon visual inspection. Density testing will be waived except in cases of dispute. Place transverse 1/2-inch thick expansion joints perpendicular to sidewalk edges at 100' intervals. Place pre-molded expansion joint material, consisting of bitumen filled fiber, 1/4-inch below the surface of the sidewalk to the subgrade. Saw all contraction joints perpendicular to sidewalk edges, 1/8-inch wide by 1/4 of the slab thickness, staggered at 8' and 10' intervals. Saw joints as soon as the concrete has hardened such that no raveling or spalling occurs, but before any random cracks develop. Tooled joints will not be allowed. 51 of 124

52 Construct ADA sidewalk ramps according to the plans, section 8.03 and MDOT Standard Plan R-28 Series. Except as otherwise detailed on the plans, install new ADA Sidewalk Ramp(s) with minimum curb opening and traversable surface equal to the approach sidewalk width. Construct sidewalk ramps crossing county primary roads with not less than 6 feet wide traversable surface regardless of approach sidewalk width. Construct sidewalk ramps with a minimum 4 inch thickness. Where sidewalk ramps are located behind intersection radii, increase concrete thickness to 6 inches, and provide load transfer to the back of curb along the edge of the ADA ramp, consisting of #5 epoxy coated rebar lane ties placed 16 inches on-center at mid-depth of ramp slab. Where ADA ramps are placed adjacent to existing curb, drill and epoxy-anchor ties. Perform additional excavation, granular backfill or compaction required as necessary to construct ADA Sidewalk Ramp(s) as specified. Restore all disturbed areas according to Special Provision for Restoration (#9). Furnish the manufacturer s published installation guidelines for Detectable Warning Surface. Install Detectable Warning Surface across the full width of the curb opening, and according to the manufacturer s published installation guidelines. Clean off all excess concrete, adhesives and debris from the plate following installation. d. Measurement and Payment. The completed work as measured will be paid for at the contract unit prices for the following contract items (pay items): Contract Item (Pay Item) Sidewalk, Conc, _ inch Sidewalk Ramp, ADA, Modified Detectable Warning Surface, Cast Iron Detectable Warning Surface, Retrofit Pay Unit Square Foot Square Foot Square Foot Square Foot Sidewalk, Conc, _ inch and Sidewalk Ramp, ADA, Modified will be measured inplace and paid for by the square foot. Measurement of sidewalk ramp includes the plan area of monolithic rolled curb. Payment includes all materials, equipment, and labor required to construct the sidewalk and ramp as shown on the plans, standard plans, and as directed, including increased concrete thickness, monolithic rolled curbs along the longitudinal edges of the ramp, and load transfer. Additional excavation, granular backfill and compaction required to construct sidewalk ramps located behind intersection radii as specified herein, as well as restoration of disturbed adjacent turf areas will be included in this item of work and will not be paid for separately. Detectable Warning Surface, Cast Iron and Detectable Warning Surface, Retrofit will be measured in-place and paid separately by the square foot. Payment includes all equipment, materials, and labor necessary to furnish and install detectable warning surfaces as specified. The curb and gutter opening for sidewalk ramps will be paid for as curb, or curb and gutter as applicable. 52 of 124

53 27. HIGH RAP CONTENT (HRC) HMA MIXTURES AND CRUMB RUBBER MODIFIED HIGH RAP CONTENT (CR-HRC) HMA MIXTURES (See Attached Special Provision) 53 of 124

54 INGHAM COUNTY ROAD DEPARTMENT SPECIAL PROVISION FOR HIGH RAP CONTENT (HRC) HMA MIXTURES AND CRUMB RUBBER MODIFIED HIGH RAP CONTENT (CR-HRC) HMA MIXTURES MSU/MEK 1 of J.N Kinawa Drive a. Description. This work consists of furnishing and placing HMA mixture(s) using Superpave Mixture Design Methods. Furnish Superpave HMA mixtures according to Division 5 of the Michigan Department of Transportation 2012 Standard Specifications for Construction, except as modified herein. This specification includes mix specifications for Control modified Superpave HMA mixture(s), High Stress modified Superpave mixture(s) and crumb rubber modified Superpave HMA mixture(s). Adjust all equipment and methods as necessary to properly accommodate the modifications specified herein. Furnish all HMA mixtures not specified herein according to Standard Specifications. Place all HMA mixtures according to Standard specifications and the Special Provision for HMA/Crumb Rubber Modified HMA Application Estimate. b. Mix Design. Furnish an HMA mixture design for the HMA mixtures specified to the Engineer and to the Construction Field Services Division. The submitted designs will be evaluated according to the HMA Production Manual, Procedures for HMA Mix Design Processing. c. Recycled Mixtures. Design and produce HMA mixture(s) to meet the criteria specified in section d. Materials, using Reclaimed Asphalt Pavement (RAP) as a substitution for a portion of the new materials. Design HMA mixture(s) to attain 35-45% RAP binder by weight of the total binder in the mixture. d. Materials. Furnish modified Superpave HMA mixture(s) consisting of aggregates of the highest quality available to meet the minimum specifications herein. Furnish a mix design according to the criteria and volumetric properties specified in Table 1, herein. For mixture design purposes, top and leveling courses are defined as the mixture layers within 4 inches of the surface; the base course is defined as all layers below 4 inches of the surface. For mixture layers which fall within the 4 inch threshold, the following rule should apply: If less than 25 percent of a mixture layer is within 4 inches of the surface, the mixture layer should be considered to be a base course. 1. Aggregates. Furnish virgin aggregates free of topsoil, clay, and loam for use in plant mixed HMA mixtures, with no clay ironstone aggregate particles retained on the #8 and larger sieves. The combined virgin and rap aggregates shall meet the requirements for gradation and Superpave criteria specified in Table of 124

55 MSU/MEK 2 of J.N Kinawa Drive 2. Asphalt Cement Binder. Use PG grade asphalt binder per the Special Provision for HMA/Crumb Rubber Modified HMA Application Estimate. Furnish CRTB binder as specified herein. A. Crumb Rubber Terminal Blend (CRTB) Binder. Furnish CRTB modified asphalt cement binder meeting requirements for the properties specified in Tables 1, 3, and 4. Use asphalt cement base binder with Performance Grade PG to make the CRTB binder. Furnish CRTB binder as described herein, manufactured by: Seneca Petroleum Co., Inc South Cicero Ave., Crestwood, IL Contact: Hugh Chapman, Manager, Promotion & Specialty Products, (708) , (708) , Fax: (708) OR, furnish approved equal CRTB binder from an alternate manufacturer. Do not reheat CRTB binder more than once before using in the mixture. Furnish samples of base binder and CRTB binders to the Engineer for performance evaluation according to Section f. Sampling and Testing for Performance, Quality Assurance, and Acceptance of Modified HMA Mixtures. e. Measurement and Payment. Contract Items (Pay Item) HMA, _E_, Mod, Control HMA, _E_, Mod, CR-HRC Pay Unit Ton Ton f. Sampling and Testing for Performance, Quality Assurance, and Acceptance of Modified HMA Mixtures. HMA mixtures specified herein will be accepted according to FUSP 12SP501(J), Special Provision for Acceptance of HMA Mixture on Local Agency Projects, except as modified herein. Furnish material samples as specified herein for all aspects of HMA production and placement. These samples will be utilized for acceptance testing as well as laboratory performance evaluation of the materials. In-place instrumentation and performance testing may be conducted by the Engineer. 1. Materials: Produce HMA mixture(s) according to the Job Mix Formula (mix design), within the uniformity tolerances listed in FUSP 12SP501(J) and within the specified ranges for the material properties listed in Tables 3 and 4, herein. Coordinate sampling and/or furnish material samples and quality control test data to the Engineer as follows: 55 of 124

