2023 Broadmoor Park Trail Project

From: Mission(City)

Basic Details

started - 31 May, 2023 (11 months ago)

Start Date

31 May, 2023 (11 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Mission

Customer / Agency

City of Mission
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.

1 Rev. 5/12/2023 CITY OF MISSION, KANSAS NOTICE TO BIDDERS Sealed bids for 2023 Broadmoor Park Trail Project will be received by the City of Mission, Kansas, at the office of the City Clerk, City Hall, 6090 Woodson Street, Mission, Kansas 66202 until 3:00 PM CST on Thursday, June 15, 2023. At that time all sealed bids will be transferred to the City Council Chamber, City Hall, where they will be publicly opened and read aloud. Any bid received after the designated closing time will be returned unopened. All bids shall be submitted in sealed envelopes addressed to the City Clerks of Mission, Kansas, and marked “#2023 Broadmoor Trail Project”. Copies of plans and specifications can be seen or purchased for a Non-Refundable fee on-line at www.drexeltech.com in their eDistribution plan room, additional assistance is available at
href="mailto:distribution@drexeltech.com">distribution@drexeltech.com. Information regarding this project can be found in the “Public Jobs” link on the website. Contractors desiring the Contract Documents for use in preparing bids may also obtain a set of such documents from Drexel Technologies; 10840 West 86th Street, Lenexa, KS 66214, telephone number is 913-371-4430. Bidding documents will be shipped only if the requesting party assumes responsibility for all related charges. Corporate, certified, or cashier’s checks shall be made payable to Drexel Technologies, Inc. Proposers should email questions to the City of Mission, specifically Penn Almoney, Director of Parks + Recreation, at the following email address palmoney@missionks.org. Neither the City nor consultant shall be responsible for the accuracy, completeness, or sufficiency of any bid documents obtained from any source other than the source indicated above. Obtaining copies of plans, specifications, bid documents and other contract documents from any other source(s) may result in obtaining incomplete and inaccurate information. Obtaining these documents from any source other than directly from the source listed herein may also result in failure to receive any addenda, corrections, or other revisions to these documents that may be issued. Contractors should read and be fully familiar with all contract documents before submitting a bid. In submitting a bid, the bidder warrants that it has read the contract documents and is fully familiar therewith and that it has visited the site of the work to fully inform itself as to all existing conditions and limitations and shall include in its bid a sum to cover the cost of all items of the work. Should a bidder find "defects" as defined in paragraph GC-3 of the General Conditions, it shall follow the procedures outlined in paragraph GC-3 to bring same to the attention of City. Changes necessitated thereby shall be in the form of addenda issued by the consultant. All bidders shall verify that they have considered all written addenda. Neither the City nor the consultant shall be responsible for oral instructions. Any written addenda issued during the time of bidding shall be covered and included in the bid. There will be no clarifications or exceptions allowed on the bid. Bids are for a total bid package, total contract price. Bids shall be made upon the form provided in ink or typewritten. Numbers shall be stated both in writing and in figures; the signature shall be long hand; and the complete form shall be without alteration or erasure. On alternate items for which a bid is not submitted, a written indication of "no bid" on the bid form is required. http://www.drexeltech.com/ mailto:distribution@drexeltech.com 2 Rev. 5/12/2023 No oral, telegraphic, facsimile or telephonic bids or alterations will be considered. The following items must be included in the sealed envelope with the bid: a. Bid b. Bid Alternate In the event the successful bidder is unable to execute the contract, for whatever reason, City may exercise its legal prerogatives, including, but not limited to, enforcement of its rights as to the bid security. The City reserves the right to accept or reject any and all bids and to waive any technicalities or irregularities therein. Bids may be modified or withdrawn by written request of the bidder received in the office of the City Clerk, prior to the time and date for bid opening; provided, however, that no bidder may withdraw its bid for a period of thirty (30) days from the date set for the opening thereof. ALL BIDDERS AGREE THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION. IT IS UNDERSTOOD BY ALL BIDDERS THAT AN UNSUCCESSFUL BIDDER HAS NO CAUSE OF ACTION AGAINST THE CITY FOR BID PREPARATION COSTS. THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. A Pre-Bid Conference will be held at: Powell Community Center – 6200 Martway St. Date & Time: Thursday, June 8, 2023, 3:00 PM CST Publish: Legal Record DATE: May 30, 2023 3 Rev. 5/12/2023 INSTRUCTIONS TO BIDDERS IB-1. BIDS: All bids shall be made on the forms provided in this bound volume of contract documents and shall be in compliance with the Notice to Bidders. All appropriate blanks shall be filled in and shall be signed by the appropriate individual on behalf of him/herself or the entity submitting the bid. Each bid must be enclosed in a sealed envelope plainly marked “#2023 Broadmoor Trail Project”. As per the Notice to Bidders, bid shall be addressed to: CITY OF MISSION, KANSAS Attention: City Clerk 6090 Woodson Street, Mission, KS 66202 IB-2. DEFINITIONS: a. All definitions set forth in the General Conditions or in other contract documents are applicable to the Bidding Documents. b. ”Alternative Bid” (or ”Alternate”) means an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the work, as described in the Bidding Documents, is accepted. c. “Base Bid” means the sum stated in the Bid for which the Bidder offers to perform the work described in the Bidding Documents as the base, to which work may be added or from which work may be deleted for sums stated in Alternate Bids. d. “Bid” shall mean the offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed (and the City reserves the right to reject any and all bids). e. “Bidder” shall mean any individual, partnership, corporation, association or other entity submitting a Bid for the work. f. “Bidding Documents” shall mean all documents related to a Bidder's submitting a Bid, including, but not limited to, the advertisement for Bids, if applicable, Instructions to Bidders, the Bid form, other sample bidding and contract forms and the proposed contract documents, including any addenda issued prior to receipt of Bids. At the City's option, Bidders may be required to complete and submit a prequalification statement. g. “City” means the City of Mission, Kansas. h. “Contractor” shall mean the entity entering into the contract for the performance of the work covered by the contract, together with its duly authorized agents or legal representatives. i. “Successful Bidder” means the person or entity who is determined and declared by the City to have submitted the lowest and best responsible Bid in conformity with the terms of the Bidding Documents. 4 Rev. 5/12/2023 j. “Unit Price” means an amount stated in the Bid as a price per unit of measurement for materials or services as described in the Bidding Documents or in the proposed contract documents. IB-3. BIDDER'S REPRESENTATIONS: Each Bidder by making its Bid represents that: a. It has read and understands the Bidding Documents, and its Bid is made in accordance therewith. b. It has visited the site, has familiarized itself with the local conditions under which the work is to be performed, has reviewed all published reports, inspections and other documents relating to the project and has correlated its observations with the requirements of the proposed contract documents. c. Its Bid is based upon the materials, systems and equipment required by the Bidding Documents without exception. d. It has familiarized itself with state, federal law and local ordinances, regulations, and permitting requirements which may affect cost and/or progress or performance of the work. IB-4. BIDDING DOCUMENTS: Copies of plans and specifications can be seen or purchased for a Non-refundable fee on-line at www.drexeltech.com in their eDistribution plan room, additional assistance is available at distribution@drexeltech.com. Information regarding this project can be found in the “Public Jobs” link on the website. Contractors desiring the Contract documents for use in preparing bids may also obtain a set of such documents from Drexel Technologies; 10840 West 86th Street, Lenexa, KS 66214, telephone number is 913-371-4430. Bidding documents will be shipped only if the requesting party assumes responsibility for all related charges. Corporate, certified, or cashier’s checks shall be made payable to Drexel Technologies, Inc. Neither the city nor the consultant shall be responsible for the accuracy, completeness, or sufficiency of any Bidding Documents obtained from any source other than the source indicated in the Notice to Bidders. Obtaining copies of Bidding Documents form any other source(s) may result in obtaining incomplete and inaccurate information or result in failure to receive any addenda, corrections, or other revisions to these documents that may be issued Bidders shall use complete sets of Bidding Documents in preparing Bids; neither the City nor the consultant assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding Documents. The City in making copies of the Bidding Documents available on the above terms does so only for the purpose of obtaining Bids on the work and does not confer a license or grant for any other use. IB-5. DEFECTS IN BIDDING DOCUMENTS: Bidders shall promptly notify the City of any errors, omissions, discrepancies or inconsistencies (hereinafter "defects") which they may discover upon examination of the Bidding Documents or of the site and local conditions. Bidders will not be permitted to take advantage of any such defect. Bidders requiring clarification or interpretation of the Bidding Documents shall make a emailed request, specifically Penn Almoney, Director of Parks + Recreation, at the http://www.drexeltech.com/ mailto:distribution@drexeltech.com 5 Rev. 5/12/2023 following email address palmoney@missionks.org, which shall reach the consultant at least seven days prior to the date for receipt of Bids. Any interpretation, correction or change of the Bidding Documents will be made by Addendum. Interpretations, corrections or changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon such interpretations, corrections and changes. IB-6. SUBSTITUTIONS: The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. No substitution will be considered prior to receipt of Bids unless an emailed request for approval has been received by the consultant at least seven (7) days prior to the date for receipt of Bids. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or other work that incorporation of the substitute would require shall be included. The burden of proof of the merit of the proposed substitute is upon the Bidder. The consultant’s decision of approval or disapproval of a proposed substitution shall be final. If the consultant approves any proposed substitution prior to receipt of Bids, such approval will be set forth in a written addendum. Bidders shall not rely upon approvals made in any other manner. No substitutions will be considered after the contract award unless specifically provided in the contract documents (see GC-61). IB-7. ADDENDA: Written addenda will be mailed or delivered to all who are known by the consultant to have received a complete set of Bidding Documents. Copies of written addenda will be made available for inspection wherever Bidding Documents are on file for that purpose. No written addenda will be issued later than four (4) days prior to the date for receipt of Bids except an addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids. Each Bidder shall ascertain prior to submitting its Bid that it has received all written addenda issued, and it shall acknowledge its receipt in its Bid. IB-8. INSURANCE: a. General: The Contractor shall secure and maintain, throughout the duration of the agreement, insurance (on an occurrence basis unless otherwise agreed to) of such types and in at least such amounts as required herein. Contractor shall provide certificates of insurance and renewals thereof on forms provided by the City or on forms acceptable to the City. The City shall be notified by receipt of written notice from the insurer or the Contractor at least thirty (30) days prior to material modification or cancellation of any policy listed on the Certificate. Bidders are referred to Article GC-38 of the General Conditions for additional insurance information. 