rock river water reclamation district · bid doc. no. 19-410 revised proposal / page 2 of 5 4. that...

14

Upload: others

Post on 24-May-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ROCK RIVER WATER RECLAMATION DISTRICT · 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
Page 2: ROCK RIVER WATER RECLAMATION DISTRICT · 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
Page 3: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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.

Page 4: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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.

Page 5: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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]

Page 6: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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.

Page 7: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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.

Page 8: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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.

Page 9: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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

Page 10: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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:

Page 11: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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

Page 12: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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

Page 13: ROCK RIVER WATER RECLAMATION DISTRICT · 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

//

/

/

/

/

/

/

//

/

/

/

/

/

/

/

/

/

/

/

/

//

/

/

/

/

/

/

/

/

/

/

/

/

/

/

/

/////////////

//

/

///////////

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

Page 14: ROCK RIVER WATER RECLAMATION DISTRICT · 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

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