56 MSU/MEK 3 of J.N Kinawa Drive A. Aggregate. Furnish aggregates from stockpile sufficient to make 500 lbs of loose mixture for performance testing. B. Asphalt Cement Binder. Perform quality control testing and furnish the following Test Data Certifications for each production lot of asphalt binder materials. In addition, furnish the following: i. The refiner s full PG grade verification data for the base binder. ii. The properties specified in Table 4 for the CRTB binder. iii. Sample CRTB binder from delivery tankers at the asphalt production plant prior to mixing with aggregates and RAP. Sample at least one tanker, selected by the Engineer, per day of crumb rubber modified HMA production. Under the supervision of the Engineer, apportion the tanker sampled into thirds, with at least one sample taken from each third of the tanker load as it is discharged into the plant. Sample the CRTB binder from the feeder line into the plant. Supply one gallon metal containers (with metal lids) for binder samples. Convey the samples to the Engineer at the point of sampling for quality assurance and acceptance testing. The Dynamic Shear Modulus properties of the CRTB binder specified in Table 4 will be tested for acceptance. Dynamic Shear Modulus properties that test outside the limits specified in Table 4 will be subject to a 10 percent penalty. C. HMA Mixture. Furnish samples for daily acceptance testing as directed. Furnish 600 lbs loose mixture for each mixture type in 3 to 5 gallon metal buckets (with tightly closed metal lids), sampled proportionately from each day of paving. Providing representative loose mixture samples obtained in accordance with MTM-313, (with no segregation) is the responsibility of the contractor. Obtain 6 (six) rectangular slab samples from each test section (as identified on the plans) from the finished HMA mat following placement. Saw cut samples with minimum dimensions 6 x 18, extending full depth of all HMA courses. Fill and compact the core-slab holes with an approved HMA mixture. D. Crumb Rubber. Furnish 100 lbs of the raw Crumb Rubber used in preparation of CRTB binder. 2. Construction: A. Density. Pavement density will be measured by the Engineer with a Nuclear Density Gauge using the G mm from the Job Mix Formula (JMF) for the density control target. The required in place density of the HMA mixture shall be % of the G mm for each mix. The Contractor is responsible for establishing a rolling pattern that will achieve the required in place density. 56 of 124

57 MSU/MEK 4 of J.N Kinawa Drive B. Segregation. Use paving equipment and methods that will result in homogeneous placement of the loose HMA mixture throughout the paving width. If necessary, use anti-segregation components on the paver to ensure no segregation takes place, especially in the areas near the gearbox. Obtain at least 2 sets of 6 inch diameter core samples for each mixture/paver combination. Each set of cores will consist of 3 cores taken at 3 different centerline offset locations (9 cores per set), as directed by the Engineer. The Engineer will assess these samples for potential segregation of aggregates. If evidence of segregation is found, suspend paving operations until the cause of segregation is identified and corrected. The Engineer may direct additional sampling and testing to confirm the degree and extent of the segregation and to assure that corrective action employed by the Contractor to eliminate the segregation is successful. Propose remedial action for Engineer approval where segregated areas of inplace HMA pavement are confirmed. Perform remedial action as approved at no additional cost to the Department. Areas of confirmed segregated pavement will be subject to penalties according to FUSP 12SP501(J), Special Provision for Acceptance of HMA Mixture on Local Agency Projects. Table 1. Mix Design Criteria and Volumetric Properties Property 4E 5E Target Air Void 1 (%) 4 4 Binder Content, P b (%), minimum Base PG Binder 2 Per HMA Application Estimate Per HMA Application Estimate VMA (%), minimum VFA (%) Fines to Effective Binder Ratio (P No200 /P be ) N init 7 7 N des N max Reclaimed Asphalt Pavement (RAP) Binder by weight of the total binder in the mixture, (%) Crumb Rubber Content in CRTB binder, (%) by weight of the binder Tensile Strength Ratio (TSR), (%) minimum Target air void for mix design. Follow density requirements for placement under section f.2.a. 2 See Table 4 for property requirements of crumb rubber modified binder. 3 Applies only to Crumb Rubber Modified Mixtures. 57 of 124

58 MSU/MEK 5 of J.N Kinawa Drive Table 2. Aggregate Properties Sieve % Passing 4E 5E 1 inch - - 3/4 inch 100-1/2 inch /8 inch No No No No. 200 Max Other Superpave Criteria Flat and Elongated Particles Maximum (%) 10 Soft Particles Maximum 1 (%) 5 L.A. Abrasion Maximum (%) 40 Sand Equivalent Minimum (%) 40 Fine Aggregate Angularity Minimum 40 Crush Minimum 2 (%) 75/65 1 Soft particles maximum is the sum of the shale, siltstone, ochre, coal, and particles that are structurally weak or are non-durable in service. Clay ironstone particles retained on the #8 and larger sieves are not permitted in the virgin aggregate. 2 Note: "75/65" denotes that minimum 75 percent of the coarse aggregate (sizes > 4.75mm) has one fractured face and 65 percent the coarse aggregates has two fractured faces. Table 3. Crumb Rubber Gradation Sieve % Passing CR in CRTB binder No. 16 (1.18mm) 100 No. 30 (0.6mm) No. 40 (0.425mm) No. 100 (0.150mm) No. 200 (0.075mm) of 124

59 MSU/MEK 6 of J.N Kinawa Drive Table 4. Crumb Rubber Modified Binder Properties Property of CRTB Binder CRTB (Binder + CR) Viscosity 1 at HMA Mixing Temperature 2 (mpa.s) CRTB (Binder + CR) Viscosity 1 at HMA Compaction Temperature 2 (mpa.s) G* / sin( ) at T=70 o C at =10 rad/s at strain level of 10% (DSR test to be run on CRTB (Binder + CR) according to AASHTO T315) Acceptable Range 2200 ± ± kpa kpa G* * sin( ) at T=20 o C at =10 rad/s at strain level of 10% 700 kpa kpa (DSR test to be run on CRTB (Binder + CR) according to AASHTO T315) 1 Follow ASTM D standard to measure the viscosity of CRTB binder. 2 Determine the mixing and compaction temperatures based on the viscosities listed. Note: CRTB samples to be obtained from the tanker feed line, for acceptance testing, as described in section f.1.b.iii. 59 of 124

