Similar Projects
On Call and Emergency Repair Services including Water, Wastewater and Stormwater
Term Contract
Sub-Bidding
Missoula, MT 59802

Street Maintenance Materials
Term Contract
Sub-Bidding
Missoula, MT 59802

Western Montana Fair Contract
Term Contract
Post-Bid
MT

Parks & Trails District Snow Removal Services - RFP
Term Contract
Post-Bid
Bozeman, MT

2023 Crushed Road Material
Term Contract
Sub-Bidding
Baker, MT 59313

Construction Manager at Risk for Improvements to Westside Park
Term Contract
Post-Bid
$2,000,000 to $2,500,000 est. value
Missoula, MT

Backflow Testing Services
Term Contract
Sub-Bidding
Columbia Falls, MT 59912

Community First Griffin Place - Food Resource Center - North Building
Infrastructure
Post-Bid
Bozeman, MT

Chip Seal Radersburg Routes Bozeman Area
Term Contract
Sub-Bidding
Four Corners, MT 59718

Lone Peak High School - Phase 2 Addition And Renovation - Bid Package #2
Renovation, Term Contract, Infrastructure, Alteration
Post-Bid
Gallatin Gateway, MT

Traffic Control Services
Term Contract
Sub-Bidding
Helena, MT 59601

Lawn Care Maintenance Services
Term Contract, Infrastructure
Post-Bid
Helena, MT 59602

Kalispell Mowing Services
Term Contract
Sub-Bidding
Kalispell, MT 59901

Crushing And Stockpiling of Gravel at Flathead County`s Old Steele Bridge
Term Contract
Post-Bid
$1,000,000 est. value
Kalispell, MT

