SLED Opportunity · MASSACHUSETTS · BERKSHIRE REGIONAL PLANNING COMMISSION

    FY27-11-12-13 Winter Products

    Issued by Berkshire Regional Planning Commission
    localIFBBerkshire Regional Planning CommissionSol. 244785
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    Berkshire Regional
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Berkshire Regional Group Purchasing Program seeks bids for cooperative purchases of highway supplies and services for FY27, including winter products, paving, guardrail, line painting, and more. Bids due April 2, 2026, via online portal.

    Opportunity details

    Solicitation No.
    244785
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    March 12, 2026
    Due Date
    April 2, 2026
    NAICS Code
    237310AI guide
    Agency
    Berkshire Regional Planning Commission

    Description

    The Berkshire Regional Group Purchasing Program (BRGPP), acting on behalf of its participating members, invites bids for joint cooperative purchases for July 1, 2026 through June 30, 2027 for the following highway supplies and service categories:

    • FY27-01 Aggregates & Loam
    • FY27-02 Cold Patch
    • FY27-03 Calcium & Magnesium Chloride
    • FY27-04 Culvert Products
    • FY27-05 Guardrail Delivered;
    • FY27-06 Guardrail Installed
    • FY27-07 Line Painting
    • FY27-08 Pavement Preservation Products
    • FY27-09 Chip Seal
    • FY27-10 Hot Mix Asphalt
    • FY27-10A Paving
    • FY27-11 Winter Rock Salt
    • FY27-12 Winter Sand
    • FY27-13 Pre-Treat Liquid and Treated Winter Salt
    • FY27-14 Gasoline
    • FY27-15 Diesel Fuel
    • FY27-16 Heating Oil
    • FY27-17 Liquid Propane
    • FY27-18 Catch Basin Cleaning & Line Jetting
    • FY27-19 Tree Work
    • FY27-20 Street Sweeping

    Bid packages are available starting Thursday, March 12, 2026 at BRGPP's OpenGov online procurement portal found at: https://procurement.opengov.com/portal/berkshire-planning.

    Bids must be submitted through the online procurement portal no later than Thursday, April 2, 2026 at 1:00 pm. Bids will then be opened publicly and read aloud.

    All bids for services are subject to the prevailing wage rates as per Massachusetts General Laws Chapter 149, Section 26 to 27F inclusive and Chapter 30, Section 39M, and a 5% bid deposit is required, in the form of a bid bond or certified check, unless specified in the bid package.

    All bidders must be pre-qualified by MassDOT for the following approved classes of work and their respective estimated values:

    • FY27-06 Guardrail and Fencing: $40,114.00
    • FY27-07 Pavement Markings: $607,154.50
    • FY27-08 Pavement Surfacing: $1,748,500.00
    • FY27-09 Pavement Surfacing: $59,580.00
    • FY27-10A Pavement Surfacing:
      • Northern Berkshire County: $985,671.00
      • Central Berkshire County: $332,730.00
      • Southern Berkshire County: $1,729,980.00
    • FY27-29-18 Catch Basin Cleaning: $591,000.00
    • FY27-29-19 Tree Trimming, Maintenance, and Removal: $1,230,240.00
    • FY27-20 Street Sweeping: $61,440.00

    As the awarding authority, BRGPP and its participants reserve the right to accept or reject any or all bids, in total or in part, and to take whatever action is deemed most favorable to the best interest of all the participants. Minority and woman-owned businesses are encouraged to submit bids. All bids will receive consideration without regard to race, color, religion, national origin, sex, age, sexual orientation, or disability. BRGPP is an Affirmative Action/Equal Opportunity Employer.

    Background

    The Berkshire Regional Planning Commission (BRPC) administers the Berkshire Regional Group Purchasing Program (BRGPP) on behalf of all 32 Berkshire County municipalities and other public sector entities within Berkshire County.

    Invitations to bid for each product category allow vendors to offer products and services based on the municipalities’ location in Northern, Central, or Southern Berkshire County, or on any combination of the three. The BRGPP services are designed to provide municipalities with the lowest prices available, while also relieving municipal staff of performing the necessary activities required for bidding products and services under the Massachusetts procurement laws.

    Project Details

    • Reference ID: FY27-11-12-13
    • Department: Group Purchasing
    • Department Head: Rebecca Slick, MCPPO (Group Purchasing Program Coordinator)

    Important Dates

    • Questions Due: 2026-03-27T20:00:00.000Z
    • Answers Posted By: 2026-03-30T20:00:00.000Z

    Addenda

    Evaluation Criteria

    • Aggregates & Loam Specifications
      1. The bidder must have sufficient capacity to supply the products on which they bid and BRGPP retains the right to investigate this capacity before awarding the contract. A determination that the bidder does not possess sufficient capacity to fulfill the bid may result in the bid being awarded to the next lowest-priced and responsible bidder. Capacity determinations include, but are not limited to, sufficient product to supply estimated quantities, number of trucks, availability of scales (in the case that program participants request weighed product), and sufficient hours of operation. Upon accepting a contract, the bidder is indicator that it possesses sufficient capacity;

      2. All products must comply with the following MassDOT or ASTM specifications as listed:

        ProductSpecification
        1 1/2" Minus Screened GravelMassDOT M1.03.0 Type d
        3/4" Screened GravelMassDOT M1.03.0 Modified 1" Maximum Size
        LoamMassDOT M1.05.0
        1 1/2" Crushed GravelMassDOT M1.03.1
        1" Minus Crushed GravelMassDOT M1.03.1 Modified 1" Maximum Size
        Reclaimed Pavement (Hardpack)MassDOT M1.09.0 1 1/2" Maximum Size
        1/2" Washed Gravel StoneASTM D448 Size #7
        3/4" Washed Gravel StoneASTM D448 Size #6
        1 1/2" Washed Gravel StoneASTM D448 Size #4
        1 1/2" Unwashed Gravel StoneASTM D448 Size #4
        3/8" Crushed Stone (Traprock)MassDOT M2.01.6
        1/2" Crushed Stone (Traprock)MassDOT M2.01.5
        3/4" Crushed Stone (Traprock)MassDOT M2.01.7
        1 1/2" Crushed Stone (Traprock)MassDOT M2.01.7
        3/4" Dense Graded Crushed StoneMassDOT M2.01.7
        1 1/2" Dense Graded Crushed StoneMassDOT M2.01.7
        1/2" Minus Traprock Gravel

        MassDOT M2.01.7

        1/2" Maximum Size

        50-85% must pass #4 Sieve

        Rip Rap 6" MaxMassDOT M2.02.0 6" Maximum Size
        Dumped Rip RapMassDOT M2.02.02
        Modified RockfillMassDOT M2.02.4
      3. Project participants retain the option to inspect products before accepting a delivery. Unsatisfactory product delivered shall be removed at the expense of the bidder and replaced with satisfactory product. If the bidder does not have satisfactory product to provide, the bidder must purchase and deliver a satisfactory product from another source but charge the participant only the contracted price. If disputed, all sampling and testing shall be done by an independent materials laboratory. Additionally, testing may be done periodically during the contract period by the municipality at a certified laboratory. Any product found to be out of specification may be grounds for cancellation of the contract for that product;

      4. A bid price per cubic yard is required for the following products:

        1. 1 1/2" Minus Screened Gravel
        2. 3/4" Screened Gravel
        3. Loam
        4. 1 1/2" Crushed Gravel
        5. 1" Minus Crushed Gravel

      5. A bid price per ton is required for all other aggregates. For deliveries by the cubic yard for bidders without scales, the tonnage of each load shall be equal to the volume of the truck body in cubic yards, as mutually agreed upon by the bidder and the program participant, and 1.75. Any bidder who wishes to use a more exact method of conversion from cubic yards to tons will be required to submit with its bid the test results of a field determination of the unit weight per cubic yard of material in a truck body under normal loading conditions. This determination shall be made by weighing the material in truck body stuck off at water level and dividing the weight by the inside volume of the truck body measured at the water level. The unit weight per cubic yard of the material shall be the average of the three;

      6. The moisture content shall be determined by ASTM Standard Designation C566-19 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying. The moisture content shall not exceed 5% by weight;

      7. If required, sampling of washed gravel stone shall be done in accordance with ASTM Standard Designation D75/D75M-19 Standard Practice of Sampling Aggregates;

      8. Field samples of washed gravel stone shall be reduced to testing size in accordance with ASTM Standard Designation C702/C702M-18 Standard Practice for Reducing Samples of Aggregate to Testing Size;

      9. Sieve analysis of the washed gravel stone and screened bank run gravel shall be performed in accordance with ASTM Standard Designation C136/C136M-19 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates using sieves meeting ASTM Standard Designation E11-20 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves;

      10. BRGPP, on behalf of any program participant, retains the right to deny an award to any vendor with whom they have a documented past problem meeting product specifications.
    • Contact Information
      TownNamePositionEmailAlternate Email
      AdamsHolli JaykoInterim Town Administratorhjayko@town.adams.ma.us  
      AdamsTim CotaOperations Supervisortcota@town.adams.ma.ustcota@town.adams.ma.us
      AdamsElaine MelilloAdmin Assistantemelillo@town.adams.ma.us 
      AlfordCasey SearingHighway Superintendenthighway@townofalford.orghighway@townofalford.org
      AlfordRoxanne GermainTreasurer / Tax collectoroffices@townofalford.org 
      BecketEd PickertHighway Superintendenthighway@townofbecket.orghighway@townofbecket.org
      BecketKathe WardenTown Administratoradministrator@townofbecket.org 
      CheshireJennifer MorseTown Administratorjmorse@cheshire-ma.gov 
      CheshireCorey McGrathDPW Directordpw@cheshire-ma.govdpw@cheshire-ma.gov
      ClarksburgRonald BoucherTown Administratortownadministrator@clarksburgma.gov 
      ClarksburgKyle HurlbutHighway Deptdpw@clarksburgma.govdpw@clarksburgma.gov
      ClarksburgDonna NevilleAdmin Assistantdneville@clarksburgschool.org 
      DaltonTom HutchensonTown Managerthutcheson@dalton-ma.gov  
      DaltonEdward HallHighway Superintendentehall@dalton-ma.gov ehall@dalton-ma.gov 
      DaltonDawn FyeAdministrative Assistantdfye@dalton-ma.gov 
      EgremontJim NoeHighway Superintendenthighway@egremont-ma.govhighway@egremont-ma.gov
      EgremontMary BrazieOffice Administratortegremont@egremont-ma.gov 
      FloridaJoan Lewis Town Administratortownadmin@townofflorida.org 
      FloridaJim WhiteHighway Superintendenthighway@townofflorida.orghighway@townofflorida.org
      Great BarringtonJoseph AberdaleDPW Superintendentjaberdale@townofgb.orgjaberdale@townofgb.org
      Great BarringtonSteve LarkinAssistant Superintendentsrlarkin@townofgb.orgsrlarkin@townofgb.org
      Great BarringtonMichelle PilkingtonAdminstrative Assistantmpilkington@townofgb.org 
      Great BarringtonLiz HartsgroveTown Managerlhartsgrove@townofgb.org 
      HancockSherman DerbyHighway Superintendentbos@fairpoint.net 
      HancockJan LillieTown Secretarybos@fairpoint.net 
      HinsdaleRobert GravesTown Administratortown.administrator@hinsdalema.gov 
      HinsdaleJames CallahanDPW Superintendentdpw.highways@hinsdalema.govdpw.highways@hinsdalema.gov
      LanesboroughBeth Carroll Administrator Assistantbcarroll@lanesborough-ma.gov 
      LanesboroughNate FenwickDPW Directordpw.director@lanesborough-ma.govdpw.director@lanesborough-ma.gov
      LanesboroughGina DarioTown Managertown.administrator@lanesborough-ma.gov 
      LeeLenny TisdaleDPW Superintendentlenny.tisdale@lee.ma.uslenny.tisdale@lee.ma.us
      LeeSamantha LovettAdminstrative Assistantsamantha.lovett@lee.ma.us 
      LeeChristopher BrittainTown Administratorchristopher.brittain@lee.ma.us 
      LenoxWilliam GopDPW Directorlenoxdpw@townoflenox.comlenoxdpw@townoflenox.com
      LenoxJay GreenTown Managerjgreen@townoflenox.com 
      MontereyAlan HavillDirector of Operationsdpw1@montereyma.govdpw1@montereyma.gov
      MontereyRoger MacDonaldTown Administratoradmin@montereyma.gov 
      Mt WashingtonJonathan HoskinsHighway Superintendenthwd@mountwashington-ma.govhwd@mountwashington-ma.gov
      Mt WashingtonBrian TobinSBbriantobin@townofmtwashington.com 
      New AshfordKeith LacasseHighway Superintendentklcconstructioncorp91@gmail.comklcconstructioncorp91@gmail.com
      New AshfordKen MacInerneySB Chairkenmcinerney@townofnewashford.com 
      New MarlboroughMari EnochTown Administratornmbos@newmarlboroughma.gov 
      New MarlboroughCharles LoringHighway Superintendentcloring@newmarlboroughma.govcloring@newmarlboroughma.gov
      North AdamsTimothy LescarbeauCommissioner of Public Servicestlescarbeau@northadams-ma.govtlescarbeau@northadams-ma.gov
      North AdamsStacy AbuisiGrant Specialist, Procurement, & Special Projectssabuisi@northadams-ma.gov 
      North AdamsPaul MarklandAssistant Commissioner of Public Servicespmarkland@northadams-ma.govpmarkland@northadams-ma.gov
      North AdamsCarrie Burnett North Adams Procurement Officercburnett@napsk12.org 
      North AdamsJennifer MackseyMayorMayorMacksey@northadams-ma.gov 
      OtisDerek PoirierHighway SuperintendentHighway@townofotisma.comHighway@townofotisma.com
      OtisBrandi PageTown AdministratorTownAdmin@townofotisma.com 
      PeruJustin RussellDPW Supervisorhighwaydept@townofperuma.comhighwaydept@townofperuma.com
      PeruTerry WalkerTown Administratortownadmin@townofperuma.com 
      PittsfieldRicardo MoralesCommissioner of Public Worksrmorales@cityofpittsfield.org rmorales@cityofpittsfield.org 
      PittsfieldVinnie BarbarottaHighway Superintendentvbarbarotta@cityofpittsfield.orgvbarbarotta@cityofpittsfield.org
      PiitsfieldKate LankinAdministrative Assistantklankin@cityofpittsfield.org 
      PittsfieldTyler SheddCity Engineertshedd@cityofpittsfield.orgtshedd@cityofpittsfield.org
      PittsfieldDeb BelairHighway Deptdbelair@cityofpittsfield.org 
      PittsfieldJeff HowesFleet Managerjhowes@cityofpittsfield.org 
      PittsfieldPeter MarchettiMayormayorsoffice@cityofpittsfield.org 
      PittsfieldKatharine MoskosBusiness Managerkmoskos@cityofpittsfield.org 
      RichmondRoger ManzoliniSelectmen/Town Administratorr.manzolini@richmondma.org 
      RichmondPeter BeckwithHighway Superintendenthighway@richmondma.orghighway@richmondma.org
      SandisfieldDavid WaldronHighway Superintendenthighways@sandisfieldma.govhighways@sandisfieldma.gov
      SandisfieldJaney SnyderTown Managermanager@sandisfieldma.gov 
      SavoyTodd KrutiakHighway Superintendenthighway@townofsavoy.comhighway@townofsavoy.com
      SavoyGeneral EmailSelect Boardsbadmin@townofsavoy.com 
      SheffieldDavid RuotHighway Superintendentjcollingwood@sheffieldma.govjcollingwood@sheffieldma.gov
      SheffieldRhonda LaBombardTown Administratorrlabombard@sheffieldma.gov 
      StockbridgeBob NavinHighway Dept Foremanhighway@stockbridge-ma.govhighway@stockbridge-ma.gov
      StockbridgeMichael CanalesTown Administratormcanales@stockbridge-ma.gov 
      StockbridgeChristine GorettiOffice Managerdpw@stockbridge-ma.gov 
      TyringhamNoah ChoquetteDPW /Highway Superintendenttyringhamhighway@gmail.comtyringhamhighway@gmail.com
      TyringhamMolly Curtin-SchaeferTown Administratortownhall@bcn.net 
      WashingtonTom JohnsonHighway Superintendentwashingtondpw@gmail.comwashingtondpw@gmail.com
      WashingtonAndrea WadsworthTown Administratorwashingtontownadm@gmail.com  
      West StockbridgeCurt WiltonDPW Directorhighwaysuperintendent@weststockbridge-ma.govhighwaysuperintendent@weststockbridge-ma.gov
      West StockbridgeMarie RyanTown Administratoradmin@weststockbridge-ma.gov 
      West StockbridgeStephen VanTasselHighway Superintendentsvantassel@weststockbridge-ma.govsvantassel@weststockbridge-ma.gov
      WilliamstownBarbara ColumbusOffice Managerbcolumbus@williamstownma.gov 
      WilliamstownCraig CloughDPW Directorcclough@williamstownma.govcclough@williamstownma.gov
      WilliamstownJustin OlanskySuperintendentjolansky@williamstownma.govjolansky@williamstownma.gov
      WilliamstownBob MenicocciTown Managerrmenicocci@williamstownma.gov 
      WindsorJohn DennoHighway Superintendenthighway@windsormass.comhighway@windsormass.com
      WindsorMadeline ScullyTown Administratorwindsormassta@gmail.com 
      Mt GreylockRob WnukDirector of Operations & Technologyrwnuk@mgrhs.orgrwnuk@mgrhs.org
      Mt GreylockJoe BergeronBusiness Managerjbergeron@mgrhs.org 
      North Adams SchoolNancy RauscherDirector of School Finance and Operationsnancyrauscher@napsk12.org 
    • Winter Rock Salt
      MunicipalityTons DeliveredTons Picked-Up
      North County
      Adams4,500 
      Cheshire500 
      Clarksburg150 
      Florida300 
      Mount Greylock Regional School260 
      New Ashford250 
      North Adams4,000 
      Savoy2,000 
      Central County
      Lanesborough1,500 
      Lenox2,200 
      Peru500 
      Pittsfield8,000 
      Richmond500 
      Washington1,200 
      Windsor200 
      South County
      Alford600 
      Becket1,500 
      Egremont1,000 
      Great Barrington1,000800
      Monterey1,200 
      Mt. Washington500500
      Otis1,100 
      Sheffield1,200 
      Stockbridge750 
      Tyringham550 
      West Stockbridge900200
    • Cold Patch Specifications
      1. The patching mix shall remain workable, in an uncovered stockpile, if applicable, for a period of not less than 12 months;

      2. Containerized material, if applicable, shall have a shelf life and remain workable for a period of not less than 12 months;

      3. Repaired potholes shall not show any significant signs of shoving, rutting, tracking, kicking-up , or ravel-out within a period of 12 months from the time of repair;

      4. The material shall meet applicable state and federal environmental regulations for its intended use;

      5. High Performance Cold Patch shall be Perma Patch or equivalent. Product documentation must be provided for any other High Performance Cold Patch (including length of time the product is usable in an open stockpile). Each participant may accept an equivalent product at their own discretion based on their needs;

      6. Picked-up product is priced by the ton;

      7. Delivered product is priced in pallets each containing 50 bags of 50lbs. each (2,500lbs. total). Bidders must contact program participants to determine offloading needs. It may be necessary to provide a forklift for unloading.
    • Fine Winter Sand
      MunicipalityTons DeliveredTons Picked-Up
      North County
      Adams200 
      Cheshire66 
      Florida300 
      Savoy1,000 
      Central County
      Pittsfield2,500 
      Richmond2,000 
      Windsor500 
      South County
      Alford50 
      Egremont200 
      Great Barrington150 
      Lee50 
      Mt. Washington500500
      Stockbridge100 
    • Coarse Winter Sand
      MunicipalityTons DeliveredTons Picked-Up
      North County
      Cheshire260 
      New Ashford40 
      North Adams400 
      Central County
      Lenox100 
      Richmond2,000 
      Washington 300
      Windsor500 
      South County
      Egremont200 
      Great Barrington150 
      Monterey500 
      Mt. Washington500500
      Tyringham500 
      West Stockbridge500200
    • Program Background

      The Berkshire Regional Planning Commission (BRPC) administers the Berkshire Regional Group Purchasing Program (BRGPP) on behalf of all 32 Berkshire County municipalities and other public sector entities within Berkshire County.

      Invitations to bid for each product category allow vendors to offer products and services based on the municipalities’ location in Northern, Central, or Southern Berkshire County, or on any combination of the three. The BRGPP services are designed to provide municipalities with the lowest prices available, while also relieving municipal staff of performing the necessary activities required for bidding products and services under the Massachusetts procurement laws.

