adjusting claims for michigan bodily injury auto threshold cases
City of Forest Park street... · Employers Liability Bodily Injury Accident - $100,000 Each...
Transcript of City of Forest Park street... · Employers Liability Bodily Injury Accident - $100,000 Each...
City of Forest Park
745 Forest Parkway Forest Park, Ga 30297
Request for Proposal Street Improvement Project
Notice is hereby given that the City of Forest Park will accept sealed proposals from qualified contractors
for Street Improvements Project listed in the RFP in strict conformity with the PDF documents available
upon request. Proposers must register with the City to receive addenda for this RFP. Prior to work
commencing, it shall be the Contractor’s responsibility inspect the roads and have a pre construction
meeting on the site with City of Forest Park forces. No PRE BID meeting will be required. All testing on
site to be paid for by contractor and considered incidental to the unit prices submitted for ReHEAT Hot
in Place Recycling and Type II Micro Surfacing. No separate payment shall be made for QC/QA,
sampling, testing or mix design. Work to be performed will be in accordance with the enclosed
specifications of the RFP. All questions pertaining to this RFP shall be directed to Bobby Jinks at the City
of Forest Park by email to [email protected]
Scope of work involves approximately 63,000 SY of ReHEAT hot in place recycling and 17,000 SY of Type
II Micro Surfacing along with some ancillary items. Sealed proposals with a 5% bid bond will be accepted
up until 3 PM on Thursday September 6th, 2012 at City Hall located at 745 Forest Parkway, Forest Park,
Ga 30297. Questions must be submitted by Wednesday August 29th, 2012 and be answered by email by
City Forces by COB on Friday August 31st 2012.
Section A
Request for Proposal
Street Improvements to City of Forest Park – Re-HEAT, Hot in Place Recycling & Micro Surfacing
A-01 Notice is hereby given that the City of Forest Park will accept sealed proposals from qualified
contractors for Street Improvements Project listed above in strict conformity with the bidding
and Contract Documents. Prior to work commencing, it shall be the Contractor’s responsibility
inspect the roads and have a pre construction meeting on the site with City of Forest Park
forces. No PRE BID meeting will be required. All testing on site to be paid for by awarded
contractor and considered incidental to the unit prices submitted for Hot in Place Recycling and
Type II Micro Surfacing. No separate payment shall be made for QC/QA, sampling, testing or
mix design. Work to be performed will be in accordance with the enclosed specifications
enclosed here within.
A-02 Each bid must be submitted on the prescribed Form of Proposal. All blank spaces for bid prices
must be completed in ink, or typewritten, in clear ink printing or typing and must be fully
completed and executed when submitted. Bidders are cautioned to strictly adhere to the bid
documents and pre qualifications. This bid is open to all interested parties qualified in
performing such work, there will be no pre bid meeting.
A-03 Such sealed bids as received will be opened and read aloud at 3 PM on Thursday September 6,
2012 in the board room at City Hall located at 745 Forest Parkway, Forest Park, GA, 30297.
Bidder retains full responsibility for assuring that bids are received prior to the time stated for
bid opening. Late bids will not be opened. Package must be clearly marked on the outside “City
of Forest Park Street Improvements Bid”, with the requisite bid date and time on the front of
the envelope. Further, bidders must clearly mark on the upper left hand corner which firm they
are representing. NOTE THAT THE NTP WILL BE DELAYED UNTIL OCTOBER 31st 2012 once the
successful contractor has been determined from the RFP process.
A-04 From the date that this Request for Proposal (RFP) is issued until a bidder is selected and the
selection is announced there will be no communication for any reason between a bidder and
any City of Forest Park employee other than the contracting officer listed in the RFP. City of
Forest Park reserves the right to reject any proposal for violation of this provision. No questions
other than written (via email to the official City of Forest Park representative) will be accepted,
and no response other than written will be binding upon the City of Forest Park.