6 Rev. 5/12/2023 b. Notice of Claim Reduction of Policy Limits: The Contractor, upon receipt of notice of any claim in connection with the agreement, shall promptly notify the City, providing full details thereof, including an estimate of the amount of loss or liability. The Contractor shall monitor and promptly notify the City of any reduction in limits of protection afforded under any policy listed in the Certificate (or otherwise required by the contract documents) if the Contractor’s limits of protection shall have been impaired or reduced to such extent that the limits fall below the minimum amounts required herein. The Contractor shall promptly reinstate the original limits of liability required hereunder and shall furnish evidence thereof to the City. c. Commercial General Liability: Limits – General Aggregate: $2,000,000 Products / Completed Operations Aggregate: $2,000,000 Personal & Advertising Injury: $1,000,000 Each Occurrence: $1,000,000 Policy MUST include the following conditions: 1. Pollution Liability (Applicable only to contracts involving pollutants such as asbestos & lead abatement, sludge or other waste abatement, etc.) 2. NAME CITY OF MISSION AS “ADDITIONAL INSURED” d. Automobile Liability: Policy shall protect the Contractor against claims for bodily injury and/or property damage arising from the ownership or use of any owned, hired and/or non-owned vehicle. Limits (Same as Commercial General Liability) - Combined Single Limits, Bodily Injury and Property Damage - Each Accident: Policy MUST include the following condition: NAME CITY OF MISSION AS “ADDITIONAL INSURED” e. Umbrella Liability: The Umbrella / Excess Liability must be at least as broad as the underlying general liability and automobile liability policies. Limits – Each Occurrence $1,000,000 General Aggregate $1,000,000 f. Workers' Compensation: This insurance shall protect the Contractor against all claims under applicable state workers' compensation laws. The Contractor shall also be protected against claims for injury, disease or death of employees which, for any reason, may not fall within the provisions of workers' compensation law. The policy limits shall not be less than the following: Workers' Compensation: Statutory Employer's Liability: Bodily Injury by Accident $100,000 each accident Bodily Injury by Disease $500,000 policy limit 7 Rev. 5/12/2023 Bodily Injury by Disease $100,000 each employee g. Owner’s Protective Liability: The Contractor shall take out, pay for and deliver to the City, an Owner’s Protective Liability insurance policy written on an occurrence basis and naming the City as named insured. The policy shall be maintained during the life of the agreement. Limits of protection shall be at least $1,000,000 Combined Single Limits, Bodily Injury and Property Damage, and shall contain no exclusion relative to any function performed by the City or its employees and agents in connection with the project. h. Industry Ratings: The City will only accept coverage from an insurance carrier who offers proof that it: 1. Is authorized to do business in the State of Kansas; 2. Carries a Best's policy holder rating of A- or better; and 3. Carries at least a Class VIII financial rating, or 4. Is a company mutually agreed upon by the City and Contractor. i. Subcontractors' Insurance: If a part of the Contract is to be sublet, the Contractor shall either: 1. Cover all subcontractors in its insurance policies, or 2. Require each subcontractor not so covered to secure insurance which will protect subcontractor against all applicable hazards or risks of loss as and in the minimum amounts designated. Whichever option is chosen, contractor shall indemnify and hold harmless the City as to any and all damages, claims or losses, including attorney's fees, arising out of the acts or omissions of its subcontractors. k. Aircraft Liability: Additional requirement applicable for aerial photograph or contract involving any use of aircraft. Limits- Single Limit Bodily Injury; Including Passengers; and Property Damage: $1,000,000 Each Occurrence Coverage must include all Owned, Hired and Non-Owned Aircraft. Policy MUST include the following condition: NAME CITY OF MISSION AS “ADDITIONAL INSURED” ON THE HIRED AND NON-OWNED AIRCRAFT LIABILITY. l. Contractor Property Insurance (“Builder’s Risk”): [Additional requirement when constructing a building.] Unless otherwise provided in the contract documents, Contractor shall procure and maintain property insurance from insurance companies authorized to do business in the State of Kansas upon the entire project to the full insurable value of the project, including professional fees, overtime premiums and all other expenses incurred to replace or repair the insured property. The property insurance obtained by Contractor shall include as additional insured’s the interests of City, Contractor, design consultants, subcontractor and sub- subcontractors, and shall insure against the risk of direct physical loss including but not limited to fire and extended coverage, theft, vandalism, malicious mischief, collapse, flood, earthquake, debris removal and other perils or causes of loss as called for in the contract documents. The property insurance shall include physical 8 Rev. 5/12/2023 loss or damage to the work, including materials and equipment in transit, at the site or at another location as may be indicated in Contractor’s application for payment and approved by City. All deductibles are the responsibility of the Contractor. 1. Unless the contract documents provide otherwise, Contractor shall procure and maintain boiler and machinery insurance that will include the interests of City, Contractor, design consultants, subcontractors and sub- subcontractors. 2. Prior to commencing any work, Contractor shall provide City with certificates evidencing that (1) all Contractor’s insurance obligations required by the contract documents are in full force and in effect and will remain in effect until Contractor has completed all of the work and has received final payment from City and (2) no insurance coverage will be canceled, renewal refused, or materially changed unless at least thirty (30) days prior written notice is given to City. Contractor’s property insurance shall not lapse or be canceled if City occupies a portion of the work. Contractor shall provide City with the necessary endorsements from the insurance company prior to occupying a portion of the work. 3. Any loss covered under Contractor’s property insurance shall be adjusted with City and Contractor and made payable to both of them as trustees for the insured’s as their interests may appear, subject to any applicable mortgage clause. All insurance proceeds received as a result of any loss will be placed in a separate account and distributed in accordance with such agreement as the interested parties may reach. Any disagreement concerning the distribution of any proceeds will be resolved in accordance with Article II of the Agreement. 4. City and Contractor waive against each other and City’s separate contractors, design consultants, subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. Contractor and City shall, where appropriate, require similar waivers of subrogation from City’s separate contractors, design consultants and subcontractors and shall require each of them to include similar waivers in their contracts. IB-9. TAXES: It is the intent of the City to supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its Bid, omit from its computed costs all sales and compensation taxes. Upon issuance of a Kansas tax exemption number, two (2) copies of the Project Exemption Certificate (Form PR-74a) will be forwarded to the Contractor. Upon completion of the project, the City will provide the State of Kansas with the project completion date and the State will issue a Project Completion Certification. This will be forwarded to the Contractor who must sign and return it to the City. All invoices must be retained by the Contractor for a period of five (5) years and are subject to audit by the Kansas Department of Revenue. Final payment will not be made to the Contractor until the City has received the Project Completion Certification from the Contractor along with a Consent of Surety Company to Final Payment. IB-10. LIQUIDATED DAMAGES: In case of failure on the part of the Contractor to effect completion within the time specified, the City shall have the right to deduct from the total compensation otherwise due the Contractor as liquidated damages based on the full Bid 9 Rev. 5/12/2023 price of the agreement, fixed and agreed to in advance, according to the following schedule: Contract Amount Liquidated Damages $0 to $50,000 $250.00 $50,000 to $100,000 $400.00 $100,000 to $500,000 $800.00 $500,000 to $1,000,000 $1,000.00 $1,000,000 to $2,000,000 $1,750.00 $2,000,000 to $5,000,000 $2,500.00 $5,000,000 to $10,000,000 $3,500.00 $10,000,000 to $20,000,000 $5,500.00 $20,000,000 and up $6,000.00 for each twenty-four (24) hour calendar day, including Sundays and holidays, the work remains incomplete over the specified completion time. (THE CITY RESERVES THE RIGHT TO ADJUST THE SCHEDULE OF LIQUIDATED DAMAGES, PRIOR TO ADVERTISING FOR BIDS, BASED ON THE SCOPE AND URGENCY OF THE PROJECT.) In the event moneys being retained by the City shall not be sufficient to cover the amount of any liquidated damages, City may sue for and recover compensation for damages for nonperformance of the contract at the time stipulated herein and provided for. IB-11. MODIFICATION OR WITHDRAWAL OF BIDS: Bids may be modified or withdrawn by written request of the Bidder received in the office of the City Clerk, prior to the time and date for Bid opening. No Bidder may withdraw its Bid for a period of thirty (30) days from the date set for the opening thereof. IB-12. ACCEPTANCE AND REJECTION OF BIDS AND AWARD OF CONTRACT: The contract will be awarded to the lowest and best, responsible Bidder as determined by the City. The City reserves the right to reject any and all Bids; to waive any and all irregularities and informalities; to negotiate contract terms with the Successful Bidder; and the right to disregard all nonconforming, non-responsive or conditional Bids. In evaluating Bids, the City may consider the qualification of Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and Unit Prices if requested in the Bid forms. The City reserves the right to reject the Bid of any Bidder who does not pass the evaluation to the City's satisfaction. IB-13. BONDS: The Contractor to whom the work is awarded will be required to furnish a Performance Bond in the forms hereinafter provided in an amount equal to 100 percent (100%) of the amount of the contract to be awarded in each case in addition to any other bonds, such as Maintenance Bond, Statutory or Labor and Material Payment Bond, as may be required by the contract documents. With each bond there shall be filed with the City one copy of "Power of Attorney" certified to include the date of the bonds. IB-14. INDEMNIFICATION: The Contractor shall be required to indemnify and hold the City harmless as set forth in Article GC-33 of the General Conditions. IB-15. BID PREFERENCE: Existing State law (K.S.A. 75-3740a) requires that, to the extent permitted by federal law and regulations, the City, when letting contracts for bids, must require any Successful Bidder-Contractor domiciled outside the state of Kansas to submit 10 Rev. 5/12/2023 a Bid the same percent less than the lowest bid submitted by a responsible Kansas contractor as would be required of such Kansas domiciled contractor to succeed over the bidding Contractor domiciled outside Kansas on a like contract let in the foreign Bidder's domiciliary state. All Bids are received on