Vous êtes sur la page 1sur 37

BID DOCUMENTS

FOR
T.H. 308 GALILEE OVAL INTERSECTION IMPROVEMENT PROJECT
OHIO PUBLIC WORKS COMMISSION PROJECT NO. CIZ08
IN
HINCKLEY TOWNSHIP
MEDINA COUNTY, OHIO
2015
PREPARED BY:
THE MEDINA COUNTY ENGINEERS OFFICE

Submitting Company: __________________________________________


Signed:_________________________________Date:_________________
Company Title:________________________________________________
Address:______________________________________________________
_________________________________Zip Code:___________________
Telephone: (

)______________________________________________
Hinckley Township Board of Trustees
Ray Schulte
David Sambor
Martha Catherwood

NOTICE OF BID
Bids are requested for the T.H. 308 Galilee Oval Intersection Improvement Project in Hinckley
Township, Medina County, Ohio.
Said improvement will involve the removal of the existing concrete intersection & ditch enclosure
and installation of 9 non-reinforced concrete intersection including ditch enclosures, catch
basins, footer drains, driveway apron and general excavation involving ditching and fine
grading, stipulated traffic control in accordance with the specifications and accompanying
construction drawings to all aspects of the improvement.
Bid forms, specifications and construction plans can be obtained at the Office of the Medina
County Engineer, 791 West Smith Road, Medina, Ohio 44256, between the hours of 8:00 a.m.
and 4:30 p.m., Monday through Friday. Electronic copies of the bid documents can be
downloaded from the Medina Count Engineer web page at www.highwayengineer.co.medina.
oh.us free of charge.
There is a non-refundable charge of $30.00 for each set of bid documents and plans released
from our office. Make checks payable to the Medina County Engineer.
All completed bids shall be remitted no later than March 24th, 2015 at 1:30 pm., Ohio Time, at
the Medina County Administration Building, 144 North Broadway Street, Room 201, Medina,
Ohio 44256. All properly-filed bids will be publicly opened and read aloud at 1:30 pm meeting
on the same day.
Bids must be submitted on the forms provided by the County and filed in a sealed envelope
clearly marked, "T.H. 308 Galilee Oval Intersection Improvement Project" by the time and date
set forth above.
The Engineer's Estimate is $ 77,810.00. The improvement project shall have final completion
date of June 26th, 2015.
Each bidder shall be required to file with his bid, the following:
1. A Bid Guarantee in the form of either:
a) A Bond as set forth in the Bid Documents, Exhibit A, for the full amount of
the bid, or
b) A Certified Check, Cashier's Check or Letter of Credit pursuant to Chapter
1305 of the Ohio Revised Code.
A Letter of Credit shall be revocable only at the option of the Hinckley Township
Trustees. The amount of the Certified Check, Cashier's Check or Letter of Credit
shall equal 10% of the grand total bid.
2.

A statement of Bidder Resources and Experience, Exhibit B.

3.
4.
5.

A Non-Collusion Affidavit, Exhibit C.


Personal Property Tax Verification Affidavit, Exhibit D.
Independent Contractor Indemnification Clause, Exhibit E.
Prevailing Wage Rate Schedule, Exhibit F.
A State of Ohio, Equal Opportunity Division, Certificate of Compliance.

6.

7.

Bidders must comply with Prevailing Wage rates on Public Improvement Projects in Medina
County as determined by the Ohio Bureau of Employment Services, Wage and Hour Division
(614) 644-2239. Additionally, Contractors compliance with the Equal Employment Opportunity
Requirements of Ohio Administrative Code Chapter 123, the Governor's Executive Order of
1972 and Governor's Executive Order 84-9 shall be required.
The bid will be awarded to the lowest and best bidder. The Hinckley Township Board of Trustees
reserve the right to reject any and all bids.
Medina County Gazette
February 26th, 2015
March 12th, 2015

Hinckley Township Board of Trustees


Ray Schulte
David Sambor
Martha Catherwood

INSTRUCTIONS TO BIDDERS
T.H. 308 GALILEE OVAL INTERSECTION
IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08
SECTION I.
Bid Proposals shall be addressed to the Board of Hinckley Township Trustees.
Bids shall be enclosed in a sealed envelope marked " T.H. 308 Galilee Oval Intersection
Improvement Project" and shall bear the name of the bidder. All bids will be opened at the
time and place stated in the "Notice of Bid."
No Bidder may withdraw his bid for a period of sixty (60) days after the date of bid opening,
except as provided in Section 9.31 or Division (G) of Section 153.54 of the Ohio Revised Code.
If it is not accepted within such period, such bid may be withdrawn without prejudice.
Each Bid shall contain the documents listed below in the following order:
Notice of Bid
Instructions to Bidders
Bid Guarantee/Performance Bond, (Exhibit A)
Statement of Bidder Resources and Experience, (Exhibit B)
Non-Collusion Affidavit, (Exhibit C)
Personal Property Tax Verification Affidavit (Exhibit D)
Independent Contractor Indemnification Clause (Exhibit E)
Prevailing Wage Rate Schedule (Exhibit F)
A State of Ohio, Equal Opportunity Division, Certificate of Compliance
Contractor's Bid Blank(s)
Bid Statement and Summation
Engineer's Estimate, (Summarized)
Supplemental Specifications

SECTION II.
Each bidder shall satisfy the Board of Hinckley Township Trustees by reference to work which
he has performed, and by the equipment he utilizes, that he is fully competent to properly
execute the work required by these specifications by the stipulated completion date, (See
Exhibit B).
SECTION III.
Bids shall be submitted using the attached blank forms, designed for such purpose. These
forms must be completed intact, without removal of any part, must recite the full name of the
party making the Bid, and must be properly signed.

In each blank marked unit price, bidders are required to provide a Bid price per referenced unit
for the requested materials, labor, or equipment, or referenced combination thereof. Failure to
provide a price for each unit price item, or failure to provide prices for lump sum items, will
render the Bid informal, allowing its rejection at the Engineer's discretion.
Extended unit prices are calculated by multiplying the bidders unit price entries times their
respective approximate quantities. The resultant extended unit price figures, in addition to any
lump sum prices, are added to calculate the amount of each Bid.
The sum of the extended unit prices and lump sum prices provided by each Bidder shall
comprise that Bidders Bid price for consideration of award of contract. If an error is made in the
extension of the unit prices, or in the addition of the unit and lump sum prices, the accurate
extended unit prices and total shall govern.
Quantities provided by the Bid Documents are estimates only. The Engineer reserves the right
to eliminate, increase, or decrease the actual quantity of any unit price item, or to non-perform
any lump sum item. Section 104.01D and 104.01E of the 2013 CMS will be excluded from use
in this project.
SECTION IV.
Bidders must carefully examine the Bid Documents and perform a reasonable site investigation
before submitting a Bid. Submission of a Bid is an affirmative statement that the Bidder has
investigated the Project site and is satisfied as to the character, quality, quantities, and
conditions to be encountered in performing the Work. A reasonable site investigation includes
investigating the Project site and all other locations related to the performance of the Work.
SECTION V.
Each Bid shall be accompanied by a bid guarantee, in the form of a Bid/Performance Bond, a
Certified Check, a Cashiers Check, or a Letter of Credit, in conformity with the requirements of
Sections 153.54 and 153.571 (B) of the Ohio Revised Code. If a Bid/Performance Bond
(Exhibit A) is used, the Bond shall be in the full amount of the bid and signed by a Surety
company authorized to do business in the State of Ohio, and accompanied by the Suretys
sufficient power of attorney affirming said signature. If a Certified Check, Cashiers Check, or
Letter of Credit is used, the instrument shall be drawn on a solvent bank in an amount not less
than ten percent (10%) of the Bid. A letter of credit shall be revocable only at the option of the
Township Trustees. The bid guarantee shall be given as security that, if the Bid is accepted, the
Bidder will enter into a contract in conformity with the Bid, plans, details, specifications and bills
of material.
All bid guarantees shall be made payable to the order of the BOARD OF HINCKLEY
TOWNSHIP TRUSTEES, MEDINA COUNTY, OHIO. Should a bid be rejected, the bid
guarantee submitted in the form of a Certified Check, Cashiers Check, or Letter of Credit will be
returned immediately upon the awarding of the contract, or decision to reject all bids.
If a ten percent (10%) bid guarantee is used, the successful bidder will be required to submit a
one-hundred percent (100%) performance bond as set forth in Exhibit A within ten (10) days of
written notice of acceptance of his bid.
If for any reason, other than as authorized by Section 9.31 of the Ohio Revised Code or Division
(G) of Section 153.54, the bidder to whom the contract shall have been awarded shall refuse or