A-05 Bid documents are enclosed in PDF Format. Invitees will be informed of any addenda. All
questions must be asked prior to noon on Wednesday, August 29, 2012.
A-06 Proposals will need to be accompanied with a BID BOND in the amount of 5% of the overall bid
price to guarantee that the bidder will enter into a contract to construct the project strictly
within the terms and conditions stated in this bid and in the bidding and Contract Documents,
preference will be given to invitees that are GDOT prequalified and can show that the have the
requisite experience in hot in place recycling at least three municipal references, one from a
local municipality that has had similar work performed for them. Preference may be given to a
members of International Slurry Seal Association www.slurry.org and/or or a member of the
Asphalt Recycling and Reclamation Association www.arra.org
A-07 The successful bidder shall be required to furnish a bond for the faithful performance on the
contract and a payment bond to secure the payment of all claims for materials furnished and/or
labor performed in performance of the project. The owner reserves the right to reject any or all
bids and to waive technicalities and irregularities. Insurance Requirements:
A. Statutory Workers Compensations Insurance Employers Liability
Bodily Injury Accident - $100,000 Each Accident
Bodily Injury by Disease - $500,000 Policy Limit
Bodily Injury by Disease - $100,000 Each Employee
B. Comprehensive General Liability Insurance
$500,000 Limit of Liability per Occurrence for bodily injury and property damage.
C. Auto Liability Insurance $500,000 Limit of liability per occurrence for bodily injury and property damage.
Comprehensive form covering all owned, non-owned and hired vehicles
D. Umbrella Liability Insurance- $1,000,00 limit of liability
E-Verify- All Vendors must submit an affidavit to certify that they participate in the Federal
Employment Eligibility Verification. Participation in the E-Verify program must commence before
the proposal deadline, and E-Verify affidavit is included in the package.
A-08 All bids submitted in response to this Request for Proposals shall be made in general accordance
with the Georgia Vendor Manual and the applicable provisions of Georgia Law.
A-09 All expenses for preparing and submitting responses are the sole costs of the party submitting
the response. City of Forest Park is not obligated to any party to reimburse such expenses. All
submittals upon receipt become the property of the City of Forest Park. Labeling information
provided in submittals “proprietary” or “confidential”, or any other designation of restricted use
will not be protect the information from public view. Subject to the provisions of the Open
Records Act, the details of the proposal documents will remain confidential until final award.
A-10 The prime contractor on this project must perform at least 40% of the contracted work utilizing
his or her own forces.
A-11 It is preferred that the Prime contractor and/or main sub contractor on this project be GDOT
Prequalified.
A-12 Hot in place contractor for this project must own the requisite equipment and be able to
perform hot in place recycling utilizing their manpower and expertise gained from having
performed over $700,000.00 of similar type municipal work including that for other cities and
counties. Work to be done in accordance to the specifications enclosed. The HIR contractor
must also have at minimum, over 15 years of experience with at least 1,200,000 SY of HIR works
having been completed for similar clientele, with at least one of those references from a metro
Atlanta agency that has performed similar work with that contractor.
The maximum length of the hot in place recycling machine shall not exceed 120 LF. All
scarification shall be performed by means of spring loaded tines and at no such time shall milling
or grinding of the recycled mat be accepted. Hot in Place Re-HEAT RECYCLING is the method
being called out in this specification NOT surface recycling, remixing or repaving, or in no
shape or form the GDOT specification of remixing.
A-13 The work will have to be scheduled in daylight hours Monday through Saturday, with no Sunday
work, hence, night time work with no work being performed on Sundays. Prime contractor will
supply adequate work force to expedite and complete the work on this project in a timely and
professional manner. The City of Forest Park Staff must be notified in advance of each
mobilization.
A-14 All bidders must submit appropriate references with their bid documents. Prime bidder must
show that they have performed similar type work with other agencies.
A-15 Lowest bid not necessarily selected. A thorough background check will be completed prior to
award of the project(s).
