Reeds Lake Blvd

expired opportunity(Expired)
From: Kent County Road Commission(County)
23-14

Basic Details

started - 30 Nov, 2022 (16 months ago)

Start Date

30 Nov, 2022 (16 months ago)
due - 17 Jan, 2023 (15 months ago)

Due Date

17 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
23-14

Identifier

23-14
Kent County Road Commission

Customer / Agency

Kent County Road Commission
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.

INVITATION TO BID Bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Tuesday, January 17, 2023, 8:30 AM deadline, at which time they will be publicly opened and read. Contract #23-14: Reeds Lake Blvd – Hall St to Manhattan Rd., Partial Depth Mill & Fill All bids are to be emailed to bids@kentcountyroads.net, with the subject “Contract #23-14: Reeds Lake Blvd: Hall St to Manhattan Rd, and must be received prior to 8:30 AM on Tuesday, January 17, 2023. If email is not accessible for you to send us your bid, and you need special accommodations, please contact purchasing@kentcountyroads.net and/or (616) 242-6928. We can work with you to make sure you have the opportunity to submit your bid. The Board reserves the right to reject any and all bids or to waive
irregularities therein, and to accept any bids which, in the opinion of the Board, may be most advantageous and to the best interest of the County. This contract will be considered for award on Tuesday, January 24, 2023. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT By: Mark E. Rambo, Chair If you plan to submit a bid, please acknowledge the receipt of this invitation to bid by emailing purchasing@kentcountyroads.net. This allows for KCRC to be in contact with you for any future communication throughout the bid process. Page 1 of 23 mailto:bids@kentcountyroads.net mailto:purchasing@kentcountyroads.net mailto:purchasing@kentcountyroads.net INSTRUCTION TO BIDDERS Bids will be opened at the offices of the Board of County Road Commissioners of the County of Kent, State of Michigan located at 1500 Scribner Avenue NW, Grand Rapids, MI 49504. Refer to the INVITATION TO BID for the exact timing and for the identification of the bid as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans, and special provisions as stated herein and hereto attached. The Kent County Road Commission’s process is to open and read the bids, and then refer the bids to Staff for tabulation and analysis. During this period, the files are closed until this action is complete. Copies of the bid tabulations are made available only once the review is complete, upon the request to Purchasing, by email at purchasing@kentcountyroads.net. 1. All bids must be submitted on the Board's bid pricing sheet that was provided. The bid shall be legibly prepared in ink or typed out. Erasures or alterations must be initialed by the respondent. 2. Specifications and plans should not be returned with bid, unless otherwise stated herein. 3. Bids shall be sent to KCRC by email to bids@kentcountyroads.net. If the email is not applicable for the respondent to submit their bid, please contact Purchasing for assistance. 4. Bids will not be accepted after the time designated for the opening of the bids. The respondent shall assume full responsibility for delivery of bids prior to the appointed time for opening same and shall assume the risk of late delivery or non- delivery regardless of the manner he/she employs for the transmission thereof. 5. No responsibility shall attach to the Road Commission or their representatives for premature opening or non-receipt of any bid which is not properly addressed, delivered, or identified. A confirmation of receipt of emailed bids received will be sent. 6. It is understood the Board is a governmental unit, and as such, is exempt from the payment of all state and federal taxes, except as allowed by the regulatory agencies to be included in the cost of materials and services. 