neglect within ten (10) days after due notice that the contract has been awarded to them to
execute the same and furnish security in the amount required, the bidder, or its surety, shall be
liable to the County for the difference between the previously accepted bid, and that of the next
lowest bidder, or a penal sum not to exceed ten percent (10%) of the grand total bid, whichever
is less. If the Township rebids the project, a sum not to exceed ten percent (10%) of the grand
total bid, or the costs in connection with the resubmission of, printing new contract documents,
required advertising and printing, and mailing notices to prospective bidders, whichever is less.
Copies of the bid and bid guarantee shall be endorsed with the name of the bidder, and filed in
the same envelope. Bonds or letters of credit must also be endorsed by the surety or sureties.
Names of endorsers shall also be typed immediately below the signatures.
SECTION VI.
Maintenance Bond
The Contractor shall guarantee all materials and work performed for a period of two (2) years
from the date of completion. The Contractor warrants and guarantees for a period of two years
from the date of completion of the project that all items performed are free from defects due to
faulty materials or workmanship and the Contractor shall promptly make such corrections as
may be necessary by reason of such defects including the repairs of any damage to other parts
of the project resulting from such defects. The Township will give notice of observed defects
with reasonable promptness. In the event that the Contractor should fail to make such repairs,
adjustments, or other work that may be necessary by such defects, the Township may do so
and charge the Contractor the costs thereby incurred. The Maintenance Bond shall remain in
full force and effect through the guarantee period. Said Bond shall be supplied at completion of
the project and after passage of the final inspection for a two (2) year period in the amount of
ten percent (10%) of the construction cost, specifying the HINCKLEY TOWNSHIP and the
BOARD OF HINCKLEY TOWNSHIP TRUSTEES as the protected parties.
SECTION VII.
Securities Approval:
The Board of Hinckley Township Trustees shall determine the sufficiency of all securities. All
bonds filed pursuant to this bid offer shall be issued by a surety company authorized to conduct
business in this state as surety, approved by the Board of Hinckley Township Trustees.
SECTION VIII.
Other Costs and Requirements:
Bids must include all costs of furnishing labor, materials, equipment, supervision, coordination,
and all other things necessary for the full and complete performance of the project and all costs
of fulfilling the requirements of laws, rules, and regulations pertaining thereto. The following is a
partial list of ancillary contract costs and requirements. Said list is provided for the convenience
of Bidders, to assist in their inclusion of all components of costs and fulfillment of all
requirements, though this list does not recite all such costs and requirements.
1. Bids must include the cost of all required bonds.
2. Bids must include the cost to procure all permits and licenses, to pay all charges, fees

and taxes, and to provide all notices necessary and incidental to the due and lawful
prosecution of the Work.
3. Bids must include the cost of insurance coverage of the type and at least in the amounts
set forth in the specifications and bid provisions.
4. Medina County is exempt from all sales, excise, and transportation taxes, with the
exception of State of Ohio motor fuel tax. Bid prices shall exclude all such taxes.
SECTION IX.
Liability:
The Contractor shall comply with all provisions of the laws and rules of the Ohio Bureau of
Workers Compensation covering all operations under the Contract whether performed by the
Contractor or its subcontractor. Contractor will agree to provide workers compensation
coverage on all employees utilized under this Agreement, as required by Ohio law, or to see that
such coverage is provided by any subcontractor utilized. Contractor further will agree to hold
the Township harmless and indemnify and defend the Board of Hinckley Township Trustees,
officers, employees, and agents against any claim for damages raised against them as a result
of Contractors failure to provide or assure such coverage.
The Contractor shall provide general liability insurance while work is in progress and during the
time the contract is in effect. The amount of coverage shall be a Minimum of ONE MILLION
DOLLARS ($1,000,000) property damage and ONE MILLION DOLLARS ($1,000,000) bodily
injury.
The Contractor shall provide comprehensive automobile liability insurance for all owned, nonowned, and hired vehicles. The amount of coverage for each occurrence shall be a Minimum of
ONE MILLION DOLLARS ($1,000,000) property damage and ONE MILLION DOLLARS
($1,000,000) bodily injury.
A Certificate of Liability Insurance must be submitted to the Board of Medina County
Commissioners and made an attachment to the successful bid prior to the execution of the
contract agreement. Said Certificate of Liability Insurance shall name Hinckley Township, the
Board of Hinckley Township Trustees, and The Medina County Engineer as additional
insureds.
The Contractor shall be liable for all amounts including that in excess of the insurance, if any,
and the Contractor shall agree, in writing, to hold the Township and Medina County harmless
from all claims of damages resulting from the work undertaken.
Should Contractors policy of liability insurance be canceled or subject to reduction of coverage,
Contractor will immediately notify the Engineer of such cancellation or reduction and shall use
its best efforts to obtain the level of coverage required by this Contract. The inability of
Contractor to obtain such replacement coverage may warrant the immediate suspension of this
contract, at the sole discretion of the Township.
SECTION X.
Personal Property Taxes:
Hinckley Township, prior to entering into a formal contract with the successful bidder will
receive from the contractor, a signed affidavit stating their personal property tax liability to

Medina County. This form shall be included in this package.


SECTION XI.
Factors for Acceptance or Rejection of Bids:
1. Pursuant to Ohio Revised Code 307.90 (A), a contract shall be awarded to the lowest
and best Bid.
2. Any Bid which is incomplete, conditional, obscure, or which contains additions not
called for or irregularities of any kind, may be rejected.
3. The Township reserves the right to reject any and all Bids, and also the right to
waive any informality in the Bid. The Township has the right to postpone the decision
to award a contract for up to forty five (45) days.
4. No contract shall be awarded to any person, firm, or corporation that is in arrears
or is in default to the County upon any debt or contract, or that is in default as surety
or otherwise upon any obligation to the County, or that has an unresolved finding of
recovery with the State Auditor, or has been debarred Medina County from
consideration for contract awards.
SECTION XII.
Precautions:
All Bidders should take the following precautions in preparing their bid:
1. Sign and fill out each proposal completely. Only bid documents filled out with
permanent marking instruments (i.e., pen or typewriter) will be considered in awarding
of the contract. Bid document totals and signatures completed with pencil will not be
read or accepted.
2. Make sure the bid guarantee is properly executed and signed.
3. Where a guaranteed bond is utilized, make sure it is properly executed and signed by
both the surety and the bidder, with the names of the parties signing typed
immediately below their signatures; affix any corporate seal.
4. Make sure that the agent of the surety bonding company can furnish on demand.
a. Credentials showing his power of attorney.
b. Certificate showing the legal right of the company to conduct business
in the State of Ohio.

5. Make sure that your bid is properly time and date stamped by a representative
of the Township prior to time and date listed in the Notice of Bid.
SECTION XIII.
Domestic Use Requirements: Load Bearing Structural Steel

DOMESTIC STEEL USE REQUIREMENTS AS SPECIFIED IN SECTION 153.011 OF THE


REVISED CODE APPLY TO THIS PROJECT. COPIES OF SECTION 153.011 OF THE
REVISED CODE CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE DEPARTMENT
OF ADMINISTRATIVE SERVICES.
SECTION XIV.
Interpretations of Bidding Documents:
Bidders shall promptly notify the Medina County Engineer Office through Dan Becker, Project
Coordinator, (330) 723-9655, of any ambiguity, inconsistency or error which he may discover
upon examination of the bidding documents. Bidders requiring clarification or interpretation of
the bidding documents shall make a written request to the Engineer, prior to the date of bid
opening.
Any written interpretation, correction or change of the bidding documents will be made by
addendum. Interpretations, corrections or changes of the bidding document made in any other
manner will not be binding, and the bidders shall not rely upon such interpretations, corrections
and changes.
SECTION XV.
Minimum Wages:
Wages are to be paid to all labor employees on this contract in accordance with O.D.O.T.
C.M.S. Item 108.10 and the Ohio Department of Commerce, Division of Labor and Worker
Safety, (Exhibit F).
The Engineer is required by law to conform to Ohio Laws with regard to prevailing wage rates.
No final payment shall be made until the Prime Contractor and his Sub-contractors have proven
conformity. This, at a minimum, shall consist of completed prevailing wage payroll statements
and final certified affidavits stating wages have been paid. They shall be supplied by the Prime
Contractor and all Subcontractors.
Prevailing Wage Coordinator:

Colleen Swedyk
1410 Ridge Road
Hinckley, Ohio 44233
(330) 278-4181

The Contractor agrees to provide the Township with full and complete documentation of
payment of prevailing wages to all employees of the Contractor and of its subcontractors
governed by Prevailing Wage law.

