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

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

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

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

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

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

NOTICE TO BIDDERS H.M.A. PAVING

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

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

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

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

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

Town of South Bruce Peninsula. Tender PW Asphalt Paving

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

HCG PURCHASING CO-OP INVITATION TO BID

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

City of Newnan, Georgia

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

City of Presque Isle, Maine Chip Sealing Request for Bids

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

ROAD COMMISSION FOR IONIA COUNTY

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Black Hawk County Engineer

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

CALUMET COUNTY HIGHWAY DEPARTMENT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

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

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

Calcium Chloride Sealed Bid # Town of Salem, NH

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

PROPOSAL FOR STREET SWEEPING SERVICES

LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

PROPOSAL FOR 2017 MINERAL WELL BRINE

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

REQUEST FOR PROPOSALS. Demolition

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

GRAVEL RESURFACING OF ROADS

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

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

INSTRUCTIONS TO BIDDERS

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

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

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

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

INVITATION TO BID 2017 ASPHALT PAVING

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

ROAD COMMISSION FOR IONIA COUNTY

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

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

EXCAVATION PERMIT GUIDELINES

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

ADDENDUM No. 1 January 29, Paving Program Village of Milford

TENDER FOR THE TOWNSHIP OF SEVERN

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

PROPOSAL FOR 2019 MINERAL WELL BRINE

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

BERRIEN COUNTY ROAD COMMISSION

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

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

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT

Alabama State Port Authority

Town of Lee Septic Tank Pumping Services

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

2018 Paving Project for the County of El Paso. Bid #

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Project No Paving & Seal Coat of 52 nd Street NE

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

Manistee County Road Commission Bid Forms and Requirements for Manistee County 2019 Local County-wide HMA Wedging and Chip Sealing for Various Roads

TOWN OF LONDONDERRY Road Department 100 Old School Street South Londonderry, 05155

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

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

CITY OF LEE'S SUMMIT

For Review Only Official Bid Packet available at Athens County Engineer's Office

INVITATION TO BID. Sealed Bid, Traffic Control/Flagging Services

Transcription:

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT will be received by the City of Jasper, 200 Burnt Mountain Road, Jasper GA 30143, until 1:00 pm local time on the 4 th day of June, 2018 at said place publicly opened and read aloud. The work to be done consists of edge milling and/or milling of streets to bring the asphalt flush with the curb and guttering, the depth and width of milling will be determined by your company to create a desirable, working street for the City s downtown business area, cleaning, tacking and placing an asphaltic overlay on streets in the City of Jasper in approximate length as follows: Appalachian Trail 927 ft, Stegall Dr. 540 ft, South Richards St. 646 ft, South East St. 295 ft, North East St. 260 ft., Wall St 564 ft., DB Carrol St. 1,098 ft, East Spring St. 2,335 ft, Main St 1,425 ft, Depot St 400 ft, Lilly Circle 403 ft., Manor Court 130 ft, Railroad St 340 ft., Mark Whitfield St 1,374 ft. and JL White Dr. 1,192 ft. Totaling an estimate of 11,929 liner feet of resurfacing. The City will furnish trucks and drivers to be loaded with milling materials and will be keeping all milling materials for future City use. The winning bidder will be required to do the following: 1. Provide a performance bond equal to the amount of the bid or a five (5%) deposit of the total bid. 2. Provide the City a copy of certificate of insurance with the City as additional insured. 3. After the award of the contract and before the start of work, you will be required to attend a preconstruction conference with representatives of the City. The conference will serve to acquaint the participants with the general plan for the paving of the streets and to discuss any special conditions that the City may have that may alter the original bid price. No bids will be received or accepted after the above specified time for the opening of Bids. Bids submitted after the designated hour will be deemed invalid and returned unopened to the Bidder. The City of Jasper has the right to refuse any and all bids presented by all contractors.