this condition, and if it is determined by the City that the apparent lowest and best Bidder is a foreign domiciled contractor, such contractor shall be awarded the Contract only if such Contractor's Bid complies with this state law requirement. All Bidders domiciled outside of the State of Kansas may be requested to furnish the City with a copy of their state's preferential bidding statutes, if any. IB-16. NON-DISCRIMINATION, AFFIRMATIVE ACTION AND SEXUAL HARASSMENT: The Contractor shall comply with Article GC-68 of the General Conditions. IB-17. APPOINTMENT OF SERVICE AGENT: Kansas Statutes Annotated 16-113 requires that non-resident Contractors appoint an agent for the service of process in Kansas. The executed appointment must then be filed with the Secretary of State, Topeka, Kansas. Any Successful Bidder-Contractor domiciled outside the State of Kansas must comply with these statutory requirements. IB-18. SUBCONTRACTING: As provided in Article GC-36, the Contractor may utilize the services of subcontractors on those parts of the work which, under normal contracting practices, are performed by subcontractors. IB-19. CONFLICT OF INTEREST: 31 USCS Section 1352 requires all sub-grantees, Contractors, subcontractors and consultants who receive federal funds via the City to certify that they will not use federal funds to pay any person for influencing or attempting to influence a federal agency or Congress in connection with the award of any federal contract, grant, loan or cooperative agreements. In addition, contract applicants, recipients and sub-recipients must file a form disclosing any expenditures they make for lobbying out of non-federal funds during the agreement period. Necessary forms are available from the City Engineer and should be returned to the City with other contract documents. It is the responsibility of the general Contractor to obtain executed forms from any subcontractors who fall within the provisions of the Code and to provide the City with the same. 11 Rev. 5/12/2023 BID 2023 BROADMOOR PARK TRAIL PROJECT TO: CITY OF MISSION, JOHNSON COUNTY, KANSAS Neither the City nor Consultant shall be responsible for the accuracy, completeness, or sufficiency of any bid documents obtained from any source other than the source indicated in the Notice to Bidders. Obtaining copies of plans, specifications, bid documents and other contract documents from any other source(s) may result in obtaining incomplete and inaccurate information. Obtaining these documents from any source other than directly from the source listed in the Notice to Bidders may also result in failure to receive any addenda, corrections, or other revisions to these documents that may be issued. The undersigned bidder hereby proposes to mobilize and furnish all materials, supplies, transportation, tools, equipment and plant, perform all necessary labor and construct, install and complete all work stipulated in, required by, and in conformity with the proposed contract documents (including all documents referred to therein) and any and all addenda thereto, for and in consideration of prices as follows: BID SHEET (BASE BID) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST $ COST $ 1 Force Account Lump Sum 1 $2,000 $2,000 2 Mobilization Lump Sum 1 3 Contractor Construction Staking Lump Sum 1 4 Removal of Existing Structures Lump Sum 1 5 Clearing and Grubbing Lump Sum 1 6 Unclassified Excavation Cu. Yd. 203 7 Compaction of Earthwork Cu. Yd. 155 8 Aggregate Base Course (OP Special) (4") Sq. Yd. 555 9 Sidewalk Construction (6”) Sq. Ft. 4,523 10 Sidewalk Ramp Construction Sq. Ft. 55 12 Rev. 5/12/2023 11 Detectable Warning Surface Sq. Ft. 20 12 Curb & Gutter, Combined (Type B) Lin Ft. 24 13 Sod (Turf Type Fescue) Sq. Yd. 857 14 Topsoil Cu. Yd. 143 15 Erosion Control Lump Sum 1 TOTAL BASE BID $ BID SHEET (BID ALTERNATE #1) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST $ COST $ 16 Force Account Lump Sum 1 $6,000 $6,000 17 Mobilization Lump Sum 1 18 Contractor Construction Staking Lump Sum 1 19 Removal of Existing Structures Lump Sum 1 20 Clearing and Grubbing Lump Sum 1 21 Unclassified Excavation Cu. Yd. 709 22 Compaction of Earthwork Cu. Yd. 269 23 Aggregate Base Course (OP Special) (4") Sq. Yd. 1,580 24 Sidewalk Construction (6”) Sq. Ft. 12,815 25 Sidewalk Ramp Construction Sq. Ft. 173 13 Rev. 5/12/2023 26 Detectable Warning Surface Sq. Ft. 60 27 Curb & Gutter, Combined (Type B) Lin Ft. 120 28 Sod (Turf Type Fescue) Sq. Yd. 729 29 Topsoil Cu. Yd. 121 30 Erosion Control Lump Sum 1 TOTAL BID ALTERNATE #1 $ 1. The undersigned further agrees to begin upon the date stated in the Notice to Proceed and to complete the work, if this bid is accepted, as stated herein: A. The Notice to Proceed is anticipated to be July 19, 2023. B. The undersigned further agrees to complete the work as described in the plans during _____ total consecutive working days (with daily working hours from 7:00 AM to 6:00 PM Monday through Friday, 8:00 AM to 6:00 PM on Saturdays, and with no work on Sundays). The undersigned also declares that it understands that if not preset by the City the time to begin construction and to complete the work will be one factor considered in determining the lowest and best responsible bidder. The undersigned also declares that he/she understands that liquidated damages based on the full bid price of the contract shall be assessed against Contractor, as stipulated liquidated damages and not as a penalty, in an amount as set forth in paragraph GC-46 of the General Conditions for each and every calendar day the work remains incomplete over the specified completion times in parts A through B stated above. 2. In submitting this bid, the undersigned declares that it is of lawful age and executed the accompanying bid on behalf of the bidder therein named, and that it had lawful authority so to do. The undersigned further declares that it has not directly or indirectly entered into any agreement, expressed or implied, with any bidder or bidders, having for its object the controlling of the price or amount of such bid or any bids, the limiting of the bid or bidders, the parceling or farming out to any bidder or bidders, or other persons, of any part of the contract or any part of the subject matter of the bid or bids or of the profits thereof, and that it has not and will not divulge the sealed bid to any person whomsoever, except those 14 Rev. 5/12/2023 having a partnership or other financial interest with bidder in said bid or bids, until after sealed bid or bids are opened. 3. The undersigned further declares that it has carefully examined the Notice to Bidders, Instructions to Bidders and other contract documents, and that it has inspected the actual location of the work, together with the local sources of supply, and has satisfied itself as to all conditions and quantities, and understands that in signing this Bid it waives all right to plead any misunderstanding regarding the same. 4. The undersigned hereby agrees to furnish any necessary bonds and insurance certificates and execute an agreement within ten (10) calendar days from and after notice of the award of the contract, and failure of the bidder to do so shall constitute a default, and the City may thereafter take such steps to protect its legal rights as it deems in its best interest, including, but not limited to, enforcement of its rights as to bid security. 5. It is understood that the City will pay in a prompt and timely manner pay estimates when submitted and approved by the Architect/Engineer and further approved by the City staff coordinator for the project, all as provided in the contract documents. 6. Undersigned acknowledges receipt of the Plans and Specifications for the project including the following addenda (complete) . 7. The undersigned agrees to sign a contract for the bid price on this bid form up until the date of July 19, 2023. (SEAL) Contractor Signature Printed Name Title Street Address or P.O. Box City, State, Zip Telephone Number 15 Rev. 5/12/2023 CITY OF MISSION 2023 BROADMOOR PARK TRAIL PROJECT PROJECT SPECIAL PROVISIONS TABLE OF CONTENTS GENERAL REQUIREMENTS ................................................................................................... 16 1 - FORCE ACCOUNT ............................................................................................................... 22 3 - CONTRACTOR CONSTRUCTION STAKING .................................................................... 22 4 - REMOVAL OF EXISTING STRUCTURES ......................................................................... 23 5 - CLEARING AND GRUBBING ............................................................................................. 24 6 - EXCAVATION ...................................................................................................................... 24 7 - COMPACTION OF EARTHWORK ...................................................................................... 25 8 - AB-3 OVERLAND PARK MODIFIED ................................................................................. 26 9 - CONCRETE CONSTRUCTION ............................................................................................ 27 9A - CONCRETE SIDEWALK CONSTRUCTION ................................................................... 28 10 - SIDEWALK RAMPS ........................................................................................................... 31 11 - CURB CONSTRUCTION .................................................................................................... 32 12 - SODDING ............................................................................................................................ 34 13 - TOPSOIL .............................................................................................................................. 36 14 - TEMPORARY EROSION AND POLLUTION CONTROL ............................................... 37 16 Rev. 5/12/2023 GENERAL REQUIREMENTS 1.1 SCOPE OF WORK The work provided for in these Specifications shall consist of furnishing all labor, materials, appliances, and equipment, and performing all work and operations in connection with the construction of items and all other incidental and related work as set forth in these Specifications and as directed by the Engineer to make a complete and finished job. 1.2 CONTRACT SPECIFICATIONS The Specifications that shall govern the materials furnished and work performed in the construction of the work covered by the Contract or Contracts based thereon, are divided, classified, designated, and arranged as shown in the PROJECT SPECIAL PROVISIONS, TABLE OF CONTENTS attached hereto. No attempt has been made in the foregoing designated Specifications to segregate work to be performed by any trade, subcontract, or proposal item, under any one specification. Any segregation between trade or craft jurisdiction limits, and the establishment of subcontract limits, will be solely a matter of agreement between the Contractor and his employees and his subcontractors. The Specifications will govern the construction of the entire work, and the provisions thereof will govern each item and unit of work to which such provisions apply. When reference is made to Engineer, it shall have the same meaning as consulting engineer as set seventh in Paragraph GC-2 of the General Conditions. 1.3 STANDARD SPECIFICATIONS The work shall conform to these Specifications and to the "Standard Specifications" where reference is made herein. Where reference is made in the Specifications and Contract Documents to "Standard Specifications," it shall mean that the reference is made to the current edition Chapters 13 and 15 of the Overland Park Municipal Code, with such revisions, amendments, and supplements as are contained herein. 1.4 CONTRACT DRAWINGS The Contract Drawings or "Plans" on which the proposals and contracts are to be based, and which are to be supplemented by additional shop and dimension drawings of material and equipment and other drawings, where specified, are shown in the "Index of Sheets" on the cover sheet of the Plans. 