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

Similar documents
Finance & Technology Administrator (815) ext 223

ITEM 275 PORTLAND CEMENT TREATED MATERIALS (ROAD MIXED)

MIDLAND COUNTY ROAD COMMISSION

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

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

Warm Mix Asphalt (WMA) Guide Specification for Highway Construction

SECTION 2200 PAVING CITY OF BLUE SPRINGS, MISSOURI CONSTRUCTION SPECIFICATIONS

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES

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

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

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

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

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

Section 25 Aggregate Subbase

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

Addendum No. 1 Page 1 of 2

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

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENTAL SPECIFICATION 863 REINFORCED SOIL SLOPES. October 19, 2012

SECTION PERMEABLE INTERLOCKING CONCRETE UNIT PAVEMENT

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

Townline Road Middle Village Road then south 4800 feet.

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

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

INVITATION TO BID ON TOWN PAVING PROJECTS

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017

Request for Proposal: Due October 11, :00 pm

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

BITUMINOUS MIXTURE # 13A BID SHEET

AEC Premier Straw Double Net Quick Mow EROSION CONTROL BLANKET SPECIFICATION

SECTION 402 PLANT MIX BITUMINOUS SURFACE LEVELING

Recyclex TRM TURF REINFORCEMENT MAT SPECIFICATION

Table of Contents for Guide Specifications

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

4-07 Asphalt Treated Permeable Base (ATPB)

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Bituminous Concrete Base Course (Type HB, Black Base, B-25.0, and B-37.5)

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

BASE CONSTRUCTION MATERIALS A Aggregate

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

SPECIFICATIONS FOR SAND SEAL

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SPECIFICATIONS FOR FULL DEPTH RECLAMATION WITH CALCIUM CHLORIDE

EARTHWORK, SUBGRADE, AND SUBBASE

SECTION BITUMINOUS CONCRETE PAVEMENT

SPECIFICATIONS FOR NEW WORK CHIP SEAL

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

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

SECTION UNCLASSIFIED EXCAVATION AND GRADING

City of Brandon Division 2 Standard Construction Specifications Section January 2000 Page 1 of 10 SOIL CEMENT BASE COURSE PART 1 GENERAL

Curlex High Velocity EROSION CONTROL BLANKET SPECIFICATION

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

asphalt (PWMA) processes in accordance with these Specifications. PWMA processes include organic 9

SPECIFICATIONS FOR STREET CONSTRUCTION WITHIN THE TOWN OF PLAINVILLE

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

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

DIVISION 300 BASES AND GRANULAR SURFACES SECTION 301 LIME TREATED SUBGRADE

Curlex II EROSION CONTROL BLANKET SPECIFICATION

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

603 - ASPHALT PAVEMENT SMOOTHNESS SECTION 603 ASPHALT PAVEMENT SMOOTHNESS

SECTION A1 EXCAVATION AND BACKFILL GENERAL

Full Depth Reclamation

SEGMENTAL BLOCK RETAINING WALLS. Comply with Division 1 - General Provisions and Covenants, as well as the following:

SECTION TRENCHING & BACKFILLING

BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

Regional Engineers. Jack A. Elston

INVITATION TO BID CITY OF HOPKINSVILLE

BIO-AQUIFER STORM SYSTEM

CHAPTER 500 STREET PAVEMENTS, CURB, GUTTER AND SIDEWALK CONSTRUCTION SPECIFICATIONS

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

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

2016 CONCRETE REPLACEMENT PROJECT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT ROADSIDE CLEARING MM 75.3 TO MM 82.9 MM 99.2 TO MM 109.1

Maintenance & Rehabilitation. Treatments. Crack Sealing. Sealant Types. Asphalt Pavement Preservation: Identification of Alternative Treatments

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

Forsyth County Procurement

SECTION ASPHALT PAVING

550 Surface Treatments

DuPage County Division of Transportation 421 N. County Farm Road Wheaton, IL / (Fax) 630/

INSTALLATION GUIDELINES FOR MIRAFI FG & FGC

DIVISION 32 EXTERIOR IMPROVMENTS

JOB BB0113 SHELL LAKE STR. & APPRS. (S) MARCH 10, 2015 LETTING QUESTIONS PREVIOUSLY ASKED UNDER JOB BB0106.

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

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

ADOT s Use of RAP in Asphaltic Concrete

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

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861

Wall Modular Block Mechanically Stabilized Earth, Item S.