7. The respondent, by submission of a bid, declares the bid is made without collusion with any other person or entity, and agrees to furnish all items and services in strict adherence with all applicable federal, date and local laws, regulations, codes and ordinances. 8. The Board reserves the right to reject any and all bids, to waive any irregularities therein, and to accept any bid which, in the opinion of the Board, may be most advantageous and to the best interest of the Kent County Road Commission. In case of error, in the extension of prices in the bid or other arithmetical error, the unit prices will govern. Page 2 of 23 mailto:purchasing@kentcountyroads.net mailto:bids@kentcountyroads.net PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION CONTRACT It is the intent of the Board of County Road Commissioners of the County of Kent to contract for the reconstruction of the project described herein and in accordance with the following specifications. Name of Project: Contract # 23-14: Reeds Lake Blvd Location: Grand Rapids Township/East Grand Rapids Hall St (EGR City) to Manhattan Rd Length of Project: 1.3 Miles Type of Construction: Partial Depth Mill & Fill Completion Date: September 30, 2023 Emailed bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, MI 49504 until Tuesday, January 17, 2023 - 8:30 AM DEADLINE. TECHNICAL SPECIFICATIONS AND BID PRICING SHEET The undersigned has examined the specifications and the location of the above- described work and is fully informed as to the nature of the work and the conditions relating to its performance. The undersigned understands that he must furnish certificates of insurance covering Workman's Compensation and Public Liability and Property Damage in the amount as stated herein, and that the quantities shown on the proposal are approximate and are subject to increase or decrease. The undersigned hereby proposes to furnish all necessary machinery, tools, apparatus and other means of construction, do all the work, furnish all the materials except as otherwise specified herein; and, for the unit price or lump sums named in the itemized bid, to complete the work herein described in strict accordance with the plans therefore and in strict conformity with the requirements of the 2020 Standard Specifications for Construction of the Michigan Department of Transportation and such other special provisions and supplemental specifications as may be a part of this proposal. The undersigned further proposes to do such extra work as may be authorized by the Board of County Road Commissioners, prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon before such work is begun. Progress schedule, enclosed herein, must be completed and submitted with bid pricing sheet. No work shall begin before May 1, 2023 unless approved by the engineer. Bid pricing sheet must be filled out in its entirety with unit prices extended and a total bid amount recorded at the bottom of the last bid pricing sheet, where provided. Page 3 of 23 Schedule of Items (Itemized Bid Sheet) Letting Date: Tuesday, January 17, 2023 8:30 AM Contract ID: 23-14 Location: Reeds Lake Bvld Hall St (EGR City) to Manhattan Description: Partial Depth Mill & Fill Project Number: 23-14 Project Engineer: Harrall Estimate Number: 1 Date Created: 11/30/2022 Project Type: Resurfacing Fed/State #: Location: Reeds Lake Bvld Fed Item: Control Section:Hall St (EGR City) to Manhattan Description: Partial Depth Mill & Fill Instructions to Bidders: IMPORTANT NOTICE: If the proposal establishes a maximum price for any of the following work items, and if you bid a price higher than that maximum price, your bid will be considered to have quoted the maximum price and your bid total will be adjusted to reflect that maximum price. (Please see "Notice to Bidders" for