BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE

Similar documents
City of Jacksonville Finance Department

Finance & Technology Administrator (815) ext 223

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

SPECIFICATIONS FOR BONDED WEARING COURSE

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ITEM 252 IN-PLACE FULL DEPTH COLD FLEXIBLE PAVEMENT RECYCLING

A. Texas Department of Transportation 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (TxDOT).

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

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

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

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

SECTION ASPHALT PAVING

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

Bidding Conditions Attachment C

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

INVITATION TO BID SEAL COAT, ASPHALT CONCRETE & MILLING AND CRACK SEALING FOR 2015

INVITATION TO BID ON TOWN PAVING PROJECTS

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

Item 247 Flexible Base

Item 247 Flexible Base

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

TECHNICAL SPECIFICATION

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

**************************************************************************

**************************************************************************

Bid Notice. City of Seaford Charles Anderson City Manager

KU Design Guidelines APPENDIX II PERMEABLE BITUMINOUS PAVEMENT

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

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

SECTION ASPHALT PAVING AND SURFACING

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

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007

SECTION 503 TEMPORARY PAVEMENT RESTORATION

INVITATION TO BID CITY OF HOPKINSVILLE

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

The Home Depot U.S.A., Inc. Instructions to Bidders

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

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER

MIDLAND COUNTY ROAD COMMISSION

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

Stanford University Facilities Design Guidelines SECTION ASPHALT UNIT PAVING. A. ASTM C-33 Standard Specification for Concrete Aggregates.

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

SECTION BITUMINOUS CONCRETE PAVING AND ATHLETIC SURFACING. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

DEAN + TYLER + BURNS ARCHITECTURE

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

SPECIAL SPECIFICATION 3157 Cold Processed - Recycled Paving Material (RPM) for Use as Aggregate Base Course

SPECIAL PROVISIONS - SP2005BOOK Page 237 JUNE 30, 2006 Last Revision 4/16/08

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

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

Calhoun County Road Department Schedule of Items (Itemized Bid Sheet)

BITUMINOUS MIXTURE # 13A BID SHEET

5-02 BITUMINOUS SURFACE TREATMENT

City of Eagle Point 2017 Paving Instruction to Bidders

CITY OF MARSHALL, MINNESOTA

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

Mainelli Wagner & Associates, Inc.

SECTION FLEXIBLE PAVING

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

CITY OF FARGO SPECIFICATIONS ASPHALT LEVELING COURSE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

Section 3 Specification 3.20 Slurry Seal TABLE OF CONTENTS

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

CITY OF ADA, PURCHASING 512 North Stockton Street Ada, Oklahoma / x256 Fax 580/ BID PROPOSAL.

ITEM 231 CEMENT STABILIZED CRUSHED AGGREGATE BASE COURSE

Extraction and Sieve Analysis ( µm minus) Forming Marshall Specimens, Field Method

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

BID FOR SINGLE CHIP SEAL OVER ASPHALT & FOG SEAL General Information for Bidders

SECTION ASPHALT PAVING

ITEM 231 CEMENT STABILIZED CRUSHED AGGREGATE BASE COURSE

CITY OF FARGO SPECIFICATIONS SEAL COATS

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

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

ASPHALTIC CONCRETE FRICTION COURSE (ASPHALT-RUBBER):

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

STANDARD SPECIFICATIONS SECTION PAVEMENT REQUIREMENTS

TABLE ASPHALTIC CONCRETE MIX DESIGN CRITERIA

NOTICE TO BIDDERS FOR

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

MSCAA /04 ITEM P-219 RECYCLED CONCRETE CRUSHED AGGREGATE BASE COURSE DESCRIPTION MATERIALS

ODOT District Pavement General Notes P401: ITEM PAVEMENT PLANING, ASPHALT CONCRETE, AS PER PLAN

Both envelopes must have the following information in the lower left hand corner:

MIDLAND COUNTY ROAD COMMISSION BID FORM

PAVING AND RESURFACING FY TOWN OF OAK ISLAND, NC

State of New Jersey Department of Transportation

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

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

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SECTION 315 ASPHALT CONCRETE PAVEMENT. Materials shall be furnished by the Contractor in accordance with Section 200.

