rock river water reclamation district · bid doc. no. 19-410 revised proposal / page 2 of 5 4. that...
TRANSCRIPT
ROCK RIVER WATER RECLAMATION DISTRICT PLANT ROADWAY REPLACEMENT 2019
CAPITAL PROJECT #2006
MANDATORY PRE-BID MEETING MINUTES
1:00 PM, MAY 2, 2019 at RRWRD Graceffa Administration Building
3501 Kishwaukee Street, Rockford IL
I. General
A. Attendance Sheet – please sign in.
B. Project Description. The Plant Roadway Replacement 2019, Capital Project No. 2006 is a pavement reconstruction project located at the Rock River Water Reclamation District’s main treatment plant that involves the removal of existing pavements and the installation of PCC pavement, PCC curb and gutter, PCC sidewalk, storm sewer, hot-mix asphalt pavement, and the adjustment, abandonment, and reconstruction of existing utility structures.
II. Contract
A. Bids are due at 11:00 A.M. on Tuesday, May 14, 2019 at the District’s office at which time
they will be read aloud.
1. Bids will only be accepted from Contractors that are in attendance at this Pre-Bid
Meeting. The sign-in sheet is attached.
2. Submitted Bids shall include all items listed in the bid packet, including:
a. Completed Proposal.
b. Bid Bond (10%) on District form provided in the Specifications.
c. Fair Employment Practices Affidavit on District form provided (must
include Illinois Department of Human Rights Registration number).
B. This is a Unit-Price Contract. Unit prices shall be submitted on the document contained within
the Proposal.
C. Tentative bid award date is the May 20, 2019 RRWRD Board Meeting.
D. Project Completion: All work is to be completed by September 6, 2019. Liquidated damages
are $300 per calendar day. A construction schedule shall be submitted upon project award.
E. Insurance and Bonding documentation shall be provided to the District no more than 10
calendar days after the Notice of Award is issued.
F. Submittals: Required submittals are listed in the applicable sections of Article 3: Detailed
Specifications. The submittal process is outlined in Article 3, Section 1.2.
G. Progress Payments: On a monthly basis, Progress Payments must be accompanied by certified
payrolls and waivers of lien. Documentation shall be submitted to the District no later than the
5th day of the month for consideration at that month’s Board meeting. If approved, payment
will be made by the 5th day of the following month.
H. Project Review Meetings: Anticipate meetings to be scheduled when necessary.
III. Access and Utilities A. District will provide the Contractor two (2) FOB’s for treatment plant gate access. Contractor
shall return FOB’s to the District following project completion. B. Work hours shall be 6:30 AM to 5:00 PM Monday through Friday (excluding District
holidays). No work can be performed outside of the designated work hours without written approval from the District. Written approval from the District will be required for all requests to work on weekends and/or District holidays. Said requests shall be submitted with a minimum of 24 hours advance notice.
C. Contractor parking/storage areas and concrete washout facilities shall only be in designated areas as shown on Plan Sheets 2 and 3.
D. Contractor shall maintain access to Plant Operations at all times throughout the duration of the project.
E. All utilities within the project limits will be located by District personnel. JULIE does not locate within the fence surrounding the treatment plant, however the District still recommends notifying JULIE of the project.
F. Contractor shall provide and maintain temporary sanitary facilities for all employees for the duration of the project.
IV. General and Project Specific Construction A. Due to the minimal area being disturbed, an NOI was not submitted for this project.
Contractor is still responsible to comply with all erosion control requirements outlined within the plans and specifications and contained within the Illinois Urban Manual.
B. The project is staged such that access is always available Gravity Belt Thickening (GBT) Building. Either stage may be constructed first, however the stage chosen must be fully completed before beginning the next.
C. The project site is adjacent to the primary clarifier tanks. Extreme caution shall be taken to ensure that nothing foreign is introduced into the tanks (materials, tools etc.); Plant Operations must be notified immediately if something enters the tank such that it can be taken out of service.
D. All Quality Control testing of materials shall be performed by the Contractor. Concrete testing shall follow IDOT Recurring Special Provision Quality Control/Quality Assurance of Concrete Mixtures (Check Sheet #25). Jobsite sampling and testing will be required.
E. All Construction Layout to be performed by the Contractor, in accordance with IDOT Recurring Special Provision Construction Layout Stakes (Check Sheet #10).
F. Prior to any concrete placement, pre-pour inspections will be required and the Contractor shall provide the District ample time to field-verify all staking and form grades.
G. Special attention is drawn to Plan Sheet 5, which outlines the scope for the various manhole adjustments. Components noted as “TO BE REMOVED PRIOR TO CONSTRUCTION” will be removed by District personnel prior to work beginning on the project.
H. Please note all proposed bollards are to be removable type.
V. Questions and Discussion A. Attendance Sheet is attached. As noted above, bids will only be accepted from Contractors
in attendance at this meeting. B. The District Project Engineer will be Tyler Nelson. All questions during bidding should be
directed to him at [email protected]. Questions will be accepted until the end of the day Wednesday May 8 for inclusion in a final Addendum on Thursday May 9.