60 INGHAM COUNTY ROAD DEPARTMENT SPECIAL PROVISION FOR HMA/CRUMB RUBBER MODIFIED HMA APPLICATION ESTIMATE ICRD/DJT 1 of J.N A Kinawa Drive a. Description. Perform this work according to Division 5 of the Michigan Department of Transportation 2012 Standard Specifications for Construction and applicable supplemental specifications and special provisions, and as specified herein. This project contains crumb rubber modified HMA demonstration (test) section(s) that will be evaluated for long-term performance by the Engineer, in conjunction with Michigan State University and the Michigan Department of Environmental Quality (MDEQ). The proposed matrix of HMA test sections is shown in the plans, with an approximate paving quantity associated with each test section mixture. The quantities shown in the matrix are target values for each test section, including transition areas, and are subject to proportional adjustment by the Engineer to manage the cost of test sections within the constraints of the MDEQ grant funding for the demonstration project, as well as any approved changes proposed by the Contractor to maximize production efficiencies. The application rates specified are not anticipated to change. Prepare and submit to the Engineer for approval a detailed HMA Test Section Paving Proposal, taking into account construction sequence, logistics, economies of scale, and the practical aspects of both Asphalt Stabilized Base operations and HMA paving of the proposed test sections in the most efficient manner, without making a cardinal change to the test matrix; i.e. test sections can be located or constructed in any order, but not eliminated. If desired, include provisions in the HMA Test Section Paving Proposal for a trial section (on or off the project), to test the performance of plant and paving equipment operation with the modified HMA mixes. Submit the preliminary HMA Test Section Paving proposal at least 30 days prior to the date that HMA paving is anticipated to start. Include in the proposal the anticipated paving dates. The Engineer will schedule a mandatory HMA pre-production meeting to be held at least 7 calendar days prior to the start of HMA production. Required personnel for the meeting shall include the project superintendent (Prime Contractor), paving superintendent, HMA-QC Plan Administrator, and any subcontractor involved in HMA quality control sampling, and testing. HMA production and paving will not be permitted until HMA Test Section Paving Proposal is approved by the Engineer and the mandatory pre-production meeting has been held. b. Materials. - Furnish and place HMA Bond Coat material per Section , at an application rate of 0.10 to 0.15 gallons per square yard. 60 of 124

61 ICRD/DJT 2 of J.N A Kinawa Drive Furnish all HMA mixtures used for top course with aggregate having 260 minimum aggregate wear index. 1. Hand Patching. Furnish and place either HMA, 3E1, HMA, 4E1 or HMA, LVSP for Hand Patching as directed, with a yield of 220 to 330 lbs per square yard, placed in one or more lifts not to exceed the maximum lift rate per Table Other mixes may be approved depending upon location and application rate. Use asphalt cement binder meeting requirements for Performance Grade PG HMA Approach. Furnish and place HMA, LVSP, HMA 4E1, or other approved mixture for HMA Approach, with a yield of 165 to 495 lbs per square yard, according to the Approach Legend detailed on the plans. Use asphalt cement binder meeting requirements for Performance Grade PG Crumb Rubber (CR) Modified, High RAP Content (HRC) HMA Demonstration Section(s). Place CR-HRC HMA mixtures as shown in the typical sections, the plans, and according to the approved HMA Test Section Paving Proposal. Use asphalt cement binder meeting requirements for Performance Grade PG for the base binder all Crumb Rubber Modified HMA demonstration sections. A. Furnish and place HMA, 4E1, Mod, CR-HRC mixture for leveling course, with a yield of 200 lbs per square yard. B. Furnish and place HMA, 5E1, Mod, CR-HRC mixture for top course, with a yield of 160 lbs per square yard. 4. High RAP Content (HRC) Control Mix (Non-CRM Modified HMA) Sections. Place non-cr HRC Control HMA mixtures as shown in the typical sections, the plans, and according to the approved HMA Test Section Paving Proposal. A. Furnish and place HMA, 4E1, Mod, HRC Control mixture for leveling course, with a yield of 200 lbs per square yard. Use asphalt cement binder meeting requirements for Performance Grade PG 64-28P; OR PG binder. B. Furnish and place HMA, 5E1, Mod, HRC Control mixture for top course, with a yield of 160 lbs per square yard. Use asphalt cement binder meeting requirements for Performance Grade PG 64-28P; OR PG of 124

62 ICRD/DJT 3 of J.N A Kinawa Drive c. Measurement and Payment. - HMA mixtures will be measured and paid for according to standard specifications and pertinent project specific special provisions at the contract unit price(s). Payment for preparation of, any necessary revisions to, and adherence to the approved HMA Test Section Paving Proposal, as well as attendance at the preproduction meeting, will be included in payment for applicable unit prices for the related HMA mixtures, and will not be paid for separately. Delays in obtaining an approved HMA Test Section Paving Proposal shall not be grounds for extra compensation or extension of time. 62 of 124

63 12SP501(J) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR ACCEPTANCE OF HMA MIXTURE ON LOCAL AGENCY PROJECTS C&T:JWB 1 of 2 C&T:APPR:JWB:JAR: FHWA:CON. APPR: a. Description. This special provision provides acceptance testing requirements for use on local agency projects that do not include the quality control/quality assurance special provision. The HMA mixture provided must meet the requirements of the standard specifications, except where modified herein. b. Materials. Provide a mixture of aggregates, mineral filler (if required), and asphalt binder proportioned to be within the master gradation limits shown in the project documents, and meeting the uniformity tolerances listed in Table 1. The master gradation range is to be used for establishing mix design only. Topsoil, clay, or loam can not be added to aggregates which are to be used in plant mixed HMA mixtures. c. Construction. After the job-mix-formula (JMF) is established, the aggregate gradation and the binder content of the HMA mixture furnished for the work must be maintained within the Range 1 uniformity tolerance limits permitted for the JMF specified in Table 1. However, if deviations are predominantly either below or above the JMF, the Engineer may order alterations in the plant to bring the mixture to the JMF. If two consecutive aggregate gradations on one sieve, or binder contents as determined by the field tests, are outside Range1 but within Range 2 tolerance limits, the Contractor must suspend all operations. Contract time will continue during these times when the plant is down. Before resuming any production, the Contractor must propose, for the Engineer's approval, all necessary alterations to the materials or plant so that the JMF can be maintained. The Engineer will evaluate the alterations for there effects on AWI and mix design properties and will approve or disapprove the alterations. The Engineer will perform acceptance sampling and testing. Each day of production, a minimum of two samples will be obtained for each mix type. Acceptance testing will be performed at the frequency specified by the Engineer. No less than three samples will be obtained for each mix type. Quality control measures to insure job control are the responsibility of the Contractor. The crushed particle content of the aggregate used in the HMA mixture must not be more than 10 percentage points above or below the crushed particle content used in the JMF nor less than the minimum specified for the aggregate in the contract. Establish a rolling pattern that will achieve the required in place density. The Engineer will measure pavement density with a Nuclear Density Gauge using the Gmm from the JMF for the density control target. The required in place density of the HMA mixture must be 92.0 to 96.0 percent of the density control target. 63 of 124