INSTRUCTIONS TO BIDDERS

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

SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING

SECTION 50 CONTROL OF WORK

Request for Quotation

Transcription:

BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE

EXHIBIT A TECHNICAL SPECIFICATIONS ASPHALT OVERLAY CITY OF LAFAYETTE 2

ROADWAY CONSTRUCTION A-01 Modifications To Tennessee Department of Transportation Specifications A-01.01 General: The "Standard Specifications for Road and Bridge Construction" of the Tennessee Department of Transportation, Nashville, Tennessee, dated March 1, 2006, will govern the work to be performed under these specifications as they are modified herein. Copies of the Standard Specifications for the Tennessee Department of Transportation may be obtained from the State of Tennessee Department of Transportation, James K. Polk Building, Nashville, Tennessee, for the sum of Ten ($10.00) Dollars. The provisions of DIVISION 1-GENERAL PROVISIONS: DIVISION 2- CONSTRUCTION DETAILS; and DIVISION 3-MATERIALS, all shall apply as modified hereinafter. The Contractor shall have at least one copy of the "Standard Specifications for Road and Bridge Construction," dated March 1, 1991, continuously available on the project. Items and paragraphs not mentioned in the following modifications apply unchanged. In the event of conflict between the General Conditions and the Standard Specifications the General Conditions shall govern. A-01.02 Modifications to Division 1 of "Standard Specifications for Road and Bridge Construction" Section - Paragraph 101.19 Department Delete entirely and substitute: The Owner and the Engineer. 101.21A Owner Wherever in these specifications reference is made to the "Owner, it shall mean the City of Lafayette, Tennessee. 103.03 Material Guaranty Add the following paragraph: "All workmanship, materials, and equipment of every kind furnished under this contract shall be free from defects of manufacture, materials and/or workmanship. The Contractor agrees hereunder to replace materials, equipment, and workmanship found inherently defective within twelve months after completion and acceptance of the work. In cases where such defects are caused by forces beyond the Contractor's control, as

judged by the Contractor's control, as judged by the Engineer, the replacement will not have to be made by the Contractor." A-01.03 Modifications to Division 2 of "Standard Specifications for Road and Bridge Construction" Section 303 Mineral Aggregate Base This section covers the grading, reshaping, and paving of aggregate on the roadway, as required, and for shoulders as required. 303.13 Method of Measurement Delete this section and substitute the following: "Grading, reshaping, and placing of aggregate on the roadway and drive-ways will be measured for payment by the price for mineral aggregate, type A base (grading D), on a per ton basis." Delete this section and substitute the following: "Payment will be made on a per ton basis of mineral aggregate, type A base (grading D), complete in place." Section 307 Bituminous Plant Mix Base (Hot Mix) 307.03 Composition of Mixtures Change the proportions by weight to read as follows: Mineral Aggregate Asphalt Cement 94.0 to 96.5 percent 3.5 to 6.0 percent 307.08 Method of Measurement Delete this section and substitute the following: "Bituminous plant mix base shall be measured by batch plant weight tickets issued by a certified weigh man and collected onsite by the owners inspector." 307.09 Basis of Payment "Payment will be made on a per ton of bituminous plant mix base, complete in place, under the appropriate item number for hot mix 307-03.03 and 307-03.04 (grading CW)." Section 403 Tack Coat This section will be applicable where there is deemed by the owner a need for a tack coat at the time paving is to take place. 2

SECTION 02505 ASPHALT CONCRETE SURFACE Part 1 - General 1.01 Work covered by Contract Documents: Part 2 - Materials A. Existing street surfaces shall be prepared in accordance with Tennessee Department of Transportation Section 407.10. B. The material and installation shall be in strict compliance with Tennessee Department of Transportation Section 307, Section 407 and Section 411. 2.01 Tack Coat, when requested by the OWNER, shall be in conformance the Tennessee Department of Transportation Section 403. 2.02 Placement of pavement over aggregate base course surface shall first be graded and prime coat applied in accordance with Tennessee Department of Transportation Section 402. 2.03 All asphalt wearing surface shall be TDOT 411-02.01 mineral aggregate for Asphalt Concrete Surface Grading "E" with TDOT 411-02.02 Asphalt Cement for Asphalt Concrete Surface Grade E. 2.04 Reference Specifications: Tennessee Department of Transportation; Roadway and Bridge Specifications, Latest Revision; 1. 307-02.01 Bituminous Plant Mix Base Course Grade "B" 2. 307-03.03 Bituminous Plant Mix Base Course Grade "C" 3. 307-03.03 Bituminous Plant Mix Base Course Grade "CW" 4. 411-02.01 Asphaltic Concrete Surface Course Grade "B" 5. Section 307 - Bituminous Plant Mix Base (Hot Mix) 6. Section 402 - Prime Coat 7. Section 403 - Tack Coat 8. Section 407 - Bituminous Plant Pavements (General) 9. Section 411 - Asphaltic Concrete Surface (Hot Mix) Grade "E" 3

