BITUMINOUS MIXTURE # 13A BID SHEET

Similar documents
MIDLAND COUNTY ROAD COMMISSION

INVITATION TO BID ON TOWN PAVING PROJECTS

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

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

Townline Road Middle Village Road then south 4800 feet.

NOTICE TO BIDDERS. May 31, Dorothy E. Maxwell Chair

Finance & Technology Administrator (815) ext 223

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

PERMIT TO EXCAVATE IN HIGHWAY CHESHIRE, CONNECTICUT

Section 508. CHIP SEALS Description. Prepare the surface and apply the specified single chip seal, double chip seal or shoulder chip seal.

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

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

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

SPECIFICATIONS FOR FULL DEPTH RECLAMATION WITH CALCIUM CHLORIDE

Scott Eagle Attack Thermal Imaging Camera

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

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

Main Building Auditorium

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

SPECIFICATIONS FOR SAND SEAL

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

SACRAMENTO COUNTY ASPHALT RUBBER HOT MIX-GAP GRADED (ARHM-GG):

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 806 ASPHALT CONCRETE WITH JOINT DENSITY FOR MULTI-LANE HIGHWAYS.

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

NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PRIMARY ROAD BITUMINOUS SURFACING

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

SPECIFICATIONS FOR NEW WORK CHIP SEAL

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

SECTION 905 TRAFFIC SIGNS, STRIPING AND RAISED MARKERS

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

INVITATION TO BID CITY OF HOPKINSVILLE

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

Request for Proposal: Due October 11, :00 pm

Section 505. CHIP SEALS

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

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

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

4-07 Asphalt Treated Permeable Base (ATPB)

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

BASE CONSTRUCTION MATERIALS A Aggregate

BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR LATEX MODIFIED EMULSION TREATMENT (MICRO-SURFACING)

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

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

2016 CONCRETE REPLACEMENT PROJECT

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details

INVITATION FOR BIDS PEST CONTROL SERVICES

Addendum No. 1 Page 1 of 2

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

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

SECTION 20 INDEX PAVING FABRIC 1. SCOPE OF WORK MATERIAL REQUIREMENTS CONSTRUCTION AND INSTALLATION REQUIREMENTS...

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

EXCAVATION PERMIT CHECKLIST

Cement Stabilized Soil (CSS) (Portland cement)

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

SPECIFICATIONS FOR DOUBLE CHIP SEAL

Request for Proposal & Statement of Qualifications

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

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


603 - ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS

Stanford University Facilities Design Guidelines SECTION SEAL COATS. C. Section : Traffic Striping and Pavement Markings

Regional Engineers. Jack A. Elston

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

507 SLURRY SEAL AND MICRO-SURFACING 1 of 8 CATEGORY 500 PAVING SECTION 507 SLURRY SEAL SECTION 507 SLURRY SEAL AND MICRO-SURFACING

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

NO. OF PAGES 6 BIDDERS ARE REQUESTED TO RETAIN THIS SPECIFICATION FOR FUTURE REFERENCE TABLE OF CONTENTS

Request for Proposals

REQUEST FOR QUALIFICATIONS

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

CITY OF FARGO SPECIFICATIONS ASPHALT PAVING

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

PERMEABLE INTERLOCKING PAVERS

Zoning Permits 11-1 ZONING PERMITS

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

Jetty and Revetment Repairs

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

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

REQUEST FOR QUALIFICATIONS AND PROPOSALS. On Behalf of the Crawford County Board of Commissioners. for

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

St. Clair County Road Commission. For Turn Key Replacement of the Existing Chilled Water System Page 1 of 6

ITEM 25 CHIP SEAL MATERIALS 2 A. Non-Polymer Modified Asphalt Emulsion (Fog Seal) 2 B. Polymer Modified Asphalt Emulsion Binder 2

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

MUNICIPAL STANDARDS CITY OF DEWITT, MICHIGAN. Prepared by: Capital Consultants, Inc. 725 Prudden Street Lansing MI 48906

REQUEST FOR PROPOSALS

Transcription:

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, 2012 for furnishing bituminous mixtures in Clinton County. Prices are to be indicated on this sheet and submitted in a SEALED ENVELOPE marked BITUMINOUS BID and shall include the NAME OF THE BIDDER ON THE ENVELOPE. Bidder Address City, State, Zip Code Signature Phone Number Date Fax Number Email Total Bid $ TITLE VI The CLINTON COUNTY ROAD COMMISSION in accordance with Title VI of the Civil Rights Act of 1964, 78-252, 42 U.S.C. 2000d-2222d-4, the Civil Rights Act of 1987, P.L. 100-259, and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, Non-discrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprise firms will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of Race, Color, Sex, Age, National Origin, or Handicap in consideration for an award. The undersigned has examined the specifications and the location of the work described herein and is fully informed as to the nature of the work and the conditions related to its performance, and understands that the quantities shown are approximate only, and are subject to either increase or decrease.

BITUMINOUS MIXTURE BID SHEET - Page 2 The undersigned hereby proposes to furnish all necessary machinery, tools, apparatus, and other means of construction, do all the work, furnish all the materials, and for the unit prices named in the itemized bid, to complete the work herein described in strict accordance with the plans therefore and in strict conformity with the requirements of the 2003 Edition of the MDOT Specifications for Construction and any attached supplemental specifications that may be a part of this proposal. The undersigned shall also be pre-qualified for the minimum amount of $500,000 by the Department of Transportation. The bidder will be responsible for CDL compliance of any and all employees/sub-contractors used in fulfilling the bituminous paving operations as specified in this document. The undersigned further proposes to do such extra work as may be authorized by the Clinton County Road Commission, prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon before such extra work has begun. The undersigned has included a listing of three references of previous work experience including the company name, address, phone number, and contact person. The successful bidder will be required to furnish contract bonds as specified in Section 102 of the above referenced MDOT specifications. These bonds are to be submitted on standard forms provided by the surety company. The completion date for these projects will be October 21, 2012. Liquidated damages will be assessed for failure to complete projects by this date in accordance with MDOT specifications. This contract will be awarded to the successful bidder within 30 days from the date of bids. The Clinton County Road Commission shall have the right to reject any or all bids and to accept the bid that is in their opinion in the best interest of the road commission. SUPPLEMENTAL SPECIFICATIONS A minimum of two rollers shall be required on the project per paver and the material shall be rolled as directed by the project engineer. Vibratory or pneumatic-tired rollers will be permitted for compaction purposes. Bond coat shall be applied as directed by the project engineer at a rate of 0.0 to 0.10 gallons per square yard. The cost shall be included in the price per ton of the bituminous material. Bituminous Mixture #13A will be paid for at the contract price per ton and shall include payment in full for furnishing and heating the materials, mixing, hauling, spreading, and compacting the mixture to the satisfaction of the project engineer. The 13A Bituminous Mixture shall utilize P.G. 58-28 liquid asphalt cement with 3% air voids per MDOT Specifications. Prior to the beginning of production, the contractor shall submit a mix design for the project engineer s approval. BITUMINOUS MATERIAL INSPECTION Bituminous materials used on this project shall be tested by the Clinton County Road Commission or its designated testing/inspection firm. Costs of the authorized testing shall be borne by the Clinton County Road Commission. The bituminous mixture shall meet the requirements as set forth in Section 501 of MDOT Specifications. SUBCONTRACTING The approval of the Clinton County Road Commission shall be obtained before naming a subcontractor for any substantial amount of work. The contractor shall assure himself that any subcontractor named has sufficient equipment, insurance and personnel to properly complete any item of work within the specified time.

BITUMINOUS MIXTURE BID SHEET - Page 3 INSURANCE REQUIREMENTS Contractors working within the road right-of-way must have valid certificates of Workers Compensation Disability Insurance and Liability Insurance naming the Clinton County Road Commission, Employees, and Commissioners as additional insured and shall be on file at the Road Commission office before work begins. Minimum requirements are: Auto Liability General Liability Workers Compensation $1,000,000 Bodily Injury/Property Damage Owned & Non-owned including statutory Michigan No-Fault and Uninsured Motorists $1,000,000 Bodily Injury - each person $1,000,000 Bodily Injury each accident $1,000,000 Property Damage each accident $1,000,000 Single Limit Policy Statutory coverage MAINTAINING TRAFFIC Reasonable access for property owners along the streets under construction will be required. The contractor shall conduct his operations in such a manner that the property owner experiences a minimum amount of inconvenience. The contractor shall pave adjacent lanes with matching starting and ending points so there is no uneven pavement at the end of the day. If the contractor has stoppage of paving due to equipment failure and uneven pavement will result, the contractor shall place Uneven Pavement signs at no cost to the Road Commission. Flag persons shall be required on all roads. The contractor shall be required to place a minimum of one advance warning sign prior to each end of the project. The signs may read Construction Ahead, Men Working or some other legend meeting the approval of the project engineer. After paving, the contractor shall place Low Shoulder signs at locations determined to receive 23A gravel shoulders by the Project Engineer. All signs shall be removed by the contractor within 5 working days after paving each location, or 5 working days after gravel shoulders are placed at the locations determined by the Project Engineer. STRUCTURE ADJUSTMENT SPECIFICATIONS All adjustments to manholes shall be made with HDPE manhole adjustment rings or equivalent as approved by SCCMUA. Any slope adjustments will be made using the appropriate sized rings to match the correct height and angle. Any adjustments to existing structures shall be made by either using the HDPE adjustment rings as noted above; or by using concrete adjusting rings using a non-shrink grout, with a maximum adjustment of 12 inches on top of the precast cone section. All adjustments shall be externally sealed with a waterproof flexible sealant approved by the SCCMUA. TEMPORARY PAVEMENT MARKING Temporary pavement marking tape, type NR shall be placed in two-foot lengths, at fifty foot intervals on all roads. The materials used shall meet the requirements as set forth in section 812.02 of MDOT Specifications. The cost for this marking shall be included in the price per ton of the bituminous material. 23A GRAVEL SHOULDERS Placement of gravel on shoulders of various roads may be required. The shoulders will vary in width (2 to 5 feet) and in depth depending upon the existing road conditions. The locations for shoulders and the amount of gravel to