Copies of Bidding Documents may be obtained on our website www.jasper-ga.us or at the City of Jasper located at 200 Burnt Mountain Road, Jasper, GA 30143 phone no. (706) 692-9100. PROJECT DESCRIPTION INSTRUCTIONS TO BIDDERS The project consists of edge milling, cleaning, tacking, and the placement and compaction of overlays as defined on the Bid Form. Total tonnage is estimated at 4155 tons. Work hours will be restricted to daylight hours only. The contractor will be allowed to place signage on tripods. It is required to post an advanced Warning sign on this project. Any and all manholes or valves located requiring risers will be installed by the contractor and not covered over with asphalt. All risers will be furnished by the City and all streets with curbing will be profile milled prior to resurfacing. 1. RECEIPT AND OPENING OF BIDS The City of Jasper invites bids on the forms attached hereto. All blanks must be filled in appropriately. Bids will be received by Lisa Hoyle, at City Hall, 200 Burnt Mountain Road, Jasper, Georgia 30143 until 1:00 p.m., Monday, June 4th, 2018, local time. Each bid must be submitted in a sealed envelope bearing on the outside the following information: a. Name of project b. Contractor s name c. Contractor s address If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to Jasper City Hall. Any bid may be withdrawn prior to the above scheduled time for opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be opened. Bidders must comply with all applicable licensing requirements. The City of Jasper reserves the right to reject any and all bids and to waive any informality in bidding. 2. PREPARATION OF BIDS Each bid must be submitted using City forms, and must include in the initial sealed envelope the following fully executed items: a. All written bids on the form provided; all spaces complete in ink or typewritten. b. Bid security in form of Bid Bond or certified check in the amount of 5% of the bidder s proposed bid. 2

3. BID GUARANTEE REQUIREMENTS The City requires a bidder's bond or certified or cashier's check on a solvent bank payable to the City of Jasper in the amount of 5% of the bid must accompany the proposal. Said instrument to remain in effect until (and will be returned only after) the contract has been fully executed and secured. The City requires that the successful bidder shall execute a surety bond in the amount of the contract award; said bond to be subject to the approval of the Mayor and City Attorney of the City. Unless the 5% of the bid is accompanied by the bid. The City requires that all bonds shall be issued by a surety company licensed to do business in the State of Georgia. The City requires that the bidder submit a bid guarantee as a guarantee that: a. Bidder shall not withdraw bid for thirty (30) days after opening of proposals without the City s written consent. b. If bid is accepted, bidder will enter into formal contract with City, within ten (10) days after receipt of contract documents for execution. c. If bid is accepted, bidder will execute required Performance Bond within ten (10) days after receipt of contract. d. Contract between City and Contractor will be submitted to the Contractor for signature, then returned to the City for signature. Performance Bond and all certificates of insurance must be submitted by the Contractor at the same time as he returns the signed contract to the City. e. Bidder shall be liable to the City for full amount of bid guarantee as representing damage to the City on account of default of bidder in any particular thereof if: Bid is withdrawn within thirty (30) days after receipt of bids without approval of the City. Bidder fails to enter into contract with City and execute required Performance Bond and provide required insurance coverage within ten (10) days subsequent to notice of award of contract 4. STATE OF GEORGIA AND FEDERAL CONTRACTOR REQUIREMENTS Bidders must provide an E-Verify Contractor Affidavit under O.C.G.A. 13-10-91(b)(1). Bidders must provide a valid Form W-9. 5. EXAMINATION OF SITE Before submitting a bid, the bidder shall personally visit the site of proposed work and arrive at a clear understanding of the conditions under which the work is to be performed. No consideration will be allowed subsequently by reason of error or oversight on the part of the 3