17 Rev. 5/12/2023 1.5 MEASUREMENT AND PAYMENT a. Method of Measurement The completed work shall be measured by the units described in the Proposal under each bid item that is satisfactorily completed by the Contractor. At monthly intervals, beginning one month after the Notice to Proceed, the Contractor shall submit to the City Engineer an accurate record of the work completed. b. Basis of Payment The amount of completed work, measured as set forth above, shall be paid for at the contract unit price bid per item described in the Proposal and shall be full compensation for furnishing all materials, labor, equipment, tools, supplies and incidental related items necessary to complete the work in accordance with the Specifications. Work not measured separately for payment is subsidiary to the item to which it pertains. 1.6 MOBILIZATION OF EQUIPMENT Description Move required personnel, equipment, materials, supplies and incidentals to the project site prior to beginning work. This work includes other work and costs incurred before the project starts. All equipment used by the Contractor having metal tracks shall not be driven over City streets other than those streets being constructed. Such equipment must be transported from one work area to the next work area. Observe legal load restrictions when operating equipment, hauling equipment, or hauling materials on public roads; newly constructed/reconstructed base, pavement, and structures; and any existing base, pavement or structures that will remain in place. Assume responsibility for changes in legal load restrictions that occur after the project was let. Obtain the Engineer’s written approval and a special permit to exceed legal load restrictions on the City street system and on newly constructed/reconstructed portions of the project. Protect roadways and structures within project limits from damage. Observe curing periods before operating equipment or hauling loads on newly constructed pavement, reconstructed pavement, or structures. Do not haul loads of any size on pavement base, except when operations require equipment on pavement base to place material. The Contractor shall assume all responsibility for damages to roadways and structures caused by the Contractor from operating equipment or hauling loads. No direct payment will be made for Mobilization as it shall be considered subsidiary to other bid items in the contract. 1.7 INSPECTION OF WORK The Contractor shall not commence placing concrete or backfilling of pipe/structures until such time as the City Engineer or his authorized representative has made inspection. Form location, grades, slopes and subgrade shall have been approved prior to placing any concrete. 1.8 BRACING AND SHORING It shall be the contractor’s responsibility to brace and shore existing structures during construction. Any additional damage to or collapse of existing structures during the contract period shall be the sole responsibility of the Contractor. The Contractor shall brace and shore all trenches in full accordance with Occupational Safety and Health Standards - Excavations; Final Rule 29 CFR Part 1926. Bracing and shoring shall not be paid for directly but shall be considered subsidiary to other bid items. No additional payment shall be considered for increased quantities of earthwork, asphalt removal and replacement, or increases in other items as a result of compliance with this specification. 1.9 TRENCH BACKFILL Flowable Fill is required for all trenches within all paved portions of the ROW including future paving, if they are known, per the Manual for Infrastructure Standards For Right of Way Restoration and City of Overland Park Standard Details. 18 Rev. 5/12/2023 1.10 SAMPLING AND TESTING All sampling and testing deemed necessary by the Engineer shall be performed by a Testing Laboratory selected by the City, except that all Asphaltic Concrete mix design and tests shall be performed by a Certified Testing Laboratory selected by the Contractor, as stated in specification section “Asphaltic Concrete Surface and Intermediate Course”. The costs of all such tests, showing compliance with the Specifications, shall be paid by the City, except that all Asphaltic Concrete mix design and testing costs shall be paid by the Contractor. However, in the event that any test indicates non-compliance with the Specifications, additional testing will be paid for by the Contractor to determine acceptability of the material or methods. City reserves the right to weigh any selected truck as determined by the Engineer. The City shall only pay weighing costs and any additional costs shall be at the Contractor’s expense. 1.11 TRAFFIC SAFETY When working in the traveled way, the Contractor shall provide adequate and suitable barriers, signs, warning lights, flaggers, and all other equipment necessary to direct and reroute traffic and protect the public from moving or stationary vehicles, equipment, and materials, and other obstructions. Also, adequate protective warning lights and signs shall be provided to warn of any obstruction or excavation in the street, and easement area. All barricades, signs, lights and other protective devices in public right-of-way and easements shall be installed and maintained in conformity with applicable statutory requirements, the latest edition of the "Manual on Uniform Traffic Control Devices", and the "Overland Park Traffic Control Handbook for Street Maintenance and Construction Operations". The Police Department, Fire Department, and Med-Act shall be notified prior to closing a street with the approval of the City Engineer. 1.12 NOTIFICATION OF PROPERTY OWNERS The Contractor shall provide advance notification to the adjacent property owners on all phases of the operations. 1.13 TREE AND PLANT PROTECTION All trees and other vegetation which must be removed to perform the work shall be removed and disposed of by the Contractor; however, no trees or cultured plants shall be unnecessarily removed unless their removal is indicated on the drawings. All trees and plants not removed shall be protected against injury from construction operations. The Contractor shall take extra measures to protect trees designated to be preserved, such as erecting barricades or fences around the drip line, and trimming low hanging branches to prevent damage from construction equipment. Barricade or fence shall not be removed without consent of the Engineer. When installing a pipe, or any other work that may damage the tree, hand excavating or tunneling methods shall be used. Where encroachment by vehicles or equipment is expected within the drip line of the tree, the contractor will be required to place at least a 6 inches layer of organic mulch on top of the affected area to offset possible compaction. Such trees shall not be endangered by stockpiling excavated material or storing equipment within the drip line of the tree. No backfill material exceeding 4 inches in depth shall be placed within the drip line area of any tree designated to be preserved without prior consent from the Engineer. When excavation is required within the drip line of any protected tree, the contractor shall take extra measures to protect as many roots as possible. All roots to be cut or removed shall be "cut" with a chain saw, trencher, or other methods as approved by the engineer that will leave a smooth cut surface. All roots exposed during excavation shall be protected to prevent the roots from drying out by covering the exposed area with canvas or burlap, peat moss, or mulch, and kept damp until the area has been backfilled. Where shown on the plans, trees requiring root removal of one third or more of the circumference of the root system, may require the pruning of limbs on the opposite side of the root removal or thinning the entire tree equally as directed by the Engineer. All pruning, repair, and replacement of trees and plants shall be performed by qualified nurserymen or arborists. Trees requiring 19 Rev. 5/12/2023 trimming are as noted on the plans. This work shall not be paid for directly but shall be considered subsidiary to other bid items. When the injury or removal of trees designated to be preserved cannot be avoided; each tree injured beyond repair or removed shall be replaced with a similar tree, or provide compensation to the City as determined by the Engineer. 1.14 WEEDS The Contractor shall restrict the excessive growth of weeds, grasses, and other uncultivated vegetation within the project limits in accordance with the Overland Park Municipal Code. The Contractor shall cut down any excessive growth by mowing or trimming or as directed by the engineer. No direct payment will be made for this work as it shall be considered subsidiary to other bid items in the contract. 1.15 RESTORATION a. Pre-Restoration Meeting The Contractor shall be responsible for scheduling a pre-restoration meeting within 1 (one) week prior to beginning final grading, select soil placement, and restoration of the sodded areas in the project. The time and location of the meeting shall be approved by the Project Engineer, with required attendance by the Contractor's superintendent and any/all subcontractors involved in the restoration. The purpose of this meeting is to discuss in detail the requirements of sod restoration in the Specifications. At this meeting the Contractor shall provide: (1) A complete schedule of operations and proposed methods for soil preparation, sod placement, and watering. A list of the equipment to be used for soil preparation and compaction, fertilizer distribution, sod delivery, placement and rolling, and watering. The proposed source or sources of the sod, select soil, and water. A list or set of "marked up" plans indicating the proposed location of each type of sod. A list of at least 3 locations that the sod crew to be used on this project has placed sod within the previous 2 weeks. 1.16 UTILITY MEETINGS AND UTILITY ADJUSTMENT It shall be the duty of the Contractor to notify the serving utility companies of pending construction operations and the schedule of same, prior to any work being done on this project. The Engineer will furnish plans to the utility companies for their records. These companies will relocate and adjust their own facilities at no cost to the Contractor, except for sanitary and storm sewers. The Contractor shall be responsible for the adjustment and protection of all sanitary and storm sewer facilities. Some minor grading and backfill work may be required of the Contractor at locations of utility adjustments. This work shall be considered subsidiary to other items of work. The Contractor shall be responsible for holding periodic utility meetings with the City, the Engineer, and utility companies during the relocation of utility lines. The frequency of meetings will initially be bi-weekly (or more frequently if necessary) and then, as relocation work begins to diminish, will be held more infrequently. The Contractor shall keep minutes of the meetings and send copies to all those in attendance. 1.17 RIGHT-OF-WAY Right-of-way and easements will be available upon notice to procced for this project. The Contractor shall confine his construction operations to the right-of-way limits and easements provided for the project. Equipment or materials shall not be stored beyond these limits without the express approval of the owner of such property. The Engineer shall be informed as to any arrangements that Contractor makes on his behalf in these matters. 