64 12SP501(J) C&T:JWB 2 of Table 1: Uniformity Tolerance Limits for HMA Mixtures TOP & LEVELING COURSE BASE COURSE PARAMETER Range 1(a) Range 2 Range 1(a) Range 2 Binder Content ± 0.40 ± 0.50 ± 0.40 ± 0.50 % Passing # 8 and Larger Sieves % Passing # 30 Sieve % Passing # 200 Sieve ± 5.0 ± 8.0 ± 7.0 ± 9.0 ± 4.0 ± 6.0 ± 6.0 ± 9.0 ± 1.0 ± 2.0 ± 2.0 ± 3.0 a. This range allows for normal mixture and testing variations. The mixture must be proportioned to test as closely as possible to the Job-Mix-Formula. d. Rejected Mixtures. If for any one mixture, two consecutive aggregate gradations on one sieve or binder contents as determined by field tests exceed the uniformity tolerance of Range 2 under Table 1, or do not meet the minimum requirements for crushed particle content specified in the project documents, the mixture will be rejected. If such mixtures are placed in a pavement, the remaining portions of the failing field samples (split sample) will be sent to the MDOT Central Laboratory to confirm the field test results. If the Laboratory's results do not confirm the field test results and there are no price adjustments required due to test failures on the asphalt binder, then no price adjustments will be made for the mixture involved. If the Laboratory's results confirm the field test results and if, in the Engineer's judgment, the defective mixture can remain in place and there are no price adjustments required due to test failures on the asphalt binder, the contract unit price for the defective mixture involved, as determined from field tests, will be decreased on the following basis: The contract unit price for material outside of Range 2 or with a crushed particle content below that specified in the project documents will be decreased 25 percent. If three consecutive aggregate gradations on one sieve, or bitumen contents as determined by field tests are outside Range 1 but within Range 2 tolerance limits, the mixture produced from the time the third sample was taken until the gradation, or bitumen content is corrected back into Range 1 will be decreased in contract unit price by 10 percent. Field tests indicating that mixtures are subject to the 10 percent penalty will be confirmed in the same manner as mixtures subject to the 25 percent penalty as described herein. 64 of 124

65 PROPOSAL FORM Packet #82-14 Local and Primary Road Surfacing Program (Please Type or Print Clearly in Ink) BIDDER S NAME: LEGAL ADDRESS: TELEPHONE NO.: FAX NO.: CONTACT PERSON CELL PHONE PROPOSAL FOR: Packet #82-14 Local and Primary Road Surfacing Program BID OPENING: June 30, 2014 at 10:00 A.M. Time is of the essence and any Bid or addenda pertaining thereto received after the announced time and date for submittal, whether by mail or otherwise, will be rejected. It is the sole responsibility of the bidders for ensuring that their Bids are time stamped by the Purchasing Department. Bids and/or any addenda pertaining thereto received after the announced time and date of receipt, by mail or otherwise, will be returned to the bidder. However, nothing in this solicitation precludes the County from requesting additional information at any time during the procurement process. TO: Ingham County Purchasing Department Attention: Mr. James C. Hudgins, Jr., Purchasing Director C. Ross Hilliard Building, 2 nd Floor 121 E. Maple St Mason, MI Each bid must be accompanied by a bid guarantee in an amount equal to five percent (5%) of the total bid amount. Guarantee shall be in the form of a bid bond executed by an approved surety company, made payable to the County of Ingham. Bid guarantee shall run for a period of not less than ninety (90) days. Should you decide to utilize an express delivery service, please note that we are located at the intersection of Maple Street and Jefferson Street. To The Bidder: The undersigned, as Bidder, hereby declares that before submitting a bid, he/she will: (a) examine the bidding documents thoroughly; (b) familiarize himself/herself with Federal, State, and local laws, ordinances, rules and regulations affecting performance of the work; and, (c) carefully correlate his/her observations with the requirements of the bidding documents. The bidder shall be responsible for investigating and evaluating 65 of 124

66 subsurface or latent physical conditions along the site of the work. Where information concerning existing conditions, including subsurface conditions, is provided or mentioned in the IFB, such information is provided for the convenience of the bidder and to provide the bidder information known by Ingham County. However, Ingham County does not represent or guarantee any specific site conditions, including subsurface conditions. The bidder shall be solely responsible for all necessary site investigations and measurements to ensure the bid is based on conditions, which exist in and adjacent to the project site. The submission of a bid will constitute an incontrovertible representation by the bidder that he/she has complied with and understands every requirement of these instructions. Failure or omission of the bidder to do all of the foregoing shall in no way relieve the bidder from any obligations in respect to his/her bid. The undersigned agrees upon submitting this bid that his/her agents, officers, or employees have not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this proposal for the above project. The Bidder understands, that Ingham County reserves the right to increase or decrease any or all of the proposed quantities. The quantities listed in the RFP may be approximate and are stated solely to provide a uniform base of calculation for comparison of bids and award of contract. No guarantee is made by the County that the actual quantities will correspond with the proposed quantities. The Contractor will be paid based upon his/her lump sum and/or unit prices bid and any alternates accepted by the County and as may be further modified by Change Order for work added or deleted from the project indicated in the IFB. The Bidder acknowledges that he/she has not received or relied upon any representations or warranties of any nature whatsoever from the Ingham County, its agents or employees as to any conditions to be encountered in accomplishing the Work (specifically including subsoil conditions), and that this bid is based solely upon the Bidder s own independent judgment. The work shall be performed in accordance with the enclosed Drawings and Specifications prepared by the County s Architect. This proposal will not be withdrawn for a period of ninety (90) days from the date of bid opening. If, during this ninety (90) day bid acceptance period, a letter of notification is sent to the legal address stated above indicating the undersigned s bid has been selected, the undersigned agrees to deliver within the ten (10) succeeding days surety bonds and certificates of insurance in the form specified, or will forfeit the enclosed certified check, cashier s check or bid bond accompanying this proposal. If awarded the Contract, the undersigned agrees that time is an essential condition of the Contract and will totally complete the work as specified from Notice to Proceed. Normal delays in this project will be accepted due to rain or inclement weather. These delays must be submitted in writing to the Owner for review and approval within fortyeight (48) hours of the event. This Proposal has been prepared with the knowledge that control of the project site and coordination of the work of this Contract with the work of others will be subject to the 66 of 124