A-23 All striping per GDOT specifications for latex line painting. Thermo plastic may be used under
change order if required, or specified on the RFP documents.
A-24 List of roads may include but not be limited to the following:
Ash St., Catherine St., Simpson Rd., Cherry St., New Burk Rd., Ponderosa Park, Ervin Circle, Glenn
Dr. and Lloyd Drive, South Corporate Parkway, South Pointe Drive. Note that the City forces
may elect to perform the Asphalt Zipper Type Repairs “in house” if time permits.
A-25 Time is of the essence with this contract, consequently the successful contractor will be required
to mobilize their forces to the project and complete this project in a timely and sequential
manner within 210 Calendar Days from date of award.
General Specifications
Traffic Control
The Contractor shall provide all traffic control protection devices in accordance with the GDOT Manual
of Uniform Traffic Control Devices (MUTCD), current addition.
Warranty
The warranty period shall be for one (1) year minimum from the date of final acceptance by the City of
Forest Park. The Contractor also certifies that the services to be rendered pursuant to this RFP shall be
performed in accordance with the standards customarily provided by an experienced and competent
professional rendering the same of similar services.
Unit Price Contract
This is a unit price contract; actual field measurements will be taken and agreed upon by the City of
Forest Park Contracting Officer and Contractor’s Engineer prior to submission of invoice. Payment to be
made within 30 days upon receipt of invoice. Contracting Officer: Mr. Bobby E. Jinks, Jr., Street
Supervisor, 404-608-2310, [email protected]
FAILURE TO RETURN THIS PAGE AS PART OF THE SUBMITTED
DOCUMENTS MAY RESULT IN REJECTION OF YOUR PROPOSAL.
ITEM
# DESCRIPTION
APPX
QTY UNIT
UNIT
PRICE TOTAL
1 2” Re-HEAT Hot in Place Recycled Asphalt - All Streets on list included in RFP Sect. A-24 above (excludes South Pointe Drive and Lloyd Drive which receive only Micro Surfacing below) (includes traffic control, signage, and rejuvenating agent additive)
63,286 SY $_________ $__________
2 Type II Micro Surfacing, Lloyd Street and South Pointe Drive
17,300 SY $_________ $__________
3 Hot Pour Crack Filling As Required on Lloyd and South Point Drive
2,500 LF $_________ $__________
4 Asphalt Zipper Type Repairs, 10” CTB, 2” HMA Compacted Topping as Required (Conventional Deep Patching per GDOT specification may be substituted in lieu of the above, including 440 lbs per SY of HMA Material compacted in place)
1,000 SY $_________ $__________
5 Micro Surfacing Leveling if Required 100 TN $_________ $__________
6 Line Striping and Stop Bars per Original Layout on all streets listed
1 LS $_________ $__________
Total $ ________________
The City Reserves the RIGHT to add additional roads and quantities to the above at the same unit rates
Company Name:__________________________________________________
Authorized Representative Signature: ___________________________________
Type II Microsurfacing
Technical Specifications
1.0 Scope: This specification covers materials, equipment, construction and application procedures
for micro surfacing and rut filling of paved surfaces where applicable.
2.0 Description Micro Surfacing is a mixture of polymer modified asphalt emulsion, mineral aggregate,
mineral filler, water and other additives, properly proportioned, mixed and spread on a paved surface in
accordance with specification and as directed by the engineer.
Micro Surfacing should be capable of being spread in variable thickness applications with cross sections
such as wedges, ruts, scratch courses and variable depth surfaces which, after curing and initial traffic
consolidation, resists compaction throughout the entire design tolerance range of bitumen content and
variable thickness to be encountered. The end product should maintain a skid-resistant surface (high
wet friction co-efficient) in variable thick sections throughout the service life of the Micro Surfacing.
3.0 Materials
3.1 Aggregate: The aggregate used in Micro-Surfacing shall meet the requirements of GDOT Standard Specifications Subsection 802.01 with the exceptions that it shall be manufactured from Group II, Class A or B crushed stone or slag, and the Sand Equivalent Value shall not be less than 65 when tested in accordance with AASHTO T- 176.