additional information). If the proposal provides a specified price for any of the following work items, and if you bid a price higher or lower than that specified price, your bid will be adjusted to reflect that specified price. If your bid is the lowest accepted bid, and if you refuse to accept the award of the contract due to the change in what you quoted as a maximum or specified price, you will forfeit your proposal guaranty. Contract # 23-14 (Reeds Lake Bvld Hall St (EGR City) to Manhattan) Page 1 of 3 MERL: 2022.6.0 12/08/2022 10:11:05 AM Page 4 of 23 Pay Item Description Quantity Units Unit Price Bid Amount Dollars Cts Dollars Cts 1 LSUM2090001 Project Cleanup 25,000 Syd5010002 Cold Milling HMA Surface 60 Ton5010061 HMA Approach 3,250 Ton5012037 HMA, 5EML 13,000 Ft8110231 Pavt Mrkg, Waterborne, 4 inch, White 13,000 Ft8110232 Pavt Mrkg, Waterborne, 4 inch, Yellow 100 Ea8120035 Channelizing Device, 42 inch, Fluorescent, Furn 100 Ea8120036 Channelizing Device, 42 inch, Fluorescent, Oper 2 Ea8120140 Lighted Arrow, Type C, Furn 2 Ea8120141 Lighted Arrow, Type C, Oper 1 LSUM8120170 Minor Traf Devices 120 Ft8120215 Pavt Mrkg, Type NR, Paint, 6 inch, Crosswalk 30 Ea8120252 Plastic Drum, Fluorescent, Furn 30 Ea8120253 Plastic Drum, Fluorescent, Oper 600 Ft8120264 Pavt Mrkg, Wet Reflective, Type NR, Tape, 4 inch, Yellow, Temp 400 Sft8120350 Sign, Type B, Temp, Prismatic, Furn 400 Sft8120351 Sign, Type B, Temp, Prismatic, Oper 1 LSUM8120370 Traf Regulator Control Contract # 23-14 (Reeds Lake Bvld Hall St (EGR City) to Manhattan) Page 2 of 3 MERL: 2022.6.0 12/08/2022 10:11:05 AM Page 5 of 23 Pay Item Description Quantity Units Unit Price Bid Amount Dollars Cts Dollars Cts Total Bid: Contractor: (Signature) (Date) Contract # 23-14 (Reeds Lake Bvld Hall St (EGR City) to Manhattan) Page 3 of 3 MERL: 2022.6.0 12/08/2022 10:11:05 AM Page 6 of 23 PROGRESS SCHEDULE Item of Work Sta. to Sta. Start Date End Date 1. 2. 3. 4. 5. 6. Completion date of the bid portion of this project is no later than September 30, 2023, see progress clause for further details. The undersigned encloses a bid bond in the amount of five (5) percent payable to Kent County Road Commission as a guarantee of good faith. If the undersigned is the successful respondent and fails to enter into a contract or to furnish satisfactory bonds and certificates of insurance to the Board of County Road Commissioners within seven days after being furnished with the necessary contract, said bond shall be forfeited to the County of Kent as liquidated damages. Bid bonds furnished by an approved surety company will also be accepted. Signed: Print Name: Company Name: Address: Telephone: E-Mail: Specify if Respondent is corporation, co-partnership or individual: If the Contractor is a co-partnership, each member must sign this proposal. Corporations must execute this proposal by its duly authorized officers in accordance with its articles of incorporation. Date Federal Employer ID # Page 7 of 23 GENERAL SPECIFICATIONS 1. The Contractor shall comply with the intent of the General Requirements and Covenants, Section 107 of the Michigan Department of Transportation "2020 Standard Specifications for Construction" where applicable. 2. The Contractor shall save harmless and indemnify the Contracting Board as well as their employees, against all claims for damages to public or private property and for injuries to persons arising out of and during the progress and to the completion of the work all in accordance with the Michigan Department of Transportation 2020 "Standard Specifications for Construction", Section 107.10. Insurance Certificates shall be issued in the name of the Contracting Board within seven (7) consecutive days of date of award by said Board before Contract can be executed. 