10. Section 415- Cold Planning 1 SY (Copy Attached) 1. This item is per TDOT spec's. 2. The City of Lafayette will keep the millings. 3. The depth of milling will be 2". Part 3 - Installation 3.01 Reference Specifications: Tennessee Department of Transportation; Roadway and Bridge Specifications, Latest Revision; 3.02 Streets to be surfaced shall be determined by the Owner. 3.03 Unless otherwise directed by the Owner, all driveway entrances shall have a paved ramp two (2) feet in length. 3.04 Existing surfaces that are warped and irregular shall be brought to uniform grade and cross-section by use of a leveling mixture conforming to Tennessee Department of Transportation Section 307. The appropriate grading shall be determined by the Owner. 3.05 Special attention is given to the roller requirements of Section 407. Part 4 - Revision To Standard Specifications 4.01 Revise the Master Range in Section 903.11 (c) as follows: Asphalt Concrete Surface Course Mixture Designation Master Range of Gradations Total Percent Passing, by Weight Sieve Grading Size D E F G Mix 1 Mix 2 3/4" 100 5/8" 100 100 1/2" 3/8" 95-100 95-100 10090-100 75-98 75-98100 95-100 40-70 NO. 453-8053-8085-100 30-50 10-25 NO. 836-6036-6075-95 5-15 2-10 NO. 30 16-32 16-3235-70 NO. 50 8-21 8-21 20-50 NO. 100 3-14 3-14 5-20 3-7 2-7 NO. 200 3-10 3-10 3-15 4.02 Add the following at the end of the Master Range Gradation Table in Section 903.11 (c): A. When crushed gravel is used in Grading G Mix, the percent passing the No. 100 sieve shall be 2.7. 4

B. Delete the entire section under: Grading "D" in subsection 903.11 (c) and substitute the following: 1. The coarse aggregate shall consist of crushed gravel, crushed granite, crushed slag, crushed quartzite, crushed calcareous sandstone or crushed gneiss. Crushed stone may be used provided it has the following chemical land physical characteristics; a. Silica Dioxide content - minimum of 50% b. Calcium carbonate content - maximum of 32% c. The coarse aggregate shall contain a minimum of 50% by weight of the original sample of acid insoluble residues that are coarser than the No. 100 mesh sieve when tested in accordance with ASTM D-3034. 4.03 When Grading E is to be used as a surface for traffic lanes, the mineral aggregate shall be composed of not less than 50 percent or not less than 20 percent natural sand, slag sand, sand manufactured from gravel, or any combination of these materials, except as herein specified. All or any part of this mix may be calcareous sandstone, including Size 10 (Screenings) or manufactured sand. 4.04 The sand percentage on the job mix formula shall be in the range of 20-50 percent. However, if needed to meter improve the specified design criteria, the limestone and sand percentage may be altered by the numerical value of 5 percent from the percentage shown by the Contractor the original job mix formula. If the aggregate percentage shown on the original job mix formula are altered the Contractor shall submit a new job mix formula using the aggregate percentages shown on the design. 4.05 Re-striping the streets. NOTE: Any revisions to the latest published edition of the reference specifications shall supersede the requirements of these specifications. END OF SECTION 5

