Road T Widening

expired opportunity(Expired)
From: Henry(County)

Basic Details

started - 26 Jun, 2023 (10 months ago)

Start Date

26 Jun, 2023 (10 months ago)
due - 11 Jul, 2023 (9 months ago)

Due Date

11 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Henry County

Customer / Agency

Henry County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

2023 Widening Program LEGAL NOTICE NOTICE TO CONTRACTORS Notice is hereby given that sealed proposals will be received at the Office of the Board of County Commissioners, Henry County, Ohio until Thursday, July 6, 2023 at 10:35 A.M. for furnishing all services, labor, materials and equipment necessary for the improvement of the following described roads: SECTION (Freedom) Road T from SR 108 to Road 15 (Alternate 452 Concrete Widening) (Napoleon) Road 17 from US 6 to Road S PROJECT LENGTH: 1.70 Miles PROJECT TYPE: Road construction, widening and overlay Bidding documents and specifications will be issued at the Office of the County Engineer. One display set will be available for inspection at the Office of the County Engineer. The bidding documents are also available at the Henry County Engineer’s website, www.henrycountyengineer.com under the link “Bid Request Listing”. A portion of the project will be
funded by the Local Transportation Improvement Program as administered by the Ohio Public Works Commission. All Contractors and Subcontractors involved with the project will, to the extent practicable use Ohio products, materials, services and labor in the implementation of their project. Additionally, Contractor compliance with the equal employment opportunity requirements of the Ohio Administrative Code Chapter 123, the Governor's Executive Order of 1972 and the Governor's Executive Order 84-9 shall be required. Domestic steel use requirements as specified in Section 153.011 of the Revised Code apply to this project. Copies of Section 153.011 of the Revised Code can be obtained from any of the offices of the Department of Administrative Services. Each bidder is required to file with his bid a bid guaranty in the form of either: 1) A bond, executed by a surety company authorized to do business in the State of Ohio, for the full amount of the bid; or 2) A certified check, cashier's check or letter of credit pursuant to Chapter 1305 of the Ohio Revised Code, in the amount of ten (10%) percent of the bid. Bid guaranty must be provided as guarantee that if the contract be awarded on such bid, the bidder will enter into a contract and the performance of it will be properly secured. The successful bidder, if using a 10% bid guaranty, shall be required to provide a contract performance and payment bond, executed by a surety company authorized to do business in the State of Ohio, for the full amount of the bid. Estimated total cost of the improvements is $504,180.00 Prevailing Wage Rates per Section 4115 of the Ohio Revised Code shall prevail on said project. The contract will be awarded to the lowest and best bidder. The said Board reserves the right to reject any or all bids. BY ORDER OF THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO By: Kristi Schultheis, Clerk http://www.henrycountyengineer.com/ - 2 - INSURANCE Bidders that are pre-qualified with the Ohio Department of Transportation as per Item 102.01 of ODOT's "Construction and Materials Specifications" at least ten (10) days before the date of the bid opening have demonstrated that they maintain proper insurance coverage and may waive the insurance requirement of these specifications. Those bidders that are not pre-qualified with the Ohio Department of Transportation must show proof, with Certificate of Insurance, the following insurance requirements. The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of result from the CONTRACTOR'S execution of the WORK, whether such execution be by himself or by any SUBCONTRACTOR or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any or them may be liable: Claims under Worker's Compensation, disability benefit and other similar employee benefit acts; Claims under damage because of bodily injury, occupational sickness or disease, or death of his employees; Claims for damages insured by usual personal injury liability coverage which are sustained (l) by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or, (2) by any other person; and Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. Certificates of insurance acceptable to the OWNER shall be filed with the OWNER prior to the commence of the WORK. The County, its elected officials and employees shall be named as additional insureds with respect to all activities under any contract resulting from this bidding. These certificates shall contain a provision that coverage afforded under policies will not be canceled unless at least thirty (30) days prior WRITTEN NOTICE has been given to the OWNER. The CONTRACTOR must replace certificates for any insurance expiring prior to the effective end date under any contract resulting from this bidding. The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, liability insurance as hereinafter specified. CONTRACTOR'S General Public Liability and Property Damage Insurance