    • Calcium & Magnesium Chloride Specifications
      1. All products shall be suitable for effective dust and erosion control on unimproved (dirt or gravel) roads;

      2. Calcium chloride in liquid form shall conform to Commonwealth of Massachusetts Department of Transportation Standard Specifications, Material Specifications M9.01.0 Calcium Chloride;

      3. Magnesium chloride in liquid form shall be a 30% solution of Magnesium Chloride Hexahydrate;

      4. The Safe Bind® 30/70 blend shall be pursuant to this manufacturer's specifications. Otherwise, the bidder must attach the material specifications to your bid for any brand other than Safe Bind®, else the bid shall be deemed incomplete. Each program participant may accept an equivalent at their own discretion based upon their needs;

      5. Products delivered in a liquid will be priced per gallon;

      6. Products delivered in 50lbs. bags shall be in flake form and will be priced per bag;

      7. The awarded bidder must be capable of making small quantity deliveries;

      8. All orders are to be delivered to the desired location of he program participant within seven days from purchase;
    • Treated Winter Salt - Delivered as a Liquid
      Municipality50% Liquid Magnesium Chloride and 50% Distiller Soluble (Gallons)80% Liquid Magnesium Chloride and 20% Molasses (Gallons)60% Liquid Calcium and 40% Organic Based Performance Enhancer (Gallons)
      North County
      Savoy3,000  
      Central County
      Lanesborough7,000  
      Pittsfield 10,000 
      Richmond5,000  
      Washington 5,000 
      South County
      Egremont1,2001,200 
      Monterey4,600  
      West Stockbridge12,000  
    • Culvert Products Specifications
      1. The materials, dimensions, physical properties, and fabrication and single- and double-walled corrugated polyethylene piping and couplings shall conform to Commonwealth of Massachusetts Department of Transportation Standard Specifications, Materials Specifications M5.03.10 Corrugated Plastic Pipe;

      2. The materials, dimensions, physical properties, and fabrication of geotextile fabric should conform to Commonwealth of Massachusetts Department of Transportation Standard Specifications, Material Specifications M9.50.0 Geotextile Fabrics;

      3. Pipe shall be in 20' lengths except for larger-diameter pipe which may be order in 10' lengths on an individual basis;

      4. All materials must be new and delivered with 30 days from the date of the purchase orders;

      5. Unreasonably small orders may be rejected by the awarding bidder on the basis of high freight costs, as long as the CPO is notified in advance;

      6. The bidder must supply a percentage discount off of the quoted price for any products to be picked up by program participants at the bidder's location.
    • Legal Advertisement

      The Berkshire Regional Group Purchasing Program (BRGPP), acting on behalf of its participating members, invites bids for joint cooperative purchases for July 1, 2026 through June 30, 2027 for the following highway supplies and service categories:

      • FY27-01 Aggregates & Loam
      • FY27-02 Cold Patch
      • FY27-03 Calcium & Magnesium Chloride
      • FY27-04 Culvert Products
      • FY27-05 Guardrail Delivered;
      • FY27-06 Guardrail Installed
      • FY27-07 Line Painting
      • FY27-08 Pavement Preservation Products
      • FY27-09 Chip Seal
      • FY27-10 Hot Mix Asphalt
      • FY27-10A Paving
      • FY27-11 Winter Rock Salt
      • FY27-12 Winter Sand
      • FY27-13 Pre-Treat Liquid and Treated Winter Salt
      • FY27-14 Gasoline
      • FY27-15 Diesel Fuel
      • FY27-16 Heating Oil
      • FY27-17 Liquid Propane
      • FY27-18 Catch Basin Cleaning & Line Jetting
      • FY27-19 Tree Work
      • FY27-20 Street Sweeping

      Bid packages are available starting Thursday, March 12, 2026 at BRGPP's OpenGov online procurement portal found at: https://procurement.opengov.com/portal/berkshire-planning.

      Bids must be submitted through the online procurement portal no later than Thursday, April 2, 2026 at 1:00 pm. Bids will then be opened publicly and read aloud.

      All bids for services are subject to the prevailing wage rates as per Massachusetts General Laws Chapter 149, Section 26 to 27F inclusive and Chapter 30, Section 39M, and a 5% bid deposit is required, in the form of a bid bond or certified check, unless specified in the bid package.

      All bidders must be pre-qualified by MassDOT for the following approved classes of work and their respective estimated values:

      • FY27-06 Guardrail and Fencing: $40,114.00
      • FY27-07 Pavement Markings: $607,154.50
      • FY27-08 Pavement Surfacing: $1,748,500.00
      • FY27-09 Pavement Surfacing: $59,580.00
      • FY27-10A Pavement Surfacing:
        • Northern Berkshire County: $985,671.00
        • Central Berkshire County: $332,730.00
        • Southern Berkshire County: $1,729,980.00
      • FY27-29-18 Catch Basin Cleaning: $591,000.00
      • FY27-29-19 Tree Trimming, Maintenance, and Removal: $1,230,240.00
      • FY27-20 Street Sweeping: $61,440.00

      As the awarding authority, BRGPP and its participants reserve the right to accept or reject any or all bids, in total or in part, and to take whatever action is deemed most favorable to the best interest of all the participants. Minority and woman-owned businesses are encouraged to submit bids. All bids will receive consideration without regard to race, color, religion, national origin, sex, age, sexual orientation, or disability. BRGPP is an Affirmative Action/Equal Opportunity Employer.

    • Treated Winter Salt - Mixed with Rock Salt and Delivered
      Municipality50% Liquid Magnesium Chloride and 50% Distiller Soluble (Gallons)80% Liquid Magnesium Chloride and 20% Molasses (Gallons)60% Liquid Calcium and 40% Organic Based Performance Enhancer (Gallons)
      North County
      Cheshire 500 
      Clarksburg  690
      Florida 1,000 
      New Ashford250  
      Central County
      Peru 100 
      Richmond2,000  
      Windsor3001,00 
      South County
      Egremont300300 
      Great Barrington 600 
      Mt. Washington500500200
      Stockbridge 1,100 
      West Stockbridge 100 
    • Program Timeline
      Release Project Date:March 12, 2026
      Question Submission Deadline:March 27, 2026, 4:00pm
      Question Response Deadline:March 30, 2026, 4:00pm
      Proposal Submission Deadline:April 2, 2026, 1:00pm
      Contractor Selection Date:April 20, 2026
    • Guardrail Delivered Specifications
      1. Posts and guardrail must comply with Commonwealth of Massachusetts Department of Transportation Standard Specifications, Material Specifications M8.07.0 Guardrail

      2. All bolts, nuts, and washers to be used in assembling and erecting the rail shall be galvanized and shall conform to the requirements of ASTM-A307 and AASHTO-MIII;

      3. Bidders may submit alternative bids for used, straightened items. If this is the case, it must be clearly stated on the bid form or an attachment thereto.

      4. All orders are to be delivered to the desired location of the program participant within 30 days from receipt of the purchase order. The minimum order is $100.
    • Guardrail Installed Specifications
      1. The most recent 2017 Updated Standards for Guardrail and Guardrail and End Terminals can be found here: https://www.mass.gov/doc/updated-standards-for-guardrail-and-guardrail-end-terminals/download.

      2. Wood posts shall be rectangular, at least 6' long and 8"x6" in length and width.

      3. Bidders are to submit a single price per foot for total guard rail installation, including all rail, posts, and attaching hardware. Measurement for payment shall be made along the top edge of the rail from center to center of end posts.

      4. If the number of feet of removal is not specified in the individual town's estimate, removal of painting guardrail, cable, or posts may be required. If the awarded bidder is concerned about the possibility of lead paint, they must test for, handle, and/or dispose of lead-based painted materials or subtract this work. If there is a question about existing conditions ahead of time, the bidder should contact the individual program participants to complete said testing or special disposal.
    • Line Painting Specifications
      1. Markings shall be applied only in seasonable weather in accordance with good painting practices. The surface shall be dry and free of sand, grease, oil, and other foreign substances prior to application. The contractor shall prepare the surface to accept the application as part of the bid price, with no additional compensation.

      2. Paint must be reflectorized for night visibility by adding reflective spheres before the paint dries or sets, by using drop-on or pressurized methods. The reflective spheres shall be evenly dispersed to wet a film thickness of 15 +/- 1 mils (100-155 square feet per gallon) at an equivalent rate of six pounds per gallon. There shall be no pickup in more than three minutes of drying time. The lines shall be applied with airless spray equipment to have the paint at a temperature of 135-165°F at the spray nozzle. The maximum drying time shall not be exceeded when the pavement temperature is less than 45°F or greater than 120°F, under all humidity conditions or dry pavement. The paint shall dry in not more than 12 minutes at 77°F when tested according to ASTM D711 and drawn down to a wet film thickness of 15 mils. 

      3. Payment for work will be made at the contract price per foot for lines completely installed in place. Applied lines are to be paid for on the actual length of the lines applies.

      4. As an addition to highway striping, bid prices are sought for the painting of crosswalks, and parking lines as may be applicable herein. Parking lines will be understood to mean white or yellow non-reflective fast drying paint. Crosswalk lines will be understood to mean white or yellow non-reflective fast-drying paint.

      5. Pavement bike symbols shall be bid by the unit. The square foot areas to be measured for under this item are as follows:

        SymbolSquare Footage
        Bike Lane Symbol14
        Arrow14
        Shared Lane Bike Symbol11
        Sharrows11
      6. Pavement arrows and legends shall be bid by the unit. The square foot areas to be measured for under this item are as follows:

        SymbolSquare Footage
        Arrow, Straight11.8
        Arrow, Left or Right15.8
        Arrow Combination, Straight with Left or Right28.1
        "ONLY" Legend22.5
        Yield Lines (Shark Teeth)3 Each

        Any project-unique pavement arrows and legend not listed above will be measured by the actual square footage installed and accepted;

      7. Bids may not utilize more than three decimal points (e.g., $0.111).
    • Pavement Preservation Products Specifications

      General Specifications

      1. The program participant shall be responsible for all traffic safety control during the execution of the work;

      2. No sealing is to be done during rain or wet conditions;

      3. The bidder will be allowed to store their equipment at the garage of a program participant during the period of time when the participant's roads are being worked on. Each participant shall not be liable for any vandalism or theft of the bidder's equipment;

      4. The bidder may, with permission of the program participant, use that participant's highway department facilities for the cleaning of their equipment. Responsibility for maintenance of equipment shall rest solely with the bidder;

      5. The procedure for ascertaining the correct number of gallons used for each day's operation shall be as follows:

        1. The program participant shall count the volume of crack filler materials in the kettle before the bidder initially starts work for the day. This will be done by the use of a gauge and volume chart for the heating kettle which is to be furnished by the bidder:

        2. Additional crack filler, in uniformly sized containers or standard measure, shall be added to the kettle only in the presence of the program participant;

        3. At the end of the day's work the kettle shall be gauged to ascertain the quantity remaining. The difference between the starting and finishing measurements plus the units added during the work and subsequently placed upon the roadway cracks shall be the quantity to be paid for that day. The bidder's foreman shall countersign the Field;

        4. Manifold Notebook page to indicate concurrence with the measure. Payment for aggregate and all other work and materials incidental to the work shall be included in the price per gallon of crack filler;

        5. Measurement for this bid shall be by the gallon and shall be the actual number of gallons of sealer applied to the pavement. Payment shall be at the unit price bid and shall be complete payment for the entire term including furnishing, preparation, and placing of materials, labor, and equipment to e used on this project.

      Rubber Crack Sealing

      1. Materials:

        1. Asphalt Sealant shall be Roadsaver 201 Sealant or Equal, shall be 9.3 pounds per gallon, and contain 18% recycled rubber by weight of the asphaltic components;

        2. Materials shall have the following properties:

          TestASTM D3405 Spec. Limits
          Cone Penetration 77F (25C)90 Max
          Resilience 77F (25C)60% Max
          Flow 140F (60C)3mm Max
          Bond -20F 50% Ext.Pass 3 Cycles
          Asphalt CompatibilityCompatible
          Recommend Pour Temperature380F (193C)
          Safe Heating Temperature410F (210C)
        3. Hot poured joint filler shall conform to Federal Specification ASTM D-3405 or ASTM D-6690;

        4. Black Beauty Boiler slag (type used for sandblasting) or clean, dried 3/8' or 1/2" crushed stone, as cover aggregate. Application rate shall be at direction of the Engineer;

      2. Equipment:

        1. The performance of the work shall be subject to the approval of the Engineer and maintained in a satisfactory working condition at all times;

        2. Air compressors shall be portable and capable of furnishing not less than 100 cubic feet of air per minute at not less than 90 lbs. per square inch pressure at the nozzle. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water;

        3. Hand tools shall consist of brooms, shovels, metal bars with chisel shaped ends, and any other tools which may be satisfactorily used to accomplish this work;

        4. Melting kettle units used to melt the joint sealing compound shall be double boiler, indirect fired type. The space between the inner and outer shells shall be filled with a suitable heat transfer oil or substitute having a flash point of not less than 600F. The kettle shall be equipped with a satisfactory means of agitating the joint sealer at all times. This will be accomplished by continuous stirring with mechanically operated paddles and by a continuous circulating gear pump attached to the heating unit. The kettle must be equipped with thermostatic control calibrated between 200F and 550F;

        5. Hand pouring pots must be equipped with mobile carriage and rubber shoe and have a flow control valve which allows all cracks to be filled to refusal so as to eliminate all voids or entrapped air and not leave any unnecessary surplus crack sealer on pavement surfaces;

        6. Equipment for blowing clean, drying, and rejuvenating sidewall or cracks and joints may be a TAFA unit which operates at 2,000F at 2,000 feet per second velocity or approved equal can be used;

      3. Preparation of Cracks:

        1. All old material and other debris removed from the cracks shall be removed from the pavement surface immediately by means of power sweepers or hand brooms or air brooms;

        2. All cracks shall be thoroughly cleaned to remove all dirt, foreign materials, and loose edges from cracks by use of a TAFA unit;

        3. When cracks show evidence of vegetation, it shall be removed and sterilized by use of a Propane Torch unit generating 2,000F and 3,000 feet per second velocity to eliminate all vegetation, dirt, moisture, and seeds;

        4. No crack sealing material shall be applied in wet cracks or where frost, snow, or ice is present, nor ambient temperature is below 40F;

      4. Preparation of Sealer:

        1. Joint sealing material shall be heated and applied to a temperature specified by the manufacturer and approved by the Engineer. Minimum application temperature shall by 380F;

      5. Workmanship:

        1. Each crack sealed shall be completely filled and the surface of the seal shall bride the crack with a strong bond on each side. All workmanship shall be of the highest quality, and excess or spilled sealer shall be removed from the pavement by approved methods and discarded. Any workmanship determined to be below the high standards of the particular craft involved will not be accepted and will be corrected and/or replaced as required by the engineer in charge;

        2. It is the intent of the application of crack filler and stone cover to fill the existing cracks and seal them against the weather. Any failure due to pick up by traffic within seven days shall be redone within the payment of the original work.

      Fiber Crack Sealing

      1. Material:

        1. Crack sealer shall be an asphalt-fiber compound designed especially for improving the strength and performance of the parent asphalt sealant;

          1. Asphalt Sealant shall be a grade PG 58-28 (formerly AC-10), PG 64-22 or PG 64-28 (formerly AC-20) with a penetration of 75-100;

        2. Fiber reinforcing materials shall be short-length polyester fibers having the following properties:

          MeasureStandard
          Length7mm
          Diameter0.0008 inch +/- 0.0001 inch
          Specific Gravity1.32 - 1.40
          Melt Temperature480F Minimum
          Ignition Temperature1,000F Minimum
          Tensile Strength75,000PSI +/- 5,000PSI
          Break Elongation33% +/- 9% (Fully Drawn)

           

        3. Asphalt-Fiber compound shall be mixed at a rate of 6-8% fiber weight to weight of asphalt cement. This compound having the same chemical base provides compatibility and exhibits excellent bond strengths. The fiber functions to redistribute high stress and strain concentrations that are imposed on the sealant by thermal sources, traffic loading, etc.

      2. Equipment:

        1. Equipment  used in the performance of the work required by this section of the specification shall be subject to the engineer and maintained in a satisfactory working condition at all times;

        2. Air compressors shall be portable and capable of furnishing not less than 100 cubic feet of air per minute at not less than 90 lbs. per square inch pressure at the nozzle. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water;

        3. Manually operated, gas-powered air-broom or self-propelled air sweeper designed especially for use in cleaning highway and airfield pavements shall be used to remove debris, dirt, and dust from the cracks;

        4. Hand tools shall consist of brooms, shovels, metal bars with chisel shaped ends, and any other tools which may be satisfactorily used to accomplish this work;

        5. Melting kettle units used to melt the joint sealing compound shall be double boiler, indirect fired type. The space between the inner and outer shells shall be filled with a suitable heat transfer oil or substitute having a flash point of not less than 600F. The kettle shall be equipped with a satisfactory means of agitating the joint sealer at all times. This will be accomplished by continuous stirring with mechanically operated paddles and by a continuous circulating gear pump attached to the heating unit. The kettle must be equipped with thermostatic control calibrated between 200F and 550F;

      3. Preparation of Cracks:

        1. All old material and other debris removed from the cracks shall be removed from the pavement surface immediately by means of power sweepers or hand brooms or air brooms;

        2. When cracks show evidence of vegetation, it shall be removed and sterilized by use of a Propane Torch unit generating 2,000F and 3,000 feet per second velocity to eliminate all vegetation, dirt, moisture, and seeds;

        3. No crack sealing material shall be applied in wet cracks or where frost, snow, or ice is present not when ambient temperature is below 25F;

      4. Preparation of Sealer:

        1. Joint sealing material shall be heated and applied to a temperature specified by the manufacturer and approved by the Engineer. Minimum application temperature shall by 320F;

        2. Sealer shall be delivered to the pavement surface through a pressure hose line and applicator shoe. The shoe width and over-banding area shall not exceed three inches in diameter. When traffic requires immediate use of the roadway, a boiler slag aggregate shall be broadcast over the cracks to prevent the sealant from being picked up;

      5. Workmanship:

        1. Each crack sealed shall be completely filled and the surface of the seal shall bride the crack with a strong bond on each side. All workmanship shall be of the highest quality, and excess or spilled sealer shall be removed from the pavement by approved methods and discarded. Any workmanship determined to be below the high standards of the particular craft involved will not be accepted and will be corrected and/or replaced as required by the engineer in charge;

      6. Performance:

        1. To ensure the contractor's capabilities, the bidder shall provide with their bid evidence that at least two of the company's crack sealing field supervisory personnel have completed AASHTO TSP2 training, and successfully passed the Crack Treatment certification exam administered by the National Center for Pavement Preservation (NCPP). During completion of the work, the contractor will be required to have at least one AASHTO TSP2 Crack Treatment certified employee assigned to the job and present at all times when crack sealing work is being performed;

        2. Properly formulated and mixed asphalt fiber compound over-banding shall not expand before four inches in width due to temperature of traffic compression after placement by contractor. Penalties will be imposed upon the contractor for expansion of the over-banding beyond four inches;

        3. Manufacturer's certificate of material compliance will be furnished by the bidder certifying conformance to the above material specifications;

      7. Measurement and Payment:

        1. Measurement for this bid unit shall be by the gallon and shall be the actual number of gallons of sealer applied to the pavement. Payment shall be at the unit bid price in the proposal and shall be complete payment for the entire item including furnishing, preparation and placing of materials, labor and equipment to be used on this project;

        2. Expansion of the over-band by traffic or weather will result in a penalty equivalent to the ratio of the expansion to the over-band. (Example: a one-inch expansion of a four-inch over-band with result in a 25% reduction in the number of gallons paid);

      8. Asphalt Price Adjustments:

        1. The bidder's bid prices shall be based upon the current MassDOT asphalt cement price index posted exactly two weeks prior to the due date for receipt of bids. If the posted State DOT asphalt cement price index in place when the work is performed differs from bid price, up or down, then bidder's invoices shall include price adjustments for the asphaltic materials, and these adjustments shall be calculated based on the actual tons of liquid cement incorporated into the work.

