CONTRACT # LEONARD STREET at CRAHEN AVENUE Intersection Realignment

Size: px
Start display at page:

Download "CONTRACT # LEONARD STREET at CRAHEN AVENUE Intersection Realignment"

Transcription

1 INVITATION TO BID Sealed Bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, Michigan until Thursday, March 7, 2019, 8:30 AM deadline, at which time they will be publicly opened and read in the Commission Chambers for: CONTRACT #19-39 LEONARD STREET at CRAHEN AVENUE Intersection Realignment INCLUDES: Tree removal, earthwork, HMA pavement remove, subbase, aggregate base modified, drainage, HMA paving, restoration, and pavement markings. Plans and specifications to the above project will be available February 19, 2019 at the following location: Arc Document Solutions 800 Monroe Avenue, NW, Suite 110, Grand Rapids, MI Phone: ; Fax Hours: Mondays Fridays 8:00 a.m. to 5:00 p.m. Bidding contractors must be pre-qualified with MDOT. required for this project is 440 Ea. Work classification All Bids are to be in sealed envelopes and plainly marked Contract 19-39: Leonard Street at Crahen Avenue bid and the name of the Bidder. The Board reserves the right to reject any and all Proposals or to waive irregularities therein, and to accept any Proposals which, in the opinion of the Board, may be most advantageous and to the best interest of the County. This contract will be considered for award on March 12, BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT By: Mark E. Rambo, Chairman CONTRACTOR S COPY

2 INVITATION TO BID Sealed Bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, Michigan until Thursday, March 7, 2019, 8:30 AM deadline, at which time they will be publicly opened and read in the Commission Chambers for: CONTRACT #19-39 LEONARD STREET at CRAHEN AVENUE Intersection Realignment INCLUDES: Tree removal, earthwork, HMA pavement remove, subbase, aggregate base modified, drainage, HMA paving, restoration, and pavement markings. Plans and specifications to the above project will be available February 19, 2019 at the following location: Arc Document Solutions 800 Monroe Avenue, NW, Suite 110, Grand Rapids, MI Phone: ; Fax Hours: Mondays Fridays 8:00 a.m. to 5:00 p.m. Bidding contractors must be pre-qualified with MDOT. required for this project is 440 Ea. Work classification All Bids are to be in sealed envelopes and plainly marked Contract 19-39: Leonard Street at Crahen Avenue bid and the name of the Bidder. The Board reserves the right to reject any and all Proposals or to waive irregularities therein, and to accept any Proposals which, in the opinion of the Board, may be most advantageous and to the best interest of the County. This contract will be considered for award on March 12, BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT By: Mark E. Rambo, Chairman BID DOCUMENT

3 INVITATION TO BID Sealed Bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, Michigan until Thursday, March 7, 2019, 8:30 AM deadline, at which time they will be publicly opened and read in the Commission Chambers for: CONTRACT #19-39 LEONARD STREET at CRAHEN AVENUE Intersection Realignment INCLUDES: Tree removal, earthwork, HMA pavement remove, subbase, aggregate base modified, drainage, HMA paving, restoration, and pavement markings. Plans and specifications to the above project will be available February 19, 2019 at the following location: Arc Document Solutions 800 Monroe Avenue, NW, Suite 110, Grand Rapids, MI Phone: ; Fax Hours: Mondays Fridays 8:00 a.m. to 5:00 p.m. Bidding contractors must be pre-qualified with MDOT. required for this project is 440 Ea. Work classification All Bids are to be in sealed envelopes and plainly marked Contract 19-39: Leonard Street at Crahen Avenue bid and the name of the Bidder. The Board reserves the right to reject any and all Proposals or to waive irregularities therein, and to accept any Proposals which, in the opinion of the Board, may be most advantageous and to the best interest of the County. This contract will be considered for award on March 12, BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT By: Mark E. Rambo, Chairman PLEASE FAX BACK ACKNOWLEDGEMENT OF RECEIPT OF INVITATION TO BID TO 616/ Company Name Authorized Signature Date Board of County Road Commissioners of the County of Kent