3. Neither the Contractor nor his subcontractors shall discriminate against any employee or applicant for employment, to be employed in the performance of this Contract, with respect to his/her hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment because of his/her race, religion, national origin or ancestry. Breach of this covenant may be regarded as a material breach of this Contract. 4. Submission of bid will be construed as a conclusive presumption that the Contractor is thoroughly familiar with the bid requirements and specifications and that he understands and agrees to abide by each, and all of the stipulations and requirements contained therein. 5. The successful respondent shall furnish the Contracting Board with a Performance Bond in the amount of the Total Contract within seven (5) consecutive days of date of award by said Board before Contract can be executed. 6. Date of completion of the Contract shall be shown on the Bid Specifications. Paragraph No. 1 herein above may be applied by the Board in the event the Contractor fails to meet the completion deadline. 7. It is the responsibility of the Contractor to furnish all necessary machinery, tools, apparatus and other means of construction, do all the work, and furnish all the materials, except if otherwise specified herein. 8. The Contractor, his employees, agents, and representatives shall conduct themselves in a manner which is conducive to good public relations. They shall display proper respect to the Board, the general public and surrounding property owners as is applicable. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Kent County Road Commission and its agents and employees from and against all claims, damages, losses and expenses including, but not limited to, attorneys’ fees arising out of or resulting from the performance of this Contract including claims, damages, losses and expenses attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, but only to the extent caused by the fault, negligent acts, or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage loss or expense is caused in part by the parties indemnified hereunder. This obligation does not include an obligation to indemnify the parties, indemnified hereunder for Page 8 of 23 their sole negligence and shall not be construed to negate or modify other rights or obligations of indemnity that otherwise exist as to the parties or persons described herein, arising out of and during the progress and to the completion of work all in accordance with Public Act 468 of 2012 and the 2020 Michigan Department of Transportation’s “Standard Specifications for Construction”, Division 1, paragraph 1.07.10 with the following minimum requirements: Workman's Compensation Statutory Coverage Bodily Injury and Property Damage Other Than Automobile: Each Occurrence $1,000,000 Aggregate $2,000,000 Bodily Injury Liability and Property Damage Liability Automobile: Bodily Injury Liability $500,000 Each Person, Each Occurrence $1,000,000 Property Damage Liability $1,000,000 Each Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability Each Occurrence $2,000,000 Insurance Certificate declaring Kent County Road Commission as additional insured, not certificate holder, must be issued and shall become part of the contract. 10. Contractor shall maintain current up-to-date insurance coverage during the term of the contract and failure to do so shall result in termination of said contract. 