VI. Project Site Visit – The Following Items Were Discussed During the Site Visit: A. The District can arrange for plant gate #6 (at the eastern edge of the project, approximately
STA 100+90, 135’ RT) to be opened during days of concrete pours for ease of truck access. The Contractor is made aware that there is significant daily truck traffic east of this gate.
B. There are existing irrigation lines installed south of the existing edge of pavement from approximately STA 101+31, 232’ LT to STA 101+31, 270’ LT. The District will make arrangements for this irrigation system to be removed prior to construction beginning and will reinstall it upon installation of the improvements. The Contractor will not need to work around those lines or include in their bid provisions for protecting the irrigation system.
C. There is an existing overhead light at STA 102+00, 3’ LT immediately east of Primary Clarifier Tanks #1 and #2. The District will remove the light pole prior to construction beginning. The existing foundation will be abandoned in place and a new foundation will be installed under this Contract. The District will reinstall the light upon completion of construction. The plans and specifications will be updated to reflect this additional work.
D. The existing hydrants located at STA 101+08, 25’ RT, STA 101+46, 25’ LT, and STA 102+40, 29’ RT will be removed and replaced with field hydrants by District staff prior to construction beginning.
Date: May 2, 2019 Time: 1:00 p.m.
PRE-BID MEETING ATTENDANCE SHEET
Project: Plant Roadway Replacement 2019, Cap. Project #2006
Name of Individual
Company Company Address Phone # Email
Tyler Nelson RRWRD 3501 Kishwaukee St.
Rockford, IL 61109
815-387-7651 [email protected]
Chris Baer RRWRD 3501 Kishwaukee St.
Rockford, IL 61109
815-387-7678 [email protected]
Warren Adam RRWRD 3501 Kishwaukee St.
Rockford, IL 61109
815-871-0787 [email protected]
Kyle Gruhn RRWRD 3501 Kishwaukee St.
Rockford, IL 61109
815-387-7656 [email protected]
Larry McFall RRWRD 3501 Kishwaukee St.
Rockford, IL 61109
815-387-7584 [email protected]
Greg Cassaro RRWRD 3501 Kishwaukee St.
Rockford, IL 61109
815-354-9586 [email protected]
Scott Ruth Alliance Contractors
1166 Lake Ave.
Woodstock, IL
815-338-5900 [email protected]
Randy Price William Charles Construction
833 Featherstone Rd.
Rockford, IL 61107
815-654-4700 [email protected]
John Schwarzbach
Rockford Concrete Paving
2123 20th Ave.
Rockford, IL 61104
815-387-2867 [email protected]
Grant Sjostrom Sjostrom and Sons 1129 Harrison Ave.
Rockford, IL 61104
815-378-4178 [email protected]
Jamin Unger Stenstrom Excavation & Blacktop Group
2422 Center St.
Rockford, IL 61108
815-398-3478 [email protected]
Paul Munson Northern Illinois Service Co.
4781 Sandy Hollow Rd.
Rockford, IL 61109
815-874-4422 [email protected]
Brian Campos Campos Construction Inc.
1201 12th St.
Rockford, IL 61104
815-394-1414 [email protected]
Bid Doc. No. 19-410 REVISED Proposal / Page 1 of 5
Proposal
Project: Plant Roadway Replacement 2019, Capital Project No. 2006 Location: 3333 Kishwaukee Street, Rockford, Illinois Completion Date: September 6, 2019 Liquidated Damages: $300/calendar day per each completion date deadline To: Board of Trustees Rock River Water Reclamation District 3501 Kishwaukee Street Rockford, IL 61109 From: ____________________________________________________________ (Individual, Partnership or Corporation, as case may be) ____________________________________________________________ (Address of Individual, Partnership or Corporation) Gentlemen:
I (We), the undersigned, hereby propose to furnish all materials, equipment, tools, services, labor, and whatever else may be required to construct and place in service the above subject Sanitary Sewer for the Rock River Water Reclamation District all in accordance with the plans and specifications, provided by the Rock River Water Reclamation District. The undersigned also affirms and declares:
1. That I (we), have, examined and am (are) familiar with all the related contract documents and found that they are accurate and complete and are approved by the undersigned.
2. That I (we), have carefully examined the site of the work, and that, from my (our) investigation, has satisfied myself (ourselves) as to the nature and location of the work, the character, quality, and quantity of materials and the kind and extent of equipment and other facilities needed for the performance of the work, the general and local conditions and all difficulties to be encountered, and all other items which may, in any way, effect the work or its performance.
3. That this bid is made without any understanding, agreement or connection with any other person, firm, or corporation making a bid for the same purposes, and is in all respects fair and without collusion or fraud; and that I (we) are not barred from bidding as a result of a bid-rigging or bid-rotating conviction.