4 INSTRUCTION TO BIDDERS Sealed bids will be publicly opened at the offices of the Board of County Road Commissioners of the County of Kent, State of Michigan located at 1500 Scribner Avenue NW, Grand Rapids, MI Refer to the INVITATION TO BID for the exact timing and for the identification of the bid as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans, and special provisions as stated herein and hereto attached. The Board's normal practice is to open and read the bids then refer the file to Staff for tabulation and analysis. During this period, the files are closed until this action is complete. Generally, this involves three or four days depending upon the nature of the bid. Copies of the bid tabulations are made available only after this time and upon request to the Purchasing Department, by mail or phone (616) All bids must be submitted on the Board's bid blank form when provided. The bid shall be legibly prepared in ink or typewriter. Erasures or alterations must be initialed by the bidder. 2. Specifications and plans should not be returned with bid unless otherwise stated herein. 3. Bid shall be mailed or delivered. It shall be in a sealed envelope and identified on the outside as to the bid concerned. If a printed label is enclosed, bidders are requested to complete it and attach it to the envelope. 4. Bids will not be accepted after the time designated for the opening of the bids. The bidder shall assume full responsibility for delivery of bids prior to the appointed time for opening same and shall assume the risk of late delivery or nondelivery regardless of the manner he/she employs for the transmission thereof. Bids will be accepted at the Purchasing Department on behalf of the Board at any time during normal business hours only, said hours being 7:30 AM to 4:00 PM Mondays through Fridays, legal holidays excepted. 5. It is understood that the Board of County Road Commissioners is a Governmental unit and as such, is exempt from the payment of all State and Federal taxes, except as allowed by the regulatory agencies to be included in cost of materials and services. 6. The bidder, by execution of the bid proposal, thereby declares that the bid is made without collusion with any other person, firm, or corporation, and agrees to furnish all bid items in strict accordance with all Federal regulatory measures. 7. The Board reserves the right to reject any and all bids, to waive any irregularities therein, and to accept any bid which, in the opinion of the Board, may be most advantageous and to the best interest of the County. In case of error in the extension of prices in the bid or other arithmetical error, the unit prices will govern.

5 PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION CONTRACT It is the intent of the Board of County Road Commissioners of the County of Kent to contract for the reconstruction of the project described herein and in accordance with the following specifications. Name of Project: Location: Type of Construction: Contract #19-39 Leonard Street at Crahen Avenue From 1100 Feet west of the intersection to 950 feet south Tree removal, earthwork, HMA pavement remove, subbase, aggregate base modified, drainage, HMA paving, restoration, and pavement markings. Completion Date: August 23, 2019 Sealed bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, MI until Thursday, March 7, 2019, - 8:30 AM DEADLINE. TECHNICAL SPECIFICATIONS AND BID BLANK The undersigned has examined the plans, specifications and the location of the above described work, and is fully informed as to the nature of the work and the conditions relating to its performance. The undersigned understands that he must furnish certificates of insurance covering Workman's Compensation and Public Liability and Property Damage in the amount as stated herein, and that the quantities shown on the proposal are approximate and are subject to increase or decrease. The undersigned hereby proposes to furnish all necessary machinery, tools, apparatus and other means of construction, do all the work, furnish all the materials except as otherwise specified herein; and, for the unit price or lump sums named in the itemized bid, to complete the work herein described in strict accordance with the plans therefore and in strict conformity with the requirements of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation and such other special provisions and supplemental specifications as may be a part of this proposal. The undersigned further proposes to do such extra work as may be authorized by the Board of County Road Commissioners, prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon before such work is begun. blank. Progress schedule, enclosed herein, must be completed and submitted with bid Bid blank must be filled out in its entirety with unit prices extended and a total bid amount recorded at the bottom of the last bid blank, where provided.

6 LEONARD STREET at CRAHEN AVENUE PROGRESS SCHEDULE Item of Work Date of Beginning Date of Ending 1. Phase 1 2. Phase 2 3. Phase 3 4. Phase 4 5. Top Course HMA paving 6. Restoration/ Pavement making Completion date of entire project is no later than August 23, The undersigned encloses a bid bond in the amount of five (5) percent payable to Kent County Road Commission as a guarantee of good faith. If the undersigned is the successful bidder and fails to enter into a contract or to furnish satisfactory bonds and certificates of insurance to the Board of County Road Commissioners within seven days after being furnished with the necessary contract, said bond shall be forfeited to the County of Kent as liquidated damages. Bid bonds furnished by an approved surety company will also be accepted. Signed By Company Name Address Telephone Fax Specify if Bidder is corporation, co-partnership or individual If the Contractor is a co-partnership, each member must sign this proposal. Corporations must execute this proposal by its duly authorized officers in accordance with its articles of incorporation. Date Federal Employer ID #