The Contractor further agrees to stay informed of applicable prevailing wage rates and to
immediately inform all its subcontractors and the Township of such changes. The Contractor
agrees to defend and indemnify the Township, its elected officials, agents and employees,
against all claims, actions, demands, judgments, settlements, damages, liabilities, losses, and
costs of any kind, including, but not limited to, reasonable fees of attorneys and experts, arising
from or related to the Contractors failure to inform its subcontractors of changes in prevailing

wage rates.
SECTION XVI.
The successful contractor will bill the Township for the items included in this bid.
Retainage requirements as detailed in the contract shall be followed in order to process
invoices.
Invoices shall itemize actual quantities of materials used in the same form as the Contractor's
Bid Blank.
Completed invoices will be addressed to the Hinckley Township Trustees and sent directly to the
Township Fiscal Officer.
Approved invoices will be forwarded to the Township Trustees for payment.
The Township will attempt to remit payment of approved invoices directly to the Contractor
within 30 days of the date that the invoice is received by the Township.
INVOICE:

HINCKLEY TOWNSHIP BOARD OF TRUSTEES

MAIL COMPLETED INVOICES AND CORRELATED DOCUMENTATION, I.E. TICKETS,


AFFIDAVITS, PAYROLL RECORDS, ETC. TO:
Hinckley Township Fiscal Officer
Colleen Swedyk
1410 Ridge Road
Hinckley, Ohio 44233
(330) 278-4181

[EXHIBIT A]
T.H. 308 GALILEE OVAL INTERSECTION
IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08

in Hinckley Township
Medina County, Ohio
FORM OF BID GUARANTEE / PERFORMANCE BOND
"KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
as principal
and
sureties,

as

are hereby held and bound unto Hinckley Township Trustees as obligee in the penal sum of
the Dollar Amount of the bid submitted by the principal to the obligee on
__________________to undertake the project known as T.H. 308 GALILEE OVAL
INTERSECTION IMPROVEMENT PROJECT . The penal sum referred to herein shall be the
Dollar Amount of the principals bid to the obligee, incorporating any additive or deductive
alternate proposals made by the obligee. In no case shall the penal sum exceed the amount of
_________________________ DOLLARS. (If the foregoing blank is not filled in, the penal sum
will be the full amount of the principals bid, including alternates. Alternatively, if the blank is
filled in, the amount stated must not be less than the full amount of the bid including alternates,
in dollars and cents. A percentage is not acceptable.) For the payment of the penal sum well
and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors,
administrators, successors, and assigns.
Signed this _______________ day of _________________, 20____.
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that whereas the above-named
principal has submitted a bid for T.H. 308 GALILEE OVAL INTERSECTION IMPROVEMENT
PROJECT . NOW, THEREFORE, if the obligee accepts the bid of the principal and the principal
fails to enter into a proper contract in accordance with the bid, plans, details, specifications, and
bills of material; and in the event the principal pays to the obligee the difference not to exceed
ten percent (10%) of the penalty hereof between the amount specified in the bid and such larger
amount for which the obligee may in good faith contract with the next lowest bidder to perform
the work covered by the bid; or in the event the obligee does not award the contract to the next
lowest bidder and resubmits the project for bidding, the principal pays to the obligee the
difference not to exceed ten percent (10%) of the penalty hereof between the amount specified
in the bid, or the costs, in connection with the resubmission of, printing new contract
documents,required advertising, and printing and mailing notices to prospective bidders,
whichever is less, then this obligation shall be null and void, otherwise to remain in full force and
effect; if the obligee accepts the bid of the principal and the principal within ten (10) days after
the awarding of the contract enters into a proper contract in accordance with the bid, plans,
details, specifications, and bills of material, which said contract is made a part of this bond the
same as though set forth herein;
Now, also, if the said

shall well and faithfully do and perform the things agreed by The Hinckley Township Trustees,
Medina County, Ohio to be done and performed according to terms of said contract; and shall
pay all lawful claims of subcontractors, material men, and laborers, for labor performed and
materials furnished in the carrying forward, performing, or completing of said contract; we
agreeing and assenting that this undertaking shall be for the benefit of any material men or
laborer having a just claim, as well as for the obligee herein; then this obligation shall be void;
otherwise, the same shall remain in full force and effect; it being expressly understood and
agreed that the liability of the surety for any and all claims hereunder shall in no event exceed
the penal sum amount of this obligation as herein stated.
The said surety hereby stipulates and agrees that no modifications, omissions, or additions, in
or to the terms of the said contract or in or to the plans or specifications therefore shall in any
wise affect the obligations of said surety on its bond.
_______________________________
(Contractor)
By: ___________________________
_______________________________
(Surety)
_______________________________
(Address of Surety)
_______________________________
By: ___________________________
Attest: _______________________
_______________________________
(Address of Agent)

[EXHIBIT B]

T.H. 308 GALILEE OVAL INTERSETION


IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08
in Hinckley Township
Medina County, Ohio
STATEMENT OF BIDDER RESOURCES AND EXPERIENCE
The Bidder, in order to secure consideration of his Bid, will here submit a statement of work
performed similar to that to be done under this proposed contract. He will further mention the
larger items of his equipment and organization. He is further invited to submit evidence of his
financial ability to perform the work by the stipulated completion date(s).

[EXHIBIT C]
T.H. 308 GALILEE OVAL INTERSECTION
IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08

in Hinckley Township
Medina County, Ohio
NON-COLLUSION AFFIDAVIT
STATE OF OHIO

COUNTY OF ____________) ss.


, being first duly sworn, deposes
and says that he/she is _________________________________ of (Sole Owner, Partner,
President)
__________________________________________, the party making the foregoing proposal
or bid; that such bid is genuine and not collusive or a sham; that said bidder has not colluded,
conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham
bid, or that such other person shall refrain from bidding, and has not in any manner, directly or
indirectly, sought by agreement or collusion, or communication or conference, with any person,
to fix the bid price of affiant or any other bidder, or to fix any overhead, profit or cost element of
said bid price, or of that of any other bidder, or to secure any advantage against the Hinckley
Township Trustees or any person or persons interested in the proposed contract, and that such
bidder has not, directly or indirectly, submitted this bid, or the contents thereof, or divulged
information or data relative thereto to any association or to any member or agent thereof.
____________________________
Affiant
Sworn to and subscribed before me this day of
_______________, 20 __ .
__________________________________ Notary Public in and
for

(seal)

_______________ County, State of Ohio

My commission expires _________________

[EXHIBIT D]
PERSONAL PROPERTY TAX VERIFICATION AFFIDAVIT
Now comes the bidder,

upon a competitive bid for


on the

day of

, 2015, and

first being duly sworn deposes and says that he / she / it


(was or was not)
charged at the time the bid was submitted with any delinquent personal property taxes on the
general tax list of personal property of Medina County.
(If applicable), the amount due and unpaid delinquent personal property tax
$

. Further Affiant Sayeth Naught.