67 direction of Ingham County and/or its agents. The undersigned agrees that cooperation with other contractors and the Ingham County in coordinating the work is offered as a part of this Proposal. If the undersigned enters into the Contract in accordance with this Proposal, or if this Proposal is rejected, then the accompanying check or bid bond will be returned to the undersigned. In submitting this bid, it is understood that the right is reserved by the Ingham County to accept any bid, or reject any or all bids, to waive irregularities and/or formalities in any bid and to make award in any manner deemed in the best interest of the Ingham County. Any bid that is in excess of $50,000.00, if awarded, will be required to provide 100 percent (100%) of the contract amount coverage in Performance Bond and Payment Bond as required by Public Act 1963, No The bond must be with surety companies satisfactory to Ingham County and who are listed in the Federal Register as published by the U.S. Department of Treasury under the most recently revised Circular 570. In addition, each surety company shall be admitted and licensed to do business in the State of Michigan by the Michigan Department of Labor and Economic Growth Office of Finance and Insurance and have a minimum A.M. Best Company's Insurance Report Rating of A or A- (Excellent). The name and address of the bonding company proposed by this bidder is: The Owner reserves the right to evaluate all proposed bonding, with regards to conformance with current laws of the State of Michigan. No Offshore Bonding Companies will be accepted. The Contractor will be required to assume responsibility for all services offered in the Bid whether or not they possess them within their organization. Furthermore, Ingham County will consider the selected Contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. ACCEPTANCE This Proposal shall be valid for ninety (90) days after the date of opening of bids; the undersigned agrees to begin work within ten (10) days of Notice to Proceed. NOTICE OF INTENT Prior to bid award and after bid tabulations, the Owner will provide the recommended bidder with a Notice of Intent Letter so the Contractor can secure the required bonding. NOTICE TO PROCEED After bonding is received and approved, the Owner will provide the Contractor a Notice 67 of 124

68 to Proceed. The authorized contract will follow within 7-10 days. COMENCEMENT OF WORK AND WORK LIMITATIONS The undersigned will begin work as specified after Notice to Proceed. FINAL COMPLETION The undersigned will complete all work as specified after the award of contract except for minor replacement, correction, or adjustment, which does not interfere with the complete operation and utilization of all parts of the work, contracted by him or her, by September 12, SUB-CONTRACTORS, SUPPLIERS, AND VENDORS The undersigned, upon request of the Owner, agrees to submit to the Owner a complete list of sub-contractors, suppliers, and vendors whom he or she proposes to employ on this project, to be approved by the Owner. 68 of 124

69 ITEM I - MERIDIAN TOWNSHIP STREETS TO BE HOT IN PLACE RECYCLED Packet #82-14 Local and Primary Road Surfacing The various streets listed below are to be rehabilitated utilizing Hot-In-Place Recycling (HIPR) as specified above per Special Provision #20. These streets will then have manhole adjustment, curb repairs and be overlayed per Item II below, which may be a separate contact if these items are awarded separately. Coordinate the work for this item as approved by the Engineer with the Item II Contractor s work. Section Street From To Length (ft) Width (ft) Pav't (syd) 5 E Golfridge Longview Park Lake Rd W Golfridge Longview E Golfridge W Golfridge jughandle W Golfridge E & W Longview S of Golfridge Westminster Haslett Rd Barnsbury Benson Haslett Rd N end Academic Way straight Haslett Rd N end Academic Way circle Banyon-Burcham Jo Pass Okmeos Rd Comanche Mt. Hope Rd Sequoia Trail Oakwood-Hillside Forest Hill Northview Manitou incl Penobscot jog Birchwood Penobscot , 27 Manitou Penobscot Hamilton Southport Circle incl circle Sower Blvd N end Comanche blvd entrance Copperhill Mt. Hope Rd Comanche transition Copperhill Mt. Hope Rd Comanche straight Copperhill Mt. Hope Rd Raliegh Sandlewood Heritage Sandlewood Tamarack Ashland Totals Total Miles 3.8 WORK ITEM UNIT QUANTITY PRICE AMOUNT HMA Surface, HIPR SYD 70,809 Asphalt, Emulsified Rejuvenator GAL 7081 ITEM I TOTAL AMOUNT $ 69 of 124

70 ITEM II MERIDIAN TOWNSHIP STREETS TO BE COLD MILLED AND/OR ASPHALT RESURFACED Packet #82-14 Local and Primary Road Surfacing The various streets listed on the table below are to be rehabilitated utilizing Hot-In-Place Recycling (HIPR) per Item I (above) or to be cold milled as specified herein prior to the remaining work specified in this Item. Coordinate the work for this item as directed by the Engineer with the Item I HIPR Contractor s work. The streets shown on the table below for cold milling and HMA overlay shall be cold milled, Type 3 (3.5 inch depth) as specified above under Special Provision #7. Prior to cold milling, all vegetation and topsoil shall be removed from the shoulders for a width of 1.5 ft. on each side outside of existing pavement included in the pay item and pay limits for Cold Milling HMA Surface. Measure and pay limits for Cold Milling HMA Surface, Type 3 will be 1.5 ft outside existing pavement to 1.5 ft outside existing pavement. Deliver RAP millings to VanAtta Road (Newman Road to Tihart Road), Section 13, T4N, R1W, Meridian Township, Ingham County. Aggregate Base, Conditioning and Subgrade Undercutting, Type 1 quantities are miscellaneous items to be used only as directed and are subject to adjustment for actual conditions encountered. Backfill for subgrade undercutting shall be RAP millings from the project. The streets in this project item are then to have the following work items done as shown on the table below and/or as directed by the engineer, and as specified in the applicable special provisions above. The plan quantities for the following work items, including those shown for various streets on the table below, are approximate, and final quantities for these work items will be as directed by the Engineer as found necessary: Reconstruct Manhole; Replace Curb & Gutter; Removing Sidewalk; Sidewalk Ramp, ADA, Modified; Sidewalk, Conc., 4 inch; Detectable Warning Surface, Cast Iron; Detectable Warning Surface, Retrofit; Adjust Utility Valve Box, Shoulder, Cl III, 4 inch. Bid quantity for HMA Ultrathin Overlay reflects uniform 110 pounds per square yard application rate plus assumed 20% additional for leveling. Actual application rate may vary depending on need for leveling which shall be placed as part of the overlay as directed by the Engineer on the streets to be hot in place recycled per project item I. Bid quantity for HMA 13A reflects 220 pounds per square yard for leveling and 165 pounds per square yard for topping, plus some contingent amount for each, on the streets to be crushed and shaped only. Place Shoulder, Class III with salvaged material and/or 23A aggregate as directed by the Engineer on roads with aggregate shoulders. 70 of 124