11. Certificate must be submitted within fifteen days upon notification of award of Contract and prior to Contract signing. Page 9 of 23 SPECIAL PROVISIONS FOR 2023 PRIMARY PARTIAL DEPTH MILL AND PAVING PROGRAM 1 OF 2 KCRC/DMB 12/22 Location – Reeds Lake Blvd: Hall St. (EGR City) to Manhattan Rd Reeds Lake Blvd: Hall St to Manhattan Rd will be milled 1.75” then paved with 2.0” of HMA Top. There are also two sections 1400’+- where the roadway & the shoulder will be milled 3.25” and paved back at 3.5” in two separate lifts, this area will be delineated by the Engineer prior to the beginning of the milling operation. After paving is complete, restoration will take place followed by the road being striped to complete the project. Permanent Pavt. Markings: All permanent pavement markings including but not limited to left, right & thru arrows, stop bars & crosswalks shall be completed using waterborne paint unless otherwise directed by the engineer. Starting Date: This contract cannot begin before May 1st, 2023 (Unless approved by the engineer) A preconstruction meeting shall be held before any work begins to determine a schedule & traffic control plan. The contractor may not work during the Memorial Day, 4th of July or Labor Day holiday period, as defined by the Engineer. If these holidays fall within the contractors work schedule, the contractor shall make sure there is at least a base course of pavement on everything disturbed and that the area is clean and safe for the traveling public. Traffic Control Plan: This project will be completed under a road closure and a detour route will be provided by the Kent County Road Commission. Once the road closure is in place the contractor will have 3 weeks to complete all work Page 10 of 23 2 OF 2 Completion Date: The completion date for this project will be September 30, 2023. Restoration: All restoration will be completed using the “Roadside Seeding” item However, the contractor should take care not to disturb areas outside the roadway area. Any restoration needed outside these limits will be done by the contractor at his own expense. Traffic Controls: All traffic control shall follow the special provision for “Maintaining Traffic” in this proposal. Page 11 of 23 PROGRESS CLAUSE 1 OF 1 Reeds Lake Blvd: Hall St (EGR City) to Manhattan Rd Sometime after award of contract and the beginning of construction a preconstruction meeting shall be held. This meeting shall include the KCRC and the contractor and any other interested party. The work shall not begin prior to May 1, 2023 The contractor shall deliver a progress schedule to the KCRC so proper personal can be assigned to the project. This project can begin on or after May 1, 2023, and after the preconstruction meeting, however, once the project begins, the contractor is expected to continue work, within reason, to complete the project (Not to exceed 3 weeks) Once paving is completed on a project, restoration shall be completed within one week so the road can be opened to traffic. The entire project shall be completed on or before September 30, 2023 No work shall be performed during the Memorial Day, 4th of July or Labor Day holiday period, as defined by the Engineer. The approved low bidder(s) for the work covered by this proposal will be required to participate in a pre-construction meeting with local agency owner and/or department representatives to work out a detailed progress schedule. The schedule for this meeting will be set within one week after the approved low bidder is determined. The named subcontractor(s) for Designated and/or Specialty Items, as shown in the proposal, is recommended to be at the scheduled meeting if such items materially affect the work schedule. The Kent County Road Commission will arrange the time and place for the meeting. In addition, the Contractor or their representative shall meet once per month with the Engineer, to inform the Engineer of the Contractor’s proposed work schedule and to review the progress on the project. Meetings will also be held with the businesses and residents on a schedule to be determined by the Engineer. The Contractor shall attend such meetings. The Progress Schedule shall include, as a minimum, the controlling work items for the completion of the project and the planned dates (or workday for a workday project) that these work items