      Polymer and Crumb Rubber Modified (PCRM)

      1. Material:

        1. Crack sealant shall be a modified asphalt-fiber compound designed specifically for improving the strength and performance of the parent asphalt sealant:

          1. The asphalt binder shall consist of a blend of neat asphalt binder, chemically modified crumb rubber (CMCR), and a polymer package, all of which meet the following specifications:

            1. The binder will meet PG 64-28E requirements after modification including:

              1. PG grade requirements of AASHTO M3320
              2. Requirements of AASHTO TP70/MP19

            2. Modification, at a minimum, shall consist of 7% crumb rubber, and the maximum particle size for the recycled tire rubber shall be 80 mesh (#80 sieve);

            3. The asphalt supplier shall provide testing for both the neat and modified asphalt binders;

            4. See below for typical modified test results for 64-28E with crumb rubber:

              DSR Original
              kPA > 1.00 @ 64C. Fail temp  = 76C+

              DSR RTFO
              kPa > 2.20 @ 64C. Fail temp = 76C+

              MSCR
              JNR (MSCR unit of measure): 3.2E < 0.5% @ 64C

              DSR PAV
              kPA < 6,000 @ 64C

              BBR
              Stiffness < 300 @ 18C. M-Value > 0.300 @ -18C

        2. The fiber reinforcing materials shall be short-length polyester fibers having the following properties:

          MeasureStandard
          Length0.25 inch +/- 0.02 inch
          Elongation at Break (ASTM D2256-90)35% +/- 3%
          Melting Point (ASTM D2318-82)>475F (246C)
          Crimps/Inch (ASTM D3937-90)None
          Cross SectionRound
          Denier (ASTM D1577-90)4.5 Nominal DPF
          Tensile Strength (ASTM D2256-90)>70,000PSI
          Diameter0.0008 inch
          Specific Gravity (ASTM D792-91)1.32 - 1.40

           

        3. The modified asphalt-fiber compound shall be mixed at a rate of 8% fiber weight to weight of asphalt cement. This compound having the same chemical base provides compatibility and exhibits excellent bond strengths. The fiber functions to redistribute the high stress and strain concentrations that are imposed on the sealant by thermal sources, traffic loading, etc.;

      2. Equipment:

        1. Equipment  used in the performance of the work required by this section of the specification shall be subject to the engineer and maintained in a satisfactory working condition at all times;

        2. Air compressors shall be portable and capable of furnishing not less than 100 cubic feet of air per minute at not less than 90 lbs. per square inch pressure at the nozzle. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water;

        3. Manually operated, gas-powered air-broom or self-propelled air sweeper designed especially for use in cleaning highway and airfield pavements shall be used to remove debris, dirt, and dust from the cracks;

        4. The unit used to melt or maintain the crack sealant at the recommended application temperature shall be the indirect fired type. The melting kettle shall have an approximate capacity of 1,000 gallons and shall be equipped to maintain the sealant at the recommended application temperature. It shall be equipped with a remote heat exchanger and hot oil circulation pump capable of maintaining a consistent temperature of the heat transfer oil. The heat transfer oil shall be circulated to all sides and the bottom of the vat containing the crack sealant compound making a continuous loop back to the heat exchanger and having a flash point of not less than 600F. The melter shall be equipped with a satisfactory means of agitating the crack sealant at all times. This may be accomplished by continuous stirring with mechanically operated paddles and/or by a circulating gear pump attached to the melter. The melter must be equipped with a thermostatic control calibrated between 200F and 550F and must be capable of pumping an 8% fiber content belnd;

      3. Preparation of Cracks:

        1. All old material and other debris removed from the cracks shall be removed from the pavement surface immediately by means of power sweepers or hand brooms or air brooms;

        2. When cracks show evidence of vegetation, it shall be removed and sterilized by use of a Propane Torch unit generating 2,000F and 3,000 feet per second velocity to eliminate all vegetation, dirt, moisture, and seeds;

        3. No crack sealing material shall be applied in wet cracks or where frost, snow, or ice is present not when ambient temperature is below 25F;

      4. Preparation of Sealant:

        1. The asphalt-fiber compound shall be thoroughly mixed for a minimum of one hour before application can being. To ensure an uniform fiber distribution in the sealant, and also to limit fluctuations in the application temperature of the blended material, the bidder must have a full melter kettle of sealant mixed, heated to the proper application temperature, and ready for testing at the start of each work day. Once that batch of sealant is emptied from the melter kettle, crack sealing operations will cease for the remainder of the day. No new materials will be allow to be added to the melter kettle during the work day under any circumstances. Minimum application temperature shall be 320F;

        2. Sealant shall be delivered to the pavement cracks through a high-pressure hose line and applicator shoe. Diameter of the shoe is not to exceed 3.5 inches. Once the pavement cracks are sealed, the width of the sealant on the pavement (overbanding) shall be no greater than three inches. When traffic requires immediate use of the roadway, a liquid crack sealant barrier material or a boiler slag aggregate shall be broadcast over the cracks to prevent the sealant from being picked up at no additional cost to the program participant;

      5. Workmanship:

        1. Each crack sealed shall be completely filled and the surface of the seal shall bride the crack with a strong bond on each side. All workmanship shall be of the highest quality, and excess or spilled sealer shall be removed from the pavement by approved methods and discarded. Any workmanship determined to be below the high standards of the particular craft involved will not be accepted and will be corrected and/or replaced as required by the engineer in charge;

      6. Performance:

        1. To ensure the contractor's capabilities, the bidder shall provide with their bid evidence that at least two of the company's crack sealing field supervisory personnel have completed AASHTO TSP2 training, and successfully passed the Crack Treatment certification exam administered by the National Center for Pavement Preservation (NCPP). During completion of the work, the contractor will be required to have at least one AASHTO TSP2 Crack Treatment certified employee assigned to the job and present at all times when crack sealing work is being performed;

        2. Properly formulated and mixed asphalt-fiber compound overbanding shall not be greater than three niches in width. Penalties will be imposed upon the bidder for overbanding beyond three inches;

        3. The bidder must submit the following with his bid proposal:
          1. The trade name of the crack sealant the bidder intends to use;
          2. The manufacturer of the crack sealant the bidder intends to use;

        4. The program participant will require the bidder to successfully perform a 200 foot test strip in the field prior to commencing work under the contract;

        5. Manufacturer's certificate of material compliance will be furnished to the program participant certifying conformance to material specifications, including the following:

          1. Performance Grade of Unmodified Asphalt: PG 64-28S (standard);
          2. AASTHO M-320, Table 1;

          3. 7% chemically-modified crumb rubber (CMCR) composed of 100% 80-mesh recycled tire rubber;
          4. 3-4% specially formulated polymer package

          5. Performance Grade of Modified Aspahlt: PG-28E (able to withstand "extremely heavy" traffic loads)

          6. AASHTO M-320, Table 1:

            1. "E" Jnr 3.2 kPa @ 645C: <0.5%
            2. R3200 (Average % Recovery) @ 3.2 kPa: >70%

          7. 8% polyester reinforcing fibers

      7. Measurement and Payment:

        1. The quantity to be measured for payment will be the number of gallons of crack sealing actually applied, and this quantity shall be determined and verified daily. The accepted quantity of crack sealing will be paid for at the contract unit price per gallon of the type specified in the proposal, which shall be full compensation for furnishing, transporting, handling and placing the material specified and furnishing of all labor, tools, equipment and incidentals for the satisfactory completion of this item;

      8. Asphalt Pricing and Price Adjustments

        1. Bidder's bid prices shall be based on current MassDOT asphalt cement price index posted exactly two weeks prior to the due date for receipt of bids. If the posted State DOT asphalt cement price index in place when the work is performed differs from the bid price, up or down, then the bidder's invoices shall include price adjustments for the asphaltic materials, and these adjustments shall be calculated based on the actual tons of liquid asphalt cement incorporated into the work.

        2. Current MA DOT Liquid Asphalt price as of March 2025: $622.50/ton
        3. Current MA DOT Portland Cement price as of March 2025: $425.53/ton

      Polymer Modified Rejuvenating Fog Seal (E-Fog)

      1. Refer to the Polymer Modified Rejuvenating Fog Seal Specifications document attached to the end of this bid.

       

      Spray Applied Penetrating Asphalt Rejuvenator (Delta Mist)

      1. Refer to the Spray Applied Penetrating Asphalt Rejuvenator Specifications document attached to the end of this bid.

       

      Micro-Surfacing (Conventional and HiMA) Specifications

      1. Refer to the Micro-Surfacing Conventional and HiMA Specifications document attached to the end of this bid.

         

      Cape Seal Specifications

      1. Refer to the Cape Seal Specifications document attached to the end of this bid.
    • Stone Seal Specifications

      Materials

      1. Liquid Asphalt

        Liquid Asphalt grades shall be: CRS-2 (3% Latex), or HFRS-2 (3% Latex), RS-2 (3% Latex), HFMS-2 (3% Latex), or MC-3000 conforming to AASTHO specifications;

      2. Latex Additive

        The latex additive shall be SBR Latex. It is required that the latex be co-milled at the bulk emulsion facility, to ensure complete and balanced blending. The emulsion manufacturing plant must be open to inspection by the awarding authority:

      3. Stone

        Stone shall be crushed quarry stone, free from dust, soft stone, or other contaminants, with a minimum of 70% of the stones having a fractured face. All stone shall satisfy a 30% maximum for the L.A. Abrasion Test and a 35% maximum for the Flakiness Index Test. The maximum amount passing the #200 sieve shall not exceed 1.0%. If this requirement is not attained, the 3/8" stone shall be pretreated. The stone shall meet or exceed the specifications in the section M2.01.6 of the MassDOT standard specifications:

      4. Pretreated Stone

        If required, 3/8" stone shall be treated with dilute RSS-1h or SS-1h asphalt emulsion at the rate of 1 to 2 gallons per ton of stone. The treatment process shall utilize a pugmill mixer to ensure uniform treatment of all stones. If pretreated stone is delivered in advance of application, it must be covered to prevent treatment from being washed off the stone;

        Required Stone Gradations
        3/8" Stone1/2" Stone
        Screen SizeAcceptable Passing Rate by WeightScreen SizeAcceptable passing Rate by Weight
        1/2" Sieve 100%5/8" Sieve100
        3/8" Sieve85-100%1/2" Sieve85-100%
        1/4" Sieve10-60%3/8" Sieve15-45%
        #4 Sieve0-25%#4 Sieve0-10%
        #8 Sieve0-2%#8 Sieve0-2%

        Maximum passing #200 sieve shall not exceed 1.0%, wet washed, for all sized stone used in surface treatments. If #200 sieve exceeds 1.0%, stone must be pretreated.

        The stone must meet or exceed the specifications in section M2.01.6 of the MassDOT standard specifications.

        If pre-stone is delivered in advance of application, it must be covered to prevent treatment from being washed off the stones.

      Material Quantities

      1. Old Work: 1 Asphalt / 1 Stone

        The quantity of asphalt material to be used on the Old Work application shall be in the range of 0.35 to 0.5 gallons per square yard. Cover stone shall be spread in the range of 20 to 30 pounds per square yards. Stone shall be applied in one layer of 3/8";

      2. Double Seal, 2 Asphalt / 2 Stone

        The quantity of asphalt material to be used shall be in the range of 0.6 to 0.85 gallons per square yard. Cover stone shall be spread in the range of 45 to 85 pounds per square yard. The first layer of stone shall be 1/2" and second layer shall be 3/8";

      3. New Work I, 2 Asphalt / 3 Stone

        The quantity of asphalt material to be used on the New Work application shall be in the range of 0.8 to 1.5 gallons per square yard. The first and second layers of stone shall be 1/2", and the third layer shall be 3/8". If cutback is to be used, it should be applied in the range of 0.8 to 1.2 gallons per square yard. If emulsion is used, it should be applied in the range of 1.2 to 1.5 gallons per square yard;


      4. New Work II, 2 Asphalt / 3 Stone

        The quantity of asphalt material to be used on the New Work application shall be in the range of 0.8 to 1.5 gallons per square yard. Cover stone shall be spread in the range of 90 to 110 pounds per square yard. The first layer of stone shall be 1/4", the second layers of stone shall be 1/2", and the third layer shall be 3/8". If cutback is to be used, it should be applied in the range of 0.8 to 1.2 gallons per square yard. If emulsion is used, it should be applied in the range of 1.2 to 1.5 gallons per square yard;

      5. The bidder will use lab tests to design specific material quantities to meet existing field conditions. Variation in material quantities will be made without adjustment to contract unit price;

      Equipment

      1. Asphalt Distributor

        The asphalt distributor shall contain suitable mechanical circulating and heating mechanisms to provide a uniform approved temperature of the entire mass of material. The distributor shall be capable of applying asphalt material inaccurately measured quantities at any rate between 0.1 to 2.0 gallons per square yard of roadway surface, at any length of spray bar up to 24 feet. The distributor shall be capable of maintaining a uniform rate of distribution of asphalt materials regardless of change in grade, and width in direction of the road.

      2. Stone Spreader

        The stone spreaders hall be self-propelled and adjustable to control and accurately spread the specified size stone at the specified rate of application. The spreader shall be mounted no pneumatic tires and shall apply the stone on the asphalt treated road surface in a manner that ensures that the tires do not contact the road surface until after the stone has been applied. The spread shall be capable of spreading stone uniformly over its entire width at the specified rate, to a maximum width of not less than 12 feet, adjustable in six-inch increments. The spreader shall be equipped with an integral hopper, with a minimum capacity of five tons of stone, which shall be filled by trucks in a manner which ensures that the truck tires never come into contact with the asphalt treated road surface until stone has been properly applied. The spreader shall be capable of accurately applying stone on any grade up to 0.6%.
      3. Rollers

        At least one rubber tire roller shall be used on each treated surface immediately after the stone has been applied on the Old Work. Double Seal shall be treated with either one rubber tire and one steel-wheeled tire roller OR two treatments with rubber tire roller at the preference of the program participants. New Work shall be treated with one rubber tire and one steel-wheeled tire roller.

      4. Trucks

        "Live Bottom Trucks" or Dump Trucks of sufficient number and size shall be used to deliver stone to the spreader. A town with a specific need for so called "live bottom trucks" vs. dump trucks may specify so in their bid estimate and only award to a bidder who attests they will utilize that equipment for the work.

      5. Loader

        If stone is delivered to the program participant in advance of application, the bidder must provide their own loader to load the stone into the trucks. However, other arrangements could be agreed upon between the program participant and the bidder but if participant equipment is used, there must be compensation to the participant. The compensation shall b e made at the most current FEMA reimbursement rate.

      Construction Methods

      1. Streets to be Treated

        The bidder and the program participant shall mutually determine the streets which shall receive stone seal treatment. Measurements of streets to be treated shall be made by the bidder and the participant, and the bidder shall prepare a cost estimate for each street prior to beginning work.

      2. Surface Preparation

        Surface preparation, which may include pothole patching, truing and leveling, adjusting of street irons (valve covers, manhole covers, drop inlet gratings), etc., will be the responsibility of the program participant and will be completed before the bidder moves onto the job;

        Immediately prior to the application of asphalt materials, the program participant shall remove small branches and other debris and use a mechanical street sweeper to clean any loose material from the pavement surface;

        The program participant shall protect manhole covers, drop inlets, catch basins, curbs, and any other structures within the shoulder areas against the application of the surface treatment materials.

      3. Weather Limitations

        Work will not be done unless the road surface is dry. No work shall be done during rain or foggy periods, or if the local forecast calls for rain or fog on that day. No work shall be done if the ambient temperature is below 50F;

        Work completed before May 15 or after September 15 are undertaken at the risk of the program participant. Warrantee needs to be negotiated and agreed in writing if life/early season work is undertaken.

      4. Spreading of Asphalt and Stone

        Prior to the application of asphalt material on any street, sufficient quantities of materials to cover the entire street at the specified rates shall be on the site and ready for application. The program participant shall be responsible for providing the bidder with a stone storage area near the job site. The asphalt material shall not be applied more than 300 feet in advance of the self-propelled stone spreader. At no time shall any asphalt material be on any road surface for more than fifteen minutes before it is covered with stone.

      5. Rolling

        Initial rolling shall be done immediately following the application of stone. Rollers shall be operated at a speed that will not displace stone.

      6. Traffic Control

        Traffic control is the responsibility of the program participant. Unless otherwise specified, the roadway shall be kept open to traffic at all times, with traffic discontinued on the lane being surface treated. Controlled traffic may be permitted as soon as the final layer is applied and roller. A recommended maximum speed of 20mph should be maintained for a period of two hours succeeding treatment.

      7. Surplus Stone

        Surplus stone shall be swept off the road surface by the program participant and shall be the property of the participant. Excess stone in public areas such as parking lots where the bidder stoned stone must be swept clean at the  end of the project by the bidder.

      Method of Payment

      Payment for work under this agreement shall be made at the contract unit price per square yard times the number of square yards, measured by the bidder and the program participant, of road surface treated. Price per square yard shall be for complete in place quantities. Upon completion of work, and acceptance of the participant, the bidder shall submit a payment to the participant. Payment shall be within 30 days.

      Guarantee

      Any material or workmanship found to be defective for up to one year from the date of acceptance by the program participant shall be replaced by the bidder at no cost to the participant. Upon notification of defective material or workmanship, the bidder shall immediately replace such defective areas, unless otherwise instructed by the participant.

    • Chip Seal Specifications

      SPECIFICATIONS FOR ASPHALT-RUBBER SURFACE TREATMENT
      STRESS ABSORBING MEMBRANE (SAM)

       

      1. DEFINITIONS

      The term Director [Superintendent, etc.] shall mean the Director of Public Works of the awarding authority.

      The term Designee shall mean an employee of the awarding authority, designated by the Director.

      The term Contractor shall mean a professional company contracted by the awarding authority to perform work under this agreement.

       

      1. DESCRIPTION

      This guide specification provides requirements to construct asphalt rubber chip seals. An asphalt rubber chip seal is the application of a combined reacted mixture of hot paving grade asphalt and ground rubber, followed immediately by an application of a single layer of pre-coated aggregate.

       

      1. MATERIALS
        1. Base Asphalt Binder:

      The base asphalt binder shall be a PG binder meeting AASHTO M320 that when blended with the appropriate quantity of granulated rubber meets the requirements of ASTM D 6114 type II (modified).  The intended PG must be used in the mix design and for the Asphalt-Rubber blending.

        1. Asphalt-Rubber Binder:

      The physical requirements for the Asphalt-Rubber binder shall conform to ASTM D 6114 type II (modified).

      The reclaimed vulcanized rubber shall be produced primarily from the processing of automobile and truck tires. The rubber shall be produced by the ambient temperature grinding processes only.

      The specific gravity of reclaimed vulcanized ground rubber shall be not less than 1.10 and not greater than 1.20.

      Rubber for use in Asphalt-Rubber binder shall be free of loose fabric, wire and other contaminants.  Up to 4 percent (by weight of rubber) calcium carbonate or talc may be added to prevent caking or sticking of the particles together. The ground rubber shall be sufficiently dry so as to be free flowing and not produce foaming when blended with the hot PG binder.

      This specification does not preclude the use of other asphalt binder modifiers to meet and/or improve the required properties.

        1. Aggregate:

      Aggregate shall consist of 100% crushed ledge having durable particles.  The percent wear of aggregate shall not exceed 35% as determined by AASHTO T-96.  The flakiness of the aggregate, as determined by Central Federal Lands Highway Office FLH T 508, shall not exceed 35. 

       

      Prior to placing, the aggregate shall be uniformly pre-coated with a Performance-Graded Asphalt which meets the requirements of M 320 or M 332 and is typically used by the agency based on climate. The pre-coating shall be accomplished by mixing at a central hot mix plant. The binder shall have a minimum temperature of 250°F at the time of pre-coating with approximately 0.40 to 0.80 percent asphalt cement, by weight of the aggregate. The end result shall be a dust free aggregate.  The pre-coated aggregate shall meet the following gradation requirements at the time of production:

       

      Sieve

      AADT>1000

      AADT<1000

      Size

      Percent Passing

      Percent Passing

      ½

      100

      100

      3/8

      85-100

      85-100

      No. 4

      0-8

      0-25

      No. 8

      0-4

      0-5

      No. 200

      0-2

      0-2

      Commentary:  The above gradations are recommended based on average daily traffic counts and may vary within the range of 750 to 2500 AADT based on mix design and prior performance.

       

      1. ASPHALT-RUBBER MIXING AND REACTION
        1. Mixing and Reaction Equipment:

      The method and equipment for combining the PG asphalt binder, ground rubber, and modifiers (if used) shall be so designed and accessible that the Engineer can readily determine the percentage of each material being incorporated into the mixture.

      Equipment utilized in the production and proportioning of Asphalt-Rubber binder shall include the following as a minimum:

      • An asphalt heating tank or heat exchanger with hot oil heat transfer to heat the PG asphalt binder to the necessary temperature before blending with the ground rubber. This unit shall be equipped with a thermostatic heat control device.
      • A mechanical blender shall be utilized for proper proportioning and thorough mixing of the PG asphalt binder and ground rubber. This unit shall have a Coriolis type mass flow meter capable of measuring and recording the total quantity of asphalt binder in tons. The quantity of ground rubber shall be determined by weight utilizing either a hopper equipped with load cells or a feeder equipped with a belt scale.  The total weight in tons and percentage of ground rubber based on total asphalt rubber binder shall be recorded.  All data shall be reported to the awarding authority as outlined in Section 4.4, Reporting.
      • A dedicated asphalt rubber reaction/storage tank equipped with a heating system to maintain the proper temperature of the binder and an internal mixing unit capable of maintaining a homogeneous mixture of asphalt and ground rubber.
        1. Mixing:

      The temperature of the asphalt binder shall be between 325°F and 400°F at the time of addition of the ground rubber. Ensure that there are no agglomerations of rubber particles in excess of two inches in the least dimension in the mixing chamber.                                 

      The Contractor shall document that the proportions are accurate and that the rubber has been uniformly incorporated into the mixture.  Ensure that the crumb rubber and asphalt binder are thoroughly mixed.  Rubber floating on the surface or agglomerations of rubber particles is evidence of insufficient mixing.  Maintain the temperature of the asphalt-rubber binder immediately after mixing between 325°F and 375°F for a minimum of 45 minutes before use.

        1. Testing and Certification:

      The materials shall be sampled once per lot at the point of manufacture, tested and certified by an AASHTO re:source (formally AMRL) accredited laboratory approved for asphalt rubber binder testing. The laboratory shall certify that the material meets the requirements of ASTM D 6114 type II specifications as modified below. A lot shall be defined as each batch produced, but not to exceed the volume of the manufacturer’s dedicated asphalt rubber reaction/storage tank.

      Table 1 in ASTM D 6114 Type II specification shall be replaced by the following properties:

      Test (on the produced asphalt rubber binder)                   Result

      D2196 Apparent Viscosity                                                         300 to 1500

      D36 Softening Point                                                                    Min. 130°F

      D5329 Resilience                                                                          Min. 20%

      D5 Penetration                                                                             25 to 75

      AASHTO T315 Original Binder 2mm DSR @ 82:                   G*/sin(d) >1.00 kPA

      All data shall be reported to the awarding authority as outlined in Section 4.4, Reporting.

        1. Reporting:

      Prior to starting the project, the contractor shall submit a Quality Control Plan from the Asphalt Rubber supplier meeting the requirements of AASHTO R-26 format.