3.2 Testing: When tested according to the following tests, the aggregate should meet these
minimum requirements:
3.3 Gradation: When tested in accordance with AASHTO T27 (ASTM C-136) and AASHTO
T11 (ASTM C117), the target (mix design) aggregate gradation (including the mineral) filler
shall be within one of the following bands (or currently recognized by your local paving
authority).
TYPE II
SEIVE PERCENT STOCKPILE
SIZE PASSING TOLERANCE
3/8 (9.5mm) 100 +/- 0%
#4 (4.75mm) 60-95 +/- 6%
#8 (2.36mm) 45-75 +/- 5%
#50 (330um) 15-35 +/- 4%
#200 (75um) 5-15 +/- 3%
The job mix (gradation) shall be within the gradation band for the desired type. After the target
gradation has been submitted (this should be the gradation that the mix design is based on),
then the percent passing each sieve shall not be more than the stockpile tolerance shown in the
above table for each individual sieve, and still remain within the gradation band. It is
recommended that the percent passing shall not go from the high end to the low end of the
range for any two consecutive screens. Contractor shall provide certification from the aggregate
supplier that the material meets the gradation provided in the mix design. If quarry supplying
aggregate is not able to meet the above gradation, a suitable screening plant may be used on
the job staging site to further size the material to its specified size.
4.1 Emulsified Asphalt:
4.11 General: The emulsified asphalt shall be a quick-traffic, polymer-modified asphalt
conforming to the requirements specified in AASHTO M 208 or ASTM 2397 for CSS-1h. The
polymer modifier shall be determined by the mix design. Preference may be given to a local
emulsion supplier versus an out of state supplier. The minimum amount required will be based
on asphalt weight content and will be certified by the emulsion supplier. In general, a three
percent (3%) polymer solids, based on asphalt weight, is considered minimum. The five-day (5)
settlement test may be waived, provided job stored emulsion is used within thirty-six (36) hours
from the time of the shipment, or the stored material has had additional emulsion blended into
it prior to use. Emulsion manufacturer will provide written certification that they have
manufactured engineered asphalt emulsions for slurry and microsurfacing projects for a
minimum of three (3) years in the respective state that the work is being let.
4.1.2 Testing: When testing according to the following tests, the emulsion shall meet the
requirements of AASHTO M 208 or ASTM 2397 for CSS 1-h, plus the following:
AASHTO TEST NO. ASTM TEST NO. QUALITY SPECIFICATION
Residue After
AASHTO T 59 ASTM 244 Distillation 62% minimum
The temperature for this test should be held below 280 degrees F. Higher temperatures may
cause the polymers to break down.
4.1.3 Mineral Filler: If required, mineral filler shall be any recognized brand of non-air entrained
Portland cement of hydrated lime that is free from lumps. The mineral filler that is used may be
accepted upon visual inspection. Typically the mineral filler will be a bagged product.
4.1.4 Water: The water shall be potable and free of deleterious material, harmful soluble salts,
reactive chemicals or any other types of contaminants. It shall be the contractor’s duty to
secure a source of water for the project and not up to the bidding agency to provide.
4.1.5: Additives: Additives may be added to the asphalt emulsion mix or any of the component
materials to provide finite control over the set time of the micro surfacing mixture as it relates
to vehicular trafficking times after the mix has been placed on the road.
5.0 Mix Design
5.1 General: Seven (7) days before the work commences, the contractor shall submit a proper
mix design covering the specific materials to be used on the project and the test results from the
tests listed in Table 1. The design will be performed by a laboratory which has experience
designing micro surfacing and slurry mixes.
5.2 Testing: Compatibility of the aggregate, polymer modified emulsion, mineral filler and other
additives shall be verified by the emulsion manufacturer. The mix design shall be made with the
same aggregate gradation with the rock material from the chosen quarry supply location that
the contractor proposes to use on the job and meet the requirements in table 1
The percentages of each individual material required shall be shown on the laboratory report.
