LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

Similar documents
LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS

LAPEER COUNTY ROAD COMMISSION ANNUAL BID DUST CONTROL

LAPEER COUNTY ROAD COMMISSION ANNUAL BID ROADSIDE MOWING. LOCAL ROAD MOWING by TOWNSHIP DESIGNATION

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, FEBRUARY 4, 2015.

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

PROPOSAL FOR STREET SWEEPING SERVICES

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

BERRIEN COUNTY ROAD DEPARTMENT

NOTICE TO BIDDERS H.M.A. PAVING

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

City of Presque Isle, Maine Chip Sealing Request for Bids

PROPOSAL FOR 2017 ASPHALT EMULSIONS

The following Instructions to Bidders, Specifications, and Bid Proposal are for materials to be used by the Franklin County Public Works Department.

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

ROAD COMMISSION FOR IONIA COUNTY

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

2017 Paving Program for the County of El Paso. Bid #

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

HCG PURCHASING CO-OP INVITATION TO BID

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

P R O P O S A L F O R M

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE MILES

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

ROAD COMMISSION FOR IONIA COUNTY

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Request for Qualifications

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INVITATION TO BID Install Spray Foam Polyurethane Roof

Calcium Chloride Sealed Bid # Town of Salem, NH

INVITATION TO BID (ITB)

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

BERRIEN COUNTY ROAD COMMISSION

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

BERRIEN COUNTY ROAD COMMISSION

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

PROPOSAL LIQUID CALCIUM CHLORIDE

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

.z:> By: Dan Tadic, P.E. Acting Public Works Director

ROAD COMMISSION FOR IONIA COUNTY

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

Rutherford County Board of Education

BLOOMFIELD PARKING AUTHORITY ESSEX COUNTY, NEW JERSEY. Invitation to Bid. Snow Removal & Plowing Services

PROPOSAL LIQUID MAGNESIUM CHLORIDE

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015.

*Reverse Auction: Wednesday, June 7, 2018

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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

Snow Removal Services Request for Proposals December 1, April 30, 2019

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BERRIEN COUNTY ROAD COMMISSION

PROPOSAL GUIDE RAIL VEGETATION CONTROL

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

INDIANA COUNTY Employment Application

All equipment will be assembled and installed by the Supplier and or Contractor.

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

mason county road commission

BID DOCUMENTS FOR. WTP VFD Replacement Bid

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

INVITATION TO BID EOE

Champaign Park District: Request for Bids for Playground Surfacing Mulch

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

COUNTY OF PRINCE EDWARD, VIRGINIA

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

BID PROPOSAL. In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows:

BERRIEN COUNTY ROAD COMMISSION

INVITATION PLEASE REFER TO BID NO TO BID

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

Transcription:

2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and one or more coverings of either course or fine aggregate applied to the bituminous material. The work shall be done in accordance with this specification. MATERIAL The material shall be as follows: Aggregate for Cover Material Slag or as specified by Engineer Bituminous Prime Coat SS1H Bituminous Surface coat HFRS-2 CONSTRUCTION EQUIPMENT All equipment used shall be sufficient size and in such mechanical condition as to produce a satisfactory job. 1. PRESSURE DISTRIBUTORS The distributor shall be mounted upon a vehicle, which is capable of maintaining the uniform speeds required for proper applications of the bituminous material. The vehicle shall be equipped with an accurate tachometer, which is calibrated to indicate speed in feet per minute. It shall be equipped with heating facilities capable of maintaining the bituminous material at the specified temperature. A positive displacement type pump, installed so as to permit circulation of the material in the tank and between the tank and the spray bar, shall be provided. The pump power shall be independent of the vehicle power, in order to provide a uniform distribution of the bituminous material, at the rate specified. The distributor shall be equipped with a tachometer calibrated in revolutions per minute or gallons of 3 to 24 feet, in one-foot increments. The nozzles shall produce a uniform fan spray and shutoff shall be instantaneous with no dripping. Nozzles in various sizes between 1/8 and ¼ inch, inclusive, shall be available and the size used shall meet with the approval of the Engineer. The spray bar shall be set with the proper height to provide a uniform application at the specified coverage rate. 2. CHIP SPREADER - The chip spreader shall be self-propelled and shall be equipped with pneumatic tires. The spreader shall be equipped with a screen mounted below the metering gage. The spreader shall be capable of spreading the cover material uniformly at widths of 3 to 12 feet. The rate of discharge of the spreader shall be adjustable to spread uniform layers of 5 to 50 pounds per