7 Pay Item Description Quantity Units Unit Price Bid Amount Dollars Cts Dollars Cts Mobilization, Max $10,000 1 LSUM _ Clearing, Modified 4 Sta Tree, Rem, 19 inch to 36 inch 5 Ea Tree, Rem, 6 inch to 18 inch 26 Ea Stump, Rem, 19 inch to 36 inch 2 Ea Stump, Rem, 6 inch to 18 inch 6 Ea Culv, Rem, Less than 24 inch 4 Ea Sewer, Rem, Less than 24 inch 40 Ft Curb and Gutter, Rem 766 Ft Embankment, CIP 3,853 Cyd Excavation, Earth 11,989 Cyd Subgrade Undercutting, Type II 500 Cyd Obliterate Old Road.6 Acre Erosion Control, Silt Fence 1,000 Ft Subbase, CIP 6,403 Cyd _ Aggregate Base, Modified 1,908 Cyd _ Aggregate Base, Modified 450 Ton Approach, Cl II, 6 inch 890 Syd Culv End Sect, Conc, 15 inch 6 Ea Culv End Sect, Metal, 12 inch 1 Ea Culv, Cl A, 12 inch 64 Ft Culv, Cl A, Conc, 15 inch 264 Ft Contract # 463-E00660 (Leonard St. & Crahen Ave) MERL: Page 2 of 4 02/20/2019 6:59:36 AM

8 Pay Item Description Quantity Units Unit Price Bid Amount _ Sewer, Cl A, Perforated SLCPP w/ Sock, 12 Inch, Tr Det B, Modified 150 Ft Dollars Cts Dollars Cts Dr Structure Cover, Type G 1 Ea Dr Structure, 24 inch dia 1 Ea _ Underdrain, Subbase, 6 inch, Modified 300 Ft HMA Surface, Rem 9,238 Syd Hand Patching 10 Ton HMA, 3C 1,058 Ton HMA, 5E3 794 Ton HMA Approach 135 Ton _ HMA Spillway 20 Ft Curb and Gutter, Conc, Det B2 304 Ft Curb and Gutter, Conc, Det F4 67 Ft _ Driveway Opening, Det M, Modified 186 Ft Detectable Warning Surface 20 Ft Pavt Mrkg, Waterborne, 4 inch, White 5,000 Ft Pavt Mrkg, Waterborne, 4 inch, Yellow 5,000 Ft Barricade, Type III, High Intensity, Double Sided, Lighted, Furn Barricade, Type III, High Intensity, Double Sided, Lighted, Oper Channelizing Device, 42 inch, Furn 4 Ea 4 Ea 75 Ea Channelizing Device, 42 inch, Oper 75 Ea Minor Traf Devices 1 LSUM Contract # 463-E00660 (Leonard St. & Crahen Ave) MERL: Page 3 of 4 02/20/2019 6:59:36 AM

9 Pay Item Description Quantity Units Unit Price Bid Amount Dollars Cts Dollars Cts Plastic Drum, High Intensity, Furn 25 Ea Plastic Drum, High Intensity, Oper 25 Ea Sign, Type B, Temp, Prismatic, Furn 474 Sft Sign, Type B, Temp, Prismatic, Oper 474 Sft Traf Regulator Control 1 LSUM Riprap, Plain 30 Syd Mulch Blanket 1,000 Syd Mulch Blanket, High Velocity 1,200 Syd Topsoil Surface, Salv, 4 inch 13,800 Syd _ Roadside Seeding 13,800 Syd Monument Box 1 Ea Monument Preservation 1 Ea Total Bid: Contractor: (Signature) (Date) Contract # 463-E00660 (Leonard St. & Crahen Ave) MERL: Page 4 of 4 02/20/2019 6:59:36 AM

10 GENERAL SPECIFICATIONS 1. The Contractor shall comply with the intent of the General Requirements and Covenants, Section 107 of the Michigan Department of Transportation "2012 Standard Specifications for Construction" where applicable. 2. The Contractor shall save harmless and indemnify the Contracting Board as well as their employees, against all claims for damages to public or private property and for injuries to persons arising out of and during the progress and to the completion of the work all in accordance with the Michigan Department of Transportation 2012 "Standard Specifications for Construction", Section Insurance Certificates shall be issued in the name of the Contracting Board within seven (7) consecutive days of date of award by said Board before Contract can be executed. 3. Neither the Contractor nor his subcontractors shall discriminate against any employee or applicant for employment, to be employed in the performance of this Contract, with respect to his/her hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment because of his/her race, religion, national origin or ancestry. Breach of this covenant may be regarded as a material breach of this Contract. 4. Submission of bid will be construed as a conclusive presumption that the Contractor is thoroughly familiar with the bid requirements and specifications and that he understands and agrees to abide by each and all of the stipulations and requirements contained therein. 5. The successful bidder shall furnish the Contracting Board with a Performance Bond in the amount of the Total Contract within seven (7) consecutive days of date of award by said Board before Contract can be executed. 6. Date of completion of the Contract shall be shown on the Bid Specifications. Paragraph No. 1 herein above may be applied by the Board in the event the Contractor fails to meet the completion deadline. 7. It is the responsibility of the Contractor to furnish all necessary machinery, tools, apparatus and other means of construction, do all the work, furnish all the materials, except if otherwise specified herein. 8. The Contractor, his employees, agents, and representatives shall conduct themselves in a manner which is conducive to good public relations. They shall display proper respect to the Board, the general public and surrounding property owners as is applicable.