1. Receipt And Opening Of Proposals INFORMATION FOR BIDDERS The City of Lafayette, Tennessee (herein called the Owner) invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the City of Lafayette, Tennessee, at the City Hall, until 2:00 p.m. Central Standard Time, on March 3, 2014, to be opened and read publicly at that time. The envelopes containing the bids must be sealed, addressed to the City of Lafayette, Tennessee and must bear the following information on the outside: Name of Bidder Bidder's Address Bidder's Tennessee License Number Bidder's License Classification Bidder's License Expiration Date Name of Project and Contract for which bid is submitted If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified above. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof, and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above schedule time for the opening of bids or authorized postponement there of. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within twenty-five (25) days after the actual date of the opening thereof. 2. Preparation of Proposal The bidder must submit his proposal on the forms furnished herein. All blank spaces in the Proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given including all alternates, extensions, sub-totals, and totals, etc. The Bid price must be written in ink in numerals and words. In case of conflict between words and numerals, the words, unless obviously incorrect, will govern. No qualifying letters, or statements will be considered. Totals read at the opening of bids are not guaranteed to be correct, and no award of contract will be made until the bids, extensions, and totals have been checked. 3. Qualifications of Bidder The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as he Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. 4. Bid Security 6

Each Proposal must be accompanied by a Bidder's Bond on the form contained in the Proposal from a Security Company acceptable to the Owner, or a cashier's check, or certified check payable to the Owner, for not less that twenty percent (20%) of the total amount of the Bid. Check will be returned to all except the three (3) lowest Bidders within three days after the opening of the Bids, and the remaining checks will be returned promptly after the Owner and the accepted Bidder have executed the Contract, or if no award has been made within 60 days after the date of the opening of Bids upon demand of the Bidder at any time hereafter, so long as he has not been notified of the acceptance of his bid. 5. Liquidated Damages For Failure To Enter Into Contract The successful Bidder, upon his failure or refusal to execute and deliver the Contract and Bonds required within 10 days after he has received notice of the acceptance of his Bid, shall forfeit to the Owner, as liquidated damages for failure or refusal, the security deposited with his Bid. 6. Security For Faithful Performance The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein. 7. Laws And Regulations The Bidder's attention is directed to the fact that all applicable State Laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout and they will be deemed to be included in the contract the same as thought herein written out in full. 8. Method Of Award - Lowest Qualified Bidder If at the time this contract is to be awarded, the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the Owner as available to finance the Contract, the Contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the Contract on the base bid combined with the deductible alternate as listed in the Form of Bid, to produce a net amount which is within the available funds. 9. Obligation of Bidder At the time of the opening of Bids, each Bidder will be presumed to have inspected the site, and to have read and to be thoroughly familiar with the plans, and Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any Bidder from any obligation in respect to his Bid. 10. Contract Extension 7

The City of Lafayette reserves the right to extend the contract for a period of one year, if agreeable with the contractor. The extension will be based on the Tennessee Department of Transportation liquid asphalt cement index. City of Lafayette, 200 East Locust, PO Box 275, Lafayette, TN 37083 Phone: 615-666-2194 PROPOSAL 8

To: City of Lafayette, Tennessee The undersigned bidder has carefully examined the site of the work described herein; has become familiar with local conditions and the work character and extent of the work; has carefully examined, the Technical Specifications. Information for Bidders, the form of contract, and the form of Contract Bond, and thoroughly understands their stipulations, requirements and provisions. The undersigned bidder has determined the quality and quantity of materials required; has investigated the location and determined the sources of supply of materials required; has investigated labor conditions; has arranged for the continuous prosecution of the work herein described. The undersigned bidder hereby agrees to be bound by the award of the Contract; and, if awarded the Contract on this Proposal, the Technical Specifications, and Information for Bidders shall be a part. The undersigned bidder further agrees to provide all necessary equipment, tools, incidentals, and other means of construction to do all the work and to furnish all the materials of the specified requirements which are necessary to complete the work in accordance with the Proposal, and the Technical Specifications, and agrees to accept therefore, as payment in full, the unit prices for the various items described in the Proposal. The bidder understand that the quantities of work shown herein are approximate only and are subject to increase or decrease and agrees that all quantities of work, whether increased or decreased are to be performed at the unit prices stated in the following Estimated of Quantities and Schedule of Prices for the work described. The undersigned bidder declares that this Proposal is made without connection with any other person or persons making proposals for the same work, and is in all respects fair and without collusion or fraud. In compliance with your Advertisement for Bids, the undersigned hereby proposes to furnish the materials and perform the work for completion of all items listed below in strict accordance with the Advertisement for Bids, information for Bidders, Technical quoted in the following items, and agrees, upon receipt of written notice of the acceptance of this Proposal within sixty (60) days after the date of the opening of the Proposals, that it will execute a contract in accordance with the Proposal as accepted, sureties, within ten (10) days after receipt of notice of formal award of Contract and presentation of the prescribed forms. ESTIMATE OF QUANTITIES AND SCHEDULE OF PRICES 9