will be controlling operations. When specified in the bidding proposal, the date the project is to be opened to traffic as well as the final completion date shall also be included in the project schedule. If the bidding proposal specifies other controlling dates, these shall also be included in the Progress Schedule. Failure on the part of the contractor to carry out the provisions of the Progress Schedule, as established, may be considered sufficient cause to prevent bidding future projects until a satisfactory rate of progress is again established. Page 12 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR STANDARD SPECIFICATIONS 1 OF 1 KENT COUNTY ROAD COMMISSION/DMB 12/21 DESCRIPTION: Where the Standard Specifications are referred too, the 2020 Standard Specifications for Construction of the Michigan Department of Transportation shall be used. 101.03 Page 13 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR HMA APPLICATION ESTIMATE 1 OF 1 KCRC/DMB 12/22 DESCRIPTION: This work shall be completed in accordance with the requirements of Section 501 of the 2020 Standard Specifications for Construction of the Michigan Department of Transportation and as herein specified. MATERIALS: Reeds Lake Blvd: Hall St (EGR City) to Manhattan Rd The HMA Base Mixture No. HMA, 5EML shall have a yield of 220 pounds per square yard. The Performance Grade asphalt binder range shall be 64-28. The HMA Approach Mixture No. HMA, 5EML shall be placed in 1 lift having a yield of 220 pounds per square yard per lift. The Performance Grade asphalt binder range shall be 64-28. The HMA Spillway Mixture No. HMA, 5EML shall be placed in 1 lift having a yield of 275 pounds per square yard. The Performance Grade asphalt binder range shall be 64-28. The Bituminous Bond Coat material shall be Trackless Tack (See Special Provision). The uniform rate of application shall be 0.05 to 0.15 gallons per square yard. This is not a pay item. * Top course will have AWI=260 Minimum. * Top course shall have a Minimum Asphalt Content of 6.1% * Top course shall have Maximum Air Voids of 3% * Tier 1 (0% - 17% RAP binder by weight of total binder in the mixture) MEASUREMENT AND PAYMENT: The completed work as measured for HMA items will be paid for at the contract unit price for the applicable contract pay item and shall include all material, equipment and labor required to complete these items. 501 Page 14 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR COMPETENCY OF BIDDERS 1 OF 1 KENT COUNTY ROAD COMMISSION/TJB 2/19 DESCRIPTION: Bidders must be currently qualified with the Michigan Department of Transportation for work listed on the invitation to Bid. A current copy of the pre-qualification rating must be on file with the Kent County Road Commission or submitted with bid. 102.01 Page 15 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR MAINTAINING TRAFFIC 1 OF 3 KCRC/DMB 12/22 DESCRIPTION: Maintaining traffic shall be in conformance with Section 812 of the 2020 Standard Specifications for Construction of the Michigan Department of Transportation (MDOT) and these Special Provisions. All signage shall conform to the 2011 edition of the Michigan Manual of Uniform Traffic Control Devices (MMUTCD), as amended. At all times during the execution of the work, the Contractor shall notify police, fire, and ambulance services of lane and road closures. Emergency vehicle access shall be always maintained and provided for. Location: Reeds Lake Blvd: Hall St (EGR City) to Manhattan Rd Reeds Lake Blvd: Hall St to Manhattan Rd will be completed under a road closure, local traffic will be maintained including access to driveways, emergency vehicles, school buses and any other essential services. CONSTRUCTION INFLUENCE AREA: In general, the Construction Influence Area (CIA) shall include the actual work area, and the approaches where advanced warning