11 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Kent County Road Commission and its agents and employees from and against all claims, damages, losses and expenses including, but not limited to, attorneys fees arising out of or resulting from the performance of this Contract including claims, damages, losses and expenses attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, but only to the extent caused by the fault, negligent acts, or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage loss or expense is caused in part by the parties indemnified hereunder. This obligation does not include an obligation to indemnify the parties, indemnified hereunder for their sole negligence and shall not be construed to negate or modify other rights or obligations of indemnity that otherwise exist as to the parties or persons described herein, arising out of and during the progress and to the completion of work all in accordance with Public Act 468 of 2012 and the 2012 Michigan Department of Transportation s Standard Specifications for Construction, Division 1, paragraph with the following minimum requirements: Workman's Compensation Statutory Coverage Bodily Injury and Property Damage Other Than Automobile: Each Occurrence $1,000,000 Aggregate $2,000,000 Bodily Injury Liability and Property Damage Liability Automobile: Bodily Injury Liability $500,000 Each Person, Each Occurrence $1,000,000 Property Damage Liability $1,000,000 Each Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability Each Occurrence $2,000,000 Insurance Certificate declaring Kent County Road Commission and Plainfield Charter Township as additional insured, not certificate holder, must be issued and shall become part of the contract. 10. Contractor shall maintain current up-to-date insurance coverage during the term of the contract and failure to do so shall result in termination of said contract. 11. Certificate must be submitted within fifteen days upon notification of award of Contract and prior to Contract signing.

12 PROGRESS CLAUSE 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 2/19 Start work within ten (10) days after receiving notice of award by KCRC or as designated as the starting date in the Detailed Progress Schedule as approved by the Engineer. In no case shall any work be commenced prior to receipt of formal notice of award by the KCRC. No Closure prior to June 17, 2019 The entire Project shall be completed by August 23, The Low Bidder for the work covered by this proposal will be required to submit a detailed Progress Schedule to the Engineer. The Progress Schedule shall include, as a minimum, the controlling work items for the completion of the project and the planned dates that these work items will be controlling operations. When specified in the bidding proposal, the date the project is to be opened to traffic as well as the final project completion date shall also be included in the Progress Schedule. If the bidding Proposal specifies other controlling dates, these shall also be included in the Progress Schedule. After receiving Notice of Award of Contract, the Contractor and Engineer shall hold a Preconstruction Meeting. The Project Engineer will arrange the time and place for the meeting. The named subcontractor(s) for Designated and/or Specialty Items, as shown in the Proposal, is (are) recommended to be at the preconstruction meeting if such items materially affect the work schedule. Failure by the Contractor to meet the above requirements and dates will result in the contractor being assessed liquidated damages in accordance with section of the MDOT Standard Specifications for Construction. Liquidated Damages will continue to be assessed for each calendar day or portion of a day that these restrictions are not met.

13 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR COMPETENCY OF BIDDERS 1 OF 1 KENT COUNTY ROAD COMMISSION/TJB 2/19 DESCRIPTION: Bidders must be currently qualified with the Michigan Department of Transportation for work listed on the invitation to Bid. A current copy of the pre-qualification rating must be on file with the Kent County Road Commission or submitted with bid

14 KENT COUNTY ROAD COMMISSION NOTICE TO BIDDERS UTILITY COORDINATION 1 OF 2 KENT COUNTY ROAD COMMISSION/WAH 2/19 The contractor shall cooperate and coordinate construction activities with the owners of utilities as stated in Section of the 2012 MDOT Standard Specifications for Construction. In addition, for the protection of underground utilities, the contractor shall follow the requirements in Section of the 2012 MDOT Standard Specifications for Construction. Contractor delay claims, resulting from a utility, will be determined based upon Section of the 2012 MDOT Standard Specifications for Construction. This work shall conform to the requirements of Section of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation. For protection of underground utilities and in