      The contractor shall submit a weekly manufacturer’s report for each lot of asphalt rubber produced that includes the following as a minimum:

      • Total quantity of asphalt binder in tons
      • Tons and percentage of ground rubber based on total asphalt rubber binder
      • Modified ASTM D 6114 certified test results (as noted in Section 4.3)
      1. EQUIPMENT
        1. Distributor Truck:

      On projects exceeding 35 tons of liquid asphalt rubber, at least two pressure-type bituminous distributor trucks in good condition will be required.  The distributor shall be equipped with an internal heating device capable of heating the material evenly up to 425°F; an internal mixing unit capable of maintaining a proper mixture of asphalt cement and granulated rubber; have adequate pump capacity to maintain a high rate of circulation in the tank and to spray the asphalt-rubber at a viscosity of 1,500 to 5,000 centipoise; have adequate pressure devices and suitable manifolds to provide constant positive cut-off to prevent dripping from the nozzles.  Distributor shall be equipped with an electronically controlled computerized compensation unit for controlling application rates at various width and speed changes.  The application unit shall have electronic controls and a digital read out installed and operated from the inside of the cab of the distributor.  The distribution bar on the distributor shall be fully circulating.  Any distributor that produces a streaked or irregular distribution of the material shall be promptly repaired or removed from the project.

      Distributor equipment shall include a tachometer, pressure gauges, volume measuring devices, and a thermometer for reading temperature of tank contents.  Controls for spray bar shall be located in cab of truck, for controlling width and rate of spray of product.   It shall be so constructed that uniform applications may be made at the specified rate per square yard with a tolerance of plus or minus 0.05 gallon per square yard.

      The distributor shall be equipped with a continuous mechanical means to ensure that all nozzles are clean at all times.  If a continuous mechanical means is not present, then a “bootman” shall accompany the distributor and ride in a position so that all spray bar nozzles are in his full view and readily accessible for unplugging.

        1. Hauling Equipment:

      Tank trucks utilized for the transportation of asphalt rubber shall be equipped with a heating system to maintain the proper temperature of the binder and an internal mixing/agitation unit capable of maintaining a homogeneous mixture of asphalt and ground tire rubber while in transit.

      Trucks for hauling cover material shall be rear discharge conveyor-fed or “live bottom” trucks and shall be equipped with a device to lock onto the hitch at the rear of the chip spreader to prevent aggregate spillage.

      Sufficient hauling vehicles will be available to ensure continuous operation of the distributor and chip spreader.

       

        1. Aggregate Spreader:

      The aggregate spreader shall be hydrostatically driven and self-propelled.  It must be equipped with a hydraulically controlled variable adjustable head that is capable of spreading stone in widths from 4.5 to 18 feet. The spreader shall be mounted on pneumatic tires, and shall apply the stone on the road surface in a manner that ensures that the tires do not contact the road surface until after the stone has been applied. The unit shall be equipped with an electronic radar type sensor used to measure ground speed and will automatically adjust the stone application rate depending on width of application and the speed of chip spreader.  It shall have the ability to apply stone on any grade from 0 - 6%.  The spreader shall be equipped with an integral hopper with a minimum capacity of 5 tons of stone which shall be filled by trucks in a manner which ensures that the truck tires never come in contact with asphalt treated road surfaces until the stone has been properly applied.  To maintain constant stone application, a self-locking truck hitch will permit towing of aggregate trucks without stopping the chip spreader.  It will be capable of maintaining positive engagement over irregular terrain.

        1. Pneumatic-Tired Roller:

      A minimum of two (2) self-propelled, multiple wheel, pneumatic-tired rollers shall be used, and at least one shall weigh a minimum of 12 tons, and shall have a total compacting width of at least 56 inches.

        1. Self-Propelled Rotary Pick-up Sweepers:

      A minimum of two (2) self-propelled rotary pick-up sweepers shall be used. They shall be designed, maintained, equipped, and operated so that the pavement surface can be swept clean. The rotary sweepers shall be equipped with adjustable down pressure on the sweeper heads and shall be capable of temporarily storing the picked up material from the surface of the pavement for disposal offsite.

       

      1. CONSTRUCTION PROCEDURES
        1. Streets to be Treated:

      The Contractor and the Director or his/her Designee shall mutually determine the streets which shall receive asphalt-rubber surface treatment.  Measurements of streets to be treated shall be made by the Contractor and the Director or his/her Designee, and the Contractor shall prepare a cost estimate for each street prior to beginning work.

        1. Preconstruction Meeting:

      The Contractor and the Director or his/her Designee shall coordinate a preconstruction meeting prior to construction with the engineer to discuss the following schedule:

      • Construction process
      • Quality control plan, required to be submitted
      • Mix design, required to be submitted
      • Materials control
      • Materials measurement
      • Equipment calibration, required to be submitted
      • Traffic control plan
      • Equipment/process overview
      • Inspection
      • Test strip
      • Unique project conditions
      • Project documentation
      • Expectations
        1. Staging Location

      The awarding authority shall provide a staging area for equipment and materials to be used on the project.  The Contractor and Director or his/her Designee shall mutually review and agree that the location is of adequate size and condition to allow for safe and secure usage for the required operation(s).

      The awarding authority shall provide a location for disposal of asphalt/aggregate debris created in the adjustment of utility castings/structures, milling of keyways, and any pre- or post- project sweeping.

        1. Surface Preparation:

      All surface preparations shall be completed by the awarding authority prior to applying the surface treatment unless otherwise noted or bid as separate items.

      The awarding authority shall be responsible for removal of all thermoplastic traffic markings, cleaning and flush filling all cracks and joints greater than 1/4” wide. The awarding authority shall place a leveling course on planed, milled or existing surface, if required.

      The contractor shall cover all manhole covers, water boxes, gas boxes, catch basins and other such utility structures with plastic or building felt. Reference each for location and uncovering after application.

      The contractor shall thoroughly clean the surface by sweeping immediately prior to application of the asphalt-rubber.  Prior to sweeping, the awarding authority shall have removed all vegetation and soil that is bound to the roadway surface.

        1. Seasonal and Weather Limitations:

      The asphalt rubber chip seal shall only be placed on existing pavement that is thoroughly dry and free from all dust, dirt, and loose material and when the air temperature is above fifty (50) degrees Fahrenheit.  No water shall be present on the road surface. The asphalt rubber chip seal shall not be applied after September 15 as a final surface.

        1. Equipment Calibration:

      The contractor shall provide proof of calibration of the asphalt distributor and the aggregate spreader. Both shall be calibrated prior to the job using ASTM D2995 (asphalt distributor) and ASTM D5624 (aggregate spreader) and the application rates will be verified daily.

        1. Test Strip:

      A test strip shall be constructed on the first 500 feet of the project to verify the design and application.  Adjustments to the mixture formula shall be permitted provided they do not exceed the values stated in the mix design. The Director or his/her Designee will witness the control strip application and will approve commencement of the project application.

        1. Asphalt-Rubber Application:

      The asphalt-rubber mixture shall be applied at a maximum temperature of 375°F at a rate of 0.50 to 0.65 gallons per square yard.  Exact application rate to be determined by the aggregate gradation, traffic volume and pavement condition.

      Longitudinal joints shall be reasonably true to line and parallel to centerline.  Where any construction joint occurs, the edges shall be broomed back and blended so there are no gaps and the elevations are the same, and free from ridges and depressions.  Longitudinal joints shall be overlapped from 4 to 6 inches.

      During application, adequate provision shall be made to prevent marring and discoloration of adjacent pavements, structures, vehicles, foliage or personal property.

        1. Aggregate Application:

      The application of aggregate shall follow as close as possible behind the application of the hot asphalt-rubber which shall not be spread further in advance of the aggregate spread than can be immediately covered.  Construction equipment or other vehicles shall not drive on the uncovered asphalt-rubber.  The hot-precoated aggregate shall be spread uniformly by a self-propelled spreader at a rate of spread directed by the Agency, generally between 30 to 40 pounds per square yard.  Any deficient areas shall be covered with additional material.

        1. Rolling:

      A minimum of two (2) pneumatic-tired rollers shall be used for aggregate embedment into the hot asphalt-rubber. Rolling shall commence immediately following spread of aggregate.  There shall be at least three coverages by the pneumatic-tired roller to embed the aggregate particles firmly into the asphalt-rubber.  Coverage shall be as many passes as are necessary to cover the entire width being spread with a pass being one movement of a roller in either direction.

        1. Sweeping:

      When the maximum amount of aggregate has been embedded into the asphalt-rubber and the pavement has cooled, all loose material shall be swept or otherwise removed by the contractor. Contractor shall supply two (2) sweepers for the day of application. This will be done at a time and in a manner, which will not displace any embedded aggregate or damage the asphalt-rubber. The material removed by sweeping shall be disposed of offsite.

      Pre-sweeping or post-sweeping at a later date is the responsibility of the awarding authority unless bid as a separate bid item.

        1. Traffic Control:

      Traffic control is the sole responsibility of the awarding authority.  Unless otherwise specified, the roadway shall be kept open to traffic at all times, with traffic discontinued on the lane being surface treated.  Controlled traffic may be permitted as soon as the final layer is applied and rolled.  A recommended maximum speed of 20 mph, should be maintained for a period of two (2) hours.

       

      1. Quality Control
        1. General:

      The contractor is responsible for quality control (QC) sampling and testing and shall submit a QC plan including materials and procedures for verifying the quality of the asphalt rubber chip seal. The contractor’s QC plan shall include but is not limited to sampling, testing, inspection, monitoring, documentation, and corrective action procedures during transport, stockpiling and placement operations.

       

      A written QC plan (QCP) shall be developed which details the contractor’s QC program that meets the requirements of these specifications. The QCP shall be contract specific and signed by the contractor’s representative. The QCP shall be submitted to and approved by the Director or his/her Designee prior to commencing application of the asphalt rubber chip seal.

        1. Personnel:

      Key personnel (job foreman, aggregate spreader operator, and asphalt distributor operator), at a minimum, shall possess a valid chip seal certification and be on the project at all times the chip seal is being constructed. The chip seal certification is administered by the National Center for Pavement Preservation (NCPP) on behalf of AASHTO TSP2 (Transportation System Preservation Technical Services Program).

        1. Testing Facilities and Equipment:
      1. The laboratory that performs the QC for production can be either NETTCP or AASHTO re:source Accredited.
      2. Testing and sampling equipment and measuring devices shall meet the requirements of the specified standards and test methods. The lab shall maintain records of the calibration and maintenance of all sampling, testing, and measuring equipment, and all documents required by the agency.
      3. Placement Equipment shall be calibrated as outlined in Section 6.6.

       

        1. Materials Testing:

      Chip seal aggregates and asphalt binders shall be tested for compliance with the specifications. Only asphalt binders from certified or approved sources shall be allowed. Asphalt Rubber testing and certification should follow specifications outlined in Section 4.4.

       

      1. PERFORMANCE

      The awarding authority will not award this contract unless the Contractor furnished satisfactory evidence of their ability and experience to perform this work, and that they have sufficient capital and equipment to enable them to prosecute the work successfully and to complete it within the time named in the contract.  The Contractor shall not sublet any portion of this contract, and will own all equipment used to complete such contract.  As part of the bid, the Contractor must submit a list of two (2) similar and successfully completed municipal asphalt-rubber stress absorbing membrane jobs from each of the last six (6) years, whose relevance to the proposed job shall be deemed by the awarding authority.  The name, address, and telephone number of a contact person involved with each of these projects must be included so they can be investigated prior to the award of the contract.  It will be the responsibility of each bidder to visit the job site with the Director or his/her Designee.  The awarding authority can reject any bid of a contractor who has not visited the work site.

      1. METHOD OF MEASUREMENT AND BASIS OF PAYMENT
        1. Stress Absorbing Membrane:

      Payment for Stress Absorbing Membrane shall be made at the contract unit price per square yards times the number of square yards, measured by the Contractor and the Director or his/her Designee, of road surface treated.  Price per square yard shall be for complete in place quantities.  Upon completion of work, and acceptance by the Director or his/her Designee, the Contractor shall submit a payment request to the Director or his/her Designee.  Payment shall be net thirty (30) days.

        1. Other Work:

      Measurement of and payment for other work such as patching, leveling, sweeping and crack sealing shall be bid as separate item(s).

       

      1. GUARANTEE

      Any material or workmanship found to be defective for up to one (1) year from the date of acceptance by the Director or his/her Designee shall be replaced by the Contractor at no cost to the awarding authority.  Upon notification of defective material or workmanship, the Contractor shall immediately replace such defective areas.

      PRICE ADJUSTMENT

       

      A fluctuating price will be required for this bid to allow for price adjustments based on the period price of asphalt cement in the awarding authority’s state.  The price adjustment will be based on the variance in price for the asphalt cement component only from the Base Price to the Period Price. Base price for this bid will be $622.50 per ton of asphalt cement.


      “Base Price” = the price of PG binder liquid per ton that exists on the bid opening date, listed above.

      “Period Price” = the price of PG binder liquid per ton on the date the stabilization work is performed.

       

      ASPHALT-RUBBER SURFACE TREATMENT:

      Current Price minus Base Price divide by 235 (Gal. Asphalt in ton) x .8 (Asphalt minus rubber content) x .60 Gal. / SY (application rate) = Adjustment per square yard.

    • Hot Mix Asphalt Specifications
      1. Bidders shall submit delivered prices for the following products:

        1. MassDOT Berm;
        2. MassDOT Dense Top
        3. MassDOT Top
        4. MassDOT Binder;

      2. All hot mix asphalt products shall conform to Commonwealth of Massachusetts Department of Transportation Standard Specifications for Highways and Bridges, Materials Specifications M3.06.0 Hot Mix Asphalt;

      3. Pricing and contract values shall be subject to the MassDOT hot mix asphalt price adjustment mechanism described in the MONTHLY PRICE ADJUSTMENT FOR HOT MIX ASPHALT (HMA) MIXTURES document attached to this bid. The most recent base price for liquid asphalt provided by MassDOT is $637.50. More information may be found on the MassDOT website: https://www.mass.gov/info-details/massdot-current-contract-price-adjustments;

      4. This bid shall be awarded by county subsection, with a different award being made for Northern, Central, and Southern Berkshire County;

      5. Scheduling and delivery instructions will be arranged between the awarded bidder and program participants. Work is expected to be done during the normal work hours of each respective participant and no overtime or weekend work should be scheduled unless authorized in writing by the participant in advance. Work undertaken before May 15 or after October 1 is undertaken at the risk of the participant. Warrantee needs to be negotiated and agreed to in writing if late/early season work is undertaken.
    • Paving Specifications

      General

      1. All products and services involving the use of hot mix asphalt shall be subject to the MassDOT hot mix asphalt price adjustment mechanism described in the MONTHLY PRICE ADJUSTMENT FOR HOT MIX ASPHALT (HMA) MIXTURES document attached to this bid. The most recent base price for liquid asphalt provided by MassDOT is $637.50. More information may be found on the MassDOT website: https://www.mass.gov/info-details/massdot-current-contract-price-adjustments;

      Section 02200 – Earthwork: General

      Description

      1. Section includes: requirements for earthwork related to construction of sitework other than the buildings, including but not limited to:

        1. Strip, screen, and stockpile topsoil for reuse on-site as loam borrow;
        2. Perform all earthwork for site utilities and landscaping areas as indicated on the Plans;
        3. All cuts and fills, embankments, controlled fills, slopes, excavation, compaction, pavement milling, granular aggregate materials, trenching, bedding and backfills site utilities, rough grading, roadway grading, sidewalk grading, fine grading, subgrade, and geotextile roadway stabilization fabric;
        4. Rock excavation;
        5. Discharge aprons, vegetated swales, reinforced vegetated waterway and embankment repair, sub-drain, and other drainage appurtenances;
      2. Related sections:

        1. Erosion & Sedimentation Controls – 02050;
        2. Paving – 02511;
        3. Loam, Seed, Straw Mulch and Cleanup – 02900;

      Submittals

      1. Comply with pertinent provisions of the Standard Specifications, the Plans and details, and as stated herein;

      2. Product Data: Submit manufacturer’s technical product data and installation instructions for materials and products of this Section:
         
        1. Geotextile Filter Fabric;
      1. Tests and Samples:
        1. Ordinary Gravel, Gravel Borrow Type B, Processed Gravel, Crushed Stone;
      1. Record Data: In accordance with the provisions of Division 1, prior to project closeout, submit Record Data of work installed under this Section:

        1. Location of materials used shown on Plans and Profiles.

      Quality Assurance

      1. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this Section.

      Codes and Standards

      1. Perform earthwork complying with requirements of authorities with jurisdiction.

       

      Section 02200 – Earthwork: Products

      1. The materials furnished under this Section shall conform to the following specifications:
         
        1. Wherever in this Section the term “Standard Specifications” is used, it shall be read to mean the relevant provisions of the Massachusetts Highway Department Standard Specifications for Highways and Bridges, 2023 Edition;

      2. Soil Materials: Provide approved borrow soil materials from off-site.  Existing site soils that comply, or are made to comply with the specifications, may be reused;

      3. Gravel Borrow: Shall consist of hard, durable sand and gravel, and shall be free from ice, snow, roots, sod, rubbish and other deleterious or organic matter.  Gravel Borrow shall conform to Standard Specifications, M1.03.0 Type B 3-inch maximum stone size;

      4. Reclaimed Pavement Borrow: Shall conform to Standard Specifications, M1.09.0;

      5. Unsatisfactory Soil Materials: ASTM D 2487 classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT and topsoil, subsoil and man-made fill containing brick, concrete, trash, debris, clay or other deleterious material;

      6. Backfill and Fill Materials: Granular off-site soils as specified.  Note: Processed materials from on-site excavation may be reused provided they are made to comply with the specifications;
      7. Granular Fill Types I and II shall be free from ice, snow, roots, sod, rubbish, and other deleterious or organic matter.  It shall conform to the following gradation requirements:
      Sieve SizePercent Finer by Weight
      *100%
      No. 1030-95%
      No. 4010-70%
      No. 2000-15%

       

      *Note: Granular Fill Type I shall have maximum size equal to two-thirds (2/3) of the loose lift thickness when not being used as pipe bedding or two (2) inches when used as pipe bedding.  Granular Fill Type II shall have minimum size of one-half (1/2) inches when used as pipe bedding.

      1. Loam Borrow shall conform to Standard Specifications, M1.05.0. this may include screened topsoil obtained from the site;

      2. Crushed Stone shall consist of durable crushed stone, free from ice, snow, and clay, loam, or other deleterious material. The crushed stone shall be uniformly blended and shall conform to the following requirements:
      Sieve SizePercent Finer by Weight
      1"100%
      3/4"90-100%
      1/2"10-50%
      3/8"0-20%
      No. 40.5%

       

      1. Riprap shall conform to Standard Specifications, M2.02.0. Riprap shall be well-graded;

      2. Geotextile: For Roadway Stabilization – To be Mirafil 140N Non Woven Filter Fabric or approved equal. For Bank Stabilization – To be North American Green P550 or approved equal.