(signature)

(title)

Sworn to before me this

day of

, 2015

(Notary Public, State of Ohio)


My Commission expires:
(THIS AFFIDAVIT MUST BE COMPLETED BEFORE A CONTRACT MAY BE ENTERED INTO
UNDER OHIO REVISED CODE CHAPTER 5719.042)

[EXHIBIT E]

INDEPENDENT CONTRACTOR INDEMNIFICATION CLAUSE


The contractor and the owner mutually agree that the relationship formed by this agreement is
intended to be that of customer and independent contractor, and is not an employment
relationship. The contractor hereby represents that it is not an entity over whom the National
Labor Relations Board has ever declined jurisdiction.
The contractor further agrees and covenants that, should a safety issue or complaint arise from,
or involving, an employee, agent or representative of the contractor; the contractor will
indemnify and hold the owner harmless, and will assume all legal and financial responsibility for
said issue or complaint including, but not limited to, all fines, fees, costs, corrective action,
provision of equipment, training and administration.
The contractor further agrees and covenants that, should a safety related issue, suit, or
complaint be filed against the owner by an employee, agent, or representative of the contractor,
the contractor will pay all associated costs of the owner, as the owner deems necessary, in
order to defend, correct, or resolve said issue or complaint.

Signed:
Contractor

Date

BID SUMMARY

T.H. 308 GALILEE OVAL INTERSECTION


IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08
IN
HINCKLEY TOWNSHIP
MEDINA COUNTY, OHIO

TOTAL AMOUNT BID:

COMPANY NAME:_____________________________
SUBMITTED BY:_______________________________
COMPANY TITLE:______________________________
ADDRESS:_____________________________________
ZIP:
TELEPHONE: (
DATE:

T.H. 308 GALILEE OVAL INTERSECTION


IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08
In
Hinckley Township, Medina County, Ohio

Engineer's Estimate

$ 77,810.00

Submitted By:

____________________________________________
Michael J. Salay, P.E., P.S.
Medina County Engineer

Date:

___________________________

SUPPLEMENTAL SPECIFICATIONS
T.H. 308 GALILEE OVAL INTERSECTION
IMPROVEMENT PROJECT
OHIO PUBLIC WORKS PROJECT NO. CIZ08
FOR THE
MEDINA COUNTY HIGHWAY DEPARTMENT
BY
MICHAEL J. SALAY, P.E, P.S.
MEDINA COUNTY ENGINEER
I. PROJECT SCOPE
Said improvement will involve the removal of the existing concrete intersection & ditch enclosure
and installation of 9 non-reinforced concrete intersection including ditch enclosures, catch
basins, footer drains, driveway apron and general excavation involving ditching and fine
grading, stipulated traffic control in accordance with the specifications and accompanying
construction drawings to all aspects of the improvement.
II. PROJECT STARTUP/COMPLETION
This project is partially funded by the Ohio Public Works Commissions (OPWC). Prior to the
award of the contract, OPWC must approve the lowest and best bidder for construction. The
approval process is expected to take approximately 10 working days.
Work shall be completed to the satisfaction of the Township by June 26th, 2015. Should the
Project not be completed by June 26th, 2015, the Contractor may be subjected to liquidated
damages at the rate specified in ODOT 108.07 in addition to the costs incurred by Medina
County Engineers or Hinckley Township for inspection supervision and other related engineering
expenses.
Any request for extension of the completion date must be made by the Contractor, in writing,
fifteen (15) days prior to the original completion date. The Contractor shall state reasons for
and the number of days requested for the extension. The Contractor shall supply sufficient proof
of the need for extension such as diary of days lost due to extraordinary weather, extra work
authorized by Hinckley Township Trustees, and/or circumstances beyond his control. The
Township will only consider an extension of completion after receiving a written request.
Extension of the completion date shall only be given upon the approval of the Hinckley
Township Board of Trustees.
Delays caused by Contractor scheduling conflicts and Contractor ordering of materials will not
be considered as grounds for extension approval.
III. SPECIFICATIONS & TERMS
The Construction & Material Specifications of the State of Ohio, Department of Transportation
(CMS) January 1, 2013 Edition, excluding Sections 102 and 103 titled "Bidding Requirements
and Conditions" and "Award and Execution of Contract" shall serve as standard specifications
for the contract awarded hereunder.

Said Construction & Material Specifications are referenced herein as the Standard
Specifications. Requirements, terms, conditions and covenants of the Contract, Instructions to
Bidders, Supplemental Specifications, and Bid Documents shall control over conflicting terms
found in the Standard Specifications. Wherever in the contract documents reference is made to
the CMS, the provisions of the referenced Item shall have the full force and effect as if rewritten
herein. However, the method of measurements, basis of payment, and pay items shall be
directed in the material specifications or bid proposal forms. The Contractor shall be
responsible for providing his own copy of the CMS.
Wherever the following terms appear in the Standard Specifications, said terms shall have the
following meaning:
A.

The terms "State", "State of Ohio", "Department", and "Department of Transportation"


refer to the County, acting through its Board of Trustees .

B.

The terms "Director", "DCE", "DDD", and "Engineer" refers to the County Engineer.

C.

The term "Engineer" refers to the County Engineer, or to his duly authorized
representative.

D.

The term "Laboratory" refers to such testing laboratory or consultant as shall be


designated by the County Engineer or by the County Engineer's duly authorized
representative.

A numerical designation for an "Item" referenced herein refers to the description of said Item
number as provided by the Standard Specifications.
Bidders are specifically referred to the definitions provided by section 101.03 of the Standard
Specifications. Any undefined trade and technical words and terms shall be deemed to have
the meaning established by trade usage in the highway/bridge construction and civil engineering
consultation business.
All work and materials furnished shall conform to CMS, unless otherwise indicated in the
construction plans or as directed by the Medina County Engineer. Materials and/or products
used for this project shall have their specifications submitted to the Project Coordinator at the
pre-construction meeting for review.
IV. OTHER CONTRACTOR DUTIES
In addition to the duties cited by the Standard Specifications and elsewhere in these bid
documents, the Contractor has the following duties:
A.

The Contractor shall diligently protect and preserve all stakes, marks, bench marks and
monuments set or used by the County, and shall be responsible for securing there
from the proper lines, grades and levels for the structures to be built. All necessary
control lines and grades will be given to the Contractor by the Engineer. The County
Engineers Office will provide construction staking as needed by the Contractor. There
will be no cost to the Contractor, if proper advance notice (5 working days) is given.
Request for construction staking can be made through the Project Coordinator, Dan
Becker (330) 723-9655. If it is necessary to reset any stakes which have been
disturbed, the Contractor must pay the Engineer all such costs of re-staking at the rate of
Two-Hundred Dollars ($200.00) per hour.

B.

At least two working days prior to commencing construction operations in an area


which may involve underground utility facilities, the Contractor shall notify the Project
Coordinator, the Ohio Utility Protection Service (OUPS) (1-800-362-2764), the Oil and
Gas Producers Underground Protection Services (OGPUPS) 1-800-925-0988 and the
owners of each underground utility facility, to allow surface marking of facility locations.

V. INSPECTION
The Township and duly authorized assistants and agents, shall have, at all times, immediate
access and right to enter upon the work site and other work premises occupied by the
Contractor. The Contractor shall provide safe and proper facilities for permitting such entrance
and for inspecting and testing purposes. Subcontractors shall have similar obligations imposed
by subordinate contracts. Suppliers shall allow access for inspection and/or testing for materials
being utilized as part of the contract. The Contractor shall furnish the County Engineer with all
reasonable facilities for ascertaining that the materials and work are in accordance with the
requirement and intention of the specifications and contract, even to the extent of uncovering or
removing portions of finished work.
The Contractor shall give definite information, at any time, as to the place from which, or
persons from whom, any material is being or will be procured. All materials to be used may be
subjected to such tests as the Engineer may require to assure that such materials conform, in
all respects, to the requirements of the Specifications, or that they are equal in quality to
samples submitted by the Contractor. All materials which do not conform to such requirements
shall be rejected, and the Contractor shall remove such rejected materials from the vicinity of
the work within twenty-four (24) hours thereafter. All material used on the project must be
available for inspection by the County Engineer's Inspector at least forty-eight (48) hours before
installation.
The inspection and supervision of the work and materials by the Board of Township Trustees,
assistants, and inspectors is intended to aid the Contractor in accomplishing the fulfillment of
duties and obligations under the contract, but such inspection and supervision shall not relieve
the Contractor from contract obligations, absent written waiver by the Board of Trustees.
Defective work shall be made good and unsuitable materials may be rejected, notwithstanding
that such work and materials have been previously overlooked by the Board of Township
Trustees and accepted for payment. If the work, or any part thereof, is found, at any time before
the acceptance of the whole work and for the period of the Maintenance Bond thereafter, to be
defective, or to contain defective materials, the Contractor shall make good such defects under
the direction of the Board of Township Trustees.
The Contractor shall schedule inspection a minimum of twenty-four (24) hours in advance of the
performance of the respective work. At the pre-construction meeting, the Board of Township
Trustees & the Contractor will provide each other with phone numbers and names of a contact
person and inspectors. The Contractor shall inform the Board of Township Trustees of his work
schedule and the hours that work will be performed. The Board of Township Trustees shall
approve the Contractor's schedule and hours of operation before the Contractor may
begin work.
When work is scheduled and the Contractor desires to change the approved schedule, the
Contractor shall contact the Township's inspector at or before 7:00 a.m. of the scheduled Work
date to cancel or adjust the hours of inspection. If the Contractor fails to contact the County
Engineer's inspector as stated above or if the notice is within two (2) hours of the scheduled
inspection and is insufficient to cancel attendance by the Townships inspector, the Contractor
may be charged for two (2) hours of inspection time at the rate of fifty (50) dollars per hour.