bidder or on account of interference by either the City or existing conditions. Neglecting any of the above requirements will not be acceptable as reason for delay in the work or for adjustments of the contract sum. 6. TIME OF COMPLETION Work shall begin immediately upon date indicated on the Notice to Proceed and shall be completed in accordance with the following schedule: WORK SHALL BE COMPLETED WITHIN SIXTY (60) CALENDAR DAYS. 7. INDEMNITY The contractor will indemnify and save harmless the City, its officers, agents, servants, and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, and attorneys' fees to the extent resulting from a willful or negligent act or omission of the Contractor, its officers, agents, servants, and employees in the performance of this Contract; provided, however, that the Contractor shall not be liable for any suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorney s fees arising out of the award of this Contract or a willful or negligent act or omission of the City, its officers, agents, servants and employees. 8. INSURANCE The Contractor shall at all times during the Contract maintain in full force and effect Employer's Liability, Workmen's Compensation, Public Liability and Property Damage Insurance, including contractual liability coverage for the provisions of Indemnity. All insurance shall be by insurers and for policy limits acceptable to the City and before commencement of work hereunder the Contractor agrees to furnish the City certificates of insurance or other evidence satisfactory to the City to the effect that such insurance has been procured and is in force. The certificates shall contain the following express obligation: "This is to certify that the policies of insurance described herein have been issued to the insured for whom this certificate is executed and are in force at this time. In the event of cancellation or material change in a policy affection the certificate holder, thirty (30) days prior written notice will be given the certificate holder." 4

For the purpose of the Contract, the Contractor shall carry the following types of insurance in at least the limits specified below: COVERAGES LIMITS OF LIABILITY Workmen's Compensation Statutory Employer's Liability $500,000 Bodily Injury Liability Except $500,000 each occurrence Automobile $1,000,000 aggregate Property Damage Liability Except $500,000 each occurrence Automobile $500,000 aggregate Automobile Bodily Injury Liability $500,000 each person $1,000,000 each occurrence Automobile Property Damage $500,000 each occurrence Liability Excess Umbrella Liability $5,000,000 each occurrence 5

PROJECT NO. 2018-001 ASPHALT PAVING PROJECT CITY OF JASPER Residential/Business Streets Item Street Approx. Length in Feet Approx. Width Thickness 1 Appalachian Trail 927 20 1.5 inches 2 Stegall Dr, 540 40 1.5 inches 3 Richards St 646 38 1.5 inches 4 South East St 295 40 1.5 inches 5 North East St 260 40 1.5 inches 6 Wall St 564 40 1.5 inches 7 DB Carroll 1098 34 1.5 inches 8 East Spring St 2335 41 1.5 inches 9 Main St 1425 70 1.5 inches 10 Depot St 400 33 1.5 inches 11 Lilly Circle 403 23 1.5 inches 12 Manor Court 130 14 1.5 inches 13 Railroad St 340 24 1.5 inches 14 Mark Whitfield St 1374 34 1.5 inches 15 JL White Dr. 1192 32 1.5 inches Total estimated length 11,929 feet PROPOSAL In compliance with your legal Notice to Bidders for the City of Jasper 2018-001 Asphalt Paving Project; the undersigned bidder, a corporation organized and existing under the laws of the State of ; a partnership of ; an individual doing business as ; of the City of, State of ; having examined the specifications and contract forms thereto attached, and being fully advised as to the extent and character of the work to be performed, and the equipment to be furnished, hereby proposed to furnish all labor, tools, material, plant and equipment necessary for the Project. 6

The undersigned further proposes to perform all work and furnish all equipment in accordance with the specifications and contract stipulations thereof, within the time limit specified, for the price so stated below. ITEM CITY OF JASPER 2018-001 ASPHALT PAVING PROJECT JASPER, GEORGIA APPROXI- APPROXIMATE UNIT MATE WIDTH IN PRICE LENGTH IN FEET ESTIMATED PER DESCRIPTION FEET TONNAGE TON 1 Appalachian Trail 927 20 175 TOTAL PRICE 2 Stegall Dr. to Dixie St 540 40 204 3 Richards St. 646 38 232 4 South East St 295 40 112 5 North East St 260 40 99 6 Wall St 564 40 213 7 DB Carroll St 1098 34 352 8 East Spring St 2335 41 903 9 Main St 1425 70 941 10 Depot St 400 33 125 11 Lilly Circle 403 23 88 12 Manor Court 130 14 18 13 Railroad St 340 24 77 14 Mark Whitfield St 1374 34 441 15 JL White drive 1192 32 360 TOTAL ESTIMATED TONS 4,340 TOTAL BID PRICE: DOLLARS AND CENTS ($ ) 7