signs are placed in conformance and as directed by the Engineer. Within the CIA, the contractor shall provide, erect, and maintain barricades, signs and flasher lights and take all necessary precautions for the protection of the public in accordance with the 2011 MMUTCD, and the 2020 edition of the Standard Specifications for Construction of the Michigan Department of Transportation, specifically, Section 812, or as directed by the Engineer Page 16 of 23 2 OF 3 TRAFFIC CONTROL DEVICES: All signs, barricades, warning lights and other traffic control devices shall be in accordance with the 2011 MMUTCD. Traffic control devices not paid for separately shall be included in payment for “Minor Traf. Devices”. MEASUREMENT AND PAYMENT: The estimate of quantities for maintaining traffic is based on signing and related traffic control devices as shown on the plans and specifications. Payment for traffic control devices, except temporary pavement markings, shall be made on the maximum quantity in place at any one time during the project, as determined by the Engineer. Non-standard specially fabricated signs, other than those used to determine the maximum square footage shall also be paid. *All traffic control devices including but not limited to “Sign, Type B, Temp, Prismatic, Furn”, “Sign, Type B, Temp, Prismatic, Oper”,“Minor Traf. Devices”, “Traffic Control” Regulator shall be paid at 50% contract price once these traffic control devices are placed, the remaining 50% will be paid after the project is complete and all traffic control devices are removed, there will be no exceptions made to this provision. Any additional signing or maintaining traffic devices required to expedite the construction shall be at the contractor’s expense. Traffic maintenance devices within the construction influence area (CIA) shall include the following contract items, which will be paid for separately: 3 OF 3 Page 17 of 23 TRAFFIC CONTROL DEVICES: All signs, barricades, warning lights and other traffic control devices shall be in accordance with the 2011 MMUTCD. All traffic control devices used on this project shall be paid for under the item of “Minor Traf. Devices”. Temporary signing for traffic regulator control will be measured and spaced in accordance with MDOT Traffic Typical M0020a. MEASUREMENT AND PAYMENT: Traffic control devices installed within the construction influence area (CIA) shall be paid for under the following item: Pay Item Pay Unit Minor Traf Devices Lump Sum Traffic Regulator Control Lump Sum Barricade, Type III, High Intensity, Lighted, Oper Each Barricade, Type III, High Intensity, Lighted, Furn Each Channelizing Device 42” Fluorescent, Oper Each Channelizing Device 42” Fluorescent, Furn Each Plastic Drum, Fluorescent, Furn Each Plastic Drum, Fluorescent, Oper Each Lighted Arrow, Type C, Furn Each Lighted Arrow, Type C, Oper Each Pavt Mrkg, Wet Reflective, Type NR, Tape 4”, Yellow,Temp Foot Pavt Mrkg, Wet Reflective, Type NR, Tape 4”, White,Temp Foot All other work related to maintaining traffic shall be considered included in the above listed contract item. Page 18 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR DESIGNATED CLEAN OUT AREA 1 OF 1 KENT COUNTY ROAD COMMISSION/JAK 1/2018 DESCRIPTION: During the paving operation, contractor shall designate a certain area outside the paving limits for trucks carrying asphalt to clean out before leaving. Trucks cannot clean out ahead of the paver as in previous years. The location of this clean out area should be decided upon before paving begins, marked and approved by the Engineer or his representative. 102.01 Page 19 of 23 ��63����))��� 0,&+,*$1 '(3$570(17�2)�75$163257$7,21 63(&,$/�3529,6,21 )25 /2:�75$&.,1*�%21'�&2$7 (08/6,),('�$63+$/7� 3(50,66,9(�86( &)6�75& � RI�� $335�-:%�.3.