Bid Doc. No. 19-410 REVISED Proposal / Page 2 of 5
4. That accompanying the Proposal is a Bidder's Bond in the amount specified in Article 1, Notice to Bidders, payable to the Board of Trustees of the Rock River Water Reclamation District, which it is agreed, shall be retained as liquidated damages by said Rock River Water Reclamation District if the undersigned fails to execute the Contract in conformity with the contract documents incorporated in the contract documents and furnish bond as specified, within ten (10) days after notification of the award of the contract to the undersigned.
5. The Bidder is of lawful age and that no other person, firm or corporation has any interest in this Proposal or in the Contract proposed to be entered into.
6. The Bidder is not in arrears to the Rock River Water Reclamation District, upon debt or contract, and is not a defaulter, as surety or otherwise, upon any obligation to the Rock River Water Reclamation District.
7. No officer or employee or person whose salary is payable in whole or in part by the District is, shall be or become interested, directly or indirectly as a contracting party, partner, stockholder, surety of otherwise, in this Proposal, or in the performance of the Contract, or in the work to which it is relates, or in any portion of the profits thereof.
8. The Bidder which I represent complies with all applicable requirements of the Americans with Disabilities Act (ADA) and the Occupational Safety and Health Act (OSHA) and that if said bidder is awarded a contract, it will complete all OSHA-required or ADA-required employee and customer training, will make available all required information, and will hold harmless and indemnify the District and the District's representatives.
In regard to participation in an approved Apprenticeship program, upon request, Contractor will be required to provide written proof of participation.
9. The undersigned, as Bidder, declares that he has adopted and promulgated written sexual harassment policies in accordance with Public Act 99-093 and will make this information available upon request.
10. The undersigned, as Bidder, declares he will comply with prevailing wages in accordance with the Illinois Department of Labor Standards. The State of Illinois requires contractors and subcontractors on public works projects (including the Rock River Water Reclamation District) to submit certified payroll records on a monthly basis, along with a statement affirming that such records are true and accurate, that the wages paid to each worker are not less than the required prevailing rate and that the contractor is aware that filing false records is a Class B Misdemeanor. The successful Bidder shall be responsible for verifying the prevailing wages each month and notifying all subcontractors of the appropriate monthly rates. Prevailing wage rates may be found on the Illinois Department of Labor website at www.illinois.gov/idol/Laws-Rules/CONMED/Pages/Rates.aspx .
The certified payroll records must include the name, address, telephone number, social security number, job classification, hourly wages paid in each pay period, the number of hours worked each day, and the starting and ending time of work each day, for every worker employed on the project. Any contractor who fails to submit a certified payroll or knowingly files a false certified payroll is guilty of a Class B Misdemeanor. Certified payroll reports shall be submitted on industry standard forms such as IDOT Statement of Compliance (SBE 348) or other approved equal.
Bid Doc. No. 19-410 REVISED Proposal / Page 3 of 5
11. The undersigned, as Bidder, declares he will comply with the Federal Drug Free Workplace Act.
12. The undersigned, as Bidder, declares he will comply with Public Act 83-1030 entitled "Steel Products Procurement Act".
13. The undersigned, as Bidder, declares he will comply with Public Act 96-929 (30 ILCS 570) regarding Illinois residents’ employment.
14. The undersigned, as Bidder, declares he will comply with non-discrimination in employment in accordance with the Illinois Fair Employment Practices Commissions Rules & Regulations.
15. The undersigned, as Bidder, declares that he currently participates in an apprenticeship or training program that is registered with the United States Department of Labor’s Bureau of Apprenticeship and Training or other acceptable State of Illinois Department of Labor monitored program.
In submitting this bid, it is understood that the right is reserved by the Rock River Water Reclamation District to reject any and all bids. It is agreed that this bid may not be withdrawn for a period of sixty (60) days from the opening thereof.
The undersigned further declares that he (they) has (have) carefully examined the following items of work and that the cost of all the work to complete this project is given in this Proposal.
Bid Doc. No. 19-410 REVISED Proposal / Page 4 of 5
Item No.
Quan- tity Unit Description
Unit Price (In Writing)
Unit Price (In Figures)
Total Price (In Figures)
1 142.0 CY Earth Excavation 2 20.0 CY Removal and Disposal of Unsuitable Material 3 3,200.0 Ton Subbase Granular Material, Type C, Variable Depth 4 2,168.0 SY Pavement Removal, Variable Depth 5 48.0 SY Hot-Mix Asphalt Surface Removal - Butt Joint 6 8.0 SY Portland Cement Concrete Slab Removal, 6" 7 3.0 EA Remove Bollard 8 44.0 Ton Hot-Mix Asphalt Binder Course, IL-19.0, N50 9 37.0 Ton Hot-Mix Asphalt Surface Course, IL-9.5, Mix 'C', N50 10 1,934.0 SY Portland Cement Concrete Pavement (Jointed), 10" 11 31.0 SY Portland Cement Concrete Sleeper Slab 12 2,534.0 SF Portland Cement Concrete Sidewalk, 4" 13 71.0 LF Storm Sewers, Class 1, Type 1, 12", RCCP
14 1.0 EA Inlet Special (Type A Gutter) with Type 9 Frame and Grate
15 1.0 EA Precast Reinforced Concrete Flared End Section, 12" 16 2.0 CY Class SI Concrete (Outlet)
17 954.0 LF Combination Portland Cement Concrete Curb and Gutter, Type B6.18 (Mod.)