20 Rev. 5/12/2023 1.18 CONSTRUCTION SCHEDULE After being awarded the contract, the Contractor shall immediately prepare a Critical Path Method (CPM) schedule for approval by the City Engineer that will ensure completion of the project within the contract time. This schedule shall be submitted and approved by the City Engineer before a Notice to Proceed is issued. No work on this contract shall begin until said schedule is approved. The City reserves the right to adjust the Contractor’s schedule to coordinate with any other projects in the same area. A. General Requirements A computerized network diagram shall be included in the CPM schedule and shall serve as the 'Master Construction Schedule' for the Project, giving mathematical analysis (printout) of that network, which verifies and validates logic and planning and defines critical path. The approved schedule shall be kept on site with the superintendent and reviewed with Subcontractors each week. The CPM schedule shall be utilized for planning, organizing, and directing the work, for reporting progress, and requesting payment for work completed. The schedule shall be reviewed each week as part of the progress meeting. Abbreviations used in CPM schedules shall be clearly explained in a legend of symbols, either separate or attached. Scheduling software shall be compatible with Microsoft Project 2007. B. Schedule Requirements The CPM schedule shall clearly show sequential interdependencies, with activity duration and float clearly represented. Sequence(s) of activities with no float shall be clearly identified as Critical Path(s). The scheduling system shall be capable of baseline comparison analysis. Upon development and approval of the schedule, the Contractor shall 'freeze' the initial schedule as the baseline schedule. As work progresses, Contractor shall provide graphics displaying actual progress bars versus baseline or target bars. Activity durations shall be in calendar days. The CPM schedule shall include pre-construction tasks, construction tasks (bid items), shop drawing submittal and approval process, material and equipment ordering and delivery, submittal of as-built drawings, clean up and punchlist, inspection coordination activities, utility relocation, final inspection and certificate of completion, and final payment. Submittal activities shall be scheduled to allow sufficient time for materials and equipment to be procured and installed, even if the submittal is unacceptable and resubmittal is required. The CPM schedule shall reflect anticipated delays, such as weather delays. Contractor shall submit the initial schedule, complete revisions, and periodic reports in three hard copies, one reproducible and two prints or plots, and one copy digitally on CD or DVD. This schedule shall include the completed network program consisting of GANTT chart and mathematical analysis within 10 days of the executed contract. Allow 5 days for the City Engineer to review. Contractor shall submit the schedule of submittal activities extracted from the master schedule within 10 days after receipt of Notice to Proceed. During the preparation period, Contractor shall review this information with the City Engineer. Submittals to the City Engineer of initial and monthly CPM schedule charts shall include three sets of all reports as outlined below. Plots shall be color, blueline, printed or photocopied prints and, if segmentally generated, fully assembled. Highlight the critical path when the critical path is not clearly defined. The Contractor will participate in the Engineer's review and evaluation of submitted network diagrams and mathematical analysis of diagrams. Resubmit revisions necessary due to review within 5 days after the review. Contractor and major Subcontractors shall review the network CPM schedule before final submittal. C. Report Formats – 21 Rev. 5/12/2023 Standard set of reports submitted each month including initial submittals shall consist of a GANTT chart of entire project. Progress bar chart shall include target or baseline comparison bars. Bar positions shall be early start/early finish with float clearly defined. GANTT charts shall include a tabulation of each activity. For each activity on the GANTT charts furnish the following:  Initial/submittal schedule shall include a list of responsible contractors and suppliers, task description, duration, start date, end date, latest start date, latest end date, total slack or float time in calendar days and current schedule bar in Gantt view.  Progress schedule updates shall include a list of responsible contractors and suppliers, task description, duration, actual start date, actual finish date, percentage completion, remaining duration in calendar days and current schedule bar in Gantt view. Graphics outlined above shall comply with the following criteria unless noted otherwise: 1. Sheet size of diagram shall be 11 by 17 inches minimum and time scaled in month as the major timescale and weeks as the minor timescale unless approved otherwise. 2. On each page include a title block containing at a minimum the following information – a. Project Title b. Project Number c. Contractor’s Business Name d. Date of Submittal and Revision (The Date shown must clearly show the current preparation date and separately the revision date of the current schedule - this is a hard date entered and not an auto or status date) e. Submit a separate Legend Page of Symbols and Abbreviations as applicable. 3. Prepare and submit to the City Engineer upon request additional charts, reports, and current copy on disk of Project program. D. CPM Schedule Implementation and Monitoring Monthly CPM schedule charts and reports shall accompany the Contractor's pay request for work completed. Where the Contractor is shown to be behind schedule, provide accompanying written summary, cause, and explanation of planned remedial action. CPM schedules shall reflect those instances, modifications or other alterations to the schedule, which have an impact on the final completion or interim target dates within the schedule. Payments or portions of payments may be withheld by the City Engineer, upon failure to maintain scheduled progress of the work as shown on the approved CPM schedule. Failure to prepare, submit and maintain a CPM schedule as specified shall be cause for rejection of other schedules submitted and for possible delay of payment. Float time belongs to the project, not to the Contractor or to the City Engineer, and may be utilized by both parties. E. Schedule Changes And Updates At a minimum the Contractor shall update and submit the CPM Schedule for review weekly. A weekly update is required unless agreed upon by the City Engineer. Monthly submittal of the CPM schedule and approval by the City Engineer is required prior to payment for work completed. Activities added to the CPM schedule shall be submitted by the Contractor on schedule charts. It is the City Engineer's intent that the project be managed and operated according to the CPM schedule. Payment requests may be held up until the CPM schedule is brought back into compliance with the contract documents. Once the CPM schedule is submitted and approved by the City Engineer Contractor shall identify any modifications to activity durations, logic, values, or descriptions resubmit for approval. Such adjustments shall not impact the contracted completion date. Requests for time extensions are addressed in the General Conditions of these contract documents. 22 Rev. 5/12/2023 FORCE ACCOUNT DESCRIPTION This work shall cover miscellaneous extra work required during the course of construction. MEASUREMENT AND PAYMENT Before the extra work is performed, the Contractor shall submit a proposed price in accordance with Paragraph (e) of “Changes in the Work” in the General Conditions for approval by the Engineer, and shall have received the written approval of the Engineer prior to commencing the proposed extra work. The Engineer will measure each Force Account item as defined in the proposed price approved in accordance with Paragraph (e) of “Changes in the Work” in the General Conditions. Payment for each Force Account item will be in accordance with the pre-approved proposed price. Payment for Force Account (SET) shall be paid for on an extra work basis not to exceed the contract set price. CONTRACTOR CONSTRUCTION STAKING DESCRIPTION This work shall be performed in accordance with Section 802 of the Standard Specifications as amended herein. The Contractor shall set construction stakes establishing all lines, slopes, continuous profile-grades, centerlines, and benchmarks necessary to control and perform the work. CONSTRUCTION REQUIREMENTS Vertical Control Prior to construction Johnson County Bench Marks that will be damaged or removed by construction shall be replaced by a benchmark outside of construction area. New benchmarks shall be an aluminum cap (caps will be furnished by the County) set in a rigid concrete structure. A hole shall be drilled into concrete and the cap grouted into place. The preferred locations are traffic signal bases, culvert headwalls and bridge handrails. A standard monument record sheet shall be completed for each permanent benchmark. Elevations shall be determined with a double rod level run using digital level and bar code rods and shall tie into Johnson County vertical control network at each end of the level run. Level runs shall close within 0.1 ft. per 4 miles. Level run data shall be furnished in digital and paper format. Mapping grade state plane coordinates shall also be provided. This effort shall be coordinated with the Johnson County Public Works Department County Surveyor. Horizontal Control Prior to construction Section Corner and quarter section corners shall be referenced to points outside construction and a Land Corner Endangerment Report submitted to the Kansas State Historical Society and the County Engineer within 30 days of the survey as required by state law. During construction the surveyor will coordinate with contractor on the placement of the monument box. After construction the surveyor shall use his previous reference ties and preliminarily mark the aluminum cap. This location shall be checked with coordinates from the design survey to insure that the ties match the previous coordinates. If within tolerance the aluminum cap shall be punched at the proper location. New Land Corner Reference Reports with updated references shall be submitted to the Kansas State Historical Society and the County Engineer within 30 days of the survey as required by state law. Property Corners The Contractor shall locate all existing property corners within the project limits prior to commencing construction. All existing property corners shall be marked and protected. Property corners anticipated to be disturbed during construction shall be located by ties and shall be reset by the Contractor at the termination of construction activities. All property surveying shall be performed by a qualified land surveyor registered in the State of Kansas. 23 Rev. 5/12/2023 KCP&L Conduits A stamped sealed survey shall be provided by the Contactor for all conduit installed as part of the contract. Swale Staking The Contractor shall set cut stakes for all rough swale grading and shall maintain or reset such stakes for checking of the grade as required by the Engineer. Final grade for the swales and berms shall be established by "blue top" surveying or other approved method, and grade devices shall be maintained for inspection by the Engineer prior to sodding. MEASUREMENT AND PAYMENT The Engineer will measure contractor construction staking by the lump sum. Payment for “Contractor Construction Staking” at the contract lump sum price bid is full compensation for the specified work, which shall include all staking, establishing vertical and horizontal control points and property corner resetting. Resetting of any vertical and horizontal control monuments or property corners that are disturbed that are not shown in the plans are subsidiary to Contractor Construction Staking. REMOVAL OF EXISTING STRUCTURES DESCRIPTION This work shall conform to Section 202 as amended by Special Provision 07-02007 of the Standard Specifications except as otherwise modified herein and shall include the removal of subsurface structures such as all existing drainage structures, head walls, pipe, inlets, manholes, retaining walls, conduits, foundations, cables, and other obstructions which are encountered during construction. This item shall include any items which may not be specifically listed in the Plans but are in conflict with the new construction and which would normally be encountered upon a careful examination of the site of the work. This includes repair, plugging, or removal of existing pipe after removal of structures. The work shall also include removal and wasting of surface structures such as concrete curb, pavement of all types, sidewalk, signs and markers, fencing, and abandoned utilities as directed by the Engineer. Excluded are utilities currently in service and structures for which other provisions are made for removal. CONSTRUCTION REQUIREMENTS Erosion control measures shall be in place prior to the commencing of any work on the site in accordance with the “Temporary Erosion and Pollution Control” section. If the erosion control measures are not effective or are not approved by the City Engineer, all removal of existing structures shall be halted until such time as the erosion control measures are approved. Fences that have portions of the fence removed and not replaced shall be left in a