SECTION AGGREGATES

Cement Stabilized Soil (CSS) (Portland cement)

EXPANDED POLYSTYRENE (EPS GEOFOAM) EMBANKMENT DIVISION 31 EARTHWORK

SECTION 301 SELECTED MATERIAL SUBBASE DESCRIPTION

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SUPERPAVE HMA MIXTURES. C&T:CJB 1 of 5 C&T:APPR:SJP:DBP: FHWA:APPR:

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

Construction Specification for Utility Adjustments

Special Provision for Hot-Mix Asphalt Prime Coat

LS 2519 CONCRETE PAVER PAVEMENT RECONSTRUCTION

Transcription:

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

1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street, Mascoutah, IL 62258. All Bidders are required to contact the office of the City Clerk to be added to the Plan Holder s List. 2. All proposals must be accompanied by a Proposal Guaranty in the amount of 5% of the bid amount in the form of a Cashier s Check made payable to the Treasurer of the City of Mascoutah or a Bid Bond payable to the City of Mascoutah. 3. The City reserves the right to waive technicalities and to reject any or all proposals and to select the lowest or best BID. 4. Bidders are required to provide an approximate completion date for this project as stated on the Bid Form. The completion date shall be based on receiving a Notice of Award by the City which will be issued on September 6, 2017. The City desires to have this project completed by October 31, 2017 if at all possible. 5. This project is subject to the State of Illinois Prevailing Wage Act. Information regarding prevailing wage, benefit and working condition requirements may be obtained from the Illinois Department of Labor (IDOL) at 217-782-6206 and information may be viewed at their website http://www.state.il.us/agency/idol/. 6. The successful bidder at the time of execution of the contract will be required to deposit a contract bond in the full amount of the award. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the awarding authority. 7. It is also understood and required as a condition of the contract that the successful bidder must be licensed and insured to perform this type of work and shall, at the time of execution of the contract, furnish a copy of said business license and insurance prior to start of work. 8. Payment for this work will be due upon receipt of final completion documentation by the City and payable within fifteen calendar days. 9. All bid proposals shall be marked to clearly indicate its contents and when sent by mail, sealed proposals shall be addressed to the City Clerk as noted herein. 10. All proposals shall be filed prior to the time and at the place specified herein and all proposals received after the time specified will be returned to the bidder unopened. 11. Permission will be given to a Bidder to withdraw a proposal if the Bidder makes a request in writing or in person before the time for opening proposals. By Order of The City of Mascoutah Kari Haas, City Clerk Note: All proposal documents including Proposal Guaranty Checks or Proposal Bonds, should be stapled together to prevent loss when bids are opened.

BID FORM CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 AM, August 31, 2017 BIDDERS NAME: ADDRESS: CITY, STATE: Item Quantity Unit Unit Price Amount Pavement Removal/Earthwork 1 L Sum Triaxial Geogrid Reinforcement 2872 Sq Yd Aggregate Base Course, Type A, 5 2872 Sq Yd HMA Binder Course, IL-19.0, N70, 5 805 Ton HMA Surface Course, Mix C, N70, 2 322 Ton TOTAL PROJECT BID ESTIMATED COMPLETION DATE: By: Title:

CONSTRUCTION SPECIFICATIONS The following provisions supplement the Standard Specifications for Road and Bridge Construction, Adopted April 1, 2016 (Standard Specifications) and the Manual on Uniform Traffic Control Devices for Streets and Highways in effect on the date of the invitation for bids, which apply to and govern the construction of HUNTERS TRAIL PAVING, Mascoutah, Illinois and in case of conflict with any part, or parts of said Specifications, the said provisions shall take precedence and shall govern. DESCRIPTION OF WORK This project consists of removal of existing oil & chip pavement, removal of small areas of asphalt pavement, excavation, grading and compacting subgrade, furnishing and placing triaxial geogrid reinforcement, furnishing and compacting aggregate base course, and furnishing and compacting Hot-Mix Asphalt (HMA) Binder Course and Surface Course on Hunters Trail and Pheasant Bend in Mascoutah. CONSTRUCTION STAKING Construction staking, if required, shall be completed by the Contractor. This item of work will not be measured separately and shall be considered included in the cost of the contract items of work. TRAFFIC CONTROL Traffic Control shall be provided by the Contractor in accordance with Section 701 of the Standard Specifications and IDOT Highway Standards. Periodic road closures will be allowed but at the end of each work day, all roads shall be opened to traffic with a minimum driving surface of a compacted aggregate. Access to all properties/driveways shall be maintained at all times. This item of work will not be measured separately and shall be considered included in the cost of the contract items of work. PAVEMENT REMOVAL/EARTHWORK This item shall consist of pavement removal, excavation, disposal of unsuitable material, compaction and final grading of the subgrade in accordance with applicable portions of Sections 201, 202, 205 and 301 of the Standard Specifications. Full depth saw cuts will be required for the removal of existing asphalt pavement to achieve a straight joint between existing pavement to remain and new pavement. The finished subgrade shall be compacted to approximately 95% of optimum dry density, proof rolled in the presence of the Engineer and approved by the Engineer prior to placement of the Aggregate Base Course. If conditions change after subgrade preparation, due to rain or construction traffic before determining the type and thickness of treatment, the subgrade should be reworked. Otherwise, proof rolling results may no longer represent the subgrade conditions. The Contractor shall provide a fully loaded, tandem-axle truck, or loaded truck/equipment similar to those anticipated during pavement construction. The number of truck passes in proof rolling is dictated by the field conditions and per the Engineer. The number passes should generally be a minimum of three to four truck passes. This item of work will not be measured separately and will be paid for at the contract unit price per LUMP SUM for PAVEMENT REMOVAL/EARTHWORK complete, and no additional compensation will be allowed.