Base Ground Squirrels Removal
Term Contract
Post-Bid
MT

Last Updated 02/22/2023 05:38 PM
Project Title

Materials Testing 2023

Physical Address View project details and contacts
City, State (County) Kalispell, MT 59901   (Flathead County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The City of Kalispell, Montana will receive sealed bids for Materials Testing 2023. The project primarily consists of furnishing labor, time, equipment and travel necessary to test for Asphalt Density, Asphalt Cores, Crushed Base Compaction, Soil Compaction, and Concrete Strength and Structure. The Asphalt Density and Base Density testing will be performed on overlay, reconstruction, and new construction projects completed by City Personnel. The concrete testing will be for valley gutters, sidewalks, foundations, and new curb installations. The testing service will be performed between the months of March and December 2023. Please direct all questions to Gene Corne, Road and Fleet Superintendent at the City of Kalispell Public Works at 406-758-7723. The successful bidder must provide proof of liability insurance with a minimum coverage of $1,000,0000 per occurrence and $2,000,000 aggregate. Please review the service request information provided below when assessing your costs associated with each of your bid units. Asphalt Testing City Reconstruction and Overlay Requirements (RICE Values) Unit bid price shall include all labor, time, equipment, and travel necessary to properly perform tests and provide results as specified. The Contractors Representative will be required to wear proper PPE (hardhat and safety vest at minimum) while on the job site. Testing for City projects will require two site visits a day, (One in the morning to establish a roller pattern, and one in the afternoon to verify the work is being completed as established previously). Time required on site for testing should be considered at 1 hour or less for each visit, pending major compaction problems. Testing will include marking the asphalt at test locations with a colored marking device where each set of tests is performed, to ensure testing accuracy. Documentation of the testing as it takes place. (Instead of Station numbers, addresses can be referenced for test locations. City Paving Projects are usually not surveyed with Stationing.) Entering data to create a location report of the testing performed and results of the passing tests to accompany the invoice, for City records. Testing contractor to be given a minimum of 24-hour notice before testing is to be performed. An Asphalt Testing Bid Unit will be considered one day of testing, or two site visits with two separate sets of testing. 2. Asphalt Core Testing (RICE Values) Unit bid price shall include all labor, time, equipment, and travel necessary to take full depth 4" diameter asphalt cores, label the core, refill the core holes with non-shrink grout, transport the sample to the testing lab, properly perform density and thickness tests, and provide certified results as specified. The Contractor's Representative will be required to wear proper PPE (hardhat and safety vest at minimum) while on the job site. If the street has been opened for traffic, the Contractor's Representative shall provide appropriate traffic control measures to safely perform the work. Asphalt compaction samples will be taken in accordance with AASHTO T230 and tested in accordance with AASHTO T166. Core thickness shall be reported to the nearest 1/8" and shall be measured from the surface of the full depth core sample to the bottom of the uniform plant mix, which thickness shall not include foreign materials, seal coat, foundation material, soil, paper, or foil. City staff will direct Contractors Representative to the location and frequency of testing to be performed. Testing contractor to be given a minimum of 24 hour notice before testing is to be performed. No less than 2 cores shall be performed per project site. Asphalt Core Testing Bid Unit Price shall be per each test performed. 3. Concrete Testing Requirements (Air, Slump, Unit Weight, Temperature and 4 Cylinder Tests) Unit bid price shall include all labor, time, equipment, and travel necessary to properly perform tests and provide results as specified. Travel time to and from the site to collect field cured samples shall also be considered subsidiary to the unit bid price. Employee will be required to wear proper PPE (Hardhat and Safety Vest at minimum) while on the job site. All costs associated with the employee performance testing on the location, in the lab, and the costs associated with the equipment needed to perform the testing. One Air Test, one Unit Weight Measurement, one Slump Test, one Temperature Test, and 5 Cylinder Tests will be performed in association with each bid unit. Concrete sampling and testing shall be performed in accordance with applicable ACI and ASTM standards. After proper curing time, cylinder testing will include cylinder breaks. One 7-day break, three 28-day breaks, and 1 hold cylinder. The hold cylinder may be disposed of once 28-day results have been determined to be satisfactory. If 28-day breaks fall below minimum required compressive strength, the hold cylinder will be used for a later test as directed by the City. Each bid unit will include a copy of all associated testing data to accompany all invoices billed by the contractor. All specified tests must be completed to invoice one bid unit. A Concrete Test bid unit will be considered as one site visit with one set of tests. An appropriately sized cooler for four cylinders, will be provided by the Contractor to store the test cylinders while they field cure. Final curing will be required at the testing lab in accordance with testing standards after cylinders have been stripped from their molds. 4. Crushed Base Compaction Tests Unit bid price shall include all labor, time, equipment, and travel necessary to properly perform tests and provide results as specified. Employee will be required to wear proper PPE (Hardhat and Safety Vest at minimum) while on the job site. Crushed base densities will be required at randomly chosen stations and offsets in right and left hand lanes for streets and alleys. (Locations of tests may be selected by the Engineer.) Distance between densities shall not exceed 50 feet per lane as measured along the center line of the street or alley. Calibrated Nuclear Density Test and Sand Cone Density Tests are the only acceptable methods for determining crushed base densities. Bid price unit shall be per each density test performed. 5. Soil Compaction Tests Unit bid price shall include all labor, time, equipment, and travel necessary to properly perform tests and provide results as specified. Employee will be required to wear proper PPE (Hardhat and Safety Vest at minimum) while on the job site. Densities will be required for quality assurance as directed by the engineer for compacted subbase and/or trench backfill. Calibrated Nuclear Density Test and Sand Cone Density Tests are the only acceptable methods for determining crushed base densities. Bid price unit shall be per each density test performed. Tester may be required to perform compaction tests in lower portions of trench backfill. Tester shall be appropriately trained for trench safety and shall adhere to appropriate trench safety practices when testing trench backfill. 6. Standard Proctor Test ASTMD698/AASHTO T99 Unit bid price shall include all labor, time, equipment, and travel necessary to procure samples, perform tests and provide results as specified. Employee will be required to wear proper PPE (Hardhat and Safety Vest at minimum) while on the job site. Bid price unit shall be per each Standard Proctor Test Performed.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents