IRONWOOD 2024 Bituminous Pavement Crack Sealing Project Instruction Manual

June 1, 2024
IRONWOOD

IRONWOOD 2024 Bituminous Pavement Crack Sealing Project

Crackseal Project

INSTRUCTION MANUAL

This Institution is an Equal Opportunity Provider, Employer and Housing Employer/Lend

City of Ironwood -Bid Advertisement
2024 Pavement Crack Sealing Project

The City of Ironwood is soliciting bids for Bituminous Pavement Crack Sealing at various locations in the City of Ironwood, Michigan. Pavement crack sealing is needed on 14.37 miles of roadway. The City of Ironwood reserves the right to reject any or all bids for any reason.

The Ironwood City Clerk in the Memorial Building, Ironwood, Michigan 49938 will receive sealed offers until 10:00 A.M., Tuesday, April 9, 2024, at which time the bids shall be read aloud.
Bid Documents may be obtained from the City Clerk, Memorial Building, 213 S. Marquette Street, Ironwood, Michigan 49938, 906-932-5050 or by visiting
www.ironwoodmi.gov/government/projects.

The City reserves the right to accept or reject any and all bids.

Jennifer L. Jacobson

City Clerk

City of Ironwood Proposal for Crack Sealing

With Bids Received Until 10:00 A.M. on Tuesday, April 9, 2024

PROPOSAL OF:

Company Name:____
Address:__
City/State:____
Phone:___
Email: __

Project: 2024 Crack Sealing Project

Location: See Attached Map
Type of Work: Bituminous Crack Sealing
Completion Date: August 30, 2024

Notice to Bidders: In submitting Bid, you must return this complete proposal.

Section A – Bid Solicitation

Issued By: City of Ironwood

Type of Solicitation: Sealed Bids

Project Name: 2024 Bituminous Pavement Crack Sealing

Project Location: Various location in Ironwood, Michigan. Please see attached map.

Site Inspection: Bidders are encouraged to visit the site prior to submitting a bid.
Interested bidders may contact Paul Anderson, City Manager at 906-932-5050 ext. 116 or Jason Alonen, DPW Supervisor at 906-675-9157.

Delivery of Proposal: The proposals shall be submitted in a sealed envelope, plainly marked with the name of the Project and the name and address of the bidder on the outside of the envelope. All offers must be received by the City Clerk prior to the time and at the place specified in the advertisement. Email bids received in PDF format accepted. Must state project name with bid opening date in subject line. Faxed bids are not acceptable.

Award Project: A contract will be awarded, to the lowest responsive and responsible bidder, based on the Total Bid Price of the project. The City of Ironwood reserves the right to reject any and all bids as in the best interest of the City.

Section B – Special Provisions

1. Underground Utilities

(a) For protection of underground utilities and in conformance with Public Act 53, 1974, the Contractor shall call 1-800-482-7171 a minimum of three full working days, excluding Saturdays, Sundays and Holidays prior to beginning each excavation in areas where public utilities have not been previously located.

2. Members will thus be routinely notified.

This does not relieve the Contractor of the responsibility of notifying utility owners who may not be part of the “Miss Dig” alert system.

3. Construction Coordination / Permits

(a) Construction will need to be coordinated with the City of Ironwood Engineering Department.
(b) The contractor will be responsible for obtaining the necessary permits from the State of Michigan and/or any other necessary agency. Contractor shall include all permit costs with their bid.

4. Requirements for Performance Security and Payment Security

(a) The successful bidder, at the execution of the contract, shall furnish security to guarantee faithful performance of the contract in the amount of 100% of the total contract price.
(b) The successful bidder shall also furnish security to guarantee payment to all persons supplying labor or materials in the performance of the contract in the amount of 100% of the total contract price.
(c) Security may be in the form of a performance bond and payment bonds, postal money order, certified check or cashier’s check.
(d) Upon completion of the project the contractor shall provide lien wavers from all contractors and suppliers.