TRIAXIAL GEOGRID REINFORCEMENT This work consists of furnishing and installing an integrally-formed, high-density polypropylene geotechnical grid reinforcement material (geogrid) with triangular apertures. The grid shall have an aperture, rib and junction cross section sufficient to permit significant mechanical interlock with the material being reinforced. The following properties for Triaxial Geogrid Reinforcement shall be met: TRIAXIAL GEOGRID REINFORCEMENT, TYPE I Properties Longitudinal Diagonal General Rib pitch, mm (in) 1.60 in 1.60 in Rib shape Aperture shape Minimum Radial Stiffness @ 0.5% strain (measured from any orientation on the sheet) Rectangular Triangular 17,135 lb/ft The geogrid shall be placed as described herein. Geogrid shall be delivered to the jobsite in such a manner as to facilitate handling and incorporation in to the work without damage. Material shall be stored in such a manner as to prevent exposure to direct sunlight and damage by other construction activities. Prior to the installation of the geogrid, the application surface shall be cleared of debris, sharp objects and trees. Tree stumps shall be cut to the level of the ground surface. If the stumps cannot be cut to the ground level, they shall be completely removed. Subgrade shall be prepared to grade per specifications and proof rolled. The geogrid shall be placed on a reasonably smooth surface, with the roll length parallel to the roadway. Grid of insufficient width or length to fully cover the specified shall be lapped a minimum of 24 inches. The granular blanket shall be constructed to the width and depth required on the plans. Unless otherwise specified, the material shall be back-dumped on the geogrid in a sequence of operations beginning at the outer edges of the treatment area with subsequent placement towards the middle. Placement of material on the geogrid shall be accomplished by spreading dumped material off of previously placed material with a bulldozer blade or endloader, in such a manner as to prevent tearing or shoving of the geogrid. Dumping of material directly on the geogrid will only be permitted to establish an initial working platform. No construction equipment shall be allowed on the geogrid prior to placement of the granular blanket. Unless otherwise specified in the plans or project special provisions, the granular material shall be placed to the full required thickness and compacted to the satisfaction of the Engineer. Geogrid which is damaged during installation or subsequent placement of granular material, due to failure of the Contractor to comply with these provisions, shall be repaired or replaced at his/her expense, including costs of removal and replacement of the granular material. Geogrid that is torn may be patched in-place by cutting and placing a piece of the same geogrid over the ear. The dimensions of the patch shall be at least 24 inches larger than the largest dimension of the tear in each direction, and it shall be weighted or otherwise secured to prevent the granular material from causing lap separation.

Geogrid will be measured in place and the area computed in square yards. Additional material for required lapping will not be included as measured in place. The work will be paid for at the contract unit price per SQUARE YARD for TRIAXIAL GEOGRID REINFORCEMENT. AGGREGATE BASE COURSE TYPE A, 5 This item shall consist of furnishing, grading and compacting 5 of aggregate base course on prepared sub-grade in accordance with applicable portions of Section 351 of the Standard Specifications. This item of work shall be paid for at the contract unit price per SQUARE YARD for AGGREGATE BASE COURSE, TYPE A, 5. HMA BINDER COURSE, IL-19.0 N70, 5 This item shall consist of furnishing, placing and compacting 5 of Hot-Mix Asphalt (HMA) Binder Course in accordance with applicable portions of Section 406 of the Standard Specifications. The binder mixture shall meet the following requirements: PG 64-22; 10% (max) RAP; 4% @ Ndes = 70 Design Air Voids: and IL 19.5 Mix Comp. This item of work shall be paid for at the contract unit price per TON for HMA BINDER COURSE, IL-19.0, N70, 5. HMA SURFACE COURSE, MIX C N70, 2 This item shall consist of furnishing, placing and compacting 2 of Hot-Mix Asphalt (HMA) Surface Course Mixture C in accordance with applicable portions of Section 406 of the Standard Specifications. The surface mixture shall meet the following requirements: PG 64-22; 10 % (max) RAP; 4% @ Ndes = 70 Design Air Voids: and IL 9.5 Mix Comp. This item of work shall be paid for at the contract unit price per TON for HMA SURFACE COURSE, MIXTURE C, N70, 2.