Adjustments may be required during construction, based on field conditions. The agency
engineer will give final approval for all such adjustments.
Tolerance TABLE 1 Range
0.50 Range for Residual Asphalt, % 6.0-9.0
Range for Mineral Filler, % 0.5-3.0
Wet Track Abrasion Loss (Maximum)
ISSA TB 100 1 hour soak
ISSA TB 100 6 day soak
1 lb./yd.2
1.5 lb./yd.2
Vertical Displacement (Maximum)
ISSA TB 147A or 147C 10%
Excess Asphalt by LWT (Maximum)
ISSA TB 109
1 lb./yd.2
5.3 Rate of Application: The micro surfacing mixture shall be of the proper consistency at all
times so as to provide the application rate required by the surface condition. The average
application rate shall be in accordance with the following:
LEVELING 10-20 lbs AND RIDING SURFACE 20-30 lbs AND ONLY USE AGG TYPE ABOVE
See table below for typical examples, however the above statement will prevail over the table:
Note Appendix B references ISSA A143 February 2010 Revision
6.0 Equipment:
6.1 General: All equipment, tools and machines used in the performance of this work shall be
maintained in satisfactory working condition at all time to ensure a high quality product.
6.2 Mixing Equipment: The truck mounted machine shall be specifically designed and
manufactured to lay micro surfacing. A combination of chassis mount micro surfacing trucks
and Mini Mac© type micro surfacing units may be employed for the completion of this project to
aid in cul de sac work, however Mini Mac© type units alone will not be allowed exclusively.
The finished material will be mixed bay an automatic sequenced self propelled micro surfacing
mixing machine, which shall be a continuous flow mixing unit able to accurately deliver and
proportion the aggregate, emulsified asphalt, mineral filler, control setting additive and water to
a revolving multi blade, double shafted mixer and to discharge the mixed product on a
continuous flow basis. The machine shall have sufficient storage capacity for aggregate,
emulsified asphalt, mineral filler, control additive and water to maintain an adequate supply to
the proportioning controls.
6.3 Proportioning Devices: Individual volume or weight controls for proportioning each
material to be added to the mix (i.e. aggregate, mineral filler, emulsified asphalt, additive and
water) shall be provided and properly marked. These proportioning devices are used in material
calibration and determining the material output at any time.
6.4 Spreading Equipment: The mixture shall be agitated and spread uniformly in the surfacing
box by means of twin shafted paddles or spiral augers fixed in the spreader box. A front seal
shall be provided to insure no loss of the mixture at the road contact point. The rear seal shall
act as a final strike off and shall be adjustable. The spreader box and rear strike off shall be so
designated and operated that a uniform consistency is achieved to produce a free flow of
material to the rear strike off. The spreader box shall have suitable means provided to side shift
the box to compensate for variations in the pavement geometry.
6.4.1 Secondary Strike Off: A secondary strike off shall be provided to improve surface
texture. The secondary strike off shall have the same adjustments as the spreader box.
6.4.2 Rut Filling Box: When requested on the plans, before the final surface course is
placed, preliminary micro surfacing material may be required to fill ruts, utility cuts,
depressions in the existing surface, etc. Ruts of one half (1/2”) or greater in depth shall
be filled independently with a rut filling spreader box, either five (5) foot or six (6) foot
in width. For irregular or shallow rutting of less than one half (1/2”) inch in depth, a full
width scratch coat pass may be used as directed by the engineer. Ruts that are in excess
of one and one half (1 ½”) in depth may require multiple placements with the rut filling
spreader box to restore the cross section. All rut filling level up material should cure
under traffic for at least a twenty four (24) hour period before additional material is
placed on top of the level up.
6.5 Auxiliary Equipment: Suitable surface preparation equipment, traffic control
equipment, hand tools and any other support and safety equipment shall be provided
by the contractor as necessary to perform the work.