5. Commencement, Execution and Completion of Work

(a) The contractor shall be required to commence work under this Contract within 5 calendar days after the date the Contractor receives the Notice to Proceed.
(b) Execute the work diligently.
(c) Working hours are between 7:00 A.M. and 9:00 P.M.
(d) A construction Schedule shall be provided and approved by a City Representative.
(e) No work shall be done on Saturday’s or Sunday’s unless approved in advance by a City Representative.

6. Failure to Complete Work Within Contract Time

Construction shall be fully completed by August 30, 2024. If the Contractor fails to prosecute the work, or any separate part thereof with such diligence as will
insure its completion within the time specified in this contract, fixed and agreed Liquidate Damages will be assessed for each calendar day of delay until the work is completed and accepted. Liquidate Damages equal $250 / Calendar Day.

7. Warranty / Defects

The Contractor shall be responsible for any and all defects that may develop in any part of the entire work or installation furnished by him/her. Upon written notice of the City of Ironwood, the contractor shall immediately replace and make good, without expense to the owner, any faulty part, material, or workmanship. A oneyear warranty shall be provided by the contractor. The warranty shall start from the date the final payment is made.

SECTION C – BIDDING REQUIREMENTS, CONDITIONS AND CONTRACT ADMINISTRATION

C-1. Competency of Bidders

(a) The City Manager reserves the right to select bidders and may refuse to issue a proposal to any individual, partnership, firm or corporation based upon but not limited to one or more of the following facts:
(1) For having defaulted on previous contracts.
(2) For having performed similar work in an unsatisfactory manner.
(3) When in the City Manager’s judgment, the bidder does not have the required experience in the class of work bid on, fails to have the proper labor and equipment, or fails to have sufficient capital or quick asset to finance the work.

(4) A minimum of three municipal references are required to bid projects.

C-2. Interpretation of Estimates, Specifications, Special Provisions and Site of Work

The quantities on the proposal are approximate only and given as a basis to compare bids. The City does not assume any responsibility that these quantities will remain unchanged in actual construction. The bidder is required to examine carefully the site of work, plans, specifications, and contract form for the proposed work. It will be assumed that he has judged for and satisfied himself as to the conditions to be encountered, as in the work, materials furnished, and in the above documents. The bidder is assumed to have familiarized himself with the Federal, State, and Local laws, which may affect the work, workers, or materials furnished.

C-3. Delivery of Proposal

Each proposal must be submitted in a sealed envelope with the bidder’s name and address on the outside of the envelope. All proposals must be received on or before the hour stated in the advertisement. More than one proposal for the same project from an individual, partnership, firm, or corporation will not be considered.

Email bids received in PDF format accepted. Must state project name with bid opening date in subject line. Faxed bids shall not be accepted

C-4. Public Opening of Proposals
Proposals will be opened publicly and read aloud at the hour, date, and place set in the advertisement.

C-5. Execution of Contract
(a) Bituminous Crack Sealing shall be completed no later than August 30, 2024.
(b) Work progress, by street, shall be coordinated with City of Ironwood representative.

Crack Sealing – Detailed Specifications

1. Description

The work shall consist of routing, cleaning, and sealing of random cracks and existing transverse and longitudinal joints.

2. Materials

The material used must be a premium quality Rubber Asphalt joint Sealer. The sealer must be an MDOT pre- approved material for HMA Crack Treatment and Overband Crackfill items per section Section 502 of the MDOT 2020 Standard Specifications for Construction Manual AND be from the MDOT Qualified Products List (QPL).
The sealant shall be in manufacturer’s original sealed containers. Each container shall have the manufacturer’s name, batch number, and manufacturer’s recommendation for melting and application.

3. Equipment

A. The routers must be a minimum of 24 H.P. using star wheel carbide tipped router blades attached to a main cutting head. It must have In-line wheels and cutting head capable of following random cracks. It must have an automatic depth control to insure consistent and accurate routing depths. Router must be equipped with OSHA compliant dust suppression system.

B. When performing cutting or routing operations equipment must be fit with a dust suppression system capable of meeting the Occupational Safety and Health Administration (OSHA), Respirable Crystalline Silica construction standard, 29 CFR § 1926.1153. The dust suppression system must be attached to the routers/cutters directly to avoid any leakage of dust. The debris path created shall be confined to a windrow of approximately 8 inches (20.3 cm) for easy clean-up.
Routed surfaces of cracks are subject to acceptance or rejection at the Engineer’s discretion.