71 ITEM II MERIDIAN TOWNSHIP STREETS TO BE COLD MILLED AND/OR ASPHALT RESURFACED Packet #82-14 Local and Primary Road Surfacing WORK ITEM UNIT QUANTITY PRICE AMOUNT Dr Structure, Temp Lowering Each 6 Cold Milling HMA Surface, Type 3 SYD 10,000 Subgrade Undercutting, Type 1 SYD 300 Aggregate Base, Conditioning SYD 500 Adjust Casting, Case 1 Each 121 Reconstruct Manhole VFT 100 Adjust Utility Valve Box Each 20 Replace Curb & Gutter LFT 300 HMA Ultra-Thin Overlay TON 4675 HMA, 13A Topping TON 850 HMA, 13A Leveling TON 1100 Shoulder, Cl III, 4 inch SYD 1200 Removing Sidewalk SYD 600 Sidewalk, Concrete, 4 inch SFT 1,500 Sidewalk Ramp, ADA, Modified SFT 3,300 Detectable Warning Surface, Cast Iron SFT 400 Detectable Warning Surface, Retrofit SFT 200 ITEM II TOTAL AMOUNT $ 71 of 124

72 2014 Meridian Township Pavement Preservation Program Section Street From To Length (ft) Width (ft) HIPR Per item I / Ultrathin OL (SYD) Cold Milling HMA Surface / 3.5" OL (SYD) Curb & Gutter Replace. (LFT) MH/CB Adjust. (Each) Sidewalk Remove (SYD) Sidewalk Ramp, ADA, Modified (SFT) 5 E Golfridge Longview Park Lake Rd W Golfridge Longview E Golfridge W Golfridge jughandle W Golfridge E & W Longview S of Golfridge Sidewalk (SFT) 9 Westminster Haslett Rd Barnsbury Benson Haslett Rd N end Franklin (not incl stub) Marsh Rd Hallendale 3260 variable Hallendale 300' at Franklin Academic Way straight Haslett Rd N end Academic Way circle Banyon-Burcham Jo Pass Okmeos Rd Comanche Mt. Hope Rd Sequoia Trail Oakwood-Hillside Forest Hill Northview Manitou incl Penobscot jog Birchwood Penobscot Detectable Warning Surface, Cast Iron (SFT) 22, 27 Manitou Penobscot Hamilton Southport Circle incl circle Sower Blvd N end Comanche blvd entrance Copperhill Mt. Hope Rd Comanche transition Copperhill Mt. Hope Rd Comanche straight Copperhill Mt. Hope Rd Raliegh Sandlewood Heritage Sandlewood Tamarack Ashland Detectable Warning Surface, Retrofit (SFT) Totals Total Miles 4 72 of 124

73 ITEM III- LANSING TOWNSHIP STREETS TO BE HOT IN PLACE RECYCLED Packet #82-14 Local and Primary Road Surfacing The various streets listed below are to be rehabilitated utilizing Hot-In-Place Recycling (HIPR) as specified above per Special Provision #20. These streets will then have manhole adjustment, curb repairs and be overlayed per Item III below, which may be a separate contact if these items are awarded separately. Coordinate the work for this item as approved by the Engineer with the Item III Contractor s work. Hot-In-Place Recycling & Overlay--Lansing Township Section Street From To Length (ft) Width (ft) Pav't (syd) Curb & Gutter 7 Boynton Dr Willow Rd Snow Glen St yes yes MH's & Valves Totals Total Miles 0.16 WORK ITEM UNIT QUANTITY PRICE AMOUNT HMA Surface, HIPR SYD 2613 Asphalt, Emulsified Rejuvenator GAL 261 ITEM III TOTAL AMOUNT $ 73 of 124

74 ITEM IV - LANSING TOWNSHIP STREETS TO BE ASPHALT RESURFACED Packet #82-14 Local and Primary Road Surfacing The various streets listed on the table below are to be rehabilitated utilizing Hot-In-Place Recycling (HIPR) per Item III (above) or to have existing distressed HMA areas removed as specified herein prior to the work specified in this Item. Coordinate the work for this item as directed by the Engineer with the Item III HIPR Contractor s work. The streets in this project item are then to have the following work items done as shown on the table below and/or as directed by the engineer, and as specified in the applicable special provisions above. The plan quantities for the following work items, including those shown for various streets on the table on the next page, are approximate, and final quantities for these work items will be as directed by the Engineer as found necessary: Reconstruct Manhole; Replace Curb & Gutter; Removing Sidewalk; Sidewalk Ramp, ADA, Modified; Sidewalk, Conc., 4 inch; Detectable Warning Surface, Cast Iron; Detectable Warning Surface, Retrofit; Adjust Utility Valve Box. Saw cut and remove existing distressed HMA on the streets indicated on the table below as marked by the Engineer per the MDOT standard specification for this work. Compact existing gravel base as directed. Place HMA 13A as specified herein and per the special provisions above. Bid quantity for HMA Ultrathin Overlay reflects uniform 110 pounds per square yard application rate plus assumed 20% additional for leveling. Actual application rate may vary depending on need for leveling which shall be placed as part of the overlay as directed by the Engineer on the streets to be hot in place recycled per project item III. Bid quantity for HMA 13A reflects 220 pounds per square yard for leveling and 165 pounds per square yard for topping, plus some contingent amount for each, on the streets to have existing distressed HMA areas removed as specified herein. WORK ITEM UNIT QUANTITY PRICE AMOUNT HMA Surface, Remove SYD 1000 Dr Structure, Temp Lower Each 1 Adjust Casting, Case 1 Each 10 Reconstruct Manhole VFT of 124

75 Adjust Utility Valve Box Each 4 Replace Curb & Gutter LFT 250 HMA Ultra-Thin Overlay TON 150 HMA, 13A Topping TON 85 HMA, 13A Leveling TON 110 Removing Sidewalk SYD 260 Sidewalk, Concrete, 4 inch SFT 1,100 Sidewalk Ramp, ADA, Modified SFT 1,100 Detectable Warning Surface, Cast Iron SFT 150 ITEM IV TOTAL AMOUNT 75 of 124

76 2014 Lansing Township Pavement Preservation Program Section Street From To Length (ft) Width (ft) HIPR Per item III / Ultrathin OL (SYD) Remove HMA Surface (SYD) Curb & Gutter Replace. (LFT) MH/CB Adjust. (Each) Sidewalk Remove (SYD) Sidewalk Ramp, ADA, Modified (SFT) Sidewalk (SFT) 7 Boynton Willow Snow Glen Foster Marguerite Woodruff Marguerite at Hayford Detectable Warning Surface, Cast Iron (SFT) Totals Total Miles 0.3 Grand Total 76 of 124