MILLING: The work to be done consists of edge milling and/or milling of streets to bring the asphalt flush with the curb and guttering, the depth and width of milling will be determined by your company to create a desirable, working street for the City s downtown business area, cleaning, tacking and placing an asphaltic overlay on streets in the City of Jasper. In order to assist the City in the bid selection, the City will require a description of the width and depth of the milling process in estimating this job. Description Appalachian Trail Stegall Dr to Dixie St Richards St South East St North East St Wall St DB Carroll St East Spring St Main St Depot St Lilly Circle Manor Court Railroad St Mark Whitfield St JL White Dr Approximate Width and Depth of Milling Milling Cost TOTAL BID PRICE: DOLLARS & CENTS ($ ) RISER INSTALLATION: 8

Risers to be installed by the contractor for all manholes and valve casings, and asphalt to be flush with the top of the riser and not paved over the utilities entrance. SUBJECT NUMBER INSTALLATION COST MANHOLE RISERS VALVE CASING TOTAL BID PRICE: DOLLARS & CENTS ($ ) BIDDER understands that the quantities of work shown herein are approximate only and are subject to increase and decrease and agrees that all quantities of work, whether increased or decreased are to be performed at the unit prices stated above for the work described. BIDDER understands that the City reserves the right to reject any or all bids and to waive any informalities in bidding. BIDDER agrees that his bid shall be good and may not be withdrawn for a period of THIRTY (30) days after the scheduled closing time for receiving bids. Upon receipt of written notice of acceptance of this bid, Bidder will execute the formal contract attached within TEN (10) days and deliver insurance coverage as required by the Instructions to Bidders. BY: Contractor's Name Signature Title Printed or Typed Name Business Address Seal (if bid is by a corporation) 9

CONTRACT This contract made and entered into this day of 2018, by and between,, parties of the first part, hereinafter called the "CONTRACTOR," and the CITY OF JASPER, through its governing body and authorized representative, party of the second part, hereinafter referred to as the "CITY." WITNESSETH THAT THE PARTIES HERETO do mutually agree as follows: 1. The CONTRACTOR shall, in a good and workmanlike manner and at his own cost and expense, furnish all labor, materials, plans, equipment, tools and such other accessories necessary for the proper and complete 2018-001 Asphalt Paving Project in the CITY including any and all incidental and collateral work required. 2. It is expressly understood and agreed by the parties hereto that the Notice to Bidders, Instruction to Bidders, Proposal, Contract, Specifications and other items hereto, including any drawings, explanations, and instructions to CONTRACTOR are each and all, herein incorporated by reference and together with this Construction Contract constitute the Contract. 3. The work shall be completed within sixty (60) calendar days after the date which the CONTRACTOR is to start the work as provided in the Contract Documents. 4. The Contract Price set forth under Paragraph Five (5) below and subject to adjustment modifications as provided therein, shall represent the total of all sums due the CONTRACTOR for work installed under this Contract. No verbal or written order of the CITY or any of their employees shall modify or act as a waiver of the Contract Price. 5. In consideration of the faithful performance by the CONTRACTOR of all terms, conditions, and covenants of the Contract to the satisfaction of the CITY, the CITY shall pay and the CONTRACTOR shall receive the lump sums and/or unit prices stipulated in the Contractor's Proposal in the total amount of dollars and cents ($), which total sum shall be known as full compensation of the Contract Price. EXECUTED THIS DAY OF, 2018. CITY OF JASPER Mayor Contractor 10

