LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS

Similar documents
LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID DUST CONTROL

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

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

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

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

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

City of Presque Isle, Maine Chip Sealing Request for Bids

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

Hillsborough County Aviation Authority Solicitation Addendum. & Road Rehabilitation

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

PROPOSAL FOR 2017 MINERAL WELL BRINE

NOTICE TO BIDDERS H.M.A. PAVING

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

HCG PURCHASING CO-OP INVITATION TO BID

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

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

BERRIEN COUNTY ROAD DEPARTMENT

CALUMET COUNTY HIGHWAY DEPARTMENT

PROPOSAL FOR 2017 ASPHALT EMULSIONS

PROPOSAL FOR STREET SWEEPING SERVICES

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

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

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

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

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

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

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

PROPOSAL FOR 2019 MINERAL WELL BRINE

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

BOONE COUNTY, ILLINOIS

MICRO-SURFACE TREATMENT OF APPROX. 40,362 SQ. YARDS OF ROAD

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

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

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

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

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

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

RFP Response Due Date: Friday, July 13, 2018 by 12 pm CST. Contact:

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

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

*Reverse Auction: Wednesday, June 7, 2018

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

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

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION

REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT

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

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

WHARTON COUNTY, TEXAS ROAD MATERIALS BID SPECIFICATIONS

Champaign Park District: Request for Bids for Crack fill, Sealcoating, & Line striping- 2018

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

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

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

LEGAL NOTICE INVITATION TO SUBMIT PROPOSALS

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

Request for Qualifications

ROAD COMMISSION FOR IONIA COUNTY

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

Mold Remediation and Clean Up of Central High School

INVITATION TO BID EOE

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

COUNTY OF PRINCE EDWARD, VIRGINIA

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

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

ROAD COMMISSION FOR IONIA COUNTY

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

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

PROPOSAL FOR MILDRED AVENUE SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

WINDOW WASHING

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

INVITATION TO BID Install Spray Foam Polyurethane Roof

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

REQUEST FOR QUOTATION

Request for Proposal Public Warning Siren System April 8, 2014

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

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

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

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

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

ROAD COMMISSION FOR IONIA COUNTY

Project No Paving & Seal Coat of 52 nd Street NE

INVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping

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

Transcription:

2016-17 LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS DESCRIPTION The Slurry Seal Surface shall consist of a mixture of emulsified asphalt, mineral aggregate and water, properly proportioned, mixed and spread evenly on the surface as specified herein and as directed by the Engineer. The cured slurry shall have a homogenous appearance and a skid resistant texture. MATERIALS 1. ASPHALT EMULSION - The emulsified asphalt shall conform to the requirements of International Slurry Seal Association specification. 2. AGGREGATE - The mineral aggregate shall consist of natural or manufactured sand, slag, crusher fines and others or a combination thereof. Smooth-textured sand of less than 1.25 percent water absorption shall not exceed 50 percent of the total combined aggregate. The aggregate shall be clean and free from vegetable matter and other deleterious substances. When tested by ASTM D2419, the aggregate blend shall have a sand equivalent of not less than 45. When tested according to ASTM C88, the aggregate shall show a loss not more than 15 percent. When tested according to ASTM C131, the aggregate shall show a loss of not more than 30 percent. Mineral fillers such as portland cement, limestone dust, fly ash and others shall be considered as part of the blended aggregate and shall be used in minimum required amounts. They shall meet the gradation requirements of ASTM D242. Mineral fillers shall only be used if needed to improve the workability of the mix of gradation of the aggregate. The combined mineral aggregate shall conform to the following gradation when tested by the previously mentioned test. Sieve Size Type II % Passing Sieve Size Type II % Passing 3/8 100 No. 30 30-50 No. 4 90-100 No. 50 18-30 No. 8 65-90 No. 100 10-21 No. 16 45-70 No. 200 05-15 Precautions shall be taken to insure that stockpiles do not become contaminated with oversized rock, clay, silt or excessive amounts of moisture. The stockpile shall be kept in areas that drain readily, segregation of the aggregate will not be permitted. The Contractor shall find suitable stockpile locations for stone and bituminous storage during the operation and shall restore area upon completion of contract.