      Section 02200 – Earthwork: Execution

      General

      1. Refer to the Standard Specifications where applicable.

      Definitions of Terms

      1. Unclassified Excavation includes excavation of pavements and other obstructions visible on ground surface; underground structures, utilities, and other items indicated to be demolished and removed; together with earth and all other materials encountered that are not classified as rock or unauthorized excavation;

      2. Rock excavation in trenches and pits includes removal and disposal of materials and obstructions encountered which cannot be excavated with a 1.0 cubic yard (heaped) in capacity, 42” wide bucket on track-mounted power excavator equivalent to Caterpillar Model 215, rated at not less than 90 HP flywheel power and 30,000 lb. drawbar pull.  Trenches in excess of 10’-0” in width and pits in excess of 30’-0” in either length or width are classified as open excavation;

      3. Rock excavation in open excavation includes removal and disposal of material and obstructions encountered that cannot be dislodged and excavated with modern track-mounted heavy-duty excavation equipment without drilling, blasting, or ripping.  Rock excavation equipment is defined as Caterpillar Model No. 973 or No. 977K, or equivalent track-mounted loader, rated at not less than 170 HP flywheel power and developing 40,000 lb. break out force (measured in accordance with SAE J732C);

      4. Typical of materials classified as rock are boulders two (2) cubic yards or more in volume, solid rock, rock in ledges, and rockhard cementitious aggregate deposits;

      5. Intermittent drilling, blasting, or ripping performed to increase production and not necessary to permit excavation of material encountered will be classified as unclassified excavation;

      6. Do not perform rock excavation work until a pre-blast survey in accordance with Massachusetts State Regulations has been performed and material to be excavated has been cross-sectioned and classified by an Architect/Engineer.  Such excavation will be paid for on basis of contract conditions relative to changes in work;

      7. Unit Price Rock Measurement: Volume of rock or solid concrete masonry actually removed, measured in original position, but not to exceed the following:

        1. 8 inches below finish grades of areas to be vegetated (other than bottoms of storm water detention or water quality basins);
        2. 12 inches outside of concrete forms at footings;
        3. 6 inches outside of minimum required dimensions of concrete cast against grade;
        4. 6 inches beneath bottom of concrete bases or slabs on grade;
        5. 6 inches beneath invert elevation of pipe in trenches, and 24 inches wider than pipe diameter;
        6. Unit prices for rock excavation include replacement with approved materials;
        7. 24 inches beyond and beneath balled roots of tree plantings;
        8. 12 inches below subgrade of organic soil for bottoms of water quality basins;

      8. Subgrade: The lowermost surface of an excavation below fill or the surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials;

      9. Borrow: Soil material obtained off-site when sufficient approved soil material is not available from excavations;

      10. Subbase Course: The layer placed between the subgrade and surface pavement or walk;

      11. Drainage Fill: Washed granular material as specified;

      12. Unauthorized excavation consists of removing materials beyond indicated subgrade elevations or dimensions without direction by the Architect and Owner’s Geotechnical Engineer.  Unauthorized excavation, as well as remedial work directed by the Architect and the Owner’s Geotechnical Engineer, shall be at the Contractor’s expense;

      13. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below ground surface;

      14. Utilities include underground pipes, conduits, ducts, cables, and underground services including related structures;

      Execution

      1. Preparation: Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations;

      2. Install and maintain erosion and sedimentation control measures throughout duration of project;

      3. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area.  De-water with pumping from sumps as required to maintain all excavations in the dry with water level at least twelve (12) inches below final excavation bottom;

      4. Protect subgrades and foundation soils from softening and damage by rain or water accumulation and from freezing temperatures or frost.  Frozen or overly wet materials shall not be used as backfill and shall be replaced with Gravel Borrow;

      5. Explosives: Use of explosives shall be by licensed personnel in accordance with applicable safety code regulations and comply with conditions of permits for this project.  There shall be no blasting within 200 feet of any portion of a building foundation;

      6. Excavation includes excavation of earth, pavements and other obstructions visible on surface; underground structures, utilities, and other items indicated to be demolished and removed, and other material encountered that are not classified as rock.  Rock excavation includes removal and disposal of rock materials, solid concrete masonry, and boulders two (2) cubic yards or more in volume that cannot be removed without systematic drilling or ripping;

      7. Excavate for structures, pavements, and walks to indicated elevations and dimensions.  Widen excavations and stabilize side slopes as required to permit placing and removing concrete formwork, installing foundation drains, services and other construction, and for inspections.  Trim subgrades to required lines and grades to leave solid base to receive other work.  All topsoil, subsoil and unsuitable (such as brick fill, debris) within the building, parking and roadway limits shall be excavated to suitable bearing soils.  Excavation shall extend laterally outside the building to limits determined by a 1-horizontal to 1-vertical line projected downward from the edges of the perimeter footings to the top of the bearing soil;

      8. Pavement Milling shall comply with Section 120 of the Standard Specifications;

      9. Excavate utility trenches to indicated slopes, lines, depths, and invert elevations of uniform widths to provide a maximum of 12 inches of working clearance on each side of the pipe or conduit. NOTE: The Contractor shall be responsible for design and implementation of trench support works required by all applicable safety codes:
         
        1. Excavate and shape trench subgrade to provide uniform bearing and continuous support for pipe and conduit.  Where encountering rock or other unyielding bearing surface, carry trench excavation below invert elevation to receive bedding course in accordance with bedding details;

      10. Foundations or specified base course for pavements shall be placed as soon as possible following excavation of final subgrade and subgrade approval by the Owner’s Geotechnical Engineer.  Final excavation to subgrade shall be performed using a smooth-edged bucket;

      11. Where groundwater is more than four (4) feet below exposed subgrade for pavement and building foundations, the subgrade shall be proof-compacted with four (4) passes of a 1,200- to 1,500-pound vibratory drum roller;

      12. Where groundwater is four (4) feet or less below exposed subgrade for building foundations, the subgrade shall be over-excavated twelve (12) inches and ¾-inch crushed stone surrounded with non-woven filter fabric shall be placed to subgrade elevation.  Compaction of the subgrade shall not be performed;

      13. Where groundwater is four (4) feet or less below pavement subgrade, proof-compacting with a 1,200- to 1,500-pound vibratory drum roller may be performed based on observations and approval by the Owner’s Geotechnical Engineer;

      14. Upon final approval of all subgrades, no traffic shall be allowed on the exposed subgrades;

      15. Approval of Subgrade: When the Owner’s Geotechnical Engineer determines that unforeseen unsatisfactory soil is present, continue excavation and replace with Granular Fill, Type I, as directed.  Payment will be made according to Contract provisions for changes in the work:
         
        1. Remove and replace subgrade soils or previously placed fill damaged by freezing temperatures, frost, rain, accumulated water, or construction activities at no additional cost to the Owner.  Limits of removal shall be determined by the Owner’s Geotechnical Engineer;

      16. Fill unauthorized excavation under foundations or wall footings with compacted Granular Fill, Type I, by extending indicated bottom elevation of concrete foundation or footing to excavation bottom without altering required top elevation.  Fill unauthorized excavations under other construction as directed by the Owner’s Geotechnical Engineer;

      17. Store excavated and borrow soil materials acceptable for backfill and fill in shaped, graded, drained, and covered stockpiles.  Locate stockpiles away from edge of excavations and outside drip line of remaining trees;

      18. Backfill excavations promptly following acceptance of affected work below final grade;

      19. Utility Trench Backfill: Place, compact, and shape Granular Fill, Type I or II, as required on the Plans, to provide continuous support for pipes and conduits over rock and other unyielding bearing surfaces and to fill unauthorized excavations.  NOTE: Place and compact initial backfill of Granular Fill, Type I or II, free of particles larger than 1 inch, to a height of 12 inches over the utility pipe or conduit.  Place and compact final backfill of Granular Fill, Type I or II, to final subgrade:
         
        1. Coordinate backfilling with utilities testing;
        2. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs;

      20. Fill Preparation: Bench existing sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing surface;

      21. Uniformly moisten or aerate backfill layer to within 2 percent of optimum moisture content before compaction:

        1. Remove and replace, or scarify and air dry, backfill that is too wet to compact to specified density;
      22. Compaction: Place backfill and fill materials in layers not more than 12 inches in loose depth for material compacted by heavy compaction equipment, and not more than 6 inches in loose depth for material compacted by hand-operated tampers.  Place evenly alongside structures and utilities to required elevations;

      23. Compact soil to not less than the following percentages of maximum dry density according to ASTM D 1557:
         
        1. Embankments – Compact full height and width to 95%;
        2. Under structures, building slabs, steps, and pavements – Compact the top 12 inches below subgrade and each layer of backfill or fill material to 95%;
        3. Under lawn or unpaved areas – Compact the top 6 inches below subgrade and each layer of backfill or fill material to 85%;
        4. Under walkways – Compact the top 6 inches below subgrade and each layer of backfill or fill material to 95%;
        5. Impervious soil embankments – Compact full depth to 95%;
        6. Organic soil for wetland plantings – Compact to 85%;

      24. Grading: Uniformly grade areas to a smooth surface, free from irregular surface changes.  Comply with compaction requirements and grade to cross sections, lines, and elevations indicated.  Grade lawns, walks, and unpaved subgrades to tolerances of plus or minus 0.10 foot and pavements and areas within building lines to plus or minus ½ inch;

      25. Subbase: Under pavements and walks, place subbase course material on prepared subgrades and compact at optimum moisture content to required grades, lines, cross sections, and thickness:
         
        1. Place shoulders along edges of subbase to prevent lateral movement.  Construct shoulders at least 12 inches wide of acceptable soil materials and compact simultaneously with each subbase layer;

      26. Protection: Repair and reestablish grades where completed or partially completed surfaces become eroded, rutted, settled, or lose compaction;

      27. Disposal: Remove waste materials which are unsatisfactory for reuse including unsatisfactory fill materials, trash, and debris, and legally dispose of it off the Owner’s property;

      28. Off-site Stockpile: There are no designated off-site stockpiles;

      29. Control sediments to prevent entry into drainage system;

      30. Any areas of old fill that are determined by the Owner’s Geotechnical Engineer to be unsuitable shall be removed and replaced with granular fill and re-compacted;

      31. Construct subdrain if required to intercept groundwater springs, as shown on the Plans and as directed by the Field Engineer;

      32. Geotextile for roadway stabilization as shown on the Plans and as directed by the Field Engineer;

      33. Geotextile for bank stabilization as shown on the Plans and per manufacturer recommendations;

      34. Testing and Inspection:

        1. Testing and Inspection Service: The Owner will engage a qualified independent testing agency to perform laboratory testing of proposed on-site and borrow soils to verify that soils comply with specified requirements;
        2. Material tests shall be performed and results submitted to the Owner’s Geotechnical Engineer for review and approval a minimum of five (5) working days prior to use;
        3. Laboratory gradation tests shall be performed at the frequency of at least one (1) test per proposed soil type per source and as necessary judged by the Owner’s Geotechnical Engineer based on visual variations during construction from the soil originally submitted and approved;
        4. Field Quality Control: The Contractor shall allow the Owner’s Engineer access to inspect and test each subgrade and each fill or backfill layer.  The Contractor shall not proceed until test results for previously completed work verify compliance with requirements:
          1. Perform field in-place density tests according to ASTM D 1556 (sand cone method), ASTM D 2167 (rubber balloon method), ASTM D 2922 *nuclear method) or ASTM D 2937 (drive cylinder method), as applicable;
          2. Paved Areas: At subgrade and at each compacted fill and backfill layer, perform at least one (1) field in-place density test for every 2,000 sq. ft. or less of paved area or building slab, but in no case fewer than three (3) tests;
          3. Foundation Wall Backfill: At each compacted backfill layer, perform at least one (1) field in-place density test for each 100 feet or less of wall length, but in no case fewer than two (2) tests;
          4. Trench Backfill: In each compacted initial and final backfill layer, perform at least one (1) field in-place density test for each 150 feet or less of trench, but in no case fewer than two (2) tests;

      35. When testing results indicate that subgrades, fills, or backfills are below specified density, the Contractor shall scarify and moisten or aerate, or remove and replace soil to the depth required, re-compact or retest until obtaining the required density.

       

      Section 02200 – Earthwork: Measurement and Payment

      1. Lump Sum Price: Items shall be paid for as part of the contract stipulated price with no separate measurement or payment;

      2. Unit Price: Items will be measured in place according to the limits specified herein and paid for as part of the contact stipulated price;

      3. All unit price items shall include labor, tools, equipment, materials, compacting, dewatering, excavations, backfills, shoring, grading, and any other necessary work to complete the item as specified, as shown on the Plans, or as directed by the Field Engineer. The following are additional requirements for each item:
         
        1. There will be no additions or deductions for compaction and swelling;
        2. For purposes of weight conversion, the unit weight of gravel borrow, compacted in place, will be 128 lbs/cubic foot or 1.728 tons/cubic yard. The Contractor shall provide the Field Engineer with signed and dated weight slips;
        3. For purposes of weight conversion, the unit weight of crushed stone, complete in place, will be 1.34 tons/cubic yard. The Contractor shall provide the Field Engineer with signed and dated weight slips;

      4. Milling will be measured and paid for by the contract unit price, per square yard, which price shall include all pavement excavations, grading to subgrade and finish grades, cuts, fills, milling of keyways, milled joints, etc. Item additionally includes trucking and disposal of all items as required and as noted herein, as applicable, removing and stacking, resetting and/or relocating items and all permits and work required to obtain permits. The millings may be removed and stored (as incidental work) at the DPW yard as specified by the Highway Department Superintended. Equipment and labor for millings removal and stockpiling shall be incidental to this item.

       

      Section 02511 – Bituminous Concrete Paving: General

      Description

      1. Section includes: paving and miscellaneous related items including but not limited to the following:
         
        1. Construct bituminous concrete pavements for roadways; match existing pavements with keyed trench;
        2. Saw cut existing pavement;
        3. Repair existing pavement;
        4. Roadway milling;

      2. Related Sections:

        1. Earthwork – 02200.

      Submittals

      1. Comply with pertinent provisions of the Standard Specifications, the Plans and details, and as stated herein;

      2. Product Data: Submit manufacturer’s technical product data and installation instructions for materials and products of this Section:
         
        1. Certified Job Mixes for Bituminous Concrete Binder and Top Course;
        2. Tack Coat;

      3. Record Data: In accordance with the provisions of Division 1, prior to project closeout, submit Record Data of work installed under this Section:
         
        1. As-built surveyed locations and/or tie measurements of all underground utilities shall be submitted to Owner prior to paving.

      Quality Assurance

      1. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section;

      2. Provide job mix from the same source throughout construction;

      3. Weather Conditions: Paving shall be scheduled and carried out only when weather conditions are suitable, the gravel base course is dry and firm, and the air temperature is above 50˚F and rising.  Paving shall not be carried out on frozen or wet ground;

      4. Testing Pavement Compaction: The Contractor shall perform compaction testing on pavement during paving operations under direction of the Engineer and/or Owner;

      5. Performance Requirements: Construct pavement to withstand heavy-duty traffic loads.

      Codes and Standards

      1. Americans with Disabilities Act: Construct finished surfaces to the grades and tolerances shown on the Plans and as necessary to comply with applicable portions of Uniform Federal Accessibility Standards pertaining to grading, paving, sidewalks, handicap parking stalls, and curb cut ramps;

      2. Any lips formed along juncture between pavement and curb ramps shall be no higher than ¼”;

      3. Grade any paved areas which are designated as Handicap Parking Spaces to slope at no more than 2%.

       

      Section 02511 – Bituminous Concrete Paving: Products

      1. The materials furnished under this Section shall conform to the following specifications:
         
        1. Wherever in this Section the term “Standard Specifications” is used, it shall be read to mean the relevant provisions of the Massachusetts Highway Department Standard Specifications for Highways and Bridges, 2023 Edition as amended through Supplemental Specifications to date:
           
          1. Class 1 Bituminous Concrete, Type 1-1 – M3.11.00;
          2. Bituminous Tack Coat (Emulsified asphalt, ASTM D 977 or ASTM D 2397 – M3.00;
          3. Grovel Borrow, Type B – M1.03.00;
          4. Processed Gravel Borrow – M1.03.01;
          5. Mineral Filler – ASTM D 242;

      2. NOTE: All paving shall be done with MADOT approved mix formulas. Contractor shall submit mix formulas to Engineer for approval at least 72 hours prior to commencing paving operations;

      3. Furnish all labor, material, equipment and incidentals required to carry out the paving work in accordance with Section 460.  Place bituminous concrete leveling (shim) course as applicable and top course over the entire area per plan or as directed by engineer, including pad for bituminous curbing where necessary, street approaches and driveway aprons; remove and replace existing bituminous concrete curb. Saw cutting, milling and sweeping prior to paving operations shall be considered incidental;

      4. Bidder shall act as the General Contractor and be fully responsible for the actions of any subcontractors.  Grade and alignment control shall be the responsibility of the general contractor.  The General Contractor shall provide competent supervision at all times. General Contractor is responsible for providing specified width between curbs and shall oversee each subcontractor to assure that the completed paving meets specifications;

      5. The pavement milling shall be as specified in Section 120;

      6. All milled pavement overlaid shall receive an application of tack coat at the rate of 0.07 gal/sy prior to the HMA course.  Contact surfaces of curbing, castings, and other structures shall be painted with tack coat as incidental work.  Keyways (12" wide min.) shall be cut/milled and tack coated at all beginning and ending points of new paving as incidental work;

      7. All existing paved driveway aprons shall be milled or sawcut as incidental work to achieve acceptable grade and profile when overlaid;

      8. The Contractor shall employ competent, experienced paver and roller operators and asphalt rakers.  If, in the opinion of the Town’s representative, the Contractor is not providing a satisfactory pavement, the Contractor shall cease paving operations until the cause of the unsatisfactory condition is remedied;

      9. The contractor shall prove the ability to supply the project with trucks to maintain a proper supply of hot mix asphalt as required by the paving process;

      10. Any police details required for this project shall be scheduled by the contractor.

      Equipment

      1. Milling Equipment Requirements: The milling equipment shall be self-propelled with sufficient power, traction, and stability to remove the existing HMA pavement to the specified depth and cross-slope. The milling machine shall be capable of operating at a minimum speed of 10 ft. per minute, designed so that the operator can always observe the milling operation without leaving the control area of the machine, and be equipped with the following:
         
        1. A built-in automatic grade control system that can control the longitudinal profile and the transverse cross-slope to produce the specified results;
        2. Longitudinal controls capable of operating from any longitudinal grade reference, including string line, 30-ft ski minimum, 30-ft mobile string line minimum, or a matching shoe;
        3. The transverse controls shall have an automatic system for controlling cross-slope at a given rate;
        4. Cutting heads able to provide a minimum 6 ft. cutting width and a 0 to 4 in. deep cut in one pass. The teeth on the revolving cutting drum must be continually maintained and shall be replaced as warranted to provide a uniform pavement texture;
        5. An integral pickup and conveying device to immediately remove milled material from the roadway and discharge the millings into a truck, all in one operation;
        6. Safety devices such as reflectors, headlights, taillights, flashing lights and back up signals so as to operate safely in both day and night;
        7. A means of effectively limiting the amount of dust escaping from the milling and removal operation in accordance with local, State, and Federal air pollution control laws and regulations;
        8. Whenever the milling operations are being conducted between the hours of sunset and sunrise, the Contractor shall provide mobile lighting system(s) in accordance with 415.43: Mobile Lighting for Milling and Sweeping Equipment;
        9. Bridge pavement milling equipment drums shall not exceed 5 ft. in width and a gross operating weight of 45,000 lbs.;

      2. When milling smaller areas or areas where it is impractical to use the above described equipment, the use of a smaller or lesser-equipped milling machine may be permitted when approved by the Engineer;

      3. Pressure Distributor: The distributor for asphalt emulsion or calcium shall be capable of applying liquid emulsion or calcium chloride in accurately measured quantities at any rate between 0.1 to 2.0 gallons per square yard (0.5 to 9.1 liters per square meter), of roadway surface, at any length of spray bar up to 20 feet, (6.1 meters).  The distributor shall be capable of maintaining a uniform rate of distribution of material regardless of change in grade, width or direction of the road.  The distributor shall be equipped with a Digital Volumetric Accumulator capable of measuring liters applied and distance traveled.  The volume and measuring device shall be equipped with a power unit for the pump so that application is by pressure, not gravity.  The spray nozzles and pressure system shall provide a sufficient and uniform fan-shaped spray of material throughout the entire length of the spray bar at all times while operating, and shall be adjustable laterally and vertically.  The spray shall completely cover the roadway surface receiving the treatment;

      4. Paver and Roller: The self-propelled paver machine must be capable of placing a minimum twelve-foot pass true to line and grade. A backup machine shall be made immediately available on site for use in the event of equipment failure. A minimum of two steel drum vibratory rollers of a minimum 10 rating shall be employed during paving operations. A backup machine shall be made immediately available on site for use in the event of equipment failure.

      Materials

      1. Bituminous concrete (Hot Mix Asphalt) paving shall be State Approved Mix HMA (Dense Mix) & HMA Standard (Top), as specified in Sections 460 and M3.11.03 of the Massachusetts Standard Specifications. All Hot Mix Asphalt shall be a State Approved Mix design. Contractor shall submit mix design to the Engineer for approval prior to engaging paving operations;

      2. Tack coat shall be either emulsified asphalt, grade RS-1 conforming to Section M3.03.0 or cutback asphalt grade RC-70 or RC-250 conforming to Section M3.02.0 of the Massachusetts Standard Specifications.