VI. CHANGES IN QUANTITY OF WORK


The quantities of work, as given in the Estimated Quantities are approximations only.
The Hinckley Township Board of Trustees shall have the power to alter by increasing,
decreasing or deleting the quantities of work to be done, either before or after the
commencement of construction.
If such change involves the reduction or omission of any material or work called for by the
original plans or specifications, there shall be no right with the Contractor for any claims for
losses or damages, or for loss of profit, growing out of such omission. If any such change
involves additional material or labor, upon which the price is fixed in the Contract, that price shall
govern.
Any such change shall in no way relieve the Contractor of or affect any of the obligations
hereunder.
VII. NIGHT, SUNDAY & HOLIDAY WORK
No work requiring the presence of the Township's inspectors will be permitted from 7:00 p.m.
through 7:00 a.m. or on Saturday, Sunday or Holidays, except in a case of an emergency, and
then only to such an extent as is absolutely necessary and by written permission approved by
the Township. This clause shall not prohibit the performance of work by workmen organized for
the regular continuous night work and working on only such work as the Township believes may
be performed satisfactorily at night.
VIII. SUBCONTRACTING
All Subcontractors must be approved by the Board of Township Trustees. The Contractor shall
submit a written list of Subcontractors and Suppliers that he intends to use to the Township prior
to the award of the bid. The list shall include contact name, address, cell number and office
contact information.
IX. CHANGE ORDER
No deviations from the plans and specifications set forth herein shall be authorized unless done
so in writing, signed by the Engineer and approved by the Hinckley Township Trustees
specifying the exact cost of such change prior to the work being done.
X. PAYMENT
Payment(s) shall be made in conformity to Chapter 153 of the Ohio Revised Code.
A major portion of the funding for this project is through a request for financial assistance
approved by the Ohio Public Works Commission as Project No. CIZ08.
Payment(s) to the Contractor will be shared proportionately by the Ohio Public Works
Commission and the Township, each paying its part of an approved invoice(s) in the
participation percentage contained in the project agreement between the Township and the
Public Works Commission.

The Contractor will receive a State payment through an electronic direct deposit procedure and
a separate payment by check remitted by the Township for each invoice (Disbursement
Request) submitted to the County Engineer for payment. See Section XV, Payment in your
Instructions to Bidders included in the Bid Package.
The Contractor shall submit prevailing wage & payroll records with all bills for County Engineer
review. The Township portion of the billing WILL NOT be paid without said records approved
prior to each bill submitted.
The Contractor is cautioned that Requests for Disbursement will be accepted no more than
once every 30 days by the Ohio Public Works Commission.
XI. PRE-CONSTRUCTION MEETING
Shortly after the contract is awarded, a pre-construction conference will be arranged to discuss
the scheduling and performance of the work. The prime Contractor and each of his
Subcontractors shall attend the conference. The prime Contractor shall provide at the preconstruction meeting a list of the products to be used, Subcontractor names & contact
information, and a construction progress schedule. The Contractor shall also submit bridge load
rating analysis (if applicable) at this meeting for the Engineer's review.
XII. PRE-BID INQUIRIES
Any questions regarding this project or the contents of these bid specifications should
be directed to:
Dan Becker, Project Coordinator
Medina County Engineers Office
791 West Smith Road
Medina, Ohio 44256
Office : (330) 723-9655
Cell : (330) 350-1682
XIII PAYROLL RECORDS/PREVAILING WAGE RATES
The Township is required to conform to Ohio Laws (4115.07 ORC) with regard to minimum wage
rates. Therefore, those requirements set forth in Item 108.09 shall govern this Project. No final
payment shall be made until the Contractor has proved conformance. This, at minimum, shall
consist of completed prevailing wage payroll statements and final certified affidavits stating
wages have been paid. They shall be supplied by the Prime Contractor and all his Subcontractors and mailed with invoices to the Fiscal Officer.
EXCEPTIONS TO OHIO DEPARTMENT OF TRANSPORTATION SPECIFICATIONS:
XIV. BASIS OF PAYMENT: MATERIAL QUANTITIES
A.

The basis of payment for supplemental No.411 berm aggregates shall be the
actual number of tons used to complete each proposal.

B.

The basis of payment for ODOT Item 448 shall be the actual number of
cubic yards applied to the Project.

C.

The basis of payment for ODOT Item 452 shall be the actual number of square
yards applied to the Project.

D.

The accumulated quantities of each material used to complete these individual


operations shall be totaled and tabulated by proposal. Payment will be the Unit
Cost Bid times the quantity of material ticketed and approved to complete each
proposal.

E.

Said Unit Price and payment shall be full compensation for furnishing and placing
all materials unless otherwise noted.

F.

Payment to the Contractor will not exceed the total amount awarded for the work
to be performed.

G.

Quantities included on final invoices will be subjected to approval by the County's


Inspector. Comparison of Contractor and Inspector's construction records is
strongly suggested prior to invoice preparation and submittal.

XV. BID QUANTITIES


The quantities indicated on the attached bid forms are estimated and based on average rates
from past experience during similar work. These rates are indicated on the attached
Contractor's Bid Blanks. At no time shall final application rates exceed those specified on the
Contractor's Bid Blanks. Allowances for additional labor and/or materials caused by unforeseen
circumstances may be made through formal addendum by the Hinckley Township Board of
Trustees under the authority granted them in Section 5555.69 of the Ohio Revised Code prior to
the work being performed.
XVI. MAINTENANCE BOND
The Contractor shall guarantee all materials and equipment furnished and work performed for a
period of two (2) years from the date of completion. The Contractor warrants and guarantees
for a period of two years from the date of completion of the project that all items performed are
free from defects due to faulty materials or workmanship and the Contractor shall promptly
make such corrections as may be necessary by reason of such defects including the repairs of
any damage to other parts of the project resulting from such defects. The Owner will give notice
of observed defects with reasonable promptness. In the event that the Contractor should fail to
make such repairs, adjustments, or other work that may be necessary by such defects, the
Owner may do so and charge the Contractor the cost thereby incurred. The maintenance bond
shall remain in full force and effect through the guarantee period. Said bond shall be supplied at
completion of the project and after passage of the final inspection for a two (2) year period in the
amount of ten percent (10%) of the construction cost, specifying the Hinckley Township and
Hinckley Township Trustees as the protected party.
XVII. MATERIALS
A. BITUMINOUS HOT MIX(S)
Bituminous Hot-Mixes material specified shall meet the general requirements of
Item 441 designed for Type 1, medium traffic volumes.