3. COMPACTING EQUIPMENT Shall be self-propelled, rubber tired or tandem rollers. Rollers shall weigh not less than 8 ton. 4. MISCELLANEOUS EQUIPMENT Sufficient equipment for hauling cover material shall be provided to insure continuous covering of bituminous material. A self-propelled power broom and all necessary hand tools, thermometers, etc. shall be provided. A drag shall be available for use when required by the Engineer. RATE OF APPLICATION 1. BITUMINOUS SURFACE COAT a. The first bituminous surface coat of HFRS-2 shall be applied at the rate of 0.30 gallon per b. The second bituminous surface coat of HFRS-2 shall be applied at a rate of 0.35 gallon per 2. BITUMINOUS PRIME COAT The prime coat over gravel of SS1H shall be applied at a rate of 0.20 to 0.30 gallon per 3. AGGREGATE FOR COVER MATERIAL a. First application of cover material shall be applied at the rate of 18 to 22 pounds per b. Second application of cover material shall be applied at the rate of 18 to 22 pounds per PREPARATION Work required on existing surface such as base repairs, patching and sweeping shall be done by the owner. Work required on existing gravel road, prior to priming, such as grading, shaping and rolling shall be done by the owner. Contractor shall find suitable stockpile locations for stone and bituminous storage during the operation and shall restore area upon completion of contract. CONSTRUCTION 1. EXISTING SURFACE - The bituminous material shall be applied at the rate specified and covered immediately with the aggregate. In no instance shall the chipper be more than 400 feet behind the distributor. The aggregate should be compacted into the bituminous material by a self-propelled roller directly behind the chipper. At no time shall the aggregate cover material be left unrolled for more than 10 minutes. The second seal coat application shall be applied as soon as possible. 2. GRAVEL SURFACE - The seal coating operation shall not be started until the prime coat has properly cured. Twenty-four (24) hours curing time may be required depending on existing conditions. The seal coating construction procedure over prime shall be the same as described in the above paragraph.

WEATHER LIMITATIONS No bituminous material shall be applied during rainy weather or when the air temperature in the shade is less than 50 degrees except by the approval of the contracting officer. METHOD OF MEASUREMENT Field measurements of the areas seal coated in square yards shall be determined by the Engineer in the presence of the contractor and or with his concurrence. BASIS OF PAYMENT Double seal coat will be paid for at the contract price per square yard, which price shall be payment in full for furnishing, heating, hauling and apply the bituminous material, furnishing, hauling and placing the cover material dragging, rolling, replacing disturbed material and constructing the surface complete. INSURANCE REQUIREMENTS Workers Compensation (Must comply with one of the following): 1) Workers Compensation coverage. The contractor shall, provide with their bid, a certificate that he carries Worker s Compensation Insurance, with a 10-day notice of cancellation clause included. The Employers Liability amounts shall be $500,000/$500,000/$500,000. 2) Excluded under the Workers Disability Compensation Act. The contractor shall, provide with their bid, Exclusion Form MDL 337, provided by the Bureau of Workers Disability Compensation. 3) Sole Proprietor with no employees, casual labor and or contractors. The contractor shall, provide with their bid, a Sole Proprietor Statement. General Liability The contractor shall save harmless and indemnify the Board of County Road Commissioners of the County of Lapeer against all claims for damage to the public or private property and for injuries to the persons arising out of and during the progress and to the completion of the work. The contractor shall, provide with their bid, a certificate that he carries General Liability coverage with the Lapeer County Road Commission added as additionally insured, with a 10 day notice of cancellation clause. General Liability amounts shall be $1,000,000 each occurrence/$2,000,000 aggregate including products/completed operations. Automobile Liability (If applicable) The contractor shall, provide with their bid, a certificate that he carries Automobile Liability coverage with a 10 day notice of cancellation clause. Automobile Liability amounts shall be $1,000,000 for owned, non-owned and hired vehicles. Operations shall not commence until insurance is in force and will cease if it is canceled. FAIR EMPLOYMENT PRACTICES The contractor agrees that they will not discriminate against any employee or applicant for employment, to be employed in the performance of this contract with respect to their hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment because of their age, (except when based on a bona fide occupation qualification), or because of their race, color religion, national origin, ancestry, sex height, weight, marital status, veteran status or handicap unrelated to the ability to perform the duties of a particular job. (Act No. 251 P.A. 1955, as amended)

ALTERNATE A The undersigned bidder agrees that he will contract with the owner to furnish all material, labor, equipment and all things necessary to complete the work in accordance with plans, specifications and related documents. DESCRIPTION UNIT AMOUNT Single Surface Treatment Square Yard $ Double Surface Treatment Square Yard $ Prime Coat Square Yard $ ALTERNATE B County will pay for stone and bituminous materials and contractor will order materials. Contractor is responsible for all demurrage charges. DESCRIPTION QUANTITY UNIT Single Surface Treatment Square Yard $ Double Surface Treatment Square Yard $ Prime Coat Square Yard $ COMPANY: CONTACT PERSON: ADDRESS: CITY: STATE: ZIP: TELEPHONE: ( ) By my signature on this document, I hereby state that all of the information I have provided is true, accurate and complete. I hereby state that I have not communicated with, nor otherwise colluded with any other bidder, nor have I mad any agreement with, nor offered or accepted anything of value from any official or employee of the Lapeer County Road Commission. *Annual Bids received without a signature will NOT be acknowledged by Lapeer County Road Commission. A signature is required for your product or service to be considered. SIGNATURE: DATE:

LAPEER COUNTY ROAD COMMISSION CONFLICT OF INTEREST DISCLOSURE FORM (Pursuant to Lapeer County Road Commission Conflict of Interest Policy dated 12/05/07) In the event that any Elected Official, Appointed Director, Employee or Committee member of the Road Commission shall have any direct or indirect interest in, or relationship with, any individual or organization which proposes to enter into any transaction with the Road Commission, including, but not limited to transactions involving: a. The sale, purchase, lease or rental of any property or other asset; b. Employment, or rendition of services, personal or otherwise; c. The award of any grant, contract, or subcontract; d. The investment or deposit of any funds of the Road Commission. Said individual or organization shall give notice of such interest or relationship to the Road Commission on the form below to be reviewed by the Managing Director or Chief Financial Officer for approval at a public meeting. Name: Nature of Business: Interest or Relationship to Road Commission: Date Presented: Date Approved: 12/07/07