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

Size: px
Start display at page:

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

Transcription

1 Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer February 20, 2013 REQUEST FOR BIDS The Kalkaska County Road Commission is requesting bids for the mixing, drying, hauling and placing of Plant Mix Asphalt at following designated locations. Bids will be accepted until 3:30 p.m., Friday, March 8, Specifications and bid forms may be obtained at the Commission office at 1049 Island Lake Road, Kalkaska, MI 49646, telephone (231) ext 11 or via e- mail at All bids must be received in a sealed envelope, plainly marked Plant Mix Asphalt. Bids will be opened March 11, 2013 at 9:30 a.m. during the regularly scheduled Road Commission board meeting. LOCATION AND APPROXIMATE QUANTITIES: 1. Skip Patch: Tons (4E1 Mix) Various locations within county. 2. Gravel Shoulder 3 x 3 : 1500 Tons Locations listed below and various Compacted in place. 23A Aggregate 3. Twin Lake Road: (8700 X22 ) Tons 4E1 Mix (Wedge 3 typ) Cold Springs Township 1, Tons 4E1 Mix (Top 165#) Bond Coat.010gal/syd. 4. Twin Lake Road: (4370 feet X22 ) 240. Tons 4E1 Mix (Wedge 3 typ) Blue Lake Township Tons 4E1 Mix (Top 165#) Bond Coat.010gal/sy. 5. Aarwood Road (7,300 X 22 ) 1, Tons 4E1 Mix (Top 165#) Clearwater Township Tons 4E1 Mix (Wedge 3 typ.) Rapid City Road to Aarwood bridge Bond Coat.010gal/sy. 6. Aarwood Road (2,975 X 22 ) Tons 4E1 Mix (Top 165#) Clear Water Township Tons 4E1 Mix (Wedge 3 typ) Aarwood Bridge to Crystal Beach Rd. Bond Coat.010gal/sy. 7. Phelps Road (550 x22 ) 242. Tons 4E1 (Placed in Two 165#) Rapid River Township US-131 approach paving west 8. Phelps Road 3240 x22 ) 1320 Tons 4E1 (Placed in Two 165#) Rapid River Township US-131 approach paving west

2 9. Phelps Road 500 or 3240 Gravel, Finish Grade and Compact Phelps Road Site Work: Remove and stock pile existing gravel onsite, Remove and stock pile existing top soil onsite, excavate, shape fill and back slopes to allow for a 32 wide road bed. Place and compact stock piled gravel on road, Place stockpiled topsoil, mulch, seed disturbed areas. Provide, place and compact 22A state specification road gravel at an average depth of 6. Finish grade and compact road prior to placement of asphalt. Install 3 23A gravel shoulders at an average depth of 3 along asphalt roadway. Existing driveways add gravel (5 to 10 as directed by inspector) to match shoulders. During project construction one lane must be open to local traffic at all times. The proposed projects will only be completed upon the signing of Contracts between the Kalkaska County Road Commission and the partnering townships. Performance bond, lien bond and liability insurance will be required of the successful bidder to the limits as shown in the instructions to bidders. The Commission reserves the right to reject any or all bids or to accept the bid they consider in the best interest of the Kalkaska County Road Commission. Other short paving stretches may be added throughout the paving season on a negotiated basis. Bid may be extended by mutual agreement. Kalkaska County Road Commission will not accept any billing that reflects fuel surcharges or other charges not approved by Road Commission or its representative. PROPOSAL KALKASKA COUNTY ROAD COMMISSION KALKASKA, MICHIGAN PLANT-MIXED BITUMINOUS SURFACE COURSES LOCAL AND PRIMARY ROADS Sealed proposals will be accepted by the Kalkaska County Road Commission until 3:30 p.m., on Friday, March 8, 2013, at the Commission office located at 1049 Island Lake Road, Kalkaska, MI 49646; telephone number (231) ext. 11. All proposals will be opened and read Monday, March 11, 2011 at 9:30 a.m. at the regularly scheduled Road Commission board meeting. The undersigned has examined the proposal, specifications 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 and understands that the quantities shown are approximate only and are subject to either increase or decrease. The undersigned hereby proposes to furnish all necessary machinery, tools, labor, apparatus and other means of constructions, do all the work, furnish all the materials, and for the unit prices 2