including vehicle coverage issued to the CONTRACTOR and protecting him from all claims from personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the CONTRACT DOCUMENTS, whether such operations be by himself or by any SUBCONTRACTOR under him, or anyone directly or indirectly employed by the CONTRACTOR OR BY A SUBCONTRACTOR under him. Insurance shall be written with a limit of liability of not less than $1,000,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by any one person in any one accident; and a limit of liability of not less than $1,000,000 aggregate for any damages 2023 Widening Program - 3 - sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not less than $1,000,000.00 for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $1,000,000.00 aggregate for any such damage sustained by two or more persons in any one accident. The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, in accordance with the provisions of the laws of the state in which the work is performed. Worker's Compensation insurance, including occupational disease provisions, for all of his employees at the site of the PROJECT and in case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Worker's Compensation Insurance, including occupational disease provisions for all the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. In case any class of employees engaged in hazardous work under this contract at the site of the PROJECT are not protected under Worker's Compensation statute, the CONTRACTOR shall provide, and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of his employees not otherwise protected. A copy of the CONTRACTOR’S valid Worker’s Compensation certificate shall be submitted with this bid. INDEMNIFICATION/HOLD HARMLESS The CONTRACTOR shall indemnify and hold harmless the County, its agents and employees from any and all losses, claims, damages, lawsuits, costs, judgments, expenses or any other liabilities which they may incur as a result of bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, caused in whole or part by the negligent act or omission of the CONTRACTOR, any SUBCONTRACTOR, any person directly or indirectly employed by any of them or any person for whose acts any of them may be liable. TESTING/QUALITY CONTROL The Henry County Engineer reserves the right to engage an independent testing laboratory to obtain product and material samples, verify compaction of backfill, etc., to determine conformance with specifications of all materials used at the project site. Materials deeded unacceptable shall be dealt with in accordance to ODOT Spec. 106.07 and related specifications sections. "Unless otherwise designated, tests required on materials and products in accordance with AASHTO, ASTM or methods on file in the office of the Director will be made by and at the expense of the CONTRACTOR." All aggregate used in conjunction with this project must be from an ODOT prequalified source. Asphalt concrete mixtures specified shall be composed of aggregate, asphalt binder and modifiers (where specified) meeting the Ohio Department of Transportation requirements. The CONTRACTOR, prior to producing asphalt for this contract, shall submit a job mix formula that meets contract requirements and has previously been approved for use on ODOT work. Acceptance of the mix will be based on the owner representative’s observation that production and quality control operations are resulting in an acceptable product. 2023 Widening Program - 4 - Should any retesting be required to settle a dispute, such testing will be at the CONTRACTOR’S expense. MAINTAINING TRAFFIC Local traffic only shall be maintained for access to and from homesites and businesses. Lights, signs and barricades shall be provided by the CONTRACTOR and placed in accordance with the Ohio Manual of Uniform Traffic Control Devices. Maintaining traffic in accordance with the above provisions shall be included for payment in the lump sum Item 614, Maintaining Traffic. Temporary pavement marking shall be placed upon the centerline of the surface course at approximately 50 foot intervals on all roadways 16' and greater in width unless otherwise stated. The temporary marking shall be paid for under Item 823, Asphalt Concrete Surface Course. UTILITIES Prior to any construction requiring excavation activity, the CONTRACTOR shall contact the Ohio Utility Protection Service (OUPS) at 1-800-362-2764 for location of any underground utilities at least two (2) working days prior to any activity. Non-OUPS members must be called directly. CONTROL POINTS Before actual construction operations begin, the Engineer will reference all existing monuments, railroad spikes, iron bolts, etc. in the survey line. Upon completion of the pavement surfacing, the Engineer will re-establish all control points in the new pavement. GENERAL NOTES Unless otherwise noted one (1") inch average depth "formed" construction joint as directed by the Engineer shall be constructed at all pavement termini locations and at all interruptions to the continuous placement of 823 material (weather, end of day, etc.) A separate bid item has been included for "pavement planning" at the pavement termini locations on all