18 3.0 EA Manhole to Be Abandoned, Special
19 1.0 EA Manhole to Be Adjusted with New Type 1 Frame, Closed Lid
20 3.0 EA Manhole to Be Reconstructed with New Type 1 Frame, Closed Lid, Special
21 4.0 EA Valve Box to Be Adjusted 22 3.0 EA Cut and Cap Existing Pipe 23 7.0 EA Bollards
Bid Doc. No. 19-410 REVISED Proposal / Page 5 of 5
Item No.
Quan- tity Unit Description
Unit Price (In Writing)
Unit Price (In Figures)
Total Price (In Figures)
24 1.0 EA Inlet and Pipe Protection 25 360.0 SY Erosion Control Blanket 26 1.0 LS Turf Restoration, Complete 27 1.0 LS Traffic Control & Protection, Complete 28 1.0 LS Construction Layout 29 1.0 EA Light Pole Foundation
TOTAL BID PRICE:
(In Writing) (In Figures)
The undersigned acknowledges receiving Addendum numbers _____, _____, _____, and realizes that all Addenda are considered part of the contract.
By:
Name: Title: Date:
ROCK RIVER WATER
RECLAMATION DISTRICT
3501 KISHWAUKEE STREET
ROCKFORD, ILLINOIS 61109
(815) 387-7660
Rock RiverWater
ReclamationDistrict
LEGEND, GEN NOTES, & SUMMARY OF QTYS
Sheet No.
// //
X X
G
OC
UC
OE
UE
FO
OT
FM
W
HMAAGG.
CONC. TURF
BM 1
XXX.XX XXX.XX
TV E HHT
GENERAL NOTES
1. THE CONTRACTOR SHALL COORDINATE UTILITY LOCATES WITH
WARREN ADAM, (815) 871-0787.
2. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR EXECUTION OF
WORK TO THE LINES AND GRADES SHOWN ON THESE PLANS.
CONSTRUCTION SHALL NOT VARY FROM PLANS WITHOUT DISTRICT
APPROVAL.
3. THE ROCK RIVER WATER RECLAMATION DISTRICT, MUNICIPALITIES,
PERTINENT ROADWAY AUTHORITIES, AND ALL AFFECTED PROPERTY
OWNERS SHALL BE NOTIFIED AT LEAST 48 HOURS BEFORE
CONSTRUCTION CAN COMMENCE.
4. ALL CASTINGS SHALL BE SET TO FINAL GRADE PER ROCK RIVER
WATER RECLAMATION DISTRICT REQUIREMENTS.
5. THE CONTRACTOR SHALL VERIFY THE LOCATION OF ALL UTILITIES IN
THE FIELD PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL
NOTIFY J.U.L.I.E. AT 8-1-1 OR 1-800-892-0123 AND ANY OTHER UTILITIES
NOT ON THE J.U.L.I.E. SYSTEM 48 HOURS PRIOR TO THE START OF
CONSTRUCTION.
6. ALL ROADWAY CONSTRUCTION SHALL BE COMPLETED IN
ACCORDANCE WITH DISTRICT SPECIFICATIONS, AND THE STANDARD
SPECIFICATION FOR ROAD AND BRIDGE CONSTRUCTION IN ILLINOIS,
LATEST EDITION.
7. THE CONTRACTOR SHALL COMPLY WITH ALL REQUIREMENTS OF THE
I.E.P.A. STANDARDS AND SPECIFICATIONS, AND THE ILLINOIS URBAN
MANUAL FOR SOIL EROSION AND SEDIMENT CONTROL.
8. PROTECTION OF WATER SUPPLIES SHALL BE PER THE REQUIREMENTS
OF TITLE 35, C, SECTION 370.350 OF THE ILLINOIS RECOMMENDED
STANDARDS FOR SEWAGE WORKS.
IDOT HIGHWAY STANDARDS
280001-07 TEMPORARY EROSION CONTROL SYSTEMS
420001-09 PAVEMENT JOINTS
420111-04 PCC PAVEMENT ROUNDOUTS
420101-06 24' JOINTED PAVEMENT
420701-03 PAVEMENT WELDED WIRE REINFORCEMENT
542301-03 PRECAST REINFORCED CONCRETE FLARED END SECTION
604001-04 FRAME AND LIDS TYPE 1
604041-03 FRAME AND GRATE TYPE 9
D2 18.4 CURB AND GUTTER OUTLET, SPECIAL
D2 11.2 INLETS, SPECIAL (TYPE A GUTTER)
COMB. CONC. CURB AND GUTTER TYPE M6.18 MOD.
WS
No. DATE REVISION INT.