SLURRY SEAL SURFACE - Page 2 #17 EQUIPMENT 1. SLURRY MIXING EQUIPMENT - Continuous flow slurry machines shall be provided and shall be capable of delivering accurately a predetermined proportion aggregate, water and asphalt emulsion to the mixing chamber and to discharge the thoroughly mixed product on a continuous basis. The aggregate shall be prewetted immediately prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. No violent mixing shall be permitted. The mixing machine shall be equipped with an approved fines feeder that provides an accurate metering device or method to introduce a predetermined proportion of mineral filler into the mixer at the same time and location that the aggregate is fed. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spray bar adequate for complete fogging of the surface preceding the spreading equipment with a maximum application of 0.05 gallons per square yard. Sufficient machine storage capacity to mix properly and apply a minimum of five (5) tons of slurry shall be provided. 2. SLURRY SPREADING EQUIPMENT - Attached to the mixer machine shall be a mechanical type squeegee box equipped with flexible material in contact with the surface to prevent loss of slurry from the box. It shall be maintained so as to prevent loss of slurry on varying grades and crown by rotating at center of box. There shall be a steering device and a flexible strike-off. The spreader box shall be adjustable for various widths. The Box shall be kept clean and build-up of asphalt and aggregate on the box shall not be permitted. The use of burlap drags or other drags shall be approved by the Engineer. 3. All equipment used shall be of sufficient size and in such mechanical condition as to produce a satisfactory job. PREPARATION OF SURFACE Prior to construction, the Owner shall make any surface repairs it feels necessary. Contractor will clean the area to receive the slurry. All streets shall receive a tack coat of the same asphalt emulsion type and grade as specified for the slurry. This can be applied with an asphalt distributor of slurry machine adapted to apply tack coat. The normal application rate is 0.05 to 0.10 gallons of emulsion per square yard of surface.

SLURRY SEAL SURFACE - Page 3 #17 COMPOSITION AND RATE OF APPLICATION OF THE SLURRY MIX The amount of asphalt emulsion to be blended wit the aggregate shall be that as determined by the laboratory report after final adjustment in the field. A minimum amount of water shall be added as necessary to obtain a fluid and homogenous mixture. The Engineer shall give final approval to the design and rate of application used, however, a minimum of 14 pounds of aggregate and.28 gallons of emulsion per square yard shall be used. Weight slips shall be provided for these materials. WEATHER LIMITATIONS The slurry seal surface shall not be applied if either the pavement or air temperature if 55 degrees or below and falling but may be applied when both the air and pavement temperature is 45 degrees or above and should not be applied if high relative humidity prolongs the curing beyond a reasonable time. TRAFFIC CONTROL Suitable methods shall be used to protect the uncured slurry surface from traffic. The contractor shall coordinate the scheduling of roads to be surfaced with the Director of Operations. APPLICATION OF THE SLURRY SURFACES 1. GENERAL - The surface shall be fogged with water directly preceding the spreader. The slurry mixture shall be of the desired consistency when deposited on the surface and no additional elements shall be added. Total time of mixing shall not exceed four (4) minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that complete coverage is obtained. No lumping, balling or unmixed aggregate shall be permitted. No segregation of the emulsion and aggregate fines from the course aggregate will be permitted. 2. HANDWORK - Approved squeegees shall be used to spread slurry in non-accessible areas to the slurry mixer. Care shall be exercised in leaving no unsightly appearance from hand work. 3. CURING - Treated areas will be allowed to cure until such time as the Engineer permits their opening to traffic. 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.

SLURRY SEAL SURFACE - Page 4 #17 INSURANCE REQUIREMENTS Workers Compensation (Must comply with one of the following): 1) Workers Compensation coverage. The contractor shall, prior to the execution of the contract, file with the Road Commission, 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, prior to the execution of the contract, file with the Road Commission, 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, prior to the execution of the contract, file with the Road Commission, 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, prior to the execution of the contract, file with the Road Commission, 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, prior to the execution of the contract, file with the Road Commission, 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)

SLURRY SEAL SURFACE - Page 5 #17 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 applying the bituminous material, furnishing, hauling and placing the cover material, dragging, rolling, replacing disturbed material and constructing the surface complete. ALTERNATE A The undersigned bidder agrees that he will contract with the municipality to furnish all materials, labor, equipment and all things necessary to complete the work in accordance with plans, specifications and related documents. DESCRIPTION Slurry Seal Surface UNIT $ ALTERNATE B County will pay for materials and contractor will order the materials. Demurrage will be paid for by the contractor. DESCRIPTION UNIT Slurry Seal Surface $ 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 made any agreement with, nor offered or accepted anything of value from any official or employee of the Lapeer County Road Commission. 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