projects. All construction joint locations will be field painted prior to bidding. Approximate length of pavement planning is 20 feet and to include the radius. All projects shall include radius, intersection, drive approach and mailbox approach pavement as shown on the plans or as directed by the Engineer. Unless otherwise directed, the CONTRACTOR shall construct an apron one (l') foot wide at unpaved driveways and mailbox approaches. Apron length at driveways shall equal driveway width plus ten (10') feet. Apron length at mailbox approaches shall be seventy-five (75') feet centered on the mailbox. All quantities for approach work are included in the listed project bid items. The CONTRACTOR shall provide the Engineer a minimum of 48 hours advance notice prior to the commencement of any work. 2023 Widening Program - 5 - Tonnage lath shall be provided by the Engineer at a minimum of 500' intervals. Additionally areas requiring layout for location of formed construction joints, feather areas, planning and profile correction will be provided by the Engineer. Construction stakes on projects requiring pavement realignment, layout for widening, shoulder limits, drainage structures, ditch grades, pavement grades, etc. shall be by the Contractor and shall be paid for under Item 623 - Construction Layout Stakes. The CONTRACTOR shall confine his work area within the proposed work limits as shown on the plans. SPECIFICATIONS Asphalt Specifications The Standard Specifications of the State of Ohio Department of Transportation dated January 1, 2019 together with any modifications to same as stated herein or on the plans will govern these improvements. Item 823 Intermediate course where specified, shall be placed to restore crown to the pavement. All 823 Intermediate Course material shall be placed as directed by the Engineer prior to placement of any 823 Surface Course material on a road by road basis. No construction traffic shall be permitted over the material until sufficient cooling has occurred to support such traffic. Unless otherwise noted or directed by the Engineer Item 823 Intermediate (Leveling) Course shall be placed at a minimum compacted depth of one and one-quarter (11⁄4") inch with a designed cross-section slope of one-quarter (1⁄4") inch per foot. Item 823 Surface Course shall be placed at a minimum compacted depth of one and one-quarter (11⁄4") inches with a designed cross-section slope of one-quarter (1⁄4") inch per foot unless specified otherwise. All 823 materials shall to the extent practicable, be placed at full width. Material shall be placed to provide the designed 1/4 inch/foot cross-section slope and to correct longitudinal deficiencies with a forty (40') foot automatically controlled leveling ski. Instead of full width paving, the Contractor may use hot joint construction using multiple pavers. Item 407 Bituminous Tack Coat shall be applied to all existing pavement and intermediate courses at the rate of 0.05 gallons per square yard unless otherwise noted. The asphalt binder grade for all 823 material used shall be PG 64-22. Both the 823 Intermediate Leveling Course and the 823 Surface Course shall be Type 1. The course aggregates used in the asphalt mixes shall be from crushed stone or gravel. The fine aggregates used in the mix designs shall be of natural sand or sand manufactured from stone or gravel. There shall be NO slag materials allowed in any mix design. SPECIFIC PROJECT NOTES (Freedom Township) Road T from SR 108 to Road 15 – Road T will be widened by 4 feet on the south side which increasing the road width to 20’ total. Road T will be resurfaced with 0.5” 823 intermediate/ leveling course and then topped with 1.25” of 823 Asphalt Concrete Surface Course with 617 berm in place. Alternate for 301- 452 Concrete Widening at 5” thick. See plans for more details. 2023 Widening Program - 6 - (Napoleon Township) Road 17 from US 6 to Road S – Road 17 will be widened by 4 feet on the east side from US 6 to the north approximately 800 feet then 2 feet each side after increasing the road width to 16’ total. Road T will be resurfaced with 0.5” 823 intermediate/ leveling course and then topped with 1.25” of 823 Asphalt Concrete Surface Course with 617 berm in place. All invoices must be sent to the County Engineer, not the political subdivision. There are two (2) political subdivision this proposal covers. (Freedom and Napoleon Township with Henry County being lead) AWARD OF PROJECT The bid will be tabled at the formal opening; award of the project will be made at the time designated by the Board of County Commissioners following a review to verify compliance with all bid requirements. PROJECT COMPLETION DATE All work shall be completed on or before October 15, 2023. For each calendar day that any work shall remain uncompleted after the stated completion date the appropriate sum, in accordance with the schedule of liquidated damages per Section 108.07 of the Standard Specifications of the State of Ohio Department of Transportation, will be deducted from any monies due the CONTRACTOR, not as a penalty but as liquidated damages; provided however that due account shall be taken of any adjustment of the completion