Date
LEGEND
EXISTING PROPOSED
X X
FM
W
WS
COCO
RIGHT OF WAY LINE
PROPERTY LINE
EASEMENT - PERMANENT SANITARY
EASEMENT - TEMPORARY
CONSTRUCTION
VEGETATION / TREE LINE
FENCE
TREE DRIPLINE
FENCE - SILT
FENCE - TEMPORARY
CONSTRUCTION
ROADWAY CENTERLINE
EDGE OF PAVEMENT
CURB & GUTTER
CABLE - OVERHEAD
CABLE - UNDERGROUND
ELECTRIC - OVERHEAD
ELECTRIC - UNDERGROUND
FIBER OPTIC
GAS LINE
TELEPHONE - OVERHEAD
TELEPHONE - UNDERGROUND
PEDESTALS (CATV, ELEC, TELE),
HANDHOLE, GAS METER, ELEC. METER
SANITARY SEWER SERVICE &
CLEANOUT
SANITARY FORCEMAIN
STORM SEWER
STORM MANHOLE, CATCH BASIN,
CURB INLET, INLET SPECIAL
DRAINAGE CULVERT, WITH END
SECTION
WATER MAIN
WATER SERVICE & WATER SERVICE
VALVE
FIRE HYDRANT
SOIL BORING
BENCHMARK
MAILBOX
UTILITY POLE W/ GUY WIRE &
MAST ARM LIGHT POLE
TREE (DECIDUOUS & CONIFEROUS
BUSH & SHRUB
SPOT ELEVATION
EXISTING SURFACE TYPE
(HOT-MIX ASPHALT, AGGREGATE,
CONCRETE, TURF)
SF
[ ] [ ] [ ]
SF
[ ] [ ] [ ]
HOT-MIX ASPHALT MIXTURE
REQUIREMENTS
MIXTURE USE(S)
SURFACE COURSE BINDER COURSE
PG: PG 64-22 PG 64-22
DESIGN AIR VOIDS
4.0 @ N50 4.0 @ N50
MIXTURE COMPOSITION
(GRADATION MIXTURE)
IL 9.5 IL 19.0
FRICTION AGGREGATE MIX "C" N/A
MIX UNIT WEIGHT
112 lbs/sy/in 112 lbs/sy/in
THESE MIXTURE REQUIREMENTS ARE APPLICABLE FOR THIS PROJECT
FOR BID
PLANT ROADWAY REPLACEMENT 2019
2 OF 12
/ / / / / / / / / / / / / / / / / /
BUILDING
WATER EDGE
~~
~
~
~ ~
~
5/6/2019
UT
CONTOUR - MAJOR
CONTOUR - MINOR
|| || || ||
GUARD RAIL
| | | |
RAILROAD TRACKS
SANITARY MANHOLE & SANITARY
SEWER
WATER MAIN VALVE
WATER MAIN VALVE WITH BOX
WATER MAIN VALVE WITH VAULT
WATER MAIN REDUCER
GM EM
LEGEND
EXISTING PROPOSED
CAPITAL IMPROVEMENT PROJECT #2006
ABBREVIATIONS
ABANDON(ED)
CORRUGATED METAL PIPE
CLEAN OUT
CONTROL
CUBIC YARD(S)
DUCTILE IRON
EACH
ELEVATION
EROSION
EXISTING
FORCE MAIN
FEET
INVERT
LINEAR FEET
LINED WITH CURED IN PLACE PIPE
ABD =
CMP =
CO =
CTRL=
CY =
DI =
EA =
EL =
EROS=
EX =
FM =
FT =
INV =
LF =
LINCIPP =
LUMP SUM
MANHOLE
PAVEMENT
PROPOSED
REINFORCED CONCRETE PIPE
REMOVE(D)
REPLACE(D)
REMOVE & REPLACE
SANITARY
SERVICE
SQUARE YARD(S)
TYPE
UNKNOWN
VITRIFIED CLAY PIPE
WATER MAIN
LS=
MH =
PVMNT =
PR =
RCP =
REM =
REPL =
R/R =
SAN =
SVC =
SY =
TY =
UNK =
VCP =
WM =
DITCH CHECK
INLET OR PIPE PROTECTION
file
: I:\D
istrict P
ro
je
cts\P
la
nt R
oa
dw
ay 2
01
9-2
02
0 2
00
6\E
ng
in
ee
rin
g\D
wg
s\G
BT
S
ite
\P
la
nt R
oa
dw
ay G
BT
- S
ta
nd
ard
S
he
ets.d
wg
SB 1
PROJECT LOCATION & ACCESS MAP
SANDY HOLLOW RD
KIS
HW
AU
KE
E S
T
RRWRD TREATMENT
PLANT MAIN ENTRANCE
3333 KISHWAUKEE ST.
CONCRETE WASH OUT &
CONTRACTOR STAGING AREA
STABILIZED CONSTRUCTION
ENTRANCE
EROSION CONTROL BLANKET
SEEDING AREA, CLASS 1
HEAVY DUTY EROSION
CONTROL BLANKET
GROUND / LANDSCAPE LIGHT
SUMMARY OF QUANTITIES
CONTRACTOR STAGING AREA
Item.
No.
Item Description
Unit
Qty.