1. Aggregates & Materials:


All aggregates used in the top course of Item 448 will be crushed
limestone and will conform to 703.05. The use of either recycled
aggregates or pavement grindings in the top course plant mix is
prohibited.
Bituminous material using these plant mixes will be PG 64-22 for Item 448.
The general requirements of Section 401 of the "Ohio DOT Construction and
Material Specifications, January 1st, 2010 edition shall apply to Item 448
designed for medium traffic volumes
2. Item 448 :
Mix composition will be approved by the County Engineer after examination of
the JMF the Contractor proposes to use. RAP (Recycled Asphalt Pavement)
will be permitted in the mix design only when approved by the Engineer.
3. Preparing Existing Surface:
Power brooming should be sufficient preparation for all portions of the bituminous
surfaces being resurfaced.
The cleaned surface will be tacked pursuant to Item 407 included in the
accompanying bid blanks prior to resurfacing.
The Contractor will be required to string the edge of any course where his
operator is unable to produce a continual straight pavement edge satisfactory to
the County Engineer.
4. Application and Finishing:
Pavement mixture shall be spread and finished in accordance with 401.15. Item
448 will remain based on the actual number of cubic yards applied using a
volume conversion factor derived from the yield of the specific type of asphalt
produced stipulated by its approved JMF.
The spreading operation shall be achieved through the use of a full-size, selfpropelled electronically controlled screed paver per 401.12 having a basic heated
screed width of 10 feet, adjustable hydraulic side extensions, and proper overall
size and weight to maintain uniform profile grade and continual material
placement. The longitudinal joint from any one day's resurfacing shall NOT
remain open for more than 24 hours. Any accumulated stone against said joint
shall be power-broomed away before the joint is closed.
All feathered edges shall be sealed with an AC band at least 4 inches wide
squeegeed 2 inches on either side of the edge (i.e., transverse joints, feathered
edges, and in contact with any concrete surfaces).

5. Rolling:
Rollers shall conform with 401.13 and there will be a minimum of two rollers
incorporated in the paving train. Additional rollers may be necessary should the

speed of the resurfacing warrant. Rollers may be steel tandem or a


combination of pneumatic tire and steel tandem at the discretion of the
Contractor.
Compaction of the mixture shall be in accordance with 401.16. Rolling may
be delayed to avoid excessive lateral displacement in deeper thicknesses
of the overlay if directed by the Township. Final rolling shall be continued
until roller marks are eliminated.
B. ITEM 407 BITUMINOUS TACK
1. Bituminous material used in Item 407 (SS-1 Tack Coat) will be refined from
asphaltic base crude. Specified liquid will be used as stipulated on individual
bid blanks and shall conform to 702.04).
C. ITEM 255 9' MS NON-REINFORCED CONCRETE PAVEMENT
This work consists of constructing a non-reinforced portland cement concrete pavement
on a prepared surface as indicated in the construction plans. The requirements of Items
499, 451 & 452 apply.
General:
Concrete pavement, including the mixing, placing, finishing, curing and protection of
same, shall conform to the specification of the State of Ohio Department of
Transportation Construction and Material Specifications (2013).
As Galilee Oval is a dead end subdivision street, The Contractor shall submit a
proposed traffic pattern plan for review prior to removal of any concrete pavement.
The Contractor shall keep all existing and proposed pavements clear of mud, debris,
and oils and keep the right-of-way clear of equipment and materials. Traffic Control on
existing roads shall be maintained according to the plans and The Ohio Manual of
Uniform Traffic Control Devices.
No traffic shall be permitted on the concrete pavement until testing indicates that a
minimum modulas of rupture of 400 psi has been obtained. During this time the paving
contractor shall provide adequate barricades as directed by the Medina County
Engineer.
Joint Sealing must be completed and approved by the Medina County Engineer before
the road is open to any traffic.
A concrete JMF MUST be submitted at least 2 weeks prior to planned replacement for
review and approval. No work shall begin until approval has been given.

Materials:
Concrete
Curing Materials (Liquid)
Preformed Joint Filler
Joint Sealer (Hot Applied)

499
705.07 (@ minimum 1 Gal/150 ft)
705.03
*See Note

*Joint Sealer material shall meet ASTM D3405 and SS-S-1401c. This material shall be
Crafco-Roadsaver 221 or W.R. Meadows Hi-Spec Polymeric Joint Sealing
Compound or approved equal.
Concrete Mixture:
Class Medina C (per Cubic Yard)
No.57 Limestone
No.8 Limestone
Fine Aggregate
Cement Type 1
*Polypropylene Fibers
Water
Entrained Air
Slump-Maximum

1,200 lbs.
500 lbs.
1,315 lbs.
800 lbs.
1.5 lbs.
Max. Water-Cement Ratio 0.43
4% to 8%
3 **

No changes shall be made to this Mix Design without prior approval of the Medina
County Engineer.
*Polypropylene Fibers shall be in fibrillated-network form made of virgin materials with
minimum 1 1/2 fiber length.
**The use of plasticizers and water reducers may be used if prior approval is given by
the Engineer.
Pavement Joints:
All new pavement joints shall be constructed as a duplicate of the former pattern unless
an alternate layout is given or approved by the Township Trustees. Joints shall be
sawed as soon as the saw can be operated without damaging the new concrete surface.
Longitudinal Joints shall be on the centerline of the pavement unless otherwise directed.
If the longitudinal joint is formed between separately placed lanes, a reservoir for sealing
material shall be constructed to a minimum depth of 2 or one-fourth the pavement
thickness by sawing. 5/8 by 30 tiebar (epoxy coated steel rebar) placed at 24
centers shall be used along longitudinal joints.
Contraction Joints shall be uniformally spaced and slabs shall be square whenever
possible. Maximum joint spacing shall be (14) feet for (9) inch thick pavement. If
rectangular slabs are required, one dimension should never exceed the other by more
than 1.5 times. Joints should have a minimum depth of one-fourth the pavement
thickness and joints should be continuous and extend through integral curbs.

Construction Joints shall be built whenever work is suspended for a period of time
exceeding (30) minutes, or in substitution of any contraction joint as specified to end a
day's work. Epoxy coated smooth dowels shall be used in construction joints in all
pavements. The joint shall be formed by using adequate that will provide a straight joint.
The bulkhead shall be shaped to fit the typical section of the pavement. Dowels shall be
held rigidly in position during placing of the concrete.
Expansion Joints shall be installed at the throat of all Cul-de-Sacs and at the radius
returns of all adjoining streets. The thickened edge expansion joint design shall be used
(see plans), when the ambient temperature falls below 40F (4C) additional expansion
joints are to be installed at 600'-1000' intervals.
All slabs to be removed will have construction joints around their perimeter
utilizing full depth saw cutting to avoid damage to adjacent edges during
removal. If existing pads are damaged, the contractor will saw a new joint at
their expense and pay for any extra concrete needed.
Expansion Bolt Joint:
Self-drilling anchors may be of the flush-end type or of the snap-off chuck-end type
conforming to Federal Specification No. FF-S325, Group III, Type (A) or except for the
outside diameter of the anchor. The hook bolt or alternate may be used to complete the
assembly.
Hook Bolts & Tie Bars:
Hook Bolt inserts shall be turned to a tight fit.
Tie Bars shall be 5/8 round, deformed bars, a satisfactory device shall be used to hold
the tie bars in proper position.
Tie Bars and Hook Bolt assemblies shall have a minimum strength of 11,000 pounds.
Monument Pins:
Where indicated on the plans, Install Monument, the contractor shall install monument
box as shown in the monument box detail. Monument box casting to be EJIW #2960 or
approved equal.
Underdrains:
Pipe Underdrains shall be installed along all pavement edges. Drains should outlet as
shown on the construction drawings and shall connect to culverts, manholes and catch
basins with a 6 core. Underdrains shall be constructed using perforated 4 corrugated
polyethylene smooth-lined pipe (per O.D.O.T. Item 707.33) with filter sleeves. Backfill
material shall be No.57 limestone.
Cold Weather Concreting:
When concrete has been placed in cold weather and the temperature may be expected
to drop below 35F., straw, hay, insulating blankets or other suitable material shall be
provided along the line of work. Whenever the air temperature may be expected to reach
the freezing point during the day or night, the material shall be spread over the concrete