6.6 Calibration: Each mixing unit to be used in the performance of the work shall be
calibrated in the presence of the agency engineer prior to construction. Previous
calibration documentation covering the exact materials to be used may be acceptable,
provided that no more than 90 days have lapsed. The documentation shall include an
individual calibration of each material at various settings, which can be related to the
machine metering devices. No machine will be allowed to work on the project until
calibration has been completed and/or accepted.
6.7 Weather Limitations: Micro surfacing shall not be applied if air temperature is
below fifty (50) degrees Fahrenheit and falling. No micro surfacing shall be applied at
anytime during a rain storm, or when there is a possibility that the finished product will
freeze within twenty four (24) hours. The mixture shall not be applied when weather
conditions prolong opening to traffic beyond a reasonable time.
7.0 Notification and Traffic Control
7.1 Notification: All homeowners and business affected by the construction shall be notified
one day in advance of the surfacing. Suitable signs shall be posted prior to the micro surfacing.
Should work not occur on the specified day, a new notification will be distributed to the
residents. The notification shall be in a form of a written posting, stating the time and date that
the surfacing will take place.
7.2 Traffic Control: All traffic control devices shall be in accordance with State and Federal
requirements and further, shall conform to the requirements of the Manual on Uniform Traffic
Control Devices. Suitable methods shall be used by the contractor to protect the micro
surfacing from damage from all types of vehicular traffic. Opening to traffic does not constitute
acceptance of the work. The engineer shall be notified of the methods to be used.
8.0 Surface Preparation
8.1 General: Immediately prior to applying the micro surfacing the surface shall be cleared of all
loose material, silt spots, vegetation, and other objectionable material. Any standard cleaning
method will be acceptable. If water is used, cracks shall be allowed to dry thoroughly before
applying micro surfacing. Manholes, valve boxes, drop inlets and other service entrances shall
be protected from the micro surfacing by a suitable method. The agency engineer shall approve
the surface preparation prior to the surfacing. No dry aggregate either spilled from the lay
down machine or existing on the road will be permitted.
9.0 Application
9.1 General: When required by local conditions, the surface shall be pre wetted by fogging
ahead of the spreader box. The rate of application of the fog spray shall be adjusted during the
day to suit ambient temperatures, surface textures, pavement temperatures, humidity and
overall dryness of the inset asphalt pavement.
The micro surfacing shall be of the desired consistency upon leaving the mixer. A sufficient
amount of material shall be carried in all parts of the spreader at all times so that a complete
coverage is obtained. Overloading of the spreader shall be avoided. No lumping, balling,
oversized or unmixed aggregate shall be permitted.
No streaks, such as those caused by oversized aggregate, shall be left in the finished surface. If
excess streaking develops, the job will be stopped until the contractor proves to the agency
engineer that the situation has been corrected.
9.2 Joints: No excess buildup, uncovered areas or unsightly appearance shall be permitted on
longitudinal or transverse joints. The contractor shall provide suitable width spreading
equipment to produce a minimum number of longitudinal joints throughout the project. Special
care should be taken during the layout stages of the work to ensure a minimum number of
joints. Half passes and odd width passes will be used only in minimal amounts. If half passes
are used they shall not be the last pass of any paved area. A maximum of three (3) inches shall
be allowed for overlap of the longitudinal joint lines. Also the joint shall have no more than a
one-fourth (1/2) inch difference in elevation when measured by placing a ten (10) foot straight
edge over the joint and measuring the drop off.
9.3 Mix Stability: The micro surfacing treatment shall possess sufficient stability so that the
premature breaking of the material in the spreader box does not occur. The mixture shall be
homogenous during and following the mixing and spreading. The mixture shall be free of excess
water or emulsion and free of segregation of the emulsion and aggregate fines from the coarser
aggregate. Under no circumstances shall water be sprayed directly into the lay down material
while laying micro surfacing.