1 Earth Excavation CY 142
2
Removal and Disposal of Unsuitable Material
CY 20
3
Subbase Granular Material, Type C, Variable Depth
Ton 3200
4
Pavement Removal, Variable Depth
SY 2168
5
Hot-Mix Asphalt Surface Removal - Butt Joint
SY 48
6
Portland Cement Concrete Slab Removal, 6"
SY 8
7 Remove Bollard EA 3
8
Hot-Mix Asphalt Binder Course, IL-19.0, N50
Ton 44
9
Hot-Mix Asphalt Surface Course, IL-9.5, Mix 'C', N50
Ton 37
10
Portland Cement Concrete Pavement (Jointed), 10"
SY 1934
11
Portland Cement Concrete Sleeper Slab
SY 31
12
Portland Cement Concrete Sidewalk, 4"
SF 2534
13
Storm Sewers, Class 1, Type 1, 12", RCCP
LF 71
14
Inlet Special (Type A Gutter) with Type 9 Frame & Grate
EA 1
15
Precast Reinforced Concrete Flared End Section, 12"
EA 1
16
Class SI Concrete (Outlet)
CY 2
17
Combination Portland Cement Concrete Curb and Gutter, Type B6.18 (Mod.)
LF 954
18
Manhole To Be Abandoned, Special
EA 3
19
Manhole To Be Adjusted with New Type 1 Frame, Closed Lid
EA 1
20
Manhole To Be Reconstructed with New Type 1 Frame, Closed Lid, Special
EA 3
21
Valve Box To Be Adjusted
EA 4
22
Cut and Cap Existing Pipe
EA 3
23 Bollards EA 7
24
Inlet and Pipe Protection
EA 1
25 Erosion Control Blanket SY 360
26
Turf Restoration, Complete
LS 1
27
Traffic Control & Protection, Complete
LS 1
28
Construction Layout
LS 1
29
Light Pole Foundation
EA 1
1 5/6/19
ADDED PAY ITEM #29.
KG
Not to be used for bidding purposes
ROCK RIVER WATER
RECLAMATION DISTRICT
3501 KISHWAUKEE STREET
ROCKFORD, ILLINOIS 61109
(815) 387-7660
Rock RiverWater
ReclamationDistrict
Sheet No.
No. DATE REVISION INT.
Date
5/6/2019FOR BID
PLANT ROADWAY REPLACEMENT 2019
11 OF 12
CAPITAL IMPROVEMENT PROJECT #2006
file
: I:\D
istrict P
ro
je
cts\P
la
nt R
oa
dw
ay 2
01
9-2
02
0 2
00
6\E
ng
in
ee
rin
g\D
wg
s\G
BT
S
ite
\P
la
nt R
oa
dw
ay G
BT
- S
ta
nd
ard
S
he
ets.d
wg
PROJECT DETAILS
4.0'
6"
2'
2.0'
(4) 1" THREAD STAINLESS STEEL
ANCHORS. BOLT PATTERN TO MATCH
EXISTING LIGHT POLE.
LIGHT POLE
FOUNDATION
THREAD BOTTOM OF ANCHOR ROD 2
INCHES AND PROVIDE MATCHING HEX HEAD
NUT FULLY SEATED, TYP.
1 5/6/19
ADDED DETAIL 'LIGHT POLE FOUNDATION'.
KG
Not to be used for bidding purposes
//
/
/
/
/
/
/
//
/
/
/
/
/
/
/
/
/
/
/
/
//
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/////////////
//
/
///////////
X
X
X
X
X
XX
103+
00
100+
00
101+
00
102+00
SITE 1 BASELINE ALIGNMENT
STORM SEWERS CL1
TY1 12" RCCP @ 0.50%
71 FT
7
0
0
6
9
8
6
9
9
7
0
1
702
7
0
3
7
0
4
X
X
X
X
X
X
X
X
X
X
ROCK RIVER WATER
RECLAMATION DISTRICT
3501 KISHWAUKEE STREET
ROCKFORD, ILLINOIS 61109
(815) 387-7660
Rock RiverWater
ReclamationDistrict
SITE PLAN
Sheet No.
No. DATE REVISION INT.