��������� )+:$�$335��������� D� 'HVFULSWLRQ� 7KLV�ZRUN�FRQVLVWV�RI HOHFWLQJ�WR IXUQLVK�ORZ�WUDFNLQJ�ERQG�FRDW HPXOVLILHG� DVSKDOW LQ�OLHX�RI�VWDQGDUG�ERQG�FRDW���(QVXUH�DOO�ZRUN�LV LQ�DFFRUGDQFH�ZLWK VHFWLRQ�����RI WKH� 6WDQGDUG�6SHFLILFDWLRQV�IRU�&RQVWUXFWLRQ�DQG�DSSOLFDEOH�VSHFLDO�SURYLVLRQV��H[FHSW�DV�PRGLILHG� KHUHLQ�� 7KH�ORZ�WUDFNLQJ�ERQG�FRDW�HPXOVLILHG�DVSKDOW�PXVW�FRQIRUP�WR�DSSURYHG�DFFHSWDQFH�WHVW� PHWKRGV�DQG�SURFHGXUHV�GHVFULEHG�LQ�WKH�0DWHULDOV�4XDOLW\�$VVXUDQFH�3URFHGXUHV�0DQXDO���1R� GHYLDWLRQV�WR�DFFHSWDQFH�WHVW�PHWKRGV DQG�SURFHGXUHV�ZLOO�EH�DOORZHG� E� 0DWHULDOV� 7KH�IROORZLQJ W\SHV�RI ORZ�WUDFNLQJ�ERQG�FRDW�HPXOVLILHG�DVSKDOW DUH�DOORZHG� LQ�OLHX�RI�WKH�VWDQGDUG�ERQG�FRDW� 7DEOH�����/RZ�7UDFNLQJ�%RQG�&RDW �/7%&� (PXOVLILHG�$VSKDOW (PXOVLILHG�$VSKDOW�7\SH 6SHFLILFDWLRQ�5HTXLUHPHQWV /7%&�� 7DEOH�� /7%&�� 7DEOH�� 7DEOH���� 6SHFLILFDWLRQ�5HTXLUHPHQWV�IRU�/7%&�� 3DUDPHWHU 7HVW�0HWKRG 0LQLPXP 0D[LPXP 6D\EROW�)XURO�9LVFRVLW\��6)6�#����GHJUHHV�& $$6+72�7�� �� ��� 6WRUDJH�6WDELOLW\� ���+UV��� $$6+72�7�� �� � 6WRUDJH�6WDELOLW\����'D\V��� $$6+72�7�� �� � 5HVLGXH�%\ 'LVWLOODWLRQ��� $$6+72�7�� �� �� 2LO�'LVWLOODWH��� $$6+72�7�� �� � 6LHYH�7HVW��� $$6+72�7�� �� ���� 7HVWV�2Q�5HVLGXH 3HQHWUDWLRQ��#����GHJUHHV�& $$6+72�7�� �� �� 6RIWHQLQJ�3RLQW 5DQJH�GHJUHHV & $$6+72�7�� �� �� 6ROXELOLW\��� $$6+72�7�� ���� �� Page 20 of 23 ��63����))��� &)6�75& � RI�� �������� 7DEOH���� 6SHFLILFDWLRQ�5HTXLUHPHQWV�IRU�/7%&�� 3DUDPHWHU 7HVW�0HWKRG 0LQLPXP 0D[LPXP 6D\EROW�)XURO�9LVFRVLW\��6)6�#����GHJUHHV�& $$6+72�7�� �� ��� 6WRUDJH�6WDELOLW\����'D\V��� $$6+72�7�� �� � 5HVLGXH�%\ 'LVWLOODWLRQ��� $$6+72�7�� �� �� 2LO�'LVWLOODWH��� $$6+72�7�� �� � 6LHYH�7HVW��� $$6+72�7�� �� ���� 7HVWV�2Q�5HVLGXH 3HQHWUDWLRQ��#����GHJUHHV�& $$6+72�7�� �� �� 6ROXELOLW\��� $$6+72�7�� ���� �� F� &RQVWUXFWLRQ� &RQVWUXFW� LQ� DFFRUGDQFH� ZLWK� VXEVHFWLRQ� ������� RI� WKH� 6WDQGDUG� 6SHFLILFDWLRQV�IRU�&RQVWUXFWLRQ� G� 0HDVXUHPHQW� DQG� 3D\PHQW� :KHQ� HOHFWLQJ� WR� VXEVWLWXWH� D� ORZ�WUDFNLQJ� ERQG� FRDW HPXOVLILHG�DVSKDOW IRU�WKH�VWDQGDUG�ERQG�FRDW� LW�LV ZLWK�WKH�XQGHUVWDQGLQJ�WKDW�WKH�SD\�LWHPV�LQ� WKH�RULJLQDO�FRQWUDFW�ZLOO�QRW�EH�FKDQJHG�DQG�WKH�ORZ�WUDFNLQJ�ERQG�FRDW HPXOVLILHG�DVSKDOW ZLOO�EH� SURYLGHG�XQGHU�WKRVH�RULJLQDO�SD\�LWHPV�DW�WKH�ELG�SULFHV�VXEPLWWHG� Page 21 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR HMA SPILLWAY 1 OF 2 KENT COUNTY ROAD COMMISSION/WAH 1/09 DESCRIPTION HMA Spillway shall be constructed in accordance with the detail as shown on page 2, using the HMA top course mix specified for the project. The length and location of the spillway will be as shown on the plans or as directed by the Engineer. MATERIALS The materials used will be the HMA mixture used for top course or driveways, as directed by the Engineer. MEASUREMENT AND PAYMENT The completed work as measured for HMA Spillway will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to complete this item. Pay Item Pay Unit HMA Spillway Foot Page 22 of 23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR HMA SPILLWAY 2 OF 2 6" 3" 3" 6" SECTION B-B SECTION A-A CL ED G E O F PA VE M EN T IF LOCATED IN CURB SECTION - USE CONCRETE SPILLWAY B B A A HMA SPILLWAY 36" BOTTOM OF DITCH PLAN FL O W IN VALLEY GUTTER SECTION, TRANSITION IN 6 FEET EACH SIDE. CONSTRUCT SPILLWAY AT APPROXIMATELY 30° OR AS DIRECTED BY ENGINEER. 2' 1' Page 23 of 23

1500 Scribner Ave NW, Grand Rapids, MI 49504, United StatesLocation

Address: 1500 Scribner Ave NW, Grand Rapids, MI 49504, United States

Country : United StatesState : Michigan

You may also like

STRAUSSER & LAKE O'SPRINGS ROUNDABOUT PROJECT-PID #111050

Due: 19 Apr, 2024 (in 3 days)Agency: Stark County

201 Atlantic Blvd., Indian Harbour Beach

Due: 18 Apr, 2024 (in 2 days)Agency: Brevard County

STRAUSSER & LAKE O'SPRINGS ROUNDABOUT PROJECT-PID #111050

Due: 19 Apr, 2024 (in 3 days)Agency: Stark County

Please Sign In to see more like these.

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