9.4 Handwork: Areas which cannot be reached with the mixing machine shall be surfaced using
hand squeegees to provide complete and uniform coverage. If necessary, the area to be hand
worked shall be lightly dampened prior to mix placement. Care shall be exercised to leave no
unsightly appearance from handwork.
9.5 Lines: Care shall be taken to ensure straight lines along curbs and shoulders. No run off on
these areas will be permitted. Lines at intersections will be kept straight to provide a good
appearance. If necessary, a suitable material will be used to mask off the end of streets to
provide aesthetically pleasing straight lines. Edge lines shall not vary by more than +/- two (2)
inches of horizontal variance in any ninety six (96) linear feet.
9.6 Clean Up: All areas such as ADA ramps, concrete curbs, gutters and intersections not in the
contract shall have the micro surfacing mix removed as specified by the agency engineer. The
contractor shall on a daily basis remove any debris associated with the performance of the
work.
10.0 Other Agencies: All respondents awarded contracts from this Invitation to Bid are given the right
upon the agreement of both parties to permit other municipal, governmental or private sector home
owners associations to participate in the contract under the same price, terms and conditions. It is
understood at no time will any city or municipality be denied the right to “piggy back” onto the contract
provided the terms are mutually agreed upon. Further it is understood that each agency will issue its
own purchase order to the awarded respondents.
11.0 Payment: The micro surfacing shall be paid for by the square yard of the aggregate and emulsified
asphalt used on the work and accepted by the agency engineer. The prices shall be full compensation
for furnishing all preparation, mixing and application of these materials, and for all labor, equipment,
cleaning, and incidentals necessary to complete the job as specified herein.
Specifications for RE-HEAT Asphalt Surface Recycling
1. Scope
The work covered by this specification consists of furnishing all plant, labor, equipment, and materials
in performing all operations by RE-HEAT Asphalt Surface Recycling in complete and strict
accordance with these specifications.
2. RE-HEAT Asphalt Surface Recycling
A. Description. This work shall consist preparing the surface, heating the pavement, applying
rejuvenating agent, mixing in heated drum mix plant, leveling, laying, and re-compacting the
pavement surface in accordance with these specifications and details shown on the plan.
B. Materials. The asphalt-rejuvenating agent shall be composed of petroleum resin oil base, with a
record of satisfactory service as an asphalt-rejuvenating agent. Satisfactory service is being based on
the capability of the material to increase the ductility, penetration and durability of the asphalt binder
in the recycled asphalt. A letter of compliance shall accompany each shipment delivered to the
project from the manufacturer that certifies the material conforms to the manufacturer specifications.
C. Equipment. The recycling equipment unit used for collecting the existing asphalt concrete together,
adding the new rejuvenating agent, mixing and paving the recycling mix in a continuous process shall
be self-contained, self-propelled unit designed for this purpose.
For the purpose of this contract, the self-containment requirement for the recycling unit shall mean
once the existing asphalt pavement is sheared, it remains contained in the recycling unit, and shall be
immediately mixed with the rejuvenating agent. The recycled asphalt pavement shall not be exposed
to atmospheric conditions except when placed for compaction.
The heating units shall be of sufficient capacity to heat the pavement material as necessary for
efficient processing, but be designed as to minimize the damage to the asphalt binder. The heating
system shall also have provisions for cooling the asphalt surface to 170 C (350F).
The recycling unit shall be capable of loosening the heated asphalt pavement to the specified depth in
a uniform pattern, loading existing asphalt and adding heated rejuvenator into a heated mixing plant
for a minimum of 30 seconds. The recycling unit shall then be capable of placing and leveling the
recycling asphalt pavement in a condition for immediate re-compaction. The rate of application of
the rejuvenating agent shall be adjustable to maintain the appropriate application rate in the relation
to the operating speed of the machine. Metering devices shall be incorporated into the distribution
systems for recording the quantities of asphalt rejuvenating agent. The mixing shall take place in a
heated rotating drum mix plant for at least 30 seconds in such a manner as to ensure complete
blending. The recycling unit shall also have an adjustable, heated, vibratory screed capable of
placing the mixture to the required cross-section, profile and alignment. Compaction equipment shall
meet these applicable requirements.