Date
5/6/2019
N
FOR BID
PLANT ROADWAY REPLACEMENT 2019
6 OF 12
CAPITAL IMPROVEMENT PROJECT #2006
file
: I:\D
istrict P
ro
je
cts\P
la
nt R
oa
dw
ay 2
01
9-2
02
0 2
00
6\E
ng
in
ee
rin
g\D
wg
s\G
BT
S
ite
\P
la
nt R
oa
dw
ay G
BT
- P
ave
me
nt.d
wg
SCALE IN FEET
020 20 40
15" CMP
700.81
HMA SRF CSE, IL-9.5, MIX 'C', N50
VAR DEPTH
2 TON
INLET PROT
1 EA
LEGEND OF PROPOSED ITEMS
PORTLAND CEMENT CONCRETE PAVEMENT, 10" (JOINTED)
SUBBASE GRANULAR MATERIAL, 6"
HOT-MIX ASPHALT SURFACE COURSE, IL-9.5,
MIX "C", N50 (VARIABLE DEPTH) TRANSITION
HMA SRF CSE, IL-9.5, MIX 'C', N50
VAR DEPTH
8 TON
MATCH EX
SIDEWALK ELEV
PORTLAND CEMENT CONCRETE SIDEWALK- 4"
& SUBBASE GRANULAR MATERIAL, 2"
PCC SIDEWALK 4"
1562 SF
PCC PAVEMENT, 10" (JOINTED)
2085 SY
SUBBASE GRANULAR MATERIAL, TY C -
(6") 1564 TON
PCC SIDEWALK 4"
133 SF
PCC CURB & GUTTER
TY M6.18 MOD
229 FT
PCC CURB & GUTTER
TY M6.18 MOD
361 FT
PCC SIDEWALK 4"
510 SF
PCC CURB & GUTTER
TY M6.18 MOD
250 FT
PCC CURB & GUTTER
TY M6.18 MOD
91 FT
3
10
1
10
2
10
10
4
10
5
6
10
PCC SLEEPER SLAB
20 SY
SEE DETAIL SHEET 7
CLASS SI CONCRETE (OUTLET)
2 CY
SEE DETAIL SHEET 12
8.0'
TIP-OUT CURB AND GUTTER
6.6'
PCC CURB & GUTTER
TY M6.18 MOD
23 FT
BOX OUT AROUND
VALVE STEM
ASSEMBLY
PORTLAND CEMENT CONCRETE SLEEPER
SLAB
SUBBASE GRANULAR MATERIAL, TY C - (10") 1358 TON
HMA BDR CSE IL-19.0, N50 - (4") 26 TON
HMA SRF CSE IL-9.5, MIX 'C', N50 - (2") 13 TON
STR #7
STR #4
STR #2
STR #1
BOLLARD
2 EA
(LOCATION TO BE DETERMINED IN THE FIELD)
AGGREGATE BASE COURSE, TY B,
HOT-MIX ASPHALT BINDER COURSE, 4"
HOT-MIX ASPHALT SURFACE COURSE, 2"
N
SCALE IN FEET
010 10 20
MATCH EX END SEC INV
MATCH EX END SEC
WIDTH
GRADE FROM
BACK OF CURB
TO OUTLET
GRADE FROM
BACK OF CURB
TO OUTLET
TURF REST COMPL
EROS CTRL BLANKET
138 SY
TURF REST COMPL
EROS CTRL BLANKET
23 SY
PCC SIDEWALK 4"
159 SF
1.8'
CLASS SI CONCRETE (OUTLET)
2 CY
SUBBASE GRANULAR MATERIAL, TY C - (10") 182 TON
HMA BDR CSE IL-19.0, N50 - (2
1
4
") 18 TON
HMA SRF CSE IL-9.5, MIX 'C', N50 - (1
3
4
") 14 TON
PCC SIDEWALK 4"
170 SF
7
10
PRECAST REINFORCED CONCRETE
FLARED END SECTION, 12"
1 EA
INV=700.14
INLET SPECIAL, 1 EA
RIM=702.70
INV OUT (SW) 12"=700.50
PCC SLEEPER SLAB
11 SY
SEE DETAIL SHEET 7
TURF REST COMPL
EROS CTRL BLANKET
30 SY
TURF REST COMPL
EROS CTRL BLANKET
144 SY
TURF REST COMPL
EROS CTRL BLANKET
25 SY
DEPRESSED CURB
SEE DETAIL ABOVE
FOR THIS AREA
12.0
10.0
10.0
20.3
26.0
TURF RESTORATION
EROSION CONTROL BLANKET
BOLLARD
5 EA
(LOCATION TO BE DETERMINED IN THE FIELD)
LIGHT POLE FOUNDATION
1 EA
EXACT LOC TBD IN FIELD
SEE DETAIL SHEET 11
1 5/6/19
ADDED NOTE & SYMBOL "LIGHT POLE
FOUNDATION, 1 EA. EXACT LOC TBD IN
FIELD" @ 101+97 6' LT PER AD. #1.