77 ITEM V - MERIDIAN TOWNSHIP PRIMARY ROADS TO BE HOT IN PLACE RECYCLED Packet #82-14 Local and Primary Road Surfacing The various road(s) listed below are to be rehabilitated utilizing Hot-In-Place Recycling (HIPR) as specified above per Special Provision #20. These streets will then have manhole adjustment, curb repairs and HMA overlay per Item VI below, which may be a separate contact if these items are awarded separately. Coordinate the work for this item as approved by the Engineer with the Item VI Contractor s work. Length Width Pav't Section Street From To (ft) (ft) (syd) 33,34 Kinawa Road Okemos Rd Dobie Rd Totals Total Miles 1.05 Note: Omit HIPR in limited areas as directed including subgrade undercutting areas and approximately 200 ft crossing the Briarwood Drain (newer reconstruction). WORK ITEM UNIT QUANTITY PRICE AMOUNT HMA Surface, HIPR SYD Asphalt, Emulsified Rejuvenator GAL 2200 ITEM V TOTAL AMOUNT $ 77 of 124

78 ITEM VI - MERIDIAN TOWNSHIP PRIMARY ROAD(S) TO BE HMA RESURFACED Packet #82-14 Local/Primary Road Surfacing The road(s) listed on the table below are to be rehabilitated by Cold Milling HMA Surface (Type 3), Hot-In-Place Recycling (HIPR), and HMA resurfacing with HMA, 13A and modified MDOT E1 mixtures and crumb rubber modified HMA Mixtures. Perform this work according to MDOT 2012 Standard Specifications for Construction except as specified herein. Coordinate the work for this item as directed by the Engineer with the HIPR Contractor s work (Item V). Install Sign, Type B, Temp, Prismatic according to the attached MDOT Maintaining Traffic Typicals, and additionaly, place W20-1 (ROAD WORK AHEAD) signing on all intersecting streets. Place related traffic control devices according to attached MDOT Maintaining Traffic Typicals and as directed. Traffic Control Devices that are contract pay items will be paid for separately; all other TCD s will be included with payment for Minor Traf Devices. Remove curb and gutter and portions of existing sidewalk ramps in directed locations to repair curb grades and prepare for ADA sidewalk ramp construction (by others). Correct curb grades using salvaged aggregate (RAP) base and adjust Type K Dr Structure covers as directed. Replace curb and gutter in-kind, including approximately 80 ft of Type M driveway opening. Place Maintenance Gravel (RAP) for temporary sidewalk ramps as directed adjacent to new curb ramp openings. Construction of new ADA sidewalk ramps will be performed by others and is not part of this contract. Cold Mill HMA Surface (Type 3) per the attached typical section (through and bike lanes only) and according to special provision 7, following temporary lowering of drainage structures, monuments, and utility valve box(es). Deliver RAP millings to Powell Road (M-43 to Tihart) and Tihart Road (Powell to VanAtta), Sections 23 and 14, respectively, T4N, R1W, Meridian Township, Ingham County. Perform Subgrade Undercutting, Type 1 at locations directed by the Engineer. Excavate approximately 1 foot below the normal cold milling elevation (approximately 16 inches below edge of curb. Place salvaged aggregate base (RAP) 9 inch depth, and HMA, 13A base course at 330 lbs/syd to match the cold milled surface. Following cold milling the through/bike lanes, the entire cross section shall be Hot-in-Place Recycled (HIRP) per special provision 20 and the typical cross section. Place temporary pavement markings according to the typical cross section and as directed by the Engineer The plan quantities for the following work items are approximate, and final quantities for these work items will be as directed by the Engineer as found necessary: 78 of 124

79 79 of 124

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

County of Ingham Request for Proposals (RFP) Packet #29-16 Interior Lighting Upgrades for the Mason Courthouse

County of Ingham Request for Proposals (RFP) Packet #29-16 Interior Lighting Upgrades for the Mason Courthouse Engineered Systems 4900 Cascade Road S.E., Grand Rapids, Michigan 49548 616.949.3340 info@geotech-inc.com County of Ingham Request for Proposals (RFP) Packet #29-16 Interior Lighting Upgrades for the Request

More information

Project No Project Manual

Project No Project Manual Project No. 1311 Project Manual for INGHAM COUNTY FAIR NEW TENSION FABRIC STRUCTURE Mason, Michigan January 31, 2014 Architect Straub Pettitt Yaste Architects 850 North Crooks, Suite 200 Clawson, Michigan

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801 PAVING BIDS TO BIDDERS: Thursday May 31st, 2017 ADVERTISED: Week of June 05th, 2017 Escanaba Daily Press BID OPENING: Tuesday June 20th, 2017 Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain,

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

Midland County Road Commission. DATE: Thursday January 24, 2019 at 1:00 PM. Item No. 3 - HMA PAVING

Midland County Road Commission. DATE: Thursday January 24, 2019 at 1:00 PM. Item No. 3 - HMA PAVING Midland County Road Commission Sealed Proposals will be received at the office of the Board of Road Commissioners, County of Midland, at 2334 N. Meridian Road, Sanford, Michigan, 48657 until: DATE: Thursday

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

County of Ingham. Request for Proposals (RFP) Packet # Construction of Pondless Waterfall Feature at Potter Park Zoo

County of Ingham. Request for Proposals (RFP) Packet # Construction of Pondless Waterfall Feature at Potter Park Zoo County of Ingham Request for Proposals (RFP) Construction of Pondless Waterfall Feature at Potter Park Zoo Sealed Proposals Due: February 15, 2019 at 11:00 A.M. Sealed Proposals shall be delivered to the:

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Townline Road Middle Village Road then south 4800 feet.

Townline Road Middle Village Road then south 4800 feet. 05/10/2017 Townline Road Middle Village Road then south 4800 feet. Project: Project Stations: 0.91 miles of asphalt wedging and 2 inch HMA Paving, gravel 0+00 P.O.B. Middle Village Road shoulders, and

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

MIDLAND COUNTY ROAD COMMISSION BID FORM

MIDLAND COUNTY ROAD COMMISSION BID FORM MIDLAND COUNTY ROAD COMMISSION BID FORM Sealed Proposals will be received at the office of the Board of Road Commissioners, County of Midland, at 2334 N. Meridian Road, Sanford, Michigan, 48657 until:

More information

REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA)

REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA) 3/2018 REQUEST FOR QUOTE (RFQ) DELIVER, PLACE, AND COMPACT DRIVING SURFACE AGGREGATE (DSA) (ROAD NAME(S) & ID #) (NAME OF MUNICIPALITY & COUNTY) 1. SCOPE OF WORK: (hereinafter referred to as Owner ), requires

More information

Town of Chebeague Island 192 North Road Chebeague Island, ME 04017

Town of Chebeague Island 192 North Road Chebeague Island, ME 04017 2012 ROAD RECLAMATION AND PAVING WORK INVITATION TO BID Proposals are requested for full depth reclamation and paving (HMA and CMA) work for the Town of Chebeague Island, Maine. The project scope includes

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

County of Ingham State of Michigan

County of Ingham State of Michigan County of Ingham State of Michigan PO Box 319 / 121 E. Maple St. Purchasing Department Mason, Michigan 48854 Phone: (517) 676-7222 http://pu.ingham.org/home.aspx Greetings, Thank you for your interest

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

More information

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN ) PADRE DAM MunicIpal Water DIstrict An Everyday Essential ADDENDUM NO.1 Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN 212002) Bid Opening Date: May 22, 2012 Time: 10:00 a.m.