      Method of Construction

      1. Broom clean all surfaces before any tack coat and resurfacing.  Fine grade any gravel roads and roads that have been reclaimed or reconstructed. Contractor shall assure that reclaimed or reconstructed areas are left properly graded by the operations to allow for a uniform, specified thickness of asphalt concrete;

      2. All catch basins, manholes, valve boxes, and utility frames are to be cleaned and set to the grade of the top course prior to final paving.  Reset all signs, guard rails, mailboxes as necessary to perform work, as incidental work;

      3. Joints shall be wedge joint. Paver screed shall be equipped to provide a longitudinal wedge joint;

      4. Keyways to provide smooth transition shall be milled and tack coated at all beginning and ending points of the paving operations. Mainline center joint shall be a wedge joint;

      5. Any Hot Mix Asphalt (HMA) required for repairing of potholes or roadway repair areas that appear after the roadway is milled shall be paid for per ton under Item 3. Tack Coat needed will be considered incidental. Any temporary ramps needed at beginning or ends of project shall be considered incidental;

      6. The first course/leveling course that will be placed over the milled surface will be HMA dense Mix (M3.11.03 or equivalent). This course is assumed to be an average of 1.5” thick for bid purposes. Actual thickness may vary.  It is the Contractors responsibility to vary the depths of the level mix as needed to achieve cross section and gutter line profile to existing drainage. The contractor is responsible for grade control to ensure proper drainage. Tack coat (Paid under Item 7a) shall be placed on the milled surface of the roadway prior to the leveling course at an application rate of 0.07 Gallons per Square Yard;

      7. The second course shall be laid immediately following the leveling course. The Contractor shall schedule paving such that this may be accomplished within one work shift;

      8. The second course/top course that will be placed over the level course will be  HMA Surface Course-Standard Top (M3.11.03 or equivalent). It is intended that this course be laid at a uniform depth of 1.5 inches;

      9. Payment for the HMA Mass Approved Formula courses shall be by the ton spread and compacted in place.  The quantity shall be determined by weigh slips that have been countersigned by the Town’s representative;

      10. Payment for tack coat shall be by the gallons applied.  The quantity shall be by delivery slips that have been countersigned by the Town’s representative;

      11. The Town shall have the right to decrease or increase the stated quantities;

      12. Reclaimer: Reclamation will be by means of a traveling rotary reclaimer or equivalent machine capable of cutting through existing asphalt at depths up to 12 inches, (30.5 centimeters), with one pass.  The machine shall be self-propelled and equipped with an adjustable grading blade thus leaving its path generally smooth for traffic.  Equipment such as road planners or cold milling machines which are designed to mill or shred the existing bituminous concrete rather than to crush or fracture it, are not considered capable of achieving specification gradation.  The required and necessary action of the reclaimer will increase the percentages of fine aggregate. Existing bituminous concrete and gravel base must be pulverized and mixed so as to form a homogeneous mass of uniformly processed base material which will bond together when compacted;

      13. Pulverization Process: The existing road pavement shall be pulverized and mixed with equal amounts of gravel base existing in the roadway foundation. The pulverization shall blend the asphalt and base material into a homogeneous mass, utilizing the asphalt acquired from the existing pavement as a stabilizer to bond material together when compacted. After the first pulverization, one (1) application of calcium chloride totaling 0.75 gallon per square yard, shall be applied. The aggregate mass shall then be pulverized again to ensure proper asphalt, gravel, and calcium chloride blending to the desired depth. Following base compaction, shaping and fine grading, then re-compaction, a final capping of 0.25 gallons per square yard, of calcium chloride shall be applied. Total calcium chloride application shall be one (1) gallon per square yard;

      14. Grading: Subgrade changes may be necessary to meet the proposed grade lines and cross sections. In areas where the proposed roadway grade is above the present grade, additional Dense Graded Crushed Stone shall be delivered by the Contractor to the site, incorporated by the Contractor during reclamation, re-grading and compaction of the pulverized material, then brought to line and grade. In areas where the proposed roadway grade is below the present grade, excavated subbase material shall be placed in windrows or stockpiled so as not to impede the work of the Contractor, and then removed to a location provided by the Town. After the material has been thoroughly worked by the reclaimer, the mass will be shaped and fine graded. Fine grading to be coordinated with the paving contractor;

      15. Rolling: Initial rolling shall be done immediately following the second reclaimer pass, and again following fine grading. Base course materials shall be compacted to at least 95 percent of maximum dry density;

      16. Any rocks or pieces of pavement that have been thrown onto the shoulders or adjoining property shall immediately be removed and either incorporated into the reclaimed base or disposed of offsite;

      17. Paver and Roller: The self-propelled paver machine must be capable of placing a minimum twelve-foot pass true to line and grade. Rolling shall be performed by a steel drum vibratory roller of 10 Ton minimum rating. Initial rolling shall be done immediately following the leveling pass, and again following the surface course. HMA materials shall be compacted to at least 95 percent. A minimum of two steel drum vibratory rollers of a minimum 10 rating shall be employed during paving operations. A backup machine shall be made immediately available on site for use in the event of equipment failure;

      18. In addition to the work described in Section 472, the following shall apply to HMA for miscellaneous work used for driveway approaches. Area for approaches shall be considered as the existing width by a distance of 15’ from edge of roadway. The HMA shall be chosen by the Engineer and should be as defined under Subsection M3.11.03 (HMA Surface Course-Standard Top or HMA Surface Course-Dense Binder). The Unit price per TON of Item 5 shall include all driveway excavation required (i.e. earth excavation, rock excavation and Bituminous Concrete/Concrete excavation). Also for driveways, processed gravel (M1.03.1), any fine grading, compaction and HMA shall be included in the price per TON.  The drives shall have a milled joint and tack coated (M3.11.06).  Milling and tack coat shall be considered incidental on driveways/walkways;

      19. The Contractor shall provide the Engineer or Town Representative with legible signed and dated Weight/Gallon slips at the end of each work shift. Payment will be made based only on submitted slips – no exceptions.

       

      Section 02511 – Bituminous Concrete Paving: Execution

      General

      1. Refer to the Standard Specifications where applicable.

      Preparation

      1. Insure all utility mains, conduits, light pole bases, fence post or railing sleeves/bases, embedded items, and other structures occurring within the area to be paved have been installed, tested, and inspected;

      2. Insure that all utility and underground structures have been located, tie measurements taken, and record documents updated prior to paving.  Provide the Owner and the Engineer with As-Built Plans showing locations of any underground conduits or other structures crossing the surface to be paved;

      3. Complete subgrade and gravel base;

      4. Insure that fine grading of gravel base has been completed, compacted, tested, and inspected to required tolerances.  Any areas of the gravel base which are not within the required tolerances shall be scarified, re-graded, and re-compacted to the required lines and grades prior to paving;

      5. Maintain positive drainage of base course and furnished surface;

      6. Adjust all castings, frames, grates, valve boxes, manhole covers, embedded items, and other structures to finished grade prior to finished paving.  Install concrete collar around castings;

      7. Where paving is adjacent to curbing, sidewalks, wheelchair ramps, curb cuts, and other structures, insure that work lines, grades, and sequences have been properly coordinated to the required tolerances.

      Installation of Bituminous Concrete Paving

      1. Conform to all relevant provisions of Sections 420 and 460 of the Standard Specifications;

      2. Immediately prior to paving, mop the surface of any adjacent curbing or existing blacktop with tack coat. The tack coat is considered incidental.

      Bituminous Concrete Binder Course

      1. Spread binder course onto prepared subgrade with proper and uniform thickness and compact to required thickness.  Spreading shall be by means of a mechanical, self-propelled paver capable of spreading and finishing the mixture true to line, grade, width, and crown by means of automatic or manual controls for both longitudinal and transverse slope.  Mixture shall be spread without tearing or pulling the surface, or excessively segregating the aggregate.  The screeded finished shall be smooth, true to cross section and grade, uniform in density and texture, shall provide positive drainage, and shall be free from hollows, transverse imperfections, honey combing, open joints, and other irregularities;

      2. Manual spreading may only be done in particular locations where irregularity, inaccessibility, or other unavoidable obstacles do not allow mechanical spreading and finishing;

      3. After the paving mixture has been properly spread and screeded, and before roller compaction is begun, the surface shall be checked and any irregularities or imperfections corrected;

      4. Roller compaction shall be by means of a self-propelled 10-ton steel wheel roller, or approved equivalent.  Special care shall be taken to properly roll and seal the joint between successive passes;

      5. The density of the completed pavement shall not be less than 95% of the maximum density obtained from laboratory compaction of the job mix.  Testing shall be performed by the Owner’s testing service by nuclear density meter.  Any area of unsuitable paving shall be removed and the section repaved at the Contractor’s expense;

      6. After initial rolling, the surface shall be checked again with a 10-foot straight edge to verify that the required tolerances have been met.  Any humps or depressions or thickness deficiencies exceeding tolerances shall be corrected by removing the defective work, replacing with new material, and reworking or re-compacting as required;

      7. Cold joints shall not be allowed.  Bond breakers shall be installed at the end of each day’s paving to provide a proper working surface for the next day’s paving;

      8. Where new pavement will abut existing pavement, the edge of the existing blacktop shall be saw cut to a clean vertical face and mopped with bituminous tack coat prior to paving;

      9. Where new pavement will abut existing pavement, a key in trench shall be cut in to a clean vertical face and mop the face with bituminous tack coat prior to paving.

      Bituminous Concrete Top Course

      1. Install in accordance with relevant provisions of Section 460 of the Standard Specifications.  Sweep and remove any deleterious materials from the binder course prior to final paving;

      2. Where Top Course Mix is used as a leveling course or for grade adjustment and abuts existing pavement, excavate a trench in the existing pavement to the dimensions shown on the plan to “toe” in the new pavement without forming a feather edge.  Excavation may be performed by jackhammer, planer, or other suitable means.  The vertical joint between the old and the new pavements shall be treated with tack coat at no additional cost;

      3. Construct top course in the same manner as for binder course.  If the binder course has become dirty or aged for more than 10 days, the binder course shall be treated with tack coat at the rate of 0.07 gal. per square yard prior to applying the top course.  Tack coat is considered incidental;

      4. Pave against and around drain inlets to provide positive drainage into the structure.  At a minimum, all frames and grates of catch basins shall be set 1” below the finished grade of the pavement;

      5. Pave against and around other utility frames and structures to provide flush surfaces;

      6. Where no curbs occur, tamp pavement edges to 45˚ angle;

      7. Compact pavement by rolling to achieve the specified compaction;

      8. Perform rolling to achieve an even and smooth finish without roller marks;

      9. All minor surface projections, joints, and minor honey combed surfaces shall be ironed out smoothly to grade as may be directed.  Should any irregularities, surface defects, honey combing, humps or depressions, ponded areas greater than 1/8” deep, open joints, or other surface defects remain in the top course after final compaction, the defective work shall be corrected by removing and replacing the material to form a true and even surface of regular texture as herein specified.

      Dimensions and Tolerances

      1. Conform to the dimensions shown on the plans and specified herein within the following tolerances;

      2. Thickness tolerances from thicknesses shown on the Plans or specified herein:

        1. Binder Course: minimum compacted thickness minus 0.0” to plus 0.5”;
        2. Top Course: minimum compacted thickness minus 0.0” to plus 0.5”;

      3. Elevation tolerance:
         
        1. Binder Course: Finished surface of pavement shall conform to design finished grade minus 0.5” to plus 0.5”;
        2. Top Course: Finished surface of pavement shall conform to design finished grade minus 0.25” to plus 0.25”;

      4. Positive drainage shall be maintained throughout the finished surface.  Unless otherwise noted, paved surfaces shall have a finished slope no less than 1%; preferably 2% minimum.  Isolated ponded depressions (“bird baths”) deeper than 1/8” will not be accepted;

      5. Finished grade of pavement shall meet the elevation of existing or proposed curb ramps, walkways, sidewalks, stairs, landings, doorway thresholds or other pedestrian areas to produce no greater than a 3” lip;

      6. Smoothness tolerance: Produce the lines and grades specified within a tolerance of ¼” in ten (10) feet, as measured with a 10-foot straight edge as per Section 460.67 of the Standard Specifications.

      Protection of Pavement

      1. Protect the finished surface of pavement from traffic until it has properly set and cured.  Prevent marring of surface finish during subsequent construction.

      Bituminous Concrete Pavement Repair

      1. Where required in order to install new work, utilities, structures, or to match new pavement to existing pavement, remove the existing pavement to the lines required.  Saw cut the edges of the pavement to a neat vertical line at least 12” beyond the limit of the trench excavation;

      2. Any pavement which is cracked, undermined, or raveled during construction shall be cut back by saw cutting to a neat line;

      3. Install the utilities or other new work and properly backfill and compact the trench to the subgrade of the pavement, as specified in other sections of these Specifications;

      4. Take special care to provide proper compaction of trenches to avoid subsequent settlement of the trench backfill underlying the pavement repair.  The Contractor shall remove any settled, loose, or unsuitable backfill and replace with clean gravel, compacted to the required density;

      5. Remove the existing aggregate to a width of at least 6” beyond the vertical edge of the excavated trench.  Do not undermine the existing pavement edge;

      6. Install processed gravel borrow for pavement base in maximum 6” lifts to the minimum thickness specified for new paving (12” minimum) or the existing gravel thickness in place, whichever is greater;

      7. Compact each lift of gravel to 95% of Standard Proctor density for the full width of the repaired area;

      8. Mop the saw cut edge of the existing pavement with tack coat immediately prior to placing the binder course and top course paving. Tack coat is considered incidental;

      9. The thickness of the binder course shall meet the minimum specified for new pavement or the existing thickness, whichever is greater;

      10. Place and compact the pavement repair top course to the same thickness as is specified for new work.  The new and existing pavement shall be flush, and the joint between old and new pavement shall be tight.  Grade the finished surface to drain properly.

      One Year Warranty

      1. The Contractor shall repair any settlement in the repaired pavement which occurs within the one (1) year warranty period.  Remove the area of settled pavement, scarify the gravel sub-base, re-compact the sub-base, place additional gravel, compact again, and re-pave as specified herein.

       

      Section 02511 – Bituminous Concrete Paving: Measurement and Pavement

      1. Unit Price: Items will be measured in place according to the limits specified herein and paid for as part of the contract stipulated price;

      2. All unit price items shall include labor, tools, equipment, materials, compacting, dewatering, excavations, backfills, shoring, grading, and any other necessary work to complete the item as specified, as shown on the Plans, or as directed by the Field Engineer.  The following are additional requirements for each item;

      3. Item 1, MassDOT Surface Course, Item 6, MassDOT Surface Course, and Item 10 MassDOT Surface Course, payment shall be paid by the Ton applied in place.  The quantity shall be by delivery slips that have been countersigned by the Town’s representative. The binder and/or level course shall receive an application of tack coat at the rate of 0.06 gal/sy prior to surface course.  All pavement milled shall receive an application of tack coat at the rate of 0.07 gal/sy prior to resurfacing;

      4. Item 2, MassDOT Leveling Course, and Item 5, MassDOT Leveling Course, payment shall be paid by the Ton applied in place.  The quantity shall be by delivery slips that have been countersigned by the Town’s representative. The binder and/or level course shall receive an application of tack coat at the rate of 0.06 gal/sy prior to surface course.  All pavement milled shall receive an application of tack coat at the rate of 0.07 gal/sy prior to resurfacing;

      5. Item 3, Asphalt Emulsion for Tack Coat, Item 7, Asphalt Emulsion for Tack Coat, Item 11, Asphalt Emulsion for Tack Coat, payment shall be paid by the Gallon applied in place. The quantity shall be by delivery slips that have been countersigned by the Town’s representative. The binder and/or level course shall receive an application of tack coat at the rate of 0.06 gal/sy prior to surface course.  All pavement milled shall receive an application of tack coat at the rate of 0.07 gal/sy prior to resurfacing;

      6. Item 9, MassDOT Binder Course, will be measured and paid for at the contract unit price per Ton, spread and compacted in place. Contractor shall submit signed weight slips for payment consideration. All asphalt paving operations i.e. roadway paving, interim paving, pavement repairs, and any other paving operations approved by field engineer, will be considered for payment under these items. No extra payment will be made for handwork;

      7. Item 8, Road Reclamation with Calcium Chloride, will be measured and paid for by the contract unit price, per square yard, which price shall include all pavement excavations, grading to subgrade and finish grades, cuts, fills, milling of keyways, milling  required and as noted herein, as applicable, furnishing equipment and materials to pulverize the in-place asphalt pavement and underlying material, spray liquid calcium chloride on the pulverized mass, mix and/or blend the material, spread and compact the resultant mixture to the lines and grades of the existing roadway profile or as directed by the engineer or Town, cap the finished base with an application of calcium chloride. Bid quantities are approximate only; payment shall be for actual area reclaimed, excluding overlap.  All grading, rolling and cleanup shall be the responsibility of the contractor. If the General Contractor subcontracts the Full Depth Reclamation the General Contractor shall provide competent supervision at all times reclaiming operations are taking place.

       

      Section 02525 – Bituminous Concrete Curbing: General

      Description

      1. Section includes:
        1. Install HMA berm w/fiber;

      2. Related sections:

        1. Earthwork – 02200;
        2. Bituminous concrete paving – 02511;

      3. Related work performed by others:

        1. Paving.

      Submittals

      1. Comply with pertinent provisions of the standard specifications, the plans, details, and as stated herein;

      2. Product Data:  Submit manufacturer's technical product data and installation instructions for materials and products of this Section:
         
        1. Various curbing.

      Quality Assurance

      1. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section;

      2. Provide bituminous concrete mix from the same sources throughout construction;

      3. Performance Requirements:  Construct curbing and edging to withstand heavy-duty traffic loads, and to provide a long lasting, durable curb.

      Codes and Standards

      1. Americans with Disabilities Act:  Construct finished surfaces to the grades and tolerances shown on the plans and as necessary to comply with applicable portions of Uniform Federal Accessibility Standards pertaining to grading, paving, sidewalks, handicap parking stalls and curb cut ramps.

       

      Section 02525 – Bituminous Concrete Curbing: Products

      1. The materials furnished under this Section shall conform to the following specifications:
         
        1. Wherever in this Section the term "MHD Standard Specifications" is used, it shall be read to mean the relevant provisions of the Mass. Highway Department 2023 Standard Specifications for Highways and Bridges;

      2. Aggregate Base Course Materials:
         
        1. Processed Gravel Borrow – M1.03.00 Type C;
        2. Washed Crushed Stone (1/2”) – M2.01.05;

      3. Curb and Berm:
         
        1. Bituminous Concrete Berm (Type 2) – M3.11.0;
        2. Bituminous Concrete Berm (Cape Cod) – M3.11.0.

       

      Section 02525 – Bituminous Concrete Curbing: Products

      General

      1. Refer to MHD Standard Specifications where applicable.

      Preparation

      1. Complete subgrade and gravel base;

      2. Insure all utility mains, conduits, structures, light pole bases, fence post or railing sleeves or bases, weep holes, and embedded items, which occur within or near the area to be covered, have been properly installed, tested and inspected.  Portions of Uniform Federal Accessibility Standards pertaining to grading, paving, sidewalks, handicap parking stalls and curb cut ramps;

      3. Insure that the aggregate base has been compacted and fine graded and testing and inspection has been completed to required tolerances;

      4. Lay out lines and grades.  Field review with Engineer prior to forming;

      5. Adjust all castings, frames, grates, valve boxes, manhole covers, embedded items, and other structures to finished grade prior to setting curbing;

      6. Insure that all utility and underground structures have been located, tie measurements taken, and record documents updated prior to setting curbing;

      7. Insure the work lines, grades, and sequences have been properly coordinated with adjacent bituminous concrete pavement, wheelchair ramps and curb cuts, building entrances and other structures.

      Curb and Berm

      1. Install Curb or Berm of the Type and dimension specified on the plans in accordance with the applicable portions of MHD Standard Specification Section 501 and as shown on the plans and details;

      2. The Bituminous Concrete mixture shall be placed and compacted with a machine acceptable and approved by the Engineer.  The machine shall be suitable for spreading and firmly compacting the mixture true to line and grade, to the shape specified, and with a hard, smooth and uniform surface;

      3. If at any time before the acceptance of the work, any soft or irregular spots develop in the exposed surface of the curb, or if the surface is damaged by construction activities, such material shall be removed to a reasonable distance beyond the damaged area, and shall be replaced with new material and compacted to match the remaining curb, without additional compensation.

      Transition Curb

      1. Install transition curb, in accordance with the relevant portions of Section 501 of the Standard Specifications, and as shown on the plans and details.

      Tolerances

      1. Curb lines intended to be straight shall be within ½” horizontally of straight line;

      2. Curbs shall generally have exposed reveal of six inches (6”) from finished pavement surface. Maximum reveal = 7”;

      3. Top surface of curbing shall be flat and smooth.  Maximum variation in ten feet of straight curbing = ¼".

      Protection

      1. Protect curbing from damage after setting;

      2. Remove any damaged sections to a reasonable distance beyond the damaged area, and replace with new material to match the remaining curb, without additional compensation.

      Testing and Inspection

      1. Inspect curbing for proper materials, installation, line, and grade.

       

      Section 02525 – Bituminous Concrete Curbing: Measurement and Payment

      1. Unit Price Items: The following items will be measured in place according to the limits specified herein and paid for at the contract unit price;

      2. Note:  All unit price items shall include labor, tools, equipment, materials, compacting, dewatering, excavations, backfills, shoring, grading, and any other necessary work to complete the item as specified and as shown on plans or as directed by the Field Engineer.  The following are additional requirements for each item;

      3. Item 12, HMA Berm with Fiber, Cape Cod, will be measured and paid for by the Linear Foot complete in place which price shall include all excavation, subgrade preparation, gravel borrow, concrete surround, backfill, protection of existing materials, labor, equipment and tools, cutting as required, and all other incidental work required.
    • Winter Rock Salt Specifications
      1. Sodium chloride products solicited under this bid  shall conform in all regards to the ASTM Standard Designation D632-01 "Standard specification for sodium chloride" with the following requirements:

        1. Mined Rock Salt Type A, Grade 1

      2. Sodium chloride shall be mined rock salt and should conform to the following requirements for particle size, when tested by means of laboratory sieves:

        Screen SizeAcceptable Passing Rate by Weight
        1/2" Sieve100%
        3/8" Sieve95-100%
        #4 Sieve20-90%
        #8 Sieve10-60%
        #30 Sieve0-15%
      3. All bulk salt shall be uniformly treated with an anti-caking agent prior to delivery to prevent caking while the salt is in outside storage. The bidder shall furnish a chemical description of the inhibitor treatment used, the quantity used per ton of salt, a laboratory procedure method of determining the uniform pressure of the conditioner used, and information regarding the solubility and photodecomposition of the treating agent. Potential harm to the environment caused by the inhibitor treatment may be cause for rejection of the bid. Salt delivered in a lumpy condition that requires reprocessing to make it usable shall be cause for rejection of the entire delivery with replacement delivery to be made at no additional charge to the program participant;

      4. In the case of a widespread shortage of mined rock salt, solar (sea) salt may be accepted by program participants at the same price as rock salt. In such a case, at the time of the order, the CPO and participants shall be notified of the situation. The participants shall have the option of accepting the solar salt. No vendor shall supply a participant with solar salt without their express permission. The solar salt shall meet the same physical requirements as the rock salt and be treated with the anti-caking agent appropriate for its inherently higher moisture content. Any material not received in a loose, usable condition shall be removed at the vendor's expense and replaced;

      5. Delivery of products are subject to “prompt delivery”. Deliveries will be made within one to three days from a participant’s notification of confirmed order. Within three hours of the order being placed by the participant, the bidder must be able to tell the participant the day and time of the delivery.
    • Winter Sand Specifications

      Materials Specifications

      1. Regular winter sand shall meet the following gradation requirements:

        Screen SizeAcceptable Passing Rate by Weight
        3/8" Sieve100%
        #4 Sieve90-100%
        #16 Sieve45-75%
        #50 Sieve0-20%
        #200 Sieve0-3%
      2. Coarse winter sand shall meet the following gradation requirements:

        Screen SizeAcceptable Passing Rate by Weight
        1/2" Sieve100%
        3/8" Sieve75-95%
        #16 Sieve30-60%
        #50 Sieve0-15%
        #200 Sieve0-3%
      3. All products shall be from loam, or any other foreign substance and shall consist of clean, hard, sharp, crushed or coarse bank run sand;

      4. The water content of all products shall not exceed 5% by weight. Washed sand shall be stockpiled for drainage, if necessary, at the bidder's yard or pit to reduce the water content prior to delivery;

      5. The bidder shall submit with their bond the certified results of the sieve analysis for the products that it intends to supply. The sieve analysis shall also be accompanied by a statement of the percentage of moisture in a sample taken from the bidder's stockpile. Bidders who are trucking sand from another vendor's plant or pit must submit the same documentation for that vendor's products.