The Contractor shall fill in a price, in both numbers and words, for each item on this Proposal form. Failure to fill in a price for any item on the Proposal will be considered sufficient grounds for declaring the Bid irregular. Item No. Description & Unit Unit Price 1. Bituminous Plant Mix Ton $ Base "307 (Hot Mix) Grading C-W Mixture For Dollars Cents, Per Ton 2. Bituminous Material Ton $ for Tack Coat (TC) For Dollars Cents, Per Ton 3. Clip Shoulders, Per Lineal Mile Lineal $ Mile For Dollars Cents, Per Lineal Mile 4. Paint Striping, Per Lineal Mile Lineal $ Mile For Dollars Cents, Per Lineal Mile 5. Cold Planing, Per Square Yard Per Square $ Yard For Dollars Cents, Per Square Yard The City of Lafayette reserves the right to reject any or all bids. Bid deadline March 3, 2014 at 2:00 p.m. The undersigned bidder submits herewith proposal guaranty in an amount of not less than twenty percent (20%) of the total amount of the Proposal 10

offered and agrees and consents that the Proposal guaranty shall be forfeited to the owner as liquidated damages if the required contract bond is not executed within ten (10) days from the date of the notice of the award and work has been started as required in the following paragraph. The undersigned bidder further agrees, if awarded the Contract in accordance with this Proposal, to begin work within then (10) days after the date of the Notice to Proceed, and further agrees that, within fifteen (15) days after the date to furnish such other equipment necessary to complete the work set forth. All work to be completed within 90 (ninety) days after notice to proceed has been given. By Contractor By Address Witness Bidder's Tennessee Contractor s Number Bidder's License Expiration Date NOTICE TO VENDORS Sealed proposals including vendor name and address will be received by the City of Lafayette, at the office of the City of Lafayette Recorder s Office, 200 East Locust St., Lafayette, TN 37083, the hours 2:00 p.m., on the 3 rd day of March, 2014 at which time proposals duly delivered and submitted. 11

Until the final award by the City of Lafayette, said city reserves the right to reject any and/or all proposals, to waive technicalities, to re-advertise, to proceed otherwise when the best interests of the City will be realized hereby. Proposals will be submitted sealed and plainly marked with the date and time of receipt. Proof of insurance will be required by bidder. The City of Lafayette does not discriminate based on race, color or national origin in federal or state sponsored programs, pursuant to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d).With regard to all aspects of this contract, contractor certifies and warrants it will comply with this policy. CITY OF LAFAYETTE CONTRACT MONITORING TDOT requires that sub-recipients maintain records of those ethnic and gender groups who are awarded bids on projects. For Title VI compliance, we ask for voluntary disclosure of the following information: Gender: Male Female Race: Caucasian African American Hispanic American Indian and Alaskan Native Native Hawaiian or other Pacific Islander Other (please specify) SECTION 415-COLD PLANING OF BITUMINOUS PLANT MIX PAVEMENTS 415.01-Description. This work shall consist of cold planing an existing bituminous plant mix pavement in accordance with the requirements of these Specifications and in reasonably close conformity with the lines and grades shown on the Plans or established by the Engineer. EQUIPMENT 415.02- Equipment All equipment necessary for the satisfactory performance of this work shall be on hand and approved before work will be permitted to begin. The required equipment shall include a power broom, a water truck, and a planing machine. Equipment shall be furnished to remove the material planed from the pavement. The planing machine shall be a power operated, self-propelled milling 12