useable condition. The remaining fencing shall be terminated at an existing post, or a new corner post shall be set as shown on the plans or at the direction of the City Engineer. Existing pavement shall be removed to provide match points as directed by the City Engineer. Unless otherwise provided, all pipe designated for removal shall be removed and every precaution taken to avoid breaking or damaging those pipes which are to remain. The Contractor shall be held responsible for the repair of any damaged pipe and any such pipe will be replaced at the Contractor’s expense. All damaged drainage pipe shall be replaced with the same type, grade and class as exists prior to the damage. MEASUREMENT AND PAYMENT The Engineer will measure the removal of existing structures by the lump sum. Payment for “Removal of Existing Structures” at the contract lump sum price is full compensation for the specified work. 24 Rev. 5/12/2023 CLEARING AND GRUBBING DESCRIPTION This work shall consist of clearing, grubbing, removing and disposing of all vegetation and debris as shown on the plans and in accordance with Special Provision 07-02008 of the Standard Specifications, except as otherwise modified herein. CONSTRUCTION REQUIREMENTS Erosion control measures shall be in place prior to the commencing of any work on the site in accordance with the “Temporary Erosion and Pollution Control” section. If the erosion control measures are not effective or are not approved by the City Engineer, all clearing, grubbing, and other site work shall be halted until such time as the erosion control measures are approved. All cleared vegetation and debris including sod, stumps, shrubs, trees, and roots located within the grading limits in cut or fill sections shall be completely removed from the project site and disposed of in accordance with all applicable Federal, State and local ordinances. Clearing shall consist of removal to the ground surface of all trees, shrubs, and stumps, down timber, snags, brush, rubbish, and other obstructions which are objectionable in the opinion of the City Engineer. In areas to receive more than four (4) feet of embankment, trees, stumps, and brush shall be cut off no more than eight (8) inches above the original ground surface or low water level. Clearing operations shall be conducted so as to prevent damage to trees left standing, to existing structures, to structures under construction, as well as to provide for the safety of employees and others. Areas within the limits of rights-of-way, construction limits, easements, and side street approaches shall be cleared. Individual trees, groups of trees, and other vegetation within the above limits shall be left standing and undamaged as directed by the City Engineer. Grubbing shall consist of the removal of all stumps, logs, roots larger than three (3) inches in diameter, matted roots, and other debris, to a depth not less than 18 inches below the excavated surface. Except in areas to be excavated, stump holes and other holes from which obstructions are removed, shall be backfilled with suitable material and compacted in accordance with the “Compaction of Earthwork” section. Material shall be disposed of off the site of the public improvements, except in the case in which permission from a private property owner is obtained. If the disposal is on private property, the Contractor shall obtain written permission of the property owner on whose property the material is placed. Copies of all agreements with property owners are to be submitted to the City Engineer. MEASUREMENT AND PAYMENT The Engineer will measure the clearing and grubbing as a lump sum. Payment for “Clearing and Grubbing” at the contract lump sum price bid is full compensation for the specified work. EXCAVATION DESCRIPTION Excavation of the specified materials shown on the plans shall be done in accordance with Section 205 of the Standard Specifications except as otherwise modified herein. CONSTRUCTION REQUIREMENTS Erosion control measures shall be in place prior to the commencing of any work on the site in accordance with the “Temporary Erosion and Pollution Control” section. If the erosion control measures are not effective or are not approved by the City Engineer, all excavation and other site work shall be halted until such time as the erosion control measures are approved. Rough grading Areas to be graded shall be cut to the approved subgrade elevations. The graded area shall have adequate drainage at all times. All ditches and channels shall be kept free of debris or obstructions. 25 Rev. 5/12/2023 Erosion control measures shall be taken to protect downstream drainage systems from pollution, sedimentation or erosion caused by grading operations. Any pollution or damage occurring shall be the responsibility of the contractor. Excavation Excavation to the finish graded section for construction shall be considered Unclassified Excavation. All stable and suitable materials from excavation shall be used as far as practicable for fills as shown on the drawings. All stable and suitable material that is hauled offsite by the contractor and is required for fill shall be hauled back onsite by the contractor at no cost to the Owner. Suitable materials shall be defined as entirely imperishable material with that portion passing the No. 40 Sieve having a liquid limit not exceeding 40 and a plasticity index not exceeding 25 when tested in accordance with ASTM D 4318. For publicly funded projects the City Engineer may waive or redefine the requirements for suitable material if soil mitigation measures are included in the contract documents. For privately funded street improvements, the Engineer shall provide a geotechnical report for approval by the City Engineer. The geotechnical report shall analyze proposed subgrade materials and if necessary make recommendations for fly ash or other soil modification as required to meet the soil stability requirements in this specification or shall provide alternate mitigation recommendations. Unsuitable material encountered in the subgrade during construction shall be removed, wasted, and suitable backfill placed in accordance with “Compaction of Earthwork”. All waste sites shall be provided by the Contractor and approved by the City Engineer. Unstable material is considered to be material that has moisture content above the plastic limit of the soil. Suitable material with excess moisture caused by the Contractor’s negligent operations is not classified as unstable excavation. Excavate and use unstable material in accordance with Subsection 205.4.d. Where rock, shale or similar material is found, the excavation shall be carried 15 inches below the subgrade for the full width of the paved area, plus an additional width for form work for curbs, catch basins, curb inlets, etc. The excavated area shall be backfilled to the subgrade and shoulder elevations with suitable materials, and compacted as described in “Compaction of Earthwork”. No separate payment will be made for undercutting and overbreakage in rock excavation and for backfilling and compacting this area with the materials as shown in the plans. MEASUREMENT AND PAYMENT Payment for this work shall be based on plan quantity and will be paid for at the contract unit price bid per cubic yard for "Unclassified Excavation". The Engineer will measure excavation of unstable and unsuitable material by the cubic yard. The Contractor shall conduct his operation in such a way that the Engineer can take the necessary cross sectional measurements before the backfill is placed. Payment for “Excavation (Unsuitable)” and “Excavation (Unstable)” at the contract unit prices bid is full compensation for the specified work. No additional payment will be made for furnishing, backfilling and compacting these areas with suitable material. COMPACTION OF EARTHWORK DESCRIPTION All subgrade shall be uniformly compacted as indicated on the plans and in accordance with Section 205 as amended by Special Provision 07-02003-R01 of the Standard Specifications except as otherwise modified herein. CONSTRUCTION REQUIREMENTS The embankment fill area shall be cleared and grubbed prior to placing the fill layers. Suitable materials, as specified in “Excavation”, shall be used within the top three feet of subgrade. Where the fill is less than four feet below the subgrade, all sod and vegetable matter shall be removed from the surface 26 Rev. 5/12/2023 upon which the fill is to be placed. The cleared surface shall be completely broken up by plowing, scarifying or stepping to a minimum depth of six inches. The material shall be recompacted. The fill shall be spread in layers not to exceed eight inches loose, free from clods, bladed or disced to an even surface, and compacted. In no case shall rocks, larger than three inches in any dimension be deposited within one foot of subgrade elevation. In no instance shall any lift or layer exceed six inches of compacted thickness. The entire embankment fill shall be spread in layers and compacted as hereinafter specified. After each fill layer has been spread as outlined above, the entire area shall be compacted as set forth in these specifications. The Contractor shall have available adequate hand or mechanical compaction equipment to accomplish the compaction . Filling and compacting operations shall continue alternately until the fill conforms with the lines, grades, and typical cross-sections shown on the approved drawings. All subgrade shall be uniformly compacted to a minimum of Type AA, MR-3. All fill areas outside the limits of pavement shall be uniformly compacted to a minimum of Type B, MR-90, in accordance with Section 205 of the Standard Specifications. Compaction in Fill Sections Compacted density of soil in fill areas in the top 18 inches shall be equal to or greater than 95% of standard proctor density, Type AA compaction with a moisture range of MR-3-3 except as recommended by a qualified laboratory and approved by the City Engineer. The fill area below the top 18 inches shall be Type B compaction with a moisture range of MR-90 unless more stringent compaction is required by the City Engineer. The maximum density for the material used shall be as determined by ASTM D-698 and within the tolerances of the optimum moisture at maximum density as determined by the Moisture Density Curve obtained for the given material. Sand and gravel which cannot be compacted satisfactorily with a sheeps-foot roller shall be rolled with a pneumatic-tired roller. Each lift shall be rolled until no further consolidation is evident. Compaction in Cut Sections The soil six inches below the finish subgrade line in cut sections shall be scarified, broken up, and then compacted as specified in the “Compaction in Fill Sections” paragraph. The depth of compaction in cut sections shall be a minimum of six inches. Highly plastic and non-plastic fine-grained material and all unstable and unsuitable material as defined in “Excavation” shall be removed within the top three feet of the subgrade and suitable soil replaced and compacted as specified in the “Compaction in Fill Sections” paragraph. Excavated rock and shale shall be used in fill sections at locations at least 3 feet below the subgrade elevations. All rock fill shall be tracked in with dirt or shale to minimize voids in accordance with the Standard Specifications. Non-durable shale shall manipulated (i.e. sized) with equipment and water until 100% of the material is smaller than 6 inches in all dimensions, and until a minimum 90% of the material is smaller than 3 inches in all dimensions. Shale shall be tilled or pulverized, if necessary, so that it may be compacted to a minimum of Type A (MR-90). The Engineer will verify manipulation requirements with a visual inspection (e.g. have the Contractor scarify a known area to a known depth, calculate theoretical volume scarified, calculate an average volume for the stones between 3 inches and 6 inches and if the volume for the stones exceed 10%, the test fails). Continue manipulation and retest until the above requirements are met. No additional payment will be made for any work or equipment required for compliance with this specification. MEASUREMENT AND PAYMENT No separate payment will be made for water required for compaction of subgrade. The amount of completed and accepted work shall be paid for based on plan quantity at the contract unit price bid per cubic