Asphaltic Wedge Paving



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

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

ELEVATOR MAINTENANCE

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

SPECIFICATIONS, TERMS AND CONDITIONS FOR PAVING PROJECT

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

Permit No. Permit Fee: $ Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: Address:

CONSTRUCTION PERMIT REQUIREMENTS

#5 Independent Contractor Form - With Insurance With Bonds

JEFFERSON COUNTY ROAD DEPARTMENT HIGHWAY PERMIT USE OF ROADS FOR HAUL ROUTE / EVENT ROUTE. Hereinafter referred to as County/Owner and Name

Planning and Community Development Department 214 North Center Street Goldsboro, NC (919) October 1, Dear Prospective Bidder:

PURCHASING DEPARTMENT

DESCRIPTION OF WORK:

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes

RONALD WASTEWATER DISTRICT LINDEN AVENUE NORTH - P.O. BOX SHORELINE WA (206)

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

CHAPTER 7: SUBDIVISION CONSTRUCTION, INSPECTION AND BONDING Subdivision Improvement Performance Bond Requirements

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO Addendum 3a

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT

ADVERTISEMENT FOR BIDDERS

SECTION 311 PLACEMENT AND CONSTRUCTION OF CEMENT TREATED SUBGRADESOIL CEMENT BASE COURSE

C. Section TESTING LABORATORY SERVICE.

WITNESSETH: WHEREAS, the parties desire to enter into this Right-of-Way Use Agreement for their mutual benefit, protection, welfare, and necessity.

Ohio Department of Transportation

REQUEST FOR QUOTES (RFQ)

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Appendix F Subdivision Street Construction Applications and Forms

WILDCAT CANYON ROAD SPECIFICATION NO SLIDE REPAIR BIDDER'S PROPOSAL (continued)

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT

1. Applicants must provide information requested in the section titled Required Information.

Request for Proposals - Architect of Record

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Pavement Patching Repair for AC and PCC Pavement Surfaces. Vern Thompson

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:

TOWN OF SCITUATE MASSACHUSETTS

Payment Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

SPECIAL NOTE FOR ASPHALT WATERPROOFING MIX FOR BRIDGE-DECK OVERLAYS AND ADJACENT APPROACHES

SECTION 4Aggegate Subbase

SOUTH DAKOTA DIVISION OF INSURANCE 124 S Euclid Ave, 2 ND Floor Pierre, South Dakota (605)

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) PLUMBING SERVICES: RFP PARD

Tax Credit Consultant

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

REQUEST, SOLICITATION AND INVITATION FOR PROPOSAL FOR THE POSITION OF MEDFORD TOWNSHIP SCHOOL DISTRICT BOARD OF EDUCATION

Borough of Matawan 201 Broad Street, Matawan, New Jersey 07747

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

Instructions Application for a Business License

REQUEST FOR QUOTE VENDING MACHINE SERVICES RFQ-1

Warner Robins Housing Authority

REQUEST FOR QUOTES (RFQ) FOR HVAC MAINTENANCE AND REPAIR SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR PROPOSALS HIGHLAND PARK HOUSING AUTHORITY INSTALLATION AND MONITORING OF A WIRELESS MEDICAL ALERT SYSTEM

INSTRUCTIONS TO BIDDERS

INVITATION TO BID CITY OF HOPKINSVILLE

CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE

Chapter 7: Pavement Rehabilitation 7-1 Asphalt Pavement Overlays 7-1 Surface Preparation Methods 7-2 Concrete Pavement Preparation 7-3 Recycling

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

R: RESOLUTION APPOINTING RISK MANAGEMENT CONSULTANT

Secretary of State Lincoln, NE DEBT MANAGEMENT LICENSE APPLICATION Initial Fee: $ Investigation Fee: $200.00

Nevada DOT Cold In-Place Recycling Federal Highway Administration National Review Close out meeting, August 25, 2005

OSWEGO COUNTY PURCHASING DEPARTMENT

EASTAMPTON TOWNSHIP POLICE DEPARTMENT TOW LICENSE APPLICATION/LICENSE

City of Miramar Building Division

CONSTRUCTION CONTRACT NO. T F

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department

CITY OF SPRINGFIELD, MISSOURI DIVISION OF PURCHASES INVITATION FOR BID # ADDENDUM #1

PERFORMANCE BOND FOR CONSTRUCTION IN CITY RIGHTS-OF-WAY

Air Conditioning Maintenance Services

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Borough of Jamesburg

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

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print)

SANITARY SEWER SERVICE CONNECTION INSTRUCTIONS

Transcription:

OFFICIAL NOTICE ADVERTISEMENT FOR BIDS Notice is hereby given by the Town of Oregon, Dane County, Wisconsin, will receive sealed bids for Road Construction as listed in this request until 4:00 P.M., Local Time on the June 2 nd day of 2016, in the office of the Town of Oregon, located at 1138 Union Rd, Oregon, Wisconsin 53575. Bids will be publicly opened and read at the Town Board meeting June 2, 2016. Discussion and a decision will be voted on by the Town Board at that time. Contract documents may be examined at and questions asked at the Town of Oregon office, 1138 Union Rd, Oregon, WI. 53575, 608-835-3200 Asphaltic Wedge Paving A Performance Bond in the amount of 100 percent of the total bid price, a Certificate of Insurance, together with an executed contract, will be required of the successful bidder. The owner requires that contractors provide a complete bid that includes all material, supplies, tools, labor, equipment, other services and incidentals necessary for a complete and finished project. Owner will forward a payment when the project is complete and the work is acceptable to the owner according to the specifications as stated. Any deviation from the specifications or substandard work by the contractor will mandate that the contractor repair or rework the road at the contractor s expense. The owner requires that contractors assume an affirmative duty to notify the owner of errors in the plans and specifications. The owner requires bid responsiveness, i.e., the bid must comply with all material requirements of the bid invitation and specifications. The owner reserves the right to reject non-responsive bids. The owner reserves the right to select any bid portion individually. The owner reserves the right to reject any or all bids. The contractor shall verify any and all roadway lengths and widths and provide bid based on actual field dimensions and conditions. May 16 th 2016 Denise Arnold, Town of Oregon Clerk 1