SPECIFICATIONS SCOPE OF WORK The work to be done under this specification shall consist of: (1)Edge milling curbs (2) Sweeping and Cleaning the existing asphalt surfaces; (3) Applying a tack coat followed by the placing and compacting of the hot-mix asphalt surface course; and (4) All intersections of streets within the designated areas shall be paved to the curb returns or end of radius for turnouts, unless instructed otherwise by the City. The center of the streets will be marked by your company, with yellow marking tape squares as needed for the drivers to locate the centerline until a permanent line is painted. CLEANING & SWEEPING All existing roadway pavement shall be cleaned by mechanical sweeping and blowing prior to placing the tack coat. Sweeping and blowing shall remove all vegetation, dirt, gravel, and loose rock before placing the tack coat. HOT MIX ASPHALT SURFACE COAT 1. GENERAL: The hot-mix asphalt surface course shall consist of one course constructed on the existing asphalt surface in accordance with the requirements of the specifications and shall be constructed in conformity with the existing lines, grade, and compacted thickness as shown on the bid form. 2. PLACING THE MIX: A tack coat (refer to miscellaneous specifications) shall be applied prior to the placing thereon of the surface course. The hot-mix asphalt surface course shall not be placed when weather conditions are unfavorable. The hot-mix asphalt surface Course shall be placed with a self-powered asphalt paver capable of operating at variable speeds and spreading and finishing the mix without segregation, and to the depth, as shown on the bid form. The screed or strike-off assembly shall be adjustable to the required crown and shall be designed to lay the pavement mixture in widths from 8 feet to 12 feet in increments of one foot or less without use of forms. The temperature at which the mix shall be placed shall be between 225_ and 325_ F. Placing the mix shall be in continuous operation and the paver shall place the mix to a smooth surface that is uniform in density and texture. 3. COMPACTING THE MIX: The mix shall be compacted immediately after placing. Initial rolling shall follow the paver as close as practical and shall be performed with a power driven steel roller weighing not less than 8-10 tons. The longitudinal joint shall be rolled first in order to achieve a thoroughly compacted neat joint. Final rolling shall be done with the same equipment used for initial rolling and shall eliminate marks for previous rolling. 11

MISCELLANEOUS SPECIFICATIONS TACK COAT: A tack coat of approximately 0.05 to 0.10 gallon per square yard shall be applied where necessary by a pressure distributor designed and operated to distribute the tack coat uniformly, without atomization in the amount and between the limits specified. In places where the distributor bar cannot reach, a hand spray may be attached to the distributor hose. The tack coat shall be applied on only as much pavement as can be covered with the next successive course of hot-mix asphalt pavement in the same day. HOT-MIX ASPHALT PLANTS: Batch or continuous mix plants used in the production of the hot-mix asphalt paving mixtures specified herein shall be capable of satisfying the requirements of the Georgia Department of Highways Standard Specifications with a 9.5 mm type 2 mixture with lime on ALL STREETS. TRAFFIC CONTROL: Traffic shall be directed through the project with such signs, barricades, devices, flagmen, and pilot vehicles. SAFETY: Company safety precautions shall be used on all job sights. All Occupational Safety and Health Act requirements shall be observed. METHOD OF MEASUREMENT: The quantities to be paid for will be measured by number of short tons of asphalt paving mixture actually used in the work. The mixture shall be measured by truck scales or, if the plant is so equipped, by an automatic batching and mixing control system with an automatic digital printer for batch weights and component materials weights. Provide the Cities inspector with one ticket for each truck load delivered to the job site. BASIS FOR PAYMENT: The quantities measured as herein before described will be paid for at the contract unit bid price for each ton of asphalt in place. Payment will be in full compensation for furnishing all materials: for mixing, hauling, and placing the asphalt mixture; for rolling, for use of equipment, tools, and incidentals; and for traffic control necessary to complete the work in accordance with these specifications. PARTIAL PAYMENTS: At the end of each calendar month during the life of the Contract, the Contractor may prepare an estimate of the quantities of work completed and of the total amount due therefore. On or before the fifteenth (15th) day of the following month the City will make a partial payment to the Contractor equivalent in the amount to the value of all work done to the end of the preceding month, less ten (10) percent of such amount to be retained, less previous payments. The retained amounts shall be held by the City until final completion and acceptance of all work contemplated under the Contract, at which time the retained amounts and other documents then due shall be paid in full. 12