yard for "Compaction of Earthwork” of the specified type and moisture range. AB-3 OVERLAND PARK MODIFIED 27 Rev. 5/12/2023 DESCRIPTION AB-3 Overland Park Modified shall be supplied in accordance with Section 1104 of the Standard Specifications, except as otherwise modified herein. MATERIALS Paragraph 1104.2(a) composition shall be modified so that the AB-3 Overland Park modified shall consist of 100% limestone or dolomite produced by mechanical crushing. Table 1104-1: Gradation and Plasticity of Aggregates for Aggregate Base Construction shall be modified so that the AB-3 Overland Park modified shall have the gradation shown on line AB-3; however, the P.I. shall be between 0 and 5 and the liquid limit shall be 25 maximum. The material shall be mixed with water in a stationary plant, before delivery to the project site, to obtain the moisture content as directed by the City Engineer. CERTIFICATION OF THE MATERIAL The Contractor shall submit with the delivery of the material to the project, a certificate indicating the gradation, plasticity index, and the moisture-density relationships of the material using ASTM D698 complies with the above material specification. CONCRETE CONSTRUCTION DESCRIPTION All concrete construction shall meet the requirements of Section 401 and Special Provision 07- 04001-R01 of the Standard Specifications except as otherwise modified herein. MATERIALS Mix Designs The mix designs shall be approved by the Kansas City Metro Materials Board as meeting the designation “KCMMB 4K“ Ready-mixed Concrete Ready-mixed concrete shall be mixed and placed in accordance with the requirements of the Standard Specifications, except that ready-mixed concrete shall be transported with agitation. All concrete shall meet the slump requirements specified. Any addition of water shall be in accordance with the KCMMB specification and prior approval of the Engineer. A diligent effort shall be made by the Contractor and the ready-mix concrete producer to deliver concrete at regular intervals, and to maintain a uniform mix throughout each concrete pour. Concrete shall be delivered at intervals frequent enough to prevent any cold joints. Reinforcing Steel Reinforcing bars shall be in accordance with “Reinforcing Steel”. Welded wire fabric shall conform to the requirements of ASTM A 185, Grade 60 and shall be supplied in sheets. Rolls shall not be used. Water Water shall be clean and free from deleterious substances. CONSTRUCTION REQUIREMENTS Placement and Curing The Contractor shall provide 24 hours’ notice of his intention to place concrete to allow for adequate supervision. Table 710-1 of the Standard Specifications shall be modified to require a minimum curing period of 5 days for Other Formed Surfaces. Wet covering and waterproof covering shall conform to KDOT Sections 1405- 1407 of the Standard Specifications. Liquid membrane-forming compound shall conform to the requirements for Type 2 White Pigmented Compound as specified in AASHTO M148. Clear liquid membrane-forming compound shall not be used. 28 Rev. 5/12/2023 Admixtures KCMMB Concrete shall not be supplied with any admixtures designated as (Optional) in the Mix Design Testing Data without prior approval of the City Engineer. Concrete admixtures will not be added to concrete after leaving the batch plant without approval of the City Engineer. Forms Forms shall be of steel or wood, free from warp and shall be sufficiently strong and rigid and securely staked and braced to obtain a finished product correct to the dimensions, lines and grades required. All forms must be cleaned and oiled before each use. In no case shall forms obstruct the waterways of the storm sewer system. Special Weather Conditions Cold Weather The Contractor shall comply fully with the provisions of ACI 306.1-90 as modified below: Average daily temperatures as defined in ACI 306.1-90 will be determined and recorded by the City Engineer. Concrete temperatures will be determined through the use of high-low thermometers placed and operated by the City below insulated blankets, or where the concrete is uncovered, by checking air temperatures. Uncovered concrete, which has been subjected to freezing temperatures of any duration during the first 24 hours will be considered “frozen,” and shall be rejected. Concrete shall reach 75% of its design strength prior to backfilling. This strength can be determined through the use of field-cured cylinders, made and tested at contractor’s expense. Concrete must have 5 days where the average daily temperature is above 50 degrees F prior to backfilling unless field cured cylinders are taken. These days do not need to be consecutive. Concrete operations in hot weather shall conform to Section 4012.087 (a) of the Standard Specifications. Backfill Backfill of concrete structures shall be in accordance with Section 204.3.f of the Standard Specifications. Strength Acceptance Requirements Cylinders used for determination of concrete strength shall be sampled and field cured in accordance with KT-22, and tested in accordance with ASTM C39. Testing frequency shall be in accordance with the City Sampling and Testing Frequency Chart. All KCMMB 4K concrete shall have a minimum compressive strength of 4000 psi at 28 days. All KCMMB 5K concrete shall have a minimum compressive strength of 5000 psi at 28 days. Concrete not meeting these strength requirements as determined by ACI 318-11 Section 5.6.3.3 shall be removed and replaced at the contractor’s expense. MEASUREMENT AND PAYMENT KCMMB 4K Construction All concrete used in construction of concrete pavement and driveways, curbs and gutters, storm sewer inlets and junction boxes, concrete inverts, aprons, collars, sidewalks, integral sidewalk retaining walls, concrete ditch liner, and median noses shall be classified as KCMMB 4K. The actual mixed proportions of cement, aggregates and water shall be determined by the Contractor. CONCRETE SIDEWALK CONSTRUCTION DESCRIPTION All sidewalk construction shall be constructed to the lines and grades shown on the Drawings or established by the City Engineer. 29 Rev. 5/12/2023 MATERIALS All sidewalks shall be constructed using Portland Cement Concrete or concrete paver brick. Portland Cement Concrete and concrete paver brick shall conform to “Concrete Construction” and “Concrete Paver Stones”, respectively. All concrete used in construction of sidewalks shall be classified as KCMMB 4K. CONSTRUCTION REQUIREMENTS All sidewalks shall be constructed in compliance with the American with Disabilities Act of 1990, 42 U.S.C. 12101 et seq. Location All public sidewalks constructed within the City shall be located in the public right-of-way or within a public sidewalk easement. The standard location shall be one foot from the right-of-way or easement line, except when a ditch section is used in RE Districts where they shall be one foot from the shoulder. Sidewalks shall be constructed to allow access to all pedestrian signal actuation devices. Dimensions The width of any sidewalk repair shall be the same as that being replaced. The width of new sidewalk construction shall be as indicated on the plans. The minimum width of public sidewalks shall be four feet with a five foot square passing space every 200 feet. The minimum width of public sidewalks along thoroughfare corridors shall be five feet. The minimum allowable thickness shall be four inches, except within a driveway approach area, where the minimum allowable thickness shall be six inches. Sidewalks constructed with concrete paver brick shall meet the following specifications: Four inches of concrete shall be used as a base plus one inch of bedding sand for the pavers. Edge restraint must be provided in any case to confine the paved section to the design dimensions. Grades and Slopes The grade or slope along the length of the walk shall be as near parallel to the street gradient as practical. The maximum longitudinal slope shall be one inch per foot, except where a variance from street grade has been approved by the City Engineer. The cross slope shown on the Overland Park Standard Details is one foot per 100 feet or 1%; with the intention of enforcing a 2% maximum with absolutely no tolerance for exceeding 2%, due to Federal requirements. This maximum cross slope standard also applies when the walk crosses drives and shall slope toward the street, except in RE Districts where a ditch section is used. The finish grade of the sidewalk shall be such that the slope of the finish grade between the curb and the sidewalk will not exceed one-half inch per foot and will not be less than one-quarter inch per foot and shall slope toward the street, except in RE Districts where a ditch section is used. Subgrade Preparation The subgrade shall be uniformly compacted to a Type B density of 90% with a moisture range of MR-90. The subgrade shall be evenly graded to the required subgrade elevation. All loose or extraneous material shall be removed from the subgrade and soft spots shall be uniformly recompacted prior to placement of concrete. Sidewalk concrete material shall not be placed on frozen subgrade. The Contractor shall have available adequate hand or mechanical compaction equipment to accomplish the compaction as set forth in these specifications. The subgrade shall be properly moistened prior to placing concrete. Forms All forms shall be sufficiently strong and rigid and securely staked and braced to obtain a finished product correct to the dimensions, lines and grades required. Forms may be of steel or wood at the option of the contractor. Each form shall not vary more than one-quarter inch in longitudinal and vertical alignment for each ten feet in length. All forms must be cleaned and oiled before each use. A slip-form machine, equipped with electronics, may be used in lieu of forms. The machine shall be equipped with mechanical internal vibrators and shall be capable of placing the finished sidewalk to the correct cross section, line and grade as required in this section. Adjustments of the string line and/or slip-form machine shall be made to give a smooth and accurate line and grade. Reinforcing Reinforcing of sidewalks will not be required except in unusual conditions where the City Engineer may require reinforcing or welded wire fabric. When welded wire fabric is used it shall be placed two inches (2”) from the finished surface of the sidewalk. The reinforcement shall be supported 30 Rev. 5/12/2023 using set spacing such that between the supports, the reinforcement does not deflect or sag excessively. There will be no direct payment for this item, and it shall be subsidiary to the unit price bid for sidewalk replacement. Placing and Finishing Concrete The contractor shall provide adequate tools and equipment to produce quality workmanship in placing and finishing concrete. The sidewalk and ramps shall be finished to the top of the forms and the surface finished with a wood or steel float and surface texture shall be a course broom finish transverse to the slope of the sidewalk or ramp. No “plastering” of the surface shall be permitted. Contraction Joints The sidewalk surface shall be marked off into nominal squares of dimensions equal to the width of the sidewalk with a maximum distance between joints of seven feet. All joints in formed concrete sidewalks shall be tooled. Joints shall be tooled after brooming to provide a "picture frame" appearance. A standard joint tool having a width of one-eighth inch and one inch deep having a lip radius of one-eighth inch to one-quarter inch shall be used in forming the joints. All joints in slip-formed concrete sidewalks shall be sawed. If sawing joints, the contractor shall begin as soon as the concrete hardens sufficiently to prevent excessive raveling along the saw cut and shall finish before conditions induce uncontrolled cracks, regardless of the time or weather. Expansion Joints Expansion joints shall be constructed at locations where the sidewalk abuts existing concrete curbs, driveways, and similar structures, and every two hundred fifty feet and as shown on approved plans. Expansion joints shall be formed with one-half inch prefabricated non-extruding filler and shall extend the full depth of the slab. Curing Concrete Sidewalk slabs shall be cured either by wet covering, waterproof covering, or liquid membrane- forming compound in accordance with “Concrete Construction”. The curing period shall be a minimum of