S-1 SPECIFICATIONS GENERAL All contracting procedures work and materials supplied under this proposal shall conform to the Standard Specifications for Highway and Structure Construction, 2003 edition of the Wisconsin Division of Highways, Department of Transportation. The special provisions in this proposal shall supplement and take precedence over the above-mentioned specifications. The Town of Oregon, Wisconsin is the issuer of this bid proposal, shall hereinafter be referred to as "the owner". PERFORMANCE BOND Successful bidders shall furnish the owner with a performance bond equal to 100% of the contracted amount. INSURANCE The contractor shall furnish and deliver to the owner a certificate of insurance for worker's compensation and an umbrella certificate of liability and property insurance in the minimum amount of three million dollars before beginning work, and shall notify the owner immediately of any cancellation or change in insurance coverage. TRAFFIC CONTROL The contractor will be responsible for all traffic control, including furnishing and maintaining all signs, flags, flag-persons, barricades and lights where required, to protect the safety of the traveling public, all in accordance with the Manual on Uniform Traffic Control Devices currently adopted by the FEDERAL HIGHWAY ADMINISTRATION and the WISCONSIN DEPARTMENT OF TRANSPORTATION supplement. COMPLETION All work is to be completed prior to October 15 of contract year. 2

S-2 ASPHALT WEDGE PAVEMENT CONSTRUCTION PROCEDURES Surfacing. Asphalt construction shall conform to Section 460 of the WisDOT Standard Specifications. The nominal thickness of the asphaltic wedge pavement shall be from zero inches feathering on the crown side of the roadway to three inches on the shoulder side of the roadway. Existing driveways shall be feathered into the new wedging of the roadway and associated costs shall be included in the bid. Wedging shall be done as marked by the owner on the roadway and according to the description stated in this specification. Tack Coat. A tack coat is required to be applied to existing surface prior to overlay and between lifts. The final sweeping and surface cleaning shall be done by the paving contractor just ahead of paving and this cleaning shall be considered incidental cost to the paving. PRODUCTION The contractor shall provide adequate trucks and paving train equipment to assure a continuous paving operation and avoid frequent delays. After the asphaltic paving has started, the contractor shall proceed to complete the project at the earliest possible date. If the contractor should determine it necessary to stop the paving operation, the contractor shall make a request to the owner for permission to stop work. ASPHALTIC PAVEMENT MATERIALS SHALL BE MIX TYPE E-0.3 The asphalt cement shall be performance graded PG 58-28AC or equivalent. The contractor shall provide a current mix design that will be used on the project. ASPHALTIC MIXTURE ACCEPTANCE PROGRAM The contractor shall provide and maintain a quality control program. A quality control program is defined as all activities, including mix design, process control inspection, sampling and testing, and necessary adjustments in the process that are related to the production of a hot mix asphaltic pavements which meets the requirements of the specifications. The owner will provide quality assurance and acceptance programs. The owner may conduct assurance tests on samples taken by the contractor under the observation of or in a manner approved by the owner. Differences between the owner's split sample test results and the contractor's quality control test results are considered acceptable if they fall within limits established by WisDOT. In the event comparison test results variations are outside established limits, the current WisDOT procedures quality assurance testing should be followed. The contractors quality assurance program shall be conducted by a Certified Asphaltic Technician I who is on the current WisDOT Certified Technician list. 3

S-3 THE TOWNSHIP SHALL COMPLETE THE FOLLOWING Furnish and install crushed stone shoulder material 4

S-4 LIST OF PROPOSED ROADS Hillcrest Lane From: County Highway A to Lincoln Rd. Minimum 2 compacted paver patch 5 wide approx. 13,485 in total length. Total Approximate Tons Bid Total $ Lincoln Road From: County Highway D to Fish Hatchery Rd. Minimum 2 compacted paver patch 5 wide approx. 4,650 in total length. Total Approximate Tons Bid Total $ 5

P-1 PROPOSAL Submitted by the undersigned bidder to the Town of Oregon, Wisconsin in accordance with this advertisement inviting proposal, to furnish and deliver all materials, and to do and perform all work for the owners current roads project designated in accordance with the Contract Documents. The undersigned bidder, if awarded the contract, agrees to complete the work prior to October 15 of the year of signing. The undersigned bidder, submitting this proposal, hereby declares and agrees to be bound, and to perform the work, in accordance with all terms, conditions and requirements of the within and foregoing proposal, the Contract, the applicable specifications, the special provisions, and the Advertisement for Bid are made a part hereof as fully and completely as if attached hereto. I HEREBY CERTIFY that all statements herein are made in behalf of (Name of firm submitting bid) (Address of firm submitting the bid) and that I have examined and carefully prepared this Proposal from the Contract Document, and I have checked the same in detail before submitting this Proposal, that I have full authority to make such statements and submit this Proposal in (its) (their) behalf, and that said statements are true and correct. I FURTHER CERTIFY that no agreement has been entered into to prevent competition for said work and that I have carefully examined the site where the work is to take place, Specifications, form of contract, Bonds, and all Contract Documents. 6

I FURTHER CERTIFY that data sheets and descriptive literature attached hereto are true and correct and are intended to be made part of this Proposal. Signature Title Corporate Seal Sworn and subscribed to before me this day of, 20. Notary Public My Commission expires 7