date granted by the Board of County Commissioners of Henry County. Once a roadway is closed for commencement of the PROJECT, the CONTRACTOR shall proceed without undue delay to complete the PROJECT in a timely manner and avoid prolonged interruption of traffic. Delays in the work following an initial start which are not attributable to weather or seasonal conditions shall be considered days beyond completion and the CONTRACTOR will have deducted from any monies due him according to the schedule of liquidated damages per Section 108.07 of the Standard Specifications of the State of Ohio Department of Transportation. A work day will be counted as lost if the CONTRACTOR'S efficiency is reduced more than fifty (50%) percent on the critical items under construction at that time. Weekends and holidays will not be counted as lost work days. GUARANTEE The CONTRACTOR shall guarantee for a period of one (1) year from the date of completion of the proposed work that it is free from all defects due to faulty materials or workmanship. The CONTRACTOR shall promptly make corrections as may be necessary by reason of such defects. The Engineer will give notice of observed defects with reasonable promptness. In the event that the CONTRACTOR should fail to make repairs, adjustments or other work which may be made necessary by such defects, the Engineer may do so and charge the CONTRACTOR the cost thereby incurred. 2023 Widening Program - 7 - PREPARATION OF PROPOSAL The blank spaces in the proposal must be filled in correctly, where indicated, and written in ink. BID PROPER The bidder is required to fill in, in the "Unit Price Bid" column, a unit price for additions opposite each item for which there is a quantity given in the "Approximate Unit Quantities" column. The gross sum of the totals in the "Total Amount Bid" column shall equal the sum (shown on Page 11-13 of this proposal) bid for the work. The totals given on Page 10 are only for the convenience of the Henry County Commissioners in reading bids. The unit prices specified in the "Unit Price Bid" column will govern the award of the Contract. The unit prices bid shall remain in effect and held firm during the term of this contract. The CONTRACTOR shall make extensions in the “Total Amount Bid” column and also add up the totals. However, the unit prices specified, together with the approximate quantities shall determine the total amount of the bid. If there is an error made in the extension by the bidder, the total shall be changed as only the unit prices shall govern. The quantities in the "Approximate Unit Quantities" column are those given in the Engineer's approximate estimate and are those which will be used in determining the total amount of each proposal for this improvement and for the purpose of determining the lowest bidder. It is understood that these quantities are approximate only. The bidder must give a unit price for each item listed. Failure to do so will render the bid informal at the discretion of the Henry County Board of Commissioners. 2023 Widening Program - 8 - BID GUARANTY Payable to the Board of County Commissioners. Each bidder is required to file with his bid a bid guaranty in the form of either: 1) a bond, executed by a surety company authorized to do business in the State of Ohio, for the full amount of the bid; or 2) a certified check, cashier's check or letter of credit pursuant to Chapter 1305 of the Ohio Revised Code, in the amount of ten (10%) percent of the bid, payable to the Board of County Commissioners. Bid guaranty must be provided as guarantee that if the contract be awarded on such bid, the bidder will enter into a CONTRACT and the performance of it will be properly secured. The successful bidder if using a 10% bid guaranty, shall be required to provide a contract performance and payment bond, executed by a surety company authorized to do business in the State of Ohio, for the full amount of the bid. ADDRESS Proposals must be sealed and addressed to: Board of Commissioners 1853 Oakwood Avenue Napoleon, OH 43545 and envelope marked: 2023 Widening Program and with the name and address of the bidder. TIME Bids are to be opened at 10:35 A.M., Thursday, July 6, 2023. PLACE Office of the Board of County Commissioners 1853 Oakwood Avenue Napoleon, OH 43545 OHIO PRODUCTS CONTRACTORS and SUBCONTRACTORS shall, to the extent practicable, use Ohio products, materials, services and labor in connection with the project. Domestic steel use requirements as specified in Section 153.011 of the Revised Code apply to this project. Copies of Section 153.011 of the Revised Code can be obtained from any of the office of the Department of Administrative Services.

1823 Oakwood Avenue Napoleon, OH 43545Location

Address: 1823 Oakwood Avenue Napoleon, OH 43545

Country : United StatesState : Ohio

You may also like

REGION 6 ROAD AND BRIDGE CONSTRUCTION BPA

Due: 23 Jan, 2030 (in about 5 years)Agency: FOREST SERVICE

REGION 6 ROAD AND BRIDGE CONSTRUCTION BPA

Due: 23 Jan, 2030 (in about 5 years)Agency: FOREST SERVICE

2024-47 Lakeshore Road Slope Stabilization

Due: 22 May, 2024 (in 18 days)Agency: City of Salmon Arm

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.