BITUMINOUS MIXTURE BID SHEET - Page 4 be used will be determined by the project engineer. Target application rate for gravel shoulders is 280 tons per mile. Gravel shoulders shall be placed within 5 working days after paving at each specified location. Payment will be made per ton of material used and will include costs for traffic control, placement, and compaction. All materials used shall meet the requirements as set forth in Section 906.06 of MDOT Specifications. PRE-CONSTRUCTION MEETING A pre-construction meeting, with a representative from each party, is required prior to the start of any construction. PAYMENT A pay estimate will be prepared on the 1 st and 3 rd Monday of each month, after an itemized bill has been received from the bidder, covering the work completed on the project. Work on the project is considered complete upon placement of the bituminous mix and temporary pavement marking at paving only locations. On project roads, which are to receive 23A gravel shoulders, work is considered complete upon placement of the bituminous mix, temporary pavement marking and the gravel shoulders. Retainage will be in accordance with MDOT Specifications. Payments will be processed after approval of work completed on the 2 nd and 4 th Thursdays of each month or at regularly scheduled Clinton County Road Commission Board meetings. The Board of Clinton County Road Commissioners reserves the right to accept or reject any part or this entire bid that is in their opinion in the best interest of the road commission. THIS IS A SEALED BID; THEREFORE, WE CANNOT ACCEPT A BID IN THE FORM OF A FAX OR AN EMAIL.

CLINTON COUNTY ROAD COMMISSION 2012 PAVING PROGRAM BITUMINOUS MIXTURE 13A - TO BE PAVED IN TWO COURSES ROAD LOCATION LENGTH (MILES) WIDTH (FEET) LBS./SYD MANHOLES TONS BITUMINOUS PRICE PER TON TOTAL BITUMINOUS COST GRAVEL PRICE PER TON Hollister Centerline Rd. to 2011 Paving 0.50 22' 330 0 1100 Glenn Off Wood Rd. 0.22 24' 385 3 750 Webb ** BR127 to Wood Rd 1.02 28' 330 0 3100 Norris Howe Rd to end of pavement 0.45 28' 330 3 1400 Alward *** SB Upton Rd to Hollister Rd 0.75 22' 330 0 1700 Kildare *** Highland Rd to Merdian Rd 0.15 20' 330 0 350 Belfast *** Kildare Rd to end 0.15 20' 330 0 350 Dublin *** Belfast Rd to end 0.10 20' 330 0 250 Highland *** Kildare Rd to Jason Rd 0.20 20' 330 0 450 Hawk Hollow Chandler Rd to stop sign 0.36 28' 330 1 1050 Coleman Chandler Rd to EL City Limits 0.58 28' 330 20 1625 Hunsaker Coleman Rd to Chandler Rd 0.32 28' 330 7 900 TOTAL 13A TWO COURSE 4.80 34 13,025 STRUCTURE COVER ADJUSTMENT 0-6 Inches 6-18 Inches 18-30 Inches TEMPORARY LOWERING OF STRUCTURE QUANTITY 34 1 1 1 PER ADJUSTMENT NOTE: TEMPORARY PAVEMENT MARKINGS REQUIRED ON ALL PROJECTS AS DETERMINED BY THE ENGINEER NOTE: TRAFFIC REGULATORS REQUIRED ON ALL PROJECTS NOTE: Driveway tabs and 100 foot intersection approaches required to be paved as determined by the Engineer. NOTE: Gravel shoulders from 1-5 feet wide to be placed and rolled on selected roads as determined by the Engineer. NOTE: Not all roads will have gravel shoulders placed. ** These roads will have a valley gutter section. ***These roads will be pulverized before paving. The Road Commission will complete the final grade.