D. Weather Limitations. The minimum surface temperature shall be 40F and minimum air
temperature shall be 50F and rising.
E. Construction. The existing pavement shall be heated to allow for loosening of material without
excessive fracturing of the aggregate and allow for adequate re-compacting. The pavement is then
hot sheared to a nominal depth of 50 mm (2 inches) as measured by a depth probe behind the screed
on a finished, un-compacted surface with an average of 3 depth probe checks across the width of the
pavement.
Rejuvenator is applied in a uniform fashion and automated to the speed of the asphalt recycling
machine. It is then mixed for a minimum of 30 seconds. On-board asphalt plant temperature must be
maintained at a minimum of 300F in order to establish an environment for maximum blending and
coating. The newly recycled material shall be placed at the minimum temperature 225F at the
screed. Surface texture shall be uniform and consistent with no segregation or excessive asphalt
cement.
Temperature processing limits shall be established. Exposure of the existing pavement to
temperatures in excess of 350F shall be limited to furnace heat transfer areas only. When necessary,
methods of cooling the pavement surface temperature to below 350F must be employed outside of
the furnace condition.
Compaction shall be preformed in accordance with state and local specifications.
F. Traffic. Traffic shall not be allowed on the compacted pavement until it has cooled sufficiently to
prevent dislodging of the aggregate. Any areas, which are damaged by traffic, shall be repaired at no
additional cost, as directed by the Engineer.
G. Method of Measurement. The measured quantity of RE-HEAT Asphalt Surface Recycling
including surface preparation, heating, rejuvenating, mixing and compacting shall be the actual
number of square yards completed and accepted.
The quantity of asphalt rejuvenating agent shall be the number of gallons applied.
The basis for mobilization shall be lump sum payment.
H. Basis of Payment. Payment for accepted quantities will be made at the contract price for:
Please contact Bobby E. Jinks, Jr., the contracting officer for the project should you have any questions.
Item Unit Description
Special Square Yard RE-HEAT Asphalt Surface Recycling
Special Gallon Asphalt Rejuvenating Agent
Special Lump Sum Mobilization
Bid Submission Instructions:
The bidder should be responsive to the specific Scope of Work elaborated in this Request for Bid.
Contractors are required to submit one (1) original and three (3) copies of the Bid.
Bids must be received by the opening date and time. Any bids not received by that time will be returned
unopened.
All bids must be submitted in a sealed envelope or package clearly marked with:
Date of Opening, Time of Opening, and Description of Bid.
Bidders shall make an oath in writing that he/she has not engaged in any collusive or anti-competitive
practices in the responding to the bid. Declaration of non-collusion is a statement that the bid submitted
is a bona fide bid prepared independent of other bidders, without collusion or fraud (bid rigging, price
fixing, rotation of award, etc.)
Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1)
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91,
stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of
services on behalf of (name of public employer) has registered with, is authorized to use and uses the federal
work authorization program commonly known as E-Verify, or any subsequent replacement program, in
accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the
undersigned contractor will continue to use the federal work authorization program throughout the contract
period and the undersigned contractor will contract for the physical performance of services in satisfaction of
such contract only with subcontractors who present an affidavit to the contractor with the information required
by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification
number and date of authorization are as follows:
_________________________________
Federal Work Authorization User Identification Number
_______________________________
Date of Authorization
_________________________________
Name of Contractor
_________________________________
Name of Project
_________________________________
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ______, ___, 201__ in _____(city), ______(state).
_________________________________
Signature of Authorized Officer or Agent
_______________________________
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME
ON THIS THE ______ DAY OF ______________,201__.
_________________________________
NOTARY PUBLIC
My Commission Expires:
_________________________________