deep enough to prevent freezing of the concrete. Concrete shall be protected from
freezing temperatures until it is at least five (5) days old. No concrete will be mixed,
placed, or finished after dark, unless an adequate and approved artificial lighting system
is operated. The subgrade or subbase upon which concrete is to be placed shall be
entirely free from frost when concrete is deposited. Concrete injured by frost action
shall be removed and replaced at the Contractor's expense. The contractor will not
pour concrete streets from November 15 to March 15, except by specified written
authorization.
The above notes are general guidelines for cold weather protection, actual requirements
and approval for paving under cold weather conditions shall be determined by the
Medina County Engineer or his duly appointed agent a minimum of 24 hours prior to
paving. These requirements shall be determined by the Medina County Engineer based
on existing weather conditions, existing ground temperature, concrete proportions (water
content, admixtures, etc.) and the weather forecast for the following five (5) days.
The ACI Manual of Concrete Practice, Section 306 Recommended Practice for Cold
Weather Concreting shall be used as a general reference for determining the
requirements to be imposed by the Medina County Engineer.
The County Engineer or his duly appointed agent shall have the opportunity to increase
or decrease any agreed upon requirements for cold weather paving based upon
changing weather conditions and forecasts.
D. Joint Sealer
1. Joint Sealer - Item 705.04, shall be hot applied into air-cleaned joints and be
composed of a homogenous blend of asphalt, rubber, inert material and suitable solvent.
Acceptable sealants would be either Crafco Roadsaver 221" or W.R. Meadows, HiSpec Polymeric Joint Compound) or equivalent. Sealer will be placed into crack only,
not on top of the pad.
2. Pre-formed elastomeric compression joint seals, 705.11 will NOT be allowed
E. Finishing
1. Before the concrete has taken its initial set, the outside edges of the slab shall be
tooled.
2. The concrete pavement surface shall be broom finished in the direction specified by
the Engineer.
F. Curing - (Item 451.10)
1. All exposed surfaces of the finished concrete pavement shall be sealed by spraying
an approved liquid membrane forming compound, 705.07 with a mechanical
sprayer at a rate not less than 1 gallon of compound for each 150 square feet of
surface treated. State application rate will be enforced

G. Opening To Traffic
1. Finishing equipment may be carried on previously placed lane of concrete after it has
been in place for at least (3) days or after specimen beams have reached a modulus of
rupture of 400 lbs. per square inch.
2. All other construction equipment and traffic will be kept from using the new concrete
until (7) days have elapsed, provided compressive strengths of 3,500 lbs. per square
inch or more are attained on test cylinders.
H. Pavement Testing
1. Testing of the concrete pavement will be performed by an independent testing
laboratory acceptable to the Contractor at the discretion of the Township Trustees.
2. Cost of said testing will be the responsibility of the Township.
3. Testing may include, but not limited to:
a. At Plant
(1) Air Entrainment
(2) Concrete slump
(3) Documenting mix proportioning
b. At Site
(1) Air Entrainment
(2) Concrete Slump
(3) Mold cylinders*
(4) Mold beams*
* Broken in independent testing laboratory

I. Construction Incidentals
1. All concrete work shall be sufficiently barricaded immediately after installation to
protect it from accidental damage.
2. The Contractor will be held responsible for any such vandalism due to his lack of
reasonable protection and will be expected to replace any damaged concrete at his cost.
3. The Contractor will be held responsible for all damages incurred in any adjacent
pavement or structures during removal of existing concrete pavements.
4. All sections will be poured in full at the end of the day with no construction joints.
5. Wash out of all concrete trucks is the responsibility of the contractor and may not
be washed out into previously prepared areas ready for concrete or catch basins.
6.

J. General Pipe Specifications


Bedding for all pipe shall be Class B granular material and shall be No. 8/57 limestone at
the discretion of the Contractor. Thickness of the bedding layer will be no less than 3" in
depth.
Premium aggregate backfill may be any of the following:
Loose graded No. 8, 67, or 57 limestone aggregate, free dropped in trench, hand
worked around pipe, and filled to grade.
Crushed limestone aggregate No. 9 (Screenings), Rap(Recycled Asphalt
Material),304,or 411 compacted by mechanical means in 6-inch lifts to grade.
LSM, Low Strength Mortar material, ready-mixed and poured into trench to grade
using a sand-cement mixture of current volumes not exceeding one and one-half
(1-1/2) sacks of cement per cubic yard of material made and conforming to Item
613.
The basis of payment for all conduits will be the actual lineal feet installed inplace including all earth or premium aggregate backfill materials to proposed
line and grade, trench excavation, coupling bands, pipe connections, aggregate
bedding & other incidentals. Item 611.16 will NOT be used as a method of
measurement or payment.
XVIII. ITEMS
A.

Item 201 Clearing and Grubbing


This Item shall include the removal of all trees, stumps, and brush areas that are
indicated on the site plan for removal, and/or those that conflict with construction. Any
trees not to be removed shall be protected from damage during construction. Any areas
shown on the cross sections to receive embankment are to have all vegetation and
topsoil removed prior to placing embankment. Topsoil may be stockpiled for later use
as per O.D.O.T. CMS Item 651, and redistributed as per O.D.O.T. CMS Item 652.
Stock Piling will be considered incidental to this item.

B.

Item 202 Enclosure & Existing Concrete Removal & Disposal


The existing enclosure & concrete intersection are to be removed by the Contractor.
Disposal of material on site will not be allowed unless prior approval is given by the
Engineer. Item 202 will include removal and stockpiling of any suitable material present
for reuse in Item 203 embankment
Mailboxes may need to be moved/removed temporarily while project is occurring.
The Contractor shall provide temporary mail boxes as directed by the Engineer.

C.

Item 203 Excavation and Embankment Construction


Borrow material used on the project shall conform to Item 203. The Contractor shall
make his own arrangements for obtaining suitable borrow material and be responsible
for all costs involved.

As soon as the Contractor knows his source of borrow material, the Engineer may make
arrangements with an independent test laboratory to determine the maximum dry weight
of the material and will establish the minimum percent of compaction that will be
enforced during embankment construction.
Embankment construction will be placed and compacted using density control. All such
testing will be scheduled by the Engineer through the Project Coordinator and all such
testing costs will be the responsibility of the Engineer.
No excavated material (excluding scalping waste) will be disposed of without permission
of the County; and all suitable material generated from excavation on site shall be used
for planned embankment to the full and complete extent of project requirements. When
this condition is satisfied, all remaining material is to be considered waste and shall be
disposed of by the Contractor.
D.

Item 503 / 703 Excavation for Poor Sub Grade


If poor soil conditions are encountered during grade excavation for the new intersection,
the Engineer may require additional excavation to place No. 1 & 2 limestone aggregate
to help provide stabilization beneath the proposed intersection. Payment for poor
subgrade excavation shall be per cubic yard. Placement of subsequent limestone
aggregate bedding shall be paid per Ton. Both the amount of limestone aggregate
bedding and poor subgrade excavation may be increased, decreased or eliminated at
the discretion of the Engineer.

E.

Item 410 Temporary Traffic Compacted Surface


This Item consists of furnishing and placing #304 crushed limestone (6 nominal
thickness) on the completed subgrade for a temporary traveling lane.
The Contractor will be paid according to the actual number of cu. yds. of compacted
surface under Items 410 complete-in-place as specified.

F.

Item 452 Non-Reinforced Portland Concrete Pavement with Fiber- 4000 psi
Class C Concrete with Center Tie Bar
The mix design is located in The Material section of specifications. Prior to paving, the
contractor shall provide a JMF for project. The approved JMF number will be verified
with each concrete ticket delivered to site. If the JMF number and project name do not
match, the contents of the truck will be rejected.
The concrete pavement shall be installed one lane at a time with the use of a slip
form paver to spread, consolidate, screed, and float-finish the freshly placed
concrete in one complete pass of the machine and with a minimum of hand
finishing to provide a dense and homogeneous pavement.

G.