3 named in the itemized bid, to complete the work herein described in strict accordance with the proposal therefore and strict conformity with the requirements of the 2012 edition of the Standard Specifications for Highway Construction of the Michigan Department of Transportation and the General Provisions, supplemental specifications, special provisions and instructions to bidders as are a part of this proposal. The undersigned further proposes to do such extra work as may be authorized by the Kalkaska County Road Commission, prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon in writing before such extra work is begun. The Contractor, pursuant to the requirements of Section 4 of Act No. 251, Public Acts of the State of Michigan of 1955, as amended, the Civil Rights Act of 1964 and Executive Order No ; agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this contract with respect to his/her hire tenure, terms, conditions or privileges of employment because of race, age, sex, color, religion, natural origin or ancestry of employee or applicant for employment. The Contractor further agrees that every subcontract entered into for the performance of this contract will contain a provision requiring non-discrimination in employment as herein specified, binding upon each sub-contractor. Breach of this covenant may be regarded as a material breach of this contract. 3

4 KALKASKA COUNTY ROAD COMMISSION BID SHEET BITUMINOUS SURFACING LOCAL & PRIMARY ROADS SCOPE OF PROJECT: This work shall consist of placing 2 courses (or 1 course) of bituminous mixture at the rates shown and maintaining proper traffic control. The existing bituminous surface shall be swept and prepared by the Contractor prior to paving. Hauling units shall be sized to the project and shall not cause excessive damage to the prepared grade. LOCAL & PRIMARY ROAD PROJECTS PROJECT LOCATION LENGTH WIDTH RATE OF APP. YIELD UNIT TOTAL (FT) (FT) AND TYPE (TONS) PRICE PRICE 1. Skip Patch Material: (4E1) 165#/yd Various Locations 0.10 gal/yd 2 Bond Coat TOTAL FOR SKIP PATCH: 2. Gravel Shoulder: 23A Gravel 1500 TOTAL FOR GRAVEL.: 3. Twin Lake Road: Wedge -4E1 Mix 480 Coldsprings Township 165#/yd 2-4ETOP 1,700 Bond Coat.010 gal. / yd 2 TOTAL FOR TWIN LAKE RD.: 4. Twin Lake Road: Wedge -4E1 Mix 240 Blue Lake Township 165#/yd 2-4ETOP 950 Bond Coat.010 gal. / yd 2 TOTAL FOR TWIN LAKE RD.: 4

5 5. Aarwood Road: 7, Wedge-4E1 Mix 400 Clearwater Township 165#/yd 2-4ETOP 1472 Bond Coat.010 gal. / yd 2 TOTAL FOR AARWOOD RD.: 6. Aarwood Road: 2, Wedge -4E1 Mix 163 Clearwater Township 165#/yd 2-4ETOP 600 Bond Coat.010 gal. / yd 2 TOTAL FOR AARWOOD RD.: 7. Phelps Road: lifts at 165#/ yd 2 4E1 Mix/230 Rapid River Township Bond Coat.010/ yd 2 _ TOTAL FOR PHELPS RD./ASPHALT 8. Phelps Road: lifts at 165#/ yd 2 4E1 Mix/1320 Rapid River Township Bond Coat.010/ yd 2 TOTAL FOR PHELPS RD./ASPHALT 9. Phelps Road (550 x 30 ) Gravel, Finish Grade, and Compact Rapid River Township Phelps Road Site Work: Remove and stock pile existing gravel onsite, Remove and stock pile existing top soil onsite, excavate, shape fill and back slopes to allow for a 30 wide road bed. Place and compact stock piled gravel on road, Place stockpiled topsoil, mulch, seed disturbed areas. Provide, place and compact 22A state specification road gravel at an average depth of 6. Finish grade and compact road prior to placement of asphalt. Install 3 23A gravel shoulders at an average depth of 3 along asphalt roadway. Existing driveways add gravel (5 to 10 as directed by inspector) to match shoulders. During project construction one lane must be open to local traffic at all times. TOTAL FOR 550 of PHELPS RD. GRADE WORK. 5