      Materials Sampling and Testing

      1. Sampling of sand for testing shall be done in accordance with the most current ASTM Standard Designation, "Standard Practice for Sampling Aggregates";

      2. Transportation of samples for moisture content testing shall be conducted in accordance with the most recent ASTM standards;

      3. Field samples of sand shall be reduced to testing size in accordance with the most recent ASTM Standard Designation, "Standard Practice for Reducing Field Samples of Aggregate to Testing Size";

      4. Sieve analysis of the sand shall be performed with the most current ASTM Standard Designation, "Standard Method for Sieve Analysis of Fine and Coarse Aggregate" using sieves meeting the "Specification for Wire-Cloth Sieves for Testing Purposes";

      5. Loose density of the products shall be determined in accordance with the most current ASTM Standard Designation, "Standard Test Method of Unit Weight and Voids in Aggregate" utilizing the shoveling procedure;

      6. Moisture content of products shall be determined by the most current ASTM Standard Designation, "Standard Test Method of Total Evaporable Moisture Content of Aggregate by Drying";

      7. If a product is suspected of containing too many organic impurities, the bidder may be required to provide proof that the product passes the ASTM Standard Designation, "Standard Test Method for Organic Impurities in Fine Aggregates for Concrete" with a result no higher than 3 on the Organic Plate Hellige scale;

      8. All sampling, testing, and certification of products shall be done by an independent materials laboratory. Samples taken by the bidder and transported to the laboratory are not allowed. Testing laboratories owned by an aggregate vendor are not considered independent and are not allowed;

      9. The bidder shall certify that all deliveries of sand will be from the sample stockpile(s) or from stockpiles generated by the same pit source, screening, and washing process.

      Pricing and Delivery

      1. The minimum delivered quantity will be one truck load (approximately 20 tons);

      2. For products delivered by the cubic yard, the tonnage of each load shall be the product of the volume of the truck body in cubic yards, as mutually agreed upon between the bidder and the program participant, and the loose density of the sand as determined by the methods listed above. This product shall be divided by 2,000lbs. to give the pay tonnage;

      3. The bidder will have at least two trucks available for delivering sand at all times;

      4. Products shall be rejected if they fail to conform to any of the specifications, of if they are delivered in a frozen, lumpy, or otherwise unsatisfactory condition. The program participants retain the right to have the products tested ad their expense at a certified testing laboratory at any time. If the products fail to conform to these specifications, the bidder shall remove the product and replace it with a satisfactory product. If the bidder is unable to provide a satisfactory product, the bidder must purchase and deliver a satisfactory replacement from another source approved by BRGPP. In such a case, the bidder will be responsible for any additional cost incurred or expense suffered by the participant as a result of its action. The removal of unsatisfactory product must occur within one week of notification or the product will be deemed abandoned;

      5. If, at any time, a program participant deems that satisfactory performance has not been made the bidder shall increase the quantity of vehicles, equipment, and/or efforts to such an extent as may be deemed necessary. If the bidder is thus unable to achieve satisfactory performance, or if delivery is unnecessarily or unreasonably delayed, or if the bidder fails to deliver products or has violated any of the provisions of the specifications, the participant may notify the bidder to discontinue deliveries. At that point, the bidder may cancel outstanding orders and may secure needed supply from other sources or vendors. In such a case, the bidder shall be responsible for any additional cost incurred or expense suffered by the participant as a result of its action;

      6. Delivery of products are subject to “prompt delivery”. Deliveries will be made within one to three days from a participant’s notification of confirmed order. Within three hours of the order being placed by the participant, the bidder must be able to tell the participant the day and time of the delivery.
    • Treated Winter Salt Specifications

      General Specifications

      1. The liquid treatment of winter rock salt is intended to enhance the performance of the regular rock salt over untreated salt by reducing corrosiveness, improving low temperature performance, reducing bounce and scatter, preventing clumping and salt pile freezing, and enhancing distribution. The treated salt is intended to be used to facilitate snow and ice prevention and removal from roads and bridges;

      2. The finished product shall be composed of two primary components:
        1. Crushed rock salt and described and specified in
        2. FY27-11 bid specifications;
        3. A mixture of Liquid Magnesium Chloride and a Liquid Organic Based Performance Enhancer (OBPE) OR a mixture of Liquid Calcium and a Liquid OBPE.

      Crushed Rock Salt

      1. The crushed rock salt used in the preparation of the final product shall meet the FY27-11 winter rock salt specifications;

      Liquid Magnesium Chloride/Liquid Calcium Chloride with Liquid Organic Performance Enhancer

      1. Material used for this component shall be a blend of Liquid Magnesium Chloride or Liquid Calcium Chloride and an OBPE sufficient to allow the finished material to meet the specific requirements and performance criteria listed below;

      2. Bids may not be accepted on any product that contains constituents in excess of the following established total concentration limits as tested in accordance with general accepted industry standard analytic procedures. Results are stated as parts per million (ppm). If the product exceeds any of the following concentrations, then the bidder shall identify the exception(s) and explain any mitigating circumstance. Program participants retain the right to evaluate these exceptions and make a determination of product eligibility based on their best interests:

        ConstituentConcentration
        Phosphorus250.00ppm
        Cyanide0.20ppm
        Arsenic5.00ppm
        Copper4.00ppm
        Lead1.00ppm
        Mercury0.05ppm
        Chromium0.50ppm
        Cadmium0.20ppm
        Barium10.00ppm
        Selenium5.00ppm
        Zinc10.00ppm
      3. The pH of the submitted liquid chemical products shall be between 3.2 and 9.0. The pH limit of liquid chemical products may be waived by the program participants. The right to waive the pH requirement will be at the discretion of the participants. The decision to waive the pH requirement shall be in the best interests of the participants and shall be final;

      4. Magnesium Chloride products should contain a minimum of 13% Magnesium Chloride by weight;

      5. Materials shall contain sufficient OBPE to produce a final material having a freezing point of -20F or lower;

      6. A table showing the Freezing Point-Specific Gravity for various percentage dilutions in water shall be provided. This table shall include data starting from at least 5% of product in water and continue to include the percentage product in water to produce the eutectic (lower freezing point) composition;

      7. A 3% solution of the corrosion inhibited chemical product shall have a corrosion value of at least 70% less than that of a 3% solution of Sodium Chloride. (Determined by NACE (National Association of Corrosion Engineers) – Standard TM-01-69 as modified by PNS (Pacific Northwest Snowfighters));

      8. This chemical product shall not contain greater than 4.0% (V/V) Total Settable Solids and shall have 99% of the Solid Passing through a #10 sieve after being stored at 0F for 168 hours;

      9. An independent certified analysis showing compliance with all the above requirements must be submitted with the bid along with an intended use statement for the product. Exceptions to the requirements must be stated and BRGPP and the program participants reserve the right to reject the product;

      10. The bidder must complete and submit with a bid a Material Safety Data Sheet (MSDS). Separate or additional flyers, product literature, etc. will be accepted to a completed MSDS;

      11. The bidder must provide as part of their bid documentation that their product is ecologically safe and is in compliance with applicable Massachusetts Department of Environmental Production and U.S. Environmental Protection Agency regulations.

      Mixing the Sodium Chloride and Liquid Magnesium Chloride/Liquid Calcium Chloride and OBPE

      1. The materials described above shall be mixed as described in this section to produce the final product. Mixing procedures shall comply with all the requirements described in this section;

      2. The bidder will thoroughly mix a minimum of 8 gallons of Liquid magnesium Chloride/Liquid Calcium Chloride and OBPE per ton of salt. The contractor will ensure a consistent throughout mix (e.g., spray system, pugmill, conveyor) so that there is maximum coverage of the liquid on the salt crystals and will specify the mix method in the bid. Trucks must be weighed on a certified scale with printout after loading the final product (salt and liquid mixture) prior to delivery. The weight ticket shall include the net weight of the final product and the stockpile source. The certification must bear the weighmaster’s signature. Handwritten weight tickets are not acceptable. All shipments of finished product shall be accompanied by a ticket indicating the amount of Liquid Magnesium Chloride/Liquid Calcium Chloride and OBPE mixed in the finished product. This amount will be indicated on the ticket in gallons. The number of gallons shall be recorded by a printing device or handwritten. The finished product shall be shipped via bulk delivery. Trucks delivering the mixture shall have the entire cargo area completely covered by a waterproof tarpaulin or similar sheeting material. Torn or ripped covers may be cause for rejection of the shipment;

      3. BRCPP and the program participants reserve the right to take samples from the bidder’s stockpile or transfer point before the salt is mixed with the Liquid Magnesium Chloride/Liquid Calcium Chloride and OBPE. Both salt and liquid samples may be taken;

      4. BRGPP and the participants reserve the right to, at any time, inspect the operation to take salt and liquid samples, to ensure that the proper amount of liquid is being applied and that the mix method is appropriate;

      Final Product: Rock Salt Treated with Liquid Magnesium Chloride/Liquid Calcium Chloride and OPBE

      1. Upon inspection of the delivered salt, the material shall be uniform in appearance, be free-flowing and free from visual evidence of foreign matter including, but not limited to, dirt, stone, chips, trash, or any other material that could reasonably be expected to interfere with the use, handling, or storage of the salt;

      2. Properly stored product (covered or inside storage) shall be uniform and free-flowing in a matter consistent with its intended use and shall show no objectionable clumping or caking;

      3. Properly stored product (covered or inside storage) shall show no indication of objectional leaching or separation of components to the extent that such conditions produce adverse effects in the handling or usage of the product or routine maintenance of the storage facility;

      4. The chemical composition shall not be less than 91.2% of Sodium Chloride. The concentration of Sodium Chloride shall be determined as follows:
        1. The total % of Sodium Chloride shall be determined in accordance with the most recent ASTM-D-632;
        2. Magnesium and Calcium content shall be determined in accordance with ASTM-E-534 and computed as % Magnesium Chloride and % Calcium Chloride, respectively

      5. The salt, when tested using sieves as described in ASTM-C-136, shall conform to the following requirements for particle size distribution:

        Sieve SizePercent Passing
        1/2" Sieve100%
        3/8" Sieve95%-100%
        #4 Sieve20%-90%
        #8 Sieve10%-60%
        #30 Sieve0%-15%
      6. Moisture content shall not exceed 4.8% when determined as follows:

        % Moisture = ((W1 - W2) / W1) x 100
        Where W1 = Initial weight of the sample, and W2 = Weight of the sample after drying to a constant weight at 100C +/- 5C.

      7. Sampling shall be done in accordance with current ASTM-D632. BRCPP and the participants reserve the right to take samples from the bidder's stockpile or transfer point;

      8. The treated salt may be rejected if it fails to conform to any of the requirements of this specification;

      9. If the moisture content of the treated salt is found to be above 5.3%, a deduction for moisture content will be made from the delivered bid price based on the following formula:

        Reduced Price per Ton = Delivered Contract Price per Ton X (1.106 – 2m)
        Where M = Moisture content of the sample (expressed as the decimal equivalent of the percentage of the original sample weight to the nearest 1%

      10. If, after delivery, the gradation of the treated salts is found to be out of tolerance, a deduction from the price shall be made based on the following formula:

        Reduced Price per Ton = Delivered Contract Price per Ton x (1.00 – Y)
        Where Y = Decimal equivalent of the total % out of gradation. The % out of tolerance for each sieve shall be to the nearest 1%. The total of the individual sieve tolerance deviations shall be used as Y.

      11. A non-complying product price deduction is not to be assessed unless proper analysis and test procedures are followed. If the bidder consistently delivers salt found to be above 2% moisture content or consistently not conforming to the gradation requirements, the contract shall be subject to cancellation either in whole or in part;

      12. Calculations performed relative to this specification shall be made using rounding-off method of “ASTM Recommended Practice E-29 for Designating Significant Plants in Specified Limiting Values”;

      13. Any spillage at the time of delivery will be the responsibility of the bidder and any cost to repair resultant damages or any penalties assume by the participants because of pollution resulting from such spillage shall be borne by the bidder;

      14. Al materials must be covered during transit with canvas or other suitable material and must be delivered in a dry condition. Sodium Chloride will be considered to be in a dry condition only when the moisture content does not exceed 1.0% by weight. Moisture content over 1.0% shall be considered excess. Moisture content over 1.5% by weight may, in the judgement of the program participant, be cause for rejection of the material. If solar salt is accepted by a participant in the event of a shortage of rock salt, moisture content shall be acceptable up to 2.5% by weight. Solar salt moisture content in excess of 3% shall be cause for rejection;

      15. Delivery of products are subject to “prompt delivery”. Deliveries will be made within one to three days from a participant’s notification of confirmed order. Within three hours of the order being placed by the participant, the bidder must be able to tell the participant the day and time of the delivery;

      16. Bidders shall submit net prices delivered per ton as specified in the pricing tables. Such units prices shall include all freight or transportation costs. All delivered materials will be F.O.B. Designation to any municipal location with the participant’s location. BRGPP strictly prohibits the unilateral imposition of additional surcharges on participants at any point during the contract period;

      17. Awarded bidders shall give their personal attention to the faithful performance of the work, shall keep the work under their personal control and shall not assign, by power of attorney or otherwise, nor sublet the work or any portion thereof without the previous written consent of the participant;

      18. Awarded bidders shall furnish and deliver the product when so directed by the participant and shall thereafter continue making deliveries at such locations and in accordance with schedules as the participant may prescribe.
    • Gasoline Bid Specifications
      1. Bidders shall submit delivered prices for the following products:

        1. Minimum 87 Octane Gasoline;
        2. Minimum 93 Octane Gasoline;

      2. For each of the above products, bidders shall submit prices for deliveries made by pumper trucks (<5,000 gallons) and tanker trucks (5,000+ gallons);

      3. Pricing will be based on wet gallons delivered;

      4. This bid shall be awarded by county subsection, with a different award being made for Northern, Central, and Southern Berkshire County. BRGPP retains the right to further divide bid awards according to specific program participant needs;

      5. Scheduling and delivery instructions will be arranged between the awarded bidder and program participants. Gasoline is to be delivered in such quantities and at such times as to maintain an adequate supply in the tanks at all times. If an emergency delivery is necessary, the awarded bidder will made the delivery within 12 hours of being notified;

      6. If the awarded bidder shall fail, neglect, or refuse to deliver gasoline products in accordance with the requirements of this bid, due to any causes for which he is responsible, program participants may secure such fuel from any other source, and the awarded bidder shall be liable to the participants for any damages or charges resulting therein including any additional price that the participants may pay or be required to pay over and above the prices provided by the awarded bidder in this bid. The expression of this right or remedy of the participants for any breach by the vendor shall not exclude any other right or remedy open or available the participants by reason of any such breach. The awarded bidder shall be allowed a reasonable extension of time for deliveries if the delay is caused by or results from strikes or an act of God; provided, however, that participants shall have the right to secure gasoline elsewhere if necessary during such period;

      7. The awarded bidder shall keep a full, accurate, and complete record of the number of gallons of gasoline delivered to each program participant. Immediately following each delivery, the awarded bidder shall provide participants with a bill and copy of the delivery record;

      8. Gasoline products that are determined defective upon delivery shall be replaced by the awarded bidder free of charge with the specific understanding that all replacements shall carry the same guarantee as the original product;

      9. All gasoline products must meet Massachusetts and Federal requirements for reformulated gasoline;

      10. In the event spillage should occur during the performance of this contract, the vendor shall be responsible for clean-up of any spills or accidental releases to the environment (pursuant to M.G.L c 21E and any other relevant regulations) at no cost to the program participant.
    • Diesel Fuel Bid Specifications
      1. Bidders shall submit delivered prices for the following products:

        1. Regular Diesel Fuel;
        2. 60% Diesel / 40% Kerosene Mix;
        3. Winterized Diesel;

      2. For each of the above products, bidders shall submit prices for deliveries made by pumper trucks (<5,000 gallons) and tanker trucks (5,000+ gallons);

      3. For each of the above products, bidders shall submit prices for the following pricing options:

        1. Date-of-Delivery Spot Price  - The bidder shall provide delivery prices to be charged on top of daily spot prices. These spot prices will be taken from the Journal of Commerce's (JOC) "Daily Petroleum Prices" on the date of purchase by a program participant. Spot prices shall be taken from the "Albany, NY" row and shall be the LOW price. The products in this bid shall correspond to the following JOC categories:

          1. Regular Diesel Fuel - "ULS DIESEL"
          2. 60% Diesel / 40% Kerosene Mix - "KEROSENE"
          3. Winterized Diesel - "DIESELS b-2% BIO w-WINTERIZED"

        2. NYMEX Futures Price - The bidder shall submit delivery prices to be charged on top of fixed futures prices. These futures prices shall be the determined by the prices of the appropriate July 2024 futures contracts trading on the New York Mercantile Exchange (NYMEX) on the day that the awarded bidder is notified of the quantity of fuel to be purchased through this pricing option. The products in this bid shall correspond to the following NYMEX futures contracts:

          1. Regular Diesel Fuel - NYMEX NY Harbor ULSD (https://www.cmegroup.com/markets/energy/refined-products/heating-oil.contractSpecs.html)
          2. 60% Diesel / 40% Kerosene Mix - NYMEX NY Harbor ULSD (https://www.cmegroup.com/markets/energy/refined-products/heating-oil.contractSpecs.html)
          3. Winterized Diesel - NYMEX NY Harbor ULSD (https://www.cmegroup.com/markets/energy/refined-products/heating-oil.contractSpecs.html)

      4. All program participants will be able to choose between the two pricing schemes described above. Participants who choose to purchase diesel fuels according to the Date-of-Delivery Spot Price scheme shall not be bound by any minimum total annual purchase quantity. Participants who choose to purchase diesel fuels according to the NYMEX Futures Price are committing to purchase at least 85% of the quantity of diesel fuels they lock-in over the lifetime of the contract. If a participant does not purchase at least 85% of their locked-in quantity, the unused fuel portion of their allocation can go to participants that need more than 100% of their locked-in quantity. If there are no such participants, then the participant would be responsible for paying the for the quantity of fuel that represents the difference between 85% of their locked-in quantity and the quantity that they purchased. If a participant requires more than 100% of its locked-in quantity, it may need to purchase the excess at the Date-of-Delivery Spot Price;

      5. Pricing shall be based on wet gallons delivered;

      6. This bid shall be awarded by county subsection, with a different award being made for Northern, Central, and Southern Berkshire County. BRGPP retains the right to further divide bid awards according to specific program participant needs;

      7. Scheduling and delivery instructions will be arranged between the awarded bidder and program participants. Diesel products are to be delivered in such quantities and at such times as to maintain an adequate supply in the tanks at all times. If an emergency delivery is necessary, the awarded bidder will made the delivery within 12 hours of being notified;

      8. If the awarded bidder shall fail, neglect, or refuse to deliver diesel products in accordance with the requirements of this bid, due to any causes for which he is responsible, program participants may secure such fuel from any other source, and the awarded bidder shall be liable to the participants for any damages or charges resulting therein including any additional price that the participants may pay or be required to pay over and above the prices provided by the awarded bidder in this bid. The expression of this right or remedy of the participants for any breach by the vendor shall not exclude any other right or remedy open or available the participants by reason of any such breach. The awarded bidder shall be allowed a reasonable extension of time for deliveries if the delay is caused by or results from strikes or an act of God; provided, however, that participants shall have the right to secure diesel products elsewhere if necessary during such period;

      9. The awarded bidder shall keep a full, accurate, and complete record of the number of gallons of diesel products delivered to each program participant. Immediately following each delivery, the awarded bidder shall provide participants with a bill and copy of the delivery record. For participants who purchase diesel products through the Date-of-Delivery Spot Price pricing option, the awarded bidder shall also provide a copy of the JOC Daily Petroleum Prices table to indicate the spot price upon which the total delivered cost is based;

      10. Diesel products which are determined defective upon delivery shall be replaced by the awarded bidder free of charge with the specific understanding that all replacements shall carry the same guarantee as the original product;

      11. Diesel fuel must meet the current ultra-low sulfur Federal EPA and Massachusetts guidelines;

      12. In the event spillage should occur during the performance of this contract, the vendor shall be responsible for clean-up of any spills or accidental releases to the environment (pursuant to M.G.L c 21E and any other relevant regulations) at no cost to the program participant.
    • Heating Oil Specifications
      1. Bidders shall submit delivered prices for the following products:

        1. No. 2 Fuel Oil

      2. For each of the above products, bidders shall submit prices for deliveries made by pumper trucks (<5,000 gallons) and tanker trucks (5,000+ gallons);

      3. For each of the above products, bidders shall submit prices for the following pricing options:

        1. Date-of-Delivery Spot Price  - The bidder shall provide delivery prices to be charged on top of daily spot prices. These spot prices will be taken from the Journal of Commerce's (JOC) "Daily Petroleum Prices" on the date of purchase by a program participant. Spot prices shall be taken from the "Albany, NY" row and shall be the LOW price. The products in this bid shall correspond to the following JOC categories:

          1. No. 2 Fuel Oil - "NO. 2 OIL"

        2. NYMEX Futures Price - The bidder shall submit delivery prices to be charged on top of fixed futures prices. These futures prices shall be the determined by the prices of the appropriate July 2024 futures contracts trading on the New York Mercantile Exchange (NYMEX) on the day that the awarded bidder is notified of the quantity of fuel to be purchased through this pricing option. The products in this bid shall correspond to the following NYMEX futures contracts:

          1. No. 2 Fuel Oil - NYMEX NY Harbor ULSD (https://www.cmegroup.com/markets/energy/refined-products/heating-oil.contractSpecs.html)

      4. All program participants will be able to choose between the two pricing schemes described above. Participants who choose to purchase heating oil according to the Date-of-Delivery Spot Price scheme shall not be bound by any minimum total annual purchase quantity. Participants who choose to purchase heating oil according to the NYMEX Futures Price are committing to purchase at least 85% of the quantity of heating oil they lock-in over the lifetime of the contract. If a participant does not purchase at least 85% of their locked-in quantity, the unused fuel portion of their allocation can go to participants that need more than 100% of their locked-in quantity. If there are no such participants, then the participant would be responsible for paying the for the quantity of fuel that represents the difference between 85% of their locked-in quantity and the quantity that they purchased. If a participant requires more than 100% of its locked-in quantity, it may need to purchase the excess at the Date-of-Delivery Spot Price;

      5. Pricing shall be based upon wet gallons delivered;

      6. This bid shall be awarded by county subsection, with a different award being made for Northern, Central, and Southern Berkshire County. BRGPP retains the right to further divide bid awards according to specific program participant needs;

      7. Scheduling and delivery instructions will be arranged between the awarded bidder and program participants. Heating oil is to be delivered in such quantities and at such times as to maintain an adequate supply in the tanks at all times. If an emergency delivery is necessary, the awarded bidder will made the delivery within 12 hours of being notified;

      8. If the awarded bidder shall fail, neglect, or refuse to deliver heating oil in accordance with the requirements of this bid, due to any causes for which he is responsible, program participants may secure such fuel from any other source, and the awarded bidder shall be liable to the participants for any damages or charges resulting therein including any additional price that the participants may pay or be required to pay over and above the prices provided by the awarded bidder in this bid. The expression of this right or remedy of the participants for any breach by the vendor shall not exclude any other right or remedy open or available the participants by reason of any such breach. The awarded bidder shall be allowed a reasonable extension of time for deliveries if the delay is caused by or results from strikes or an act of God; provided, however, that participants shall have the right to secure heating oil elsewhere if necessary during such period;

      9. The awarded bidder shall keep a full, accurate, and complete record of the number of gallons of heating oil delivered to each program participant. Immediately following each delivery, the awarded bidder shall provide participants with a bill and copy of the delivery record. For participants who purchase heating oil products through the Date-of-Delivery Spot Price pricing option, the awarded bidder shall also provide a copy of the JOC Daily Petroleum Prices table to indicate the spot price upon which the total delivered cost is based;

      10. Heating oil that is determined defective within ten days of delivery shall be replaced by the awarded bidder free of charge with the specific understanding that all replacements shall carry the same guarantee as the original product;

      11. In the event spillage should occur during the performance of this contract, the vendor shall be responsible for clean-up of any spills or accidental releases to the environment (pursuant to M.G.L c 21E and any other relevant regulations) at no cost to the program participant.
    • Liquid Propane Specifications
      1. Bidders shall provide delivered prices for the following products:
         
        1. Liquified Petroleum Gas

      2. The bidder guarantees that the product supplied will meet or exceed the latest version of the ASTM Specifications for Liquified Petroleum Gases, Designation D1835-91 and NFPA58 Standard for storage and handling;

      3. Bidders shall submit a price that is maintained during the lifetime of the contract;

      4. Pricing shall be based upon metered gallons delivered;

      5. This bid shall be awarded by county subsection, with a different award being made for Northern, Central, and Southern Berkshire County. BRGPP retains the right to further divide bid awards according to specific program participant needs;

      6. Scheduling and delivery instructions will be arranged between the awarded bidder and program participants. Liquid propane is to be delivered in such quantities and at such times as to maintain an adequate supply in the tanks at all times. If an emergency delivery is necessary, the awarded bidder will made the delivery within 12 hours of being notified;

      7. If the awarded bidder shall fail, neglect, or refuse to deliver liquid propane in accordance with the requirements of this bid, due to any causes for which he is responsible, program participants may secure such fuel from any other source, and the awarded bidder shall be liable to the participants for any damages or charges resulting therein including any additional price that the participants may pay or be required to pay over and above the prices provided by the awarded bidder in this bid. The expression of this right or remedy of the participants for any breach by the vendor shall not exclude any other right or remedy open or available the participants by reason of any such breach. The awarded bidder shall be allowed a reasonable extension of time for deliveries if the delay is caused by or results from strikes or an act of God; provided, however, that participants shall have the right to secure heating oil elsewhere if necessary during such period;

      8. Liquid propane that is determined defective shall be replaced by the awarded bidder free of charge with the specific understanding that all replacements shall carry the same guarantee as the original product;

      9. In the event spillage should occur during the performance of this contract, the vendor shall be responsible for clean-up of any spills or accidental releases to the environment (pursuant to M.G.L c 21E and any other relevant regulations) at no cost to the program participant.
    • Catch Basin Cleaning and Line Jetting Specifications

      Scope of Work

      1. The work to be done under this contract shall consist of removing the accumulated dirt, refuse, and other debris from each catch basin, drainage manholes, and the gutter mouth of curb inlets;
      2. Each program participant will provide a person to inspect and supervise the cleaning, provide disposal areas for the refuse and designate which basins to be cleaned. The participant shall only assist in the operation to help raise and lower the basins;

      Equipment

      1. The awarded bidder will supply a combination catch basin/jetter truck manufactured or remanufactured after 2012 that complies with Massachusetts emission standards;

      2. The catch basin truck shall be in good operating condition and kept that way throughout the contract. Program participants retain the option to inspect the trucks before accepting service. If the bidder does not have a satisfactory truck to provide adequate service, the bidder must reschedule the service and provide a truck that is sufficient;

      3. All truck specifications shall be submitted with the bid on a separate page;

      Schedule of Work

      1. The bidder shall clean the designated drain structures as directed by the program participant and reasonably in compliance with a schedule set in agreement with the participant;

      2. Repair time, refueling time, travel time to and from the site, and lunch time are no compensable. The hourly rate will only be paid when the equipment is in operation. The bidder should anticipate that the participants will call for wok to be performed in the volume and on the schedule set out in their drainage maintenance plan (if one exists), and otherwise as called for by the participants;

      3. The daily start time will vary depending on the location where the work is being done. Work is expected to be done during normal business hours and no overtime or weekend work is allowed;

      4. If delays occur due to inclement weather, extensions are granted by the participant and subject to approval.

      Work Methods

      1. Removal and replacement of basin covers is required by the program participant;

      2. Do not remove covers in advance;

      3. Deploy and operate highway safety warning devices, including flashing lights and cones;

      4. Trucks shall arrive with a full tank of water and be ready to start catch basin or line-jetting work;

      5. Remove all debris from designated structure, covers, and outlets;

      6. The program participant shall provide staff to inspect and supervise the cleaning and provide disposal areas for the refuse;

      7. The bidder shall park vehicles and deploy apparatus on paved services;

      8. Flagging details are the responsibility of the program participant.
    • Tree Work Specifications
      1. Bidders must have sufficient capacity to supply equipment that is in good operating condition and shall comply with the applicable laws and regulations of Massachusetts. BRGPP retains the right to investigate this capacity before awarding the contract. A determination that the bidder does not possess sufficient capacity to fulfill the bid may result in the bid being awarded to the next lowest-priced and responsible bidder. Capacity determinations may include, but are not limited to, sufficient service to supply estimated hours, number of trucks in good operating condition in order to avoid a safety hazard, and sufficient hours of operation. Upon accepting a contract, a bidder indicates that it possesses sufficient capacity;

      2. The bidder must have a minimum of three years of experience in the tree trimming and removal business. The bidder shall include a description of technical qualifications and service experience. Please include references from the past year. The awarded bidder must have at least one staff member at the work site at all times that is a Massachusetts or ISA Certified Arborist;

      3. All work shall be performed in accordance with the Commonwealth of Massachusetts Highway Department, Standard Specifications for Highways and Bridges, the Construction Standards, the Manual on Uniform Traffic Control Devices, OSHA requirements, the American Standards for Nursery Stock, all as amended, including the General Conditions, and the Special Provisions;

      4. The awarded bidder will carry out the obligations of this contract in full compliance with all of the requirements established to by the Commissioner of Labor and Industries pursuant to the provisions of Massachusetts General Laws Chapter 151, Section 1, et seq. (minimum wage law and chapter 149, Sections 26 to 27D inclusive, as amended;

      5. The hourly requested service contained in this bid are estimates and for informational purposes only. Actual hours may vary;

      6. BRGPP, on behalf of any municipality, retains the right to deny award to any bidder with whom they have a documented past problem meeting service specifications;

      7. The awarded bidder will be using a tree list supplied by the program participant. The work will be ongoing throughout the year. The work consists of removing and trimming various trees, stump grinding, and removing debris in various areas of each municipality in Berkshire County;

      8. The awarded bidder must be certified to work around utility wires. Some of the tree removals and trimming will take place in close proximity to live wires. Most of these trees are roadside trees and some are near wires. All work will be performed in compliance with ANSI Z.-133.1-2006 and ANSI A300 standard, and any published amendments or updates thereto;

      9. There will be trees needing to be completely removed and both live and dead trees that will require trimming/pruning. All trimming and pruning should be done using ANSI-A300 Standards for pruning;

      10. The successful bidder will be responsible for cleaning the area of work back to pre-work conditions including removing all branches, logs, and wood chips debris generated from work being performed. The program participant will provide a point of contract for all trees. All trees being removed will be removed to within 8" of the ground, unless directed otherwise by the participant. All trees and limbs will be removed from the site up to 18" in diameter. Any pieces greater than 18" in diameter may be stacked safely on the side of the road for removal by the DPW;

      11. The woodchipper must accept trees and limbs up to 18" in diameter. The Bucket Truck must be a minimum of 70' with an operator and a driver;

      12. The awarded bidder's bid price will include all equipment needed including bucket trucks, chipper, chain saws, ladders, rope, blower, rake, broom, fuel, personal protective safety equipment, oil, and any other ancillary equipment needed to accomplish the work;

      13. No additional payments will be made for items other than those included in the bid sheet. Quotes will include prices per person and include prices for emergency calls. Hours to be billed will be actual time on the job and there will be no compensation for travel time. All prices quoted include travel time.
    • Street Sweeping Specifications

      Scope of Work

      The winning bidder shall provide sweepers and operators to perform street sweeping services in accordance with these specifications and typical municipal street sweeping practices and procedures. The work shall include fully sweeping both sides of paved roadways between the normal curb lines whether an actual curb exists or not. The work shall also include parking lots, sidewalks, or areas adjacent to paved roadways. 

      Sweeping activities shall remove regular day-to-day buildup of sediment, leaves, and typical debris from the paved surfaces. Any excessive, out of the ordinary, buildup including leaves deeper than three inches (3”), debris or material resulting from construction work, or other large amounts of debris from storms, high winds, or flooding shall be excluded from the contract unless otherwise agreed upon between the winning bidder and participant. Any areas determined to have excessive buildup shall be reported to the participant immediately for inspection. Sweeping shall not include any streets which would cause damage to the equipment used.  The participant will not require the winning bidder to re-sweep areas that were blocked by parked cars. The winning bidder shall re-sweep any streets determined not to meet the specifications at no additional expense at the discretion of the Director.

      Sweeper operators must have at least one (1) year of experience operating street sweepers. The participant reserves the right to lead or follow the contracted sweepers with a sweeper owned and operated by the participant if determined beneficial.  The participant may also assign personnel in participant vehicles to accompany the sweepers in order to coordinate work and monitor progress.

      The winning bidder shall supply all labor, equipment, and supplies necessary to mechanically sweep streets in accordance with the specifications and Contract Documents. All equipment and machines supplied and used by the winning bidder shall be maintained by the winning bidder.

      The winning bidder agrees not to subcontract or assign this Contract in whole or in part without the written approval of the Director.  

       

      Equipment

      Sweeping equipment shall be performed by mechanical means or Air Type Sweeper capable of picking up sand, salt, small stones, sediment, glass, leaves, debris, etc. normally found within municipal roadways. The equipment is not required to pick up larger items that would damage the equipment.

      All equipment utilized by the winning bidder shall be in good condition and have all systems working properly. Sweepers shall have two side brooms and a main broom capable of sweeping a minimum eight-foot (8’) wide path. All brooms and pick-up assemblies shall be of good quality such that the equipment will sweep up normal road sediment and debris in one pass.  All broom cycles shall operate independently of ground speed such that a reduction of ground speed will not affect brooming action. Sweepers shall be operated at speeds that effectively remove sediment and debris.  

      Street sweeping equipment used must be capable of unloading directly into participant-owned dump trucks (minimum 8’-6’” dump height) and/or containers without the need for a front-end loader or other mechanical equipment. Each sweeper shall have independent wet systems capable of controlling dust.

      Sweepers and equipment shall be operated in accordance with manufacturer’s recommended settings, standards, and procedures.  A sufficient supply of spare brooms and parts must be kept on hand to insure continuous operation.  All equipment used by the winning bidder will be maintained by them and shall be kept in good operating condition.

      Sweepers utilized for this contract must be no more than ten (10) years old and must be in a good condition acceptable to the Director.  The winning bidder must have proof of ownership or signed lease for the duration of the contract of at least one (1) machine which meets the above requirements before contract award. Sweepers must be properly registered and insured in accordance with Motor Vehicle Laws of the Commonwealth of Massachusetts and US DOT regulations. 

      The winning bidder may petition the Director in writing to allow for the use of an alternative type of sweeper. The winning bidder must provide the specifications of the proposed machine and a demonstration must be performed to the satisfaction of the Director. If approved, the participant maintains the right to reverse this decision if the Director has determined that this alternative sweeper has not performed satisfactorily.

       

      Disposal

      The winning bidder shall dump collected sweepings directly into trucks provided by the participant unless otherwise directed or agreed upon with the participant. The participant, at their discretion, may designate dumpsites for emptying sweepers if determined to be in the best interest of the participant. The winning bidder shall coordinate the location and dumping schedule with the participant a minimum of twenty-four (24) hours prior to any sweeping activities. 

      Once sweepings have been dumped by the winning bidder, the participant shall be responsible for handling, hauling, and disposal of the sweepings.  The participant will dispose of the street sweepings under a separate contract.

       

      Communication

      The winning bidder must have a supervisor or foreman available to direct operations.  This supervisor or foreman will report to the Director, or their designee, any problems as well as give progress reports.  The winning bidder shall be required to report any spills or illegal discharges to the Director immediately.  

      The participant may choose to loan a portable radio to the contract sweeper such that communications may be made with participant to coordinate sweeper dumping. This radio shall be the winning bidder’s responsibility and subject to replacement with a new radio if the winning bidder loses or damages said radio.  

       

      Schedule & Sequence of Cleaning

      The participant will make available to the winning bidder Work Route Maps showing the sequence in which the winning bidder will proceed in street sweeping, authorized hydrant access, and dump sites if permitted. Prior to the commencement of any work, the winning bidder shall submit an estimated schedule to the participant for approval.  Services will generally be performed on a regularly scheduled workday following a forty-eight (48) hour notice to the Town. Hours of operation shall be weekdays from 7:30 A.M. to 3:00 P.M. unless otherwise approved by the Director in writing. The Contractor will not receive additional compensation for working outside of this window and the times and day to be approved by the Director. Contractor will not be paid “travel time” to or from the Town or other extras.

      Once work begins, the winning bidder shall continuously prosecute the work in accordance with the Contract Documents and approved schedule unless otherwise authorized or directed by the participant. Any adjustments to the approved schedule must be approved in writing by the Director.  The participant reserves the right to change the approved schedule or sequence of work at any time. 

      All contract work must be completed between July 1, 2026 through June 30, 2027.

       

       Use of Fire Hydrants

      The winning bidder shall be allowed the use of certain fire hydrants, as designated by the participant, as may be necessary to prosecute the specified work.  Water will be furnished free of charge by the participant for the tasks specified in the Contract only.  The winning bidder will be charged for any unreasonable use of water. 

      A participant-issued meter and backflow preventor must be used at each hydrant connection.  Only tools specifically manufactured for opening hydrants may be used on participant hydrants. The winning bidder must be familiar with the process of drawing hydrant water and closing of the valves and must supply all tools, hoses, and equipment to make the connections.  The winning bidder shall make every effort possible not to disturb sediment in the water system when operating a hydrant.  

      The winning bidder shall maintain a log of all hydrant use including date, location, time, and estimated amount of water drawn from the hydrant. The logs must be submitted to the Director at the end of each week. 

      Water may also be made available from a participant-supplied truck mounted tanker. 

       

      Record Keeping

      The winning bidder shall be responsible for maintaining a log of all sweeping activities conducted. Information should include the date and hours of sweeping activities, roads swept each day, overall miles of road swept, operator names, sweepers used, and approximate amount of sediment and debris removed. The winning bidder shall also report to the Director any roads with higher than normal sediment and debris loads. Logs shall be submitted to the participant at the end of each week in which sweeping activities have occurred.  

      The winning bidder shall also maintain a map which highlights each road that has been swept to date. The date the road was swept shall also be noted on the map. This map shall be provided to the participant every thirty (30) days and shall also be made available to the participant upon request at any time.  The participant reserves the right to require each sweeper to carry a participant issued GPS device to track and monitor sweeping activities. 

       

      Traffic Control

      The winning bidder is responsible for all traffic control and signage as is necessary to provide for the safety of workmen, equipment, and the traveling public.  The winning bidder shall not block or stop the normal flow of traffic. Certain locations may require a police detail.  Any required police details shall be paid for by the participant at no additional expense to the winning bidder.  At no time shall sweeping be performed against the traffic flow.

       

      Payment

      Street sweeping shall be performed and measured on a per hour basis for one (1) sweeper. A minimum of four (4) hours of work is guaranteed during each calendar day that work is requested under this item. Work completed after the first four (4) hours during the same calendar day will be paid for at the hourly rate specified in the FORM OF GENERAL BID for each additional hour of work completed. Travel time to and from the participant will not be eligible for payment.

      The unit bid price shall include all equipment, fuel, tools, transportation, traffic control, and labor incidental to the completion of the sweeping work in accordance with the provisions of these specifications.  Mobilizations shall be included in the unit bid price; no additional payment will be made for mobilization, travel time to and from the participant, or unauthorized idle time.

    Submission Requirements

    • Plant Location (required)

      Please provide the address of your plant for picked-up products.

    • Bid Confirmation (required)

      I/We hereby agree to provide services for which we have provided pricing in accordance with the specifications in this bid.

       

    • Federal Tax ID Number (required)

      This number is regularly used by companies when filing their Employer’s Federal Tax Return, U.S. Treasury Form 941

       

    • Bid Signature Page (required)

      Please download the below documents, complete, and upload.

    • Tax Compliance and Non-Collusion Statements (required)

      Please download the below documents, complete, and upload.

    • Debarment Confirmation (required)

      The bidder certifies under penalties of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth of Massachusetts under the provisions of Section 29F of Chapter 29 of the General Laws, or any other applicable debarment provisions of any other Chapter of the General laws, or any Rule or Regulation promulgated thereunder. 

    • OSHA Certification Confirmation (required)

      I hereby certify that all of our employees who will be employed at the work site have successfully passed the OSHA approved 10-hour safety course, and we have proof on file. I also certify that I am able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work.

       

    • References (required)

      BRGPP requires that bidders provide three client references on projects of similar type, scale, and complexity. Please download the below references form, complete, and upload.

    • Provide the Point of Contact for Quarterly Reporting (required)

      Name, Email Address and Phone Number

    • Quarterly Reporting Confirmation (required)

      The winning bidder agrees to submit quarterly reports on supplies and services delivered. Reports will be submitted via email to rslick@berkshireplanning.org no later than 21 days after the end of the quarter. 

       

    • Provide Point of Contact for Purchases and Scheduling (required)

      Name, Email Address, and Phone Number

    • Upload Bid Bond

      If the total value of this bid exceeds $50,000, please upload a certified check, bank treasurer's or cashier's check, or a bid bond from a licensed surety company as specified in the General Instructions. Otherwise, your bid may be rejected as incomplete.

    • Upload Product Specifications, Product Safety Sheets, etc.

      Please upload all other required documents as specified by the bid specifications.

    • Period of Contract (required)

      Please enter the length of the contract in the following format: 

      Month DD, YYYY, through Month DD, YYYY

      Example: July 1, 2023, through June 30, 2024 

    • Bid year prefix (required)

      Enter the current bid year prefix, e.g. FY27.

    • Current year (required)

      Enter the four-digit current year, e.g. 2026.

    • Next year (required)

      Enter the four-digit upcoming year, e.g. 2027.

    • What is this Bid for? (required)

    Questions & Answers

    Q (Bid Bond): What name and address should be used as the obligee for the bid bond?

    A: Berkshire Regional Planning Commission 1 Fenn Street Suite 201 Pittsfield, MA 01201


    Key dates

    1. March 12, 2026Published
    2. April 2, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.