Item 611 Ditch Enclosure


The proposed ditch enclosure(s) shall incorporate Smooth-Lined Corrugated Plastic
Pipe, per 707.33, installed to the lines, grades and backfill requirements specified per
plan.
Payment per lineal foot for each type of pipe installed will be full compensation
for the complete installation in-place including all earth or premium aggregate
backfill materials to proposed line and grade, trench excavation, coupling
bands, pipe connections, riser stack(s) to grade & aggregate bedding. Bedding
for all pipe shall be Class B granular material and shall be No. 8/57 limestone at
the discretion of the Contractor.
Thickness of the bedding layer will be no less than 3" in depth and if poor subgrade is
encountered, the Engineer and the Contractor will evaluate the situation and agree on a
depth and quantity (prior to installation) of bedding material needed. Item 611.16 will
NOT be used as a method of measurement/payment for this Item.

H.

Item 659 Seeding, Mulching & Nettting


All disturbed areas shall be Hydraulically seeded and straw mulched covered in
accordance to O.D.O.T. Item 659 using a Roadside Mixture, Class 2 Seed Mixture.
Areas to be netted are shown on the plan. Poor planting soils encountered resulting
from desired excavation and embankment construction should be subsidized with topsoil
prior to the seeding application. Payment to replace topsoil and properly prepare the
seed bed shall be included in the Unit Price Bid for Item 659.
Two (2) weeks after the seeding application is completed, an inspection of the project
will be conducted by the Engineer. All areas not germinated by that time will be
inventoried for restoration of the seedbed and re-seeding at the Contractor's expense.
Special reasons for re-seeding beyond the control of the Contractor will be taken into
consideration by the Engineer.

I.

Item 614 : Maintaining Traffic


Stony Hill Road & Galilee Oval may have a single lane closure during the working hours
of the project.
Construction warning signs shall conform to the attached construction drawings,
requirements of the Ohio Manual of Uniform Traffic Control Devices, and ODOT Manual
of Traffic Control for Construction and Maintenance Operations, Revision 21. Traffic
control devices shall be provided on suitable supports of sufficient strength and stability
and be reflectorized using Type G sheeting complying with the requirements of 730.19.
It is the responsibility of the Contractor to have the necessary traffic control devices and
flaggers on the work site prior to any work being done. Failure to do so is sufficient
cause for the Engineer to suspend work.

If there becomes an immediate safety concern that mandates action by the Engineer to
supply additional signs, barricades, etc., required of the Contractor, the Township will
invoice the Contractor for all such costs incurred plus a 50% penalty for its
inconvenience.
The Contractor must provide safe and continual access to all private drives. No drive will
be left impassable overnite for any reason. Steel plates, stone backfill or other means
will be required and approved by the Engineer prior to closing the project for the
evening.
XIX. TICKETING
Payment will depend on an accurate and disciplined collection of weight tickets
accumulated during the construction of individual Items to complete each
proposal.
Consequently, the County will require tickets for all materials delivered to the
project site.
Surplus portions of any material remaining in a truck at the end of the
completed day's work or proposal shall be re-weighed, ticketed and a duplicate
copy of said ticket presented to the County's Inspector no later than the start
of the next working day.
XX. WEATHER CONDITIONS
Application of bituminous materials or painted pavement markings will NOT be
allowed under any of the following conditions:
1. When pavement surface is wet.
2. When air or ground temperature is below 50 degrees F.
3. When weather conditions either threaten or prevent proper handling,
mixing, application, or compaction of work to be performed.

XXI. MISCELLANEOUS CONSTRUCTION INCIDENTALS


The County Engineers Office will provide construction staking as needed by the
Contractor. There will be no cost to the Contractor if proper advance notice(one week
minimum) is given
Contact: Dan Becker, Project coordinator
Office.
Cell.

(330) 723-9655
(330) 350-1682

The Inspector assigned to the project will be present at most times. Should
workmanship prove to be unsatisfactorily managed, incomplete, or failing to meet the
grades, lines, or specifications stipulated herewith, the Inspector WILL suspend said
operation and inform the County Engineer of the situation immediately. The primary
Contractor will be held responsible for damages caused by him or his subcontractors to
any private drives, personal property, or underground utilities resulting from associated
construction work.
The primary Contractor will repair/replace any deficient work due to his negligence at the
discretion of the Engineer. Any cost incurred will be the Contractors responsibility. Any
alteration or revision in the planned improvement proposed in this contract shall be
made only by a WRITTEN request for a change order directed to the Engineer and
approved by the County Commissioners ONLY prior to the actual construction of said
alteration. Any work completed prior to written approval will not be paid for at the
discretion of the County Engineer. If the Contractor is unsure of any aspects of the
project, the Engineer would recommend he contact them prior any construction. Poor
scheduling and planning on the Contractor's part will not be considered a reason for
extending the completion date.
Quantities shown in the bid package are estimates only. The Engineer or his agents
have authority to adjust final quantities needed to complete any individual construction
Item. The Contractor shall adhere to the instruction of the Engineer or his
representative. At no time shall these adjusted application rates exceed those quantities
specified in the individual bid Items.
No excavated material will be disposed of without permission of the Engineer and all
suitable material generated from excavation on site shall be used for planned
embankment to the full and complete extent of project requirements.
Utility locations on the attached plans are correct to the best of our knowledge, but may
not represent a complete and accurate record. Therefore, it will be the responsibility of
the Contractor to notify the Ohio Utility Protection Service (O.U.P.S.) and all other public
or privately owned utilities at least (2) days prior to any ground breaking and have their
respective underground utilities staked.
The Contractor shall verify locations, sizes, and depths of all existing utilities to be
crossed before construction begins. The Contractor shall use due diligence in protecting
utilities from damage and shall support them as required at his own expense. There will
be NO compensation for repairing damages, direct and consequential, when the utility
could have been located with reasonable care.
Evaluation to relocate existing utilities (public or private) will be the obligation of the
Engineer as part of the development of the construction drawings. If utility
relocations are delayed until improvement work begins, the Contractor will be
responsible for correlating his activities with the utility owner (public or private). Cost to
repair damages resulting from work incurred by the Prime Contractor or his
Subcontractor(s) on any utility (public and private) will be the responsibility of the Prime
Contractor.
In addition to the stated bid requirement of insurance coverage, the primary
Contractor is hereby notified that he will be held responsible for damages caused
by him or his Subcontractor(s) to any private drives, drainage structures ,

personal property, or overhead and underground utilities (public or private)


resulting from associated construction work to complete the individual items of
this contract. He will also be required to repair what the Engineer determines as
flawed work at his expense.
It is the Contractor, his Subs, and material suppliers responsibility to obtain any permits
needed for this project. The Medina County Highway Engineer may require a Highway
Use and Special Hauling Permit(s), fees waived. The Contractor can contact Vickey
Zalewski at the Highway Permit Department (330) 764-8769 for assistance.
Any alteration or revision proposed by the Contractor after the contract has been
awarded shall be made only by a written change order directed to the Medina County
Engineer for approval prior to the actual construction of said alteration.
All change order requests shall be broken out to show labor, equipment, material,
overhead, and profit. The change order shall also include a brief description of the work
to be done and what benefit or cost savings will be realized by the County should the
proposal be approved.
XXII.

NOTICE TO START WORK


The Engineer will require a minimum 2 week prior notice of the Contractors intent to
begin work allowing time to schedule inspection, locate utilities, set construction stakes,
and secure proper legislation to formally close the road, etc.:
CONTACT: Dan Becker, Project Coordinator
Office (330) 723-9655
Cell (330) 350-1682

XXIII. COMPLETION OF WORK


All work on the project shall be completed no later than June 26th, 2014.
Should work not be finished on time, the Contractor could face liquidated damages at
the rate stated in ODOT Item 108.07.

XXIV. PRE-BID INQUIRIES


Questions concerning these Supplemental Specifications, construction drawings,
estimated quantities, technical support of the planned construction, invoicing,
payments, prevailing wage rates, contract agreements, extension of completion
date, etc. should be directed to:

Dan Becker
Medina County Engineers Office
791 W. Smith Road
Medina, Ohio 44256
Office : (330) 723-9655
Cell : (330) 350-1682

XXV. PLANED LINE AND GRADES


Medina County Engineer have provided construction drawings for the project but
may not represent a total complete and accurate record. Any questions or
concerns regarding the project should be brought to the attention of the Inspector
prior to any construction. Means and methods will be left to the Contractors
discretion, unless the Engineer feel it is a safety concern at which time the
Contractor will be notified on site and/or in writing.

Vous aimerez peut-être aussi