6 TOTAL FOR 3,240 of PHELPS RD. GRADE WORK. THE BOARD OF KALKASKA COUNTY ROAD COMMISSIONERS RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS OR ANY PART OF SAME, OR TO WAIVE IRREGULARITIES AND INFORMALITIES AND TO MAKE THE AWARD IN PART OR ENTIRETY, THAT IN THE OPINION OF THE BOARD ARE IN THE BEST INTEREST AND TO THE ADVANTAGE OF THE BOARD OF KALKASKA COUNTY ROAD COMMISSIONERS AND THE COUNTY OF KALKASKA, MICHIGAN. COMPLETION DATE: OCTOBER 15, 2013 REMARKS, IF ANY: CONTRACTOR S SIGNATURE: PRINT NAME: TITLE: COMPANY NAME: ADDRESS: CITY/STATE/ZIP: PHONE: DATE: 6

7 INSTRUCTIONS TO BIDDERS GENERAL PROVISIONS SUPPLEMENTAL SPECIFICATIONS GENERAL The Contractor will provide the Kalkaska County Road Commission with the name and telephone number of its employee in charge for night and weekend calls. All work will be done in a professional manner and is subject to inspection by the Kalkaska County Road Commission. The job will be left in a condition acceptable to the Kalkaska County Road Commission. BONDS The successful bidder will be required to furnish a performance bond in the amount of the total contract price and a lien bond in the amount of the total contract price. DAMAGE LIABILITY AND INSURANCE The Contractor will save harmless and indemnify Kalkaska County, the Board of Kalkaska County Road Commissioners and the Kalkaska County Road Commission against all claims for damage to public or private property and for injuries to persons arising out of and during progress and to the completion of the work. The Contractor will file a certification that he/she carries insurance with minimum limits of $1,000,000 each occurrence and $1,000,000 aggregate on Bodily Injury Liability, $1,000,000 each occurrence and $1,000,000 aggregate on Property Damage Liability. 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: has 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 Kalkaska County Road Commission. BITUMINOUS APPLICATION ESTIMATE SPECIAL PROVISIONS Liquid asphalt cement for the mixture shall be Type: 58-28, Target air void of 3%. Recycled Mixtures: The Contractor may substitute Recycled Asphalt Pavement (RAP) and or Recycled Asphalt Shingles in accordance with section 501 of the MDOT 2012 Standard Specifications for Construction for a portion of the new material required to produce HMA mixture. Design and produce the mix to meet the criteria in this subsection and the contract documents. Rap shall be limited to no more than 25% binder replacement by weight. 7

8 a. Stockpile Requirements; Process RAP to the size required for the specified HMA mix. Ensure the stockpile contains enough material to produce the recycled mixtures the Engineer approves for the project. If the RAP stockpile is not sufficient to produce recycled mix quantities required for the project, provide an Engineer-approved mix design without RAP at the same unit price. Provide documentation of testing and accumulated tonnage in the stockpile to the Kalkaska County Road Commissions designated laboratory. The Contractor may estimate the tonnage. The Road Commission Engineer will begin evaluating the mix design after receipt of the documentation. b. Mix Design: The Contractor shall submit a mix design with required documentation for recycled mix designs in accordance with Section 1 of the HMA Production Manual, Procedures for HMA Mix Design Processing. MEASUREMENT AND PAYMENT The completed work shall be measured and paid for at the contract unit price each. SCHEDULE OF WORK AND COORDINATION The completion date for all approved 2013 projects is October 15, 2013 unless noted otherwise. Work is not to proceed until the contractor receives a Notice to Proceed from the Kalkaska County Road Commission. The Road Commission is to be notified 72 hours in advance of all work activities. The contract will not be executed until furnishing of the required performance and mechanics lien bonds, general liability insurance certificate, and worker s comp. insurance certificate. 8

9 AFFIDAVIT OF EQUAL OPPORTUNITY As a condition of obtaining and/or maintaining a contractual relationship with the Board of County Road Commissioners of the County of Kalkaska, State of Michigan, it is hereby certified that this contractor, supplier or contracting organization agrees to provide equal employment opportunity to all employees and applicants, and will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, height, weight, marital status, political affiliations, or beliefs, or citizenship, as required by law. The contractor covenants that applicants are and will be employed, and that employees are and will be treated during employment, without regard to their race, color, religion, national origin, ancestry, age, sex, height, weight, marital status, political affiliations or beliefs, or citizenship. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rate of pay or other forms of compensation; and selection for training, including apprenticeships. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provision of this non-discrimination policy. On behalf of this organization, I hereby certify that compliance with the above Equal Opportunity Policy is now and will continue to be maintained. COMPANY ADDRESS CITY/STATE NAME TITLE PHONE FAX SIGNATURE:. DATE: Thank you for your time and interest. 9