machine or grinder capable of removing bituminous concrete to the required width, depth, profile, cross-slope and surface texture. The machine shall be capable of accurately establishing profile by referencing from either the existing pavement or from an independent grade control and shall have positive means for controlling cross-slope. The machine shall have a floating moldboard with sufficient down pressure to plane the milled surface. The machine shall have an effective means of removing cuttings from the pavement and for preventing dust from escaping into the air. When milling the Interstate or controlled access freeways, the planning machine shall be equipped with a cutter drum at least 12 ft. (3.65 m) wide and be capable of restoring pavement profile with either a contact or noncontact leveling system. A contact leveling system shall be a minimum of 40 ft. (12 m) in length and the non-contact leveling system shall have a minimum of 3 sensors dispersed the length of the machine. The maximum spacing between teeth on the cutter drum shall not exceed 5/8 in. (15 mm).supplemental equipment shall be provided as necessary to remove material in areas that cannot be reached by the planning machine. CONSTRUCTION REQUIREMENTS 415.03- General Requirements. The operations shall be so arranged that no vertical longitudinal faces exceed 1-1/4 in. (32 mm) in height in areas to be used by public traffic. Transverse faces shall be tapered in a manner approved by the Engineer to avoid creating a hazard for traffic. The Contractor shall be required to cold plane in the direction of traffic. When milling roadways for hot mix overlays, the planing machine shall operate at a consistent forward speed to provide an acceptable surface texture. The maximum allowable forward speed shall be 60 ft. (18 m)/min when the teeth spacing is between Vi and 5/8 in. (13 and 15 mm), and the maximum allowable forward speed shall be 80 feet(24 m)/min when the teeth spacing is less than 'A in. (13 mm). After planing, the finished surface shall provide a smooth riding surface free from scallops, scabs, gouges, ridges, oil film, and other imperfections of workmanship, having a uniform texture, and true to the 414 required grade and cross section. The elevation of the longitudinal edges of adjacent cuts shall not differ more than 1/8 in. (3 mm). Milling shall not commence unless the subsequent layer of pavement can be placed within limitation specified in Subsection 407.09. The planed pavement shall be thoroughly swept immediately behind the machine and all materials swept up shall be loaded and hauled away. A water truck shall be furnished and used to control dust from the work, when deemed necessary by the Engineer. Where sound pavement has been gouged, torn, or otherwise damaged during the milling operations, or damage is done to any other property of any kind including utility frames, grates, and covers, repairs shall be made by the Contractor at no cost to the Department. The Contractor shall take appropriate measures so that the cold planing operation does not trap water. 415.04- Surface Requirements. Where the planed pavement is not to be resurfaced, the texture shall be uniform throughout the project and shall provide a satisfactory riding surface. The average texture depth shall be no less than 0.20 in. (5 mm). The finished surface on the Interstate and controlled access freeways shall be of uniform profile throughout, without any scabbing, scallops, gouges, ridges, or other imperfections resulting from worn cutter teeth, improper operating speeds, poor equipment maintenance, or other instances of poor workmanship. The cross-slope shall be as specified on the plans in the tangent, transition, and super-elevated curve sections. The finished surface after the final cut shall not show a deviation greater than 1/8 in. (3 mm) from a 10 ft. (3 m) straightedge, and the crossslope shall not deviate more than 3/8 in. (10 mm) in 10 ft. (3 m). All irregularities exceeding these limits shall be corrected. Approaches and tapers shall be acceptably textured when required by the Engineer. Length, width, and depth of cut on approaches and tapers will be as determined by the Engineer. The approaches and tapers shall match the finished cut on the main line and shall be transitioned to the existing surface to within ±1/8 in. (3 mm). When deemed necessary by the Engineer, private entrances shall be transitioned to provide a smooth approach to the roadway. Unless otherwise specified on the plans, the cuttings shall become the property of the Contractor and be removed from the project. COMPENSATION 415.05- Method of Measurement. Cold Planing of Bituminous Pavement will be measured by the ton(metric ton) of material removed, by the cubic yard(meter) ) of material removed, or by the square yard(meter) of planed pavement. The method of measurement will depend upon the pay item designated in the proposal. Where payment is by the square yard(meter) the pavement acceptably planed will be measured by the square yard(meter) in accordance with Section 109. Unless otherwise specified, water used to control dust will not be measured for separate payment but will be considered incidental to the planing operation, 415.06-Basis of Payment. The accepted quantity of Cold Planed Bituminous Pavement will be paid for at the contract unit price, which payment shall be full compensation for all labor, materials, equipment, hauling, and incidentals necessary to plane the pavement, control dust, and dispose of the cuttings. 292 13