KG
Not to be used for bidding purposes
CO
CO
CO
EM
EM EM
//
/
/
/
/
/
/
//
/
/
/
/
/
/
/
/
/
/
/
/
//
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
///////
//////
//
/
W
W
WW
WW
UE
UE
///////////
X
X
X
X
X
XX
W
W
W
W
W
W
W
FM
FM
W
W
F
M
F
M
F
M
U
E
UE
FM
FM
FM
FM
F
M
U
E
U
E
U
E
U
E
U
E
U
E
U
E
U
E
U
E
W
FM FMFM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
F
M
F
M
F
M
F
M
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
F
M
F
M
FMFM
F
M
FM
FM
FM
FM
FM
FM
FM
FMFM
FM
F
M
F
M
W
W
W
W
W
W
F
M
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
F
M
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
W
W
W
W
W
W
W
W
W
FM
FM FM FM FM
F
M
F
M
FM
FM
FM
UE
FM
FM
FM
FM
FM
F
M
F
M
F
M
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
FM
F
M
F
M
F
M
FM
FM
FM
FM
F
M
FM
FM
FM
FMFM
FM
FM
FM
FM
FM
FM
FM
FM
FM
F
M
FM
FM
FM
FM
FM
FM
FM
FM
FM
100+
00
101+
00
102+
00
103+
00
STA: 100+96.64
O/S: 143.19' R
STA: 100+76.28
O/S: 129.73' R
STA: 102+40.58
O/S: 29.55' R
STA: 102+41.04
O/S: 2.63' R
SITE 1 BASELINE
ALIGNMENT
STA: 102+51.13
O/S: 27.86' R
STA: 102+50.91
O/S: 5.44' L
702
7
0
3
7
0
4
7
0
4
7
0
2
703
7
0
3
704
7
0
3
7
0
3
CP# 8
BM# 10
BM# 11
BM# 12
STA: 101+32.61
O/S: 262.10' L
STA: 101+42.10
O/S: 262.10' L
STA: 101+42.16
O/S: 252.10' L
STA: 101+32.61
O/S: 252.10' L
STA: 101+10.85
O/S: 219.94' L
STA: 101+08.94
O/S: 166.60' L
STA: 101+42.75
O/S: 177.76' L
STA: 101+42.72
O/S: 198.89' L
ROCK RIVER WATER
RECLAMATION DISTRICT
3501 KISHWAUKEE STREET
ROCKFORD, ILLINOIS 61109
(815) 387-7660
Rock RiverWater
ReclamationDistrict
EXISTING CONDITIONS & REMOVALS
Sheet No.
No. DATE REVISION INT.
Date
5/6/2019
N
FOR BID
PLANT ROADWAY REPLACEMENT 2019
4 OF 12
CAPITAL IMPROVEMENT PROJECT #2006
file
: I:\D
istrict P
ro
je
cts\P
la
nt R
oa
dw
ay 2
01
9-2
02
0 2
00
6\E
ng
in
ee
rin
g\D
wg
s\G
BT
S
ite
\P
la
nt R
oa
dw
ay G
BT
- R
em
ova
l.d
wg
SCALE IN FEET
020 20 40
PAVEMENT REM
2168 SY TOTAL
(SEE TABLE FOR BREAKDOWN)
HMA
CONC
CUT & CAP EX PIPE
(4" DI)
1 EA
CUT & CAP EX PIPE
(4" DI)
1 EA
CUT & CAP EX PIPE
(2" IRON PIPE)
1 EA
PCC SLAB REM, 6"
7 SY
STR #1
STR #2
STR #3
VALVE BOX TO BE ADJ
1 EA
STR #5
STR #4
STR #6
LEGEND OF REMOVAL ITEMS
HOT-MIX ASPHALT PAVEMENT REMOVAL
PORTLAND CEMENT CONCRETE PAVEMENT
REMOVAL
HMAHMA
CONC
HMA
HMA
TURF
TURF
TURF
TURF
TURF
HMA SURFACE REM FOR BUTT JOINT
HMA SRF REM - BUTT JOINT
(VAR DEPTH)
37 SY
HMA SRF REM - BUTT JOINT
(VAR DEPTH)
11 SY
PRIMARY
CLARIFIER TANKS
#1 & #2
PRIMARY CLARIFIER
TANKS #3 & #4
GRAVITY BELT THICKENING
BUILDING
DIGESTER #1
PRIMARY CLARIFIER
TANKS #5 & #6
EARTH EXCAVATION
EARTH EXCAVATION
40 CY
EARTH EXCAVATION
(STRIP TOPSOIL)
12 CY
EARTH EXCAVATION
(STRIP TOPSOIL)
11 CY
EARTH EXCAVATION
(STRIP TOPSOIL)
23 CY
EARTH EXCAVATION
40 CY
PAVEMENT REMOVAL TABLE
TYPE PAY ITEM UNIT QUANTITY
HMA PAVEMENT REMOVAL SY 2098
PCC PAVEMENT REMOVAL SY 70
HMAHMA SRF REM, VAR DEPTH
SY 48
VALVE BOX TO BE ADJ
1 EA
STR #7
REM BOLLARD
1 EA
2
5
1
5
3
5
4
5
5
5
6
5
7
5
8
5
SEE SHEET 5 FOR STRUCTURE ADJUSTMENT DETAILS
VALVE BOX TO BE ADJ
1 EA
REM BOLLARD
2 EA
PCC SLAB REM, 6"
1 SY
VALVE BOX TO BE ADJ
1 EA
EARTH EXCAVATION
(STRIP TOPSOIL)
11 CY
EARTH EXCAVATION
(STRIP TOPSOIL)
5 CY
LIGHT POLE TO BE REM PRIOR TO CONSTRUCTION
FOUNDATION TO BE ABD IN PLACE
1 5/6/19
ADDED NOTE LIGHT POLE TO BE REM
PRIOR TO CONST. @ 102+00 3' LT PER AD.
#1.
KG
Not to be used for bidding purposes