More information

Application for Right of Way Permit

Application for Right of Way Permit Application for Right of Way Permit The following are the requirements to perform construction in the City right of way. 1. There is an annual Applicant License Fee of $75.00. The license must be obtained

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT RFP # 1710005 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

SECTION ASPHALT PAVING AND SURFACING

SECTION ASPHALT PAVING AND SURFACING SECTION 02500 ASPHALT PAVING AND SURFACING PART 1 - GENERAL 1.01 WORK INCLUDED A. Traffic control as required to divert vehicular and pedestrian traffic around construction. B. Spreading and compacting

More information

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1 Department of Public Works Engineering Division November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION ADDENDUM NO. 1 Dear Bidder: The following amendments are hereby made to the subject

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB County Contacts: Ken Bowman Las Animas County Maintenance Super Phil Dorenkamp Las Animas County Admin Kim Chavez Las Animas County HR EMS

More information

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California 93030 Tel 805.385.8280 October 24, 2018 ADDENDUM NO. 2 Vineyard Avenue Street Resurfacing Project PW 16-12 SCHEDULED

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID NOTICE TO BIDDERS The Charlevoix County Road Commission invites qualified contractors to bid on the annual requirement

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. 1 Issue Date: March 29, 2016 Addendum No. 1 Issue Date: Project: Bonson and Short Street Reconstruction Contract: #1-16 Owner: City of Platteville, Wisconsin Engineer: Delta 3 Engineering, Inc. Daniel J. Dreessens, P.E. 875 South

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements RFP 2019-01 Reeta s Building Demolition City of Morgantown REQUEST FOR PROPOSALS Demolition Contractors INTRODUCTION A. Overview This Request for Proposals ( RFP ) is being issued by the City of Morgantown

More information

A. Provide all labor, materials, and equipment as necessary to complete all work as indicated on the Drawings and specified herein.

A. Provide all labor, materials, and equipment as necessary to complete all work as indicated on the Drawings and specified herein. PAGE 321216-1 SECTION 321216 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification sections,

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

MIDLAND COUNTY ROAD COMMISSION

MIDLAND COUNTY ROAD COMMISSION MIDLAND COUNTY ROAD COMMISSION BID FORM Sealed Proposals will be received at the office of the Board of Road Commissioners, County of Midland, at 2334 N. Meridian Road, Sanford, Michigan, 48657, until:

More information

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL This section covers the restoration of roadways and sidewalks, in whole or in part, with bituminous concrete paving. WITHIN 4 DAYS OF BACKFILLING IN AREAS

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES PLEASE TAKE NOTICE that sealed proposals for the Town of Union, New York, will be received by the Town Clerk at 3111 East Main Street,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Bid Notice. City of Seaford Charles Anderson City Manager

Bid Notice. City of Seaford Charles Anderson City Manager Bid Notice Sealed bids will be received by the City Manager of the City of Seaford, 414 High Street, Seaford, DE 19973, until 2:30 p.m., prevailing time on Wednesday, May 2, 2018 for Street Paving Bids

More information

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013 The City of Dillingham is the owner of the Dillingham City Library / Sam

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT CALL FOR BIDS KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO. 1589 SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT BID OPENING: DATE: FEBRUARY 27, 2018 TIME: 11:00 AM Sealed

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m.

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m. INVITATION TO BID Bid Package Montrose County 2018 Gravel Crushing Services Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m. Location Montrose County Road and Bridge Office 949 N. 2 nd Street

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY

STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM Vendor/Contractor Guidelines for Awarded Public Contracts Pursuant

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB #4320 2014 RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

REQUEST FOR SEALED BIDS No

REQUEST FOR SEALED BIDS No REQUEST FOR SEALED BIDS No. 2018-013 Project: Granger Site Development Phase 2 Issued: December 19, 2018 CONTENTS Section 1. Bid Announcement and General Information Section 2. Bid Specifications and Bid

More information

PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING #2

PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING #2 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR COUNTY LOCAL HOT MIX ASPHALT PAVING #2 May 30, 2018 1. LH 4950 LAKETOWN TOWNSHIP On 62 nd Street, 144 th to the Holland City Limits 1.72 miles 2. LH

More information

City of Dawson Creek Request for Proposals No

City of Dawson Creek Request for Proposals No City of Dawson Creek Request for Proposals No. 2011-29 SANITARY SEWER MASTER PLAN The City of Dawson Creek is requesting proposals for the creation of a Sanitary Sewer Master Plan. All contract documents

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

SPECIFICATIONS FOR EPHESUS PARK IMPROVEMENTS 1501 EPHESUS CHURCH ROAD CHAPEL HILL, NORTH CAROLINA 27517

SPECIFICATIONS FOR EPHESUS PARK IMPROVEMENTS 1501 EPHESUS CHURCH ROAD CHAPEL HILL, NORTH CAROLINA 27517 SPECIFICATIONS FOR EPHESUS PARK IMPROVEMENTS 1501 EPHESUS CHURCH ROAD CHAPEL HILL, NORTH CAROLINA 27517 SPECIFICATIONS FOR ADA AND PARKING LOT IMPROVEMENTS AT EPHESUS PARK 1501 EPHESUS CHURCH ROAD CHAPEL

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Water Slides Renovation/Restoration The Mundelein Park and Recreation District hereby requests bids for cleaning, waxing, and polishing the interior of three (3) water slides. Cleaning,

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

STATE CATCH BASIN CLEANING BID

STATE CATCH BASIN CLEANING BID ROBERT J. ROSA, CHAIR 11318 MAIN STREET JAMES BOWERS, VICE CHAIR P. O. BOX 68 TED MICK, MEMBER HONOR, MI 49640-0068 MATT SKEELS, MANAGER (231) 325-3051 (231) 325-2767 FAX Your Local Road Professionals

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION CONTRACTOR S PROPOSAL COMPANY ADDRESS CITY, STATE, ZIP ( ) TELEPHONE NUMBER City of Hesperia 9700 Seventh Avenue Hesperia, CA 92345 Ladies and Gentlemen: STATE LICENSE NUMBER Pursuant to the Public Notice

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS Section Page 14-1 GENERAL... 14.1 14-2 PRIVATE ROADS... 14.1 14-3 STREETS AND PARKING LOTS... 14.1 14-3.01 Aggregate Base... 14.1 14-3.02 Asphalt

More information

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids

REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities. Advertisement for Bids REQUEST FOR BIDS For Asphalt Paving at Wastewater Facilities Advertisement for Bids Bell County Water Control & Improvement District No. 1 (District) is soliciting Request for Bids for asphalt paving and

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information