five days. Curing shall be commenced as soon as possible after the finishing operation and when the concrete has set sufficiently so that it will not be damaged in the process. Backfilling Concrete Backfilling operations shall not commence prior to the completion of the five day curing period, or until the concrete attains 75% of design strength. All backfill material shall consist of soil suitable for vegetation. The area shall be prepared such that sod can be placed on bare soil. Sidewalk Repair Details Limits The areas of sidewalk to be removed and replaced shall be as directed by the Engineer, and sawed to provide a neat and straight joint. The Contractor will be responsible for any damage to existing sidewalk resulting from his operations beyond the limits marked or designated by the Engineer or his authorized representative, and shall satisfactorily repair any such damage at his own expense. All disturbed areas shall be restored to their original condition, which includes backfilling, sod, driveways, underground sprinkler systems, and any other items damaged by the contractor. Subgrade Preparation Defective sidewalk, excess base materials, and tree roots shall be removed from the construction site and disposed of by the Contractor. Whenever practical, the areas to be removed will be marked at a construction or contraction joint, otherwise concrete sawing will be required to provide a neat and straight joint. Sawing at a contraction or construction joint will be required only when the joint is not of sufficient depth to provide a neat and straight break line. After the defective sidewalk, excess materials, and tree roots have been removed, the subgrade shall be uniformly compacted to a density equivalent to the density of the immediately surrounding undisturbed soil and evenly graded to the required subgrade elevation. Concrete shall not be placed on frozen subgrade. Subgrade shall be properly moistened prior to placing concrete. Grades and Slopes The grade or slope along the length of the sidewalk repair shall be a uniform transition between ends of undisturbed sidewalk unless otherwise directed by the Engineer. The standard cross slope for 31 Rev. 5/12/2023 sidewalk shall be 1/8 inch per foot and shall slope toward the street. Providing the existing sidewalk does not have standard cross-slope, a uniform transition shall be made to existing sidewalk. Notification of Property Owner The City will give advance notice to property owners whose sidewalk has been marked for repairs. The Contractor shall notify each property owner when the work will actually commence. MEASUREMENT AND PAYMENT The Engineer will measure the sidewalk construction by the square foot of exposed surface of specified thickness. Payment for “Sidewalk Construction” at the contract unit price bid is full compensation for the specified work. The Engineer will measure the sidewalk construction by the square foot of exposed surface of specified thickness and will measure the construction of concrete steps by the cubic yard of placed material. Payment for “Sidewalk Construction” at the contract unit price bid is full compensation for the specified work. Payment for construction of concrete steps, “KCMMB 4K Concrete” at the contract unit price bid is full compensation for the specified work. SIDEWALK RAMPS DESCRIPTION This work shall be constructed in accordance with the lines and grades shown on the Drawings. MATERIALS Detectable warning surfaces Detectable warning surfaces shall be Armor Tile Tactile System (Cast in Place) or approved equal. The color shall be “Brick Red”. CONSTRUCTION REQUIREMENTS Curb Return Verification After the construction of the adjacent curb and gutter section, and not less than one week prior to the construction of all wheelchair ramps, the contractor shall verify that the curb return elevations and the location of the depressed section is constructed in conformance with the design drawings. If the absolute elevation of any of the control points shown in sidewalk ramp drawings is not within .5 inches, or if the relative difference between any two control points is not within .125 inches, or if the depression location is not within 1” of the design drawings, the contractor shall either 1) remove and replace the non- compliant curb, or 2) submit a shop drawing showing how the ramp can be constructed to be ADA compliant. In the event that the original design drawings showed a ramp with elements that were not ADA compliant, the shop drawing shall show that the proposed element is as or more ADA complaint than the original design drawing. If this cannot be accomplished, the curb shall be removed and replaced. Wheelchair Accessible Curb Ramps Wheelchair accessible curb ramps shall be constructed at all street crossings. Maximum desirable slope of ramps shall be one inch per foot. Minimum width shall be four feet, except along thoroughfare corridors where the width shall be five feet. The minimum allowable thickness for wheelchair accessible curb ramps shall be six inches. Curbs at ramp locations must provide a gradual transition from gutter line to back of curb, not exceeding one inch in height or slopes of greater than one inch per foot. Side slopes of ramps shall not exceed one inch per foot where such side slopes are in the normal path of pedestrians on adjacent portions of sidewalk. If the street curb has not been constructed to receive the sidewalk ramp, the sidewalk constructor shall remove a section of the curb and reconstruct as required. Ramps shall be constructed with or without a detectable warning surface as specified on the plans. 32 Rev. 5/12/2023 MEASUREMENT AND PAYMENT The Engineer will measure sidewalk ramps by the square foot of final exposed area of the entire ramp. The Engineer will measure the detectable warning surface by the square foot of final exposed area. Final exposed area shall be that area exposed after installation of detectable warning surfaces and backfill operations are complete. Payment for “Sidewalk Ramp (6”)”, and “Detectable Warning Surface” at the contract unit prices bid is full compensation for the specified work. CURB CONSTRUCTION DESCRIPTION Concrete curb shall be installed, or removed and replaced as shown on the plans and in accordance with the requirements of the ”Concrete Construction” specification and Section 825 of the Standard Specifications except as otherwise modified herein. MATERIALS Reinforcing Steel Reinforcement for curb and gutter shall be three No. 4 bars in accordance with “Reinforcing Steel”. Concrete Concrete for curb and gutter shall be in accordance with “Concrete Construction”. CONSTRUCTION REQUIREMENTS Concrete Placement A slip form curb machine, with electronic control, shall be required on all continuous curb construction of lengths greater than 100 feet. The concrete shall not be placed until the subgrade has been inspected for compaction and moisture. The concrete shall be consolidated with an approved internal type vibrator. The surface shall be shaped by use of a steel tool to produce the sections shown on the drawings. The edges shall be rounded with edgers to form the radii indicated on the drawings. The surfaces shall be finished with a wooden or metallic float and brushed. All concrete shall be cured in accordance with the ”Concrete Construction” specification. Reinforcement No reinforcement shall be required when curb and gutter is laid on four inches or more of asphaltic concrete base. Joints All joints shall be formed at right angles to the alignment of the curbing. Expansion Joints Expansion joints shall be placed at points of curvature, curb returns, curb inlet transitions, and at intervals not to exceed 250 feet. The expansion joints shall consist of one-half inch premoulded bituminous, nonextruding and resilient expansion joint material cut to the configuration of the curb section. The material shall extend through the full curb section. The edges of the joints shall be rounded with an edging tool of one-quarter inch radius. After curing, the joints shall be sealed with urethane sealant meeting ASTM C 920. The sealant shall be Class 35 (±35% Joint Movement), Type S and Grade NS. Contraction Joints Curbing shall have contraction joints formed at 15 feet intervals. They shall extend across the entire curb section The cut shall be approximately 1/4 inch wide, and the depth shall be one-third the thickness of the curb (minimum) or as shown in the plans. The contraction joints may be formed by any approved method. If sawing joints, the contractor shall begin as soon as the concrete hardens sufficiently 33 Rev. 5/12/2023 to prevent excessive raveling along the saw cut and shall finish before conditions induce uncontrolled cracks, regardless of the time or weather. Line and Grade The new concrete curb and gutter shall be accurately placed in accordance with the line and grade as established by the Engineer. Curbs shall be formed to the cross section as shown on the drawings with a mule; or templates supported on the side forms and with a float not less than 4 feet in length, for hand placed curb. The finished surface of the curb and gutter shall be checked for no more than 1/4 inch deviation, by the use of a 10 foot straightedge, and corrected if necessary. Where grades are flat and while the concrete is still plastic, the drainage of the gutter should be checked with a 4 foot carpenter’s level. Finish The surfaces of curb and gutter shall be finished with a wooden or steel float and broomed. Brooming shall be perpendicular to the curb line. The brooming operation shall be so executed that the marks will be uniform in appearance and not more than one-sixteenth inch in depth. Brooming shall be completed before the concrete is in such condition that it will be torn or unduly roughened and before the concrete has attained its initial set. Curing and Backfilling Curing Concrete curbs and gutters shall be cured in accordance with “Concrete Construction”. Backfilling Backfilling operations shall not commence prior to the completion of the curing period, or until the concrete attains 75% design strength, as shown by compressive tests of field cured cylinders. All backfill material shall consist of soil suitable for vegetation. The area shall be prepared such that sod can be placed on bare soil. MEASUREMENT AND PAYMENT Removal Excavation, removal of concrete, concrete curbing, sidewalks, pavement material, or any other items required to be removed for the completion of this project shall be removed from the construction site and disposed of by the Contractor. The pavement shall be saw cut full depth in a true line a minimum of 2 inches in front of the section of curb marked to be removed. The concrete curb shall be sawed at each end of the section of curb marked to be removed. The curb shall be removed as not to disturb the adjacent pavement and adjacent curb. The Contractor will be responsible for repairing all damage to the pavement and curb and gutter resulting from his operations beyond the limits marked for repair. Replacement The subgrade shall be compacted as required by the plans and specifications, but not less than Type AA (MR-5), clean of any foreign material, and moistened prior to placing concrete. If additional fill is required for subgrade, aggregate designated as AB-3 shall be used in accordance with Section 1104 of the Standard Specifications, or as approved by the Engineer, and 95% compacted. The Contractor shall have available adequate hand or mechanical compaction equipment to accomplish the compaction as set forth in these Specifications. Concrete, as a base material, shall be placed in front of the new curb and shall have obtained 75% design strength, as shown by compressive tests of field cured cylinders, prior to placement of asphalt surface. The concrete shall be left below the existing surface by the surface thickness, and an aspha...

6090 Woodson Mission, KS 66202Location

Address: 6090 Woodson Mission, KS 66202

Country : United StatesState : Kansas

You may also like

Marritt Park Trail Renovation

Due: 16 May, 2024 (in 16 days)Agency: City of Marietta

24-13- BID - Aubrey Davis Park Trail Improvements

Due: 07 May, 2024 (in 7 days)Agency: City of Mercer Island

Thompson Park West Sector Trail Project

Due: 16 May, 2024 (in 16 days)Agency: City of Watertown

Please Sign In to see more like these.

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