C. Any contractor not following these guidelines will be stopped from doing any further work until the requirement is met. No compensation for lost time due to the enforcement of these guidelines will be granted.

D. The kettle used for heating the sealant must be an oil jacketed double boiler type melting unit, which is equipped with both agitation and recirculation systems. It must have separate temperature thermometers for both the oil bath and melting vat to insure proper temperature for the sealant. It must be equipped with a pump to pressure fill cracks with a wand applicator.

4. Construction

All new cracks and joints must be routed to a minimum of 1 ¼” x 5/8” width versus depth.

Cracks shall be blown out with 120 PSI compressed air. The road surface shall also be blown off at this time to clear it of any routed debris. Using the second compressor the cracks shall be blown out using a heat lance. All cracks shall be pressure filled by a wand applicator from the bottom up. They shall be slightly overfilled and disc squeegee to create an over-band 1” wide on each side of the routed reservoir. Also include any refilling and/or touching up of any previously filled cracks as needed that are exposed. The cracks will then have a single ply toilet paper applied to prevent any material from tracking.

5. Measurement and Payment

Payment for Crack Sealing will be made lump sum per road. The price shall be full compensation for furnishing all materials. For all preparation, delivering and placing of these materials and for all labor, equipment, tools and incidentals necessary to complete the work per specifications.

Item Description Unit
004 CRACK SEALING Lump sum per Road

City of Ironwood Bituminous Pavement Crack Sealing 2024

Bid Form

Please fill out the attached Bid Spreadsheet with Lump Sum costs per road segments. The City can email you the spreadsheet upon email request to clerk@ironwoodmi.gov. Then also fill out the following total bid price for summary purpose.

TOTAL BID

SECTION D – INSURANCE

D-1 Insurance

(1) Workmen’s Compensation Insurance – The Contractor, prior to the execution of the Contract, shall file a certification that the Contractor carries Worker’s Compensation Insurance.

(2) Bodily Injury and Property Damage Insurance – The Contractor prior to execution of the Contract shall file with the City of Ironwood copies of completed certificates of insurance, as evidence that the Contractor carries adequate insurance to afford protection against all claims for damages to public or private property and injuries to person, arising out of and during the progress of work. The minimum limits of insurance shall be as follows:

(3) General Liability

Bodily Injury and Property Damage Liability:
Each Occurrence ………………… $1,000,000
Aggregate… ………………………. $2,000,000

(2) Automobile Liability Insurance (Comprehensive Form)

Bodily Injury Liability:
Each Person………………….….. $ 500,000
Each Occurrence …………………. $1,000,000

Property Damage Liability:
Each Occurrence …………………. $1,000,000

Combined Single Limit for Bodily Injury and Property Damage Liability:
Each Occurrence ………………….. $2,000,000

(4) The requirements for 1 and 2 above, may be met through an Umbrella policy.

(5) Owners Protective Liability. Bodily injury and property damage protection, including general supervision of work performed, shall be extended to the City of Ironwood employees and agents. The minimum limit shall be $1,000,000.

City of Ironwood 2024 Crackseal Project

Crackseal Project

Crackseal Project

Crackseal Project

Specifications:

  • Product Name: Bituminous Pavement Crack Sealing Project 2024

  • Project Location: City of Ironwood, Michigan

  • Project Scope: Sealing cracks on 14.37 miles of roadway

  • Completion Date: August 30, 2024

Frequently Asked Questions (FAQ)

Q: Can bids be submitted via email?

A: Yes, email bids in PDF format are accepted. Ensure the subject line includes the project name and bid opening date.

Q: How will the contract be awarded?

A: The contract will be awarded to the lowest responsive and responsible bidder based on the Total Bid Price of the project.

Read User Manual Online (PDF format)

Read User Manual Online (PDF format)  >>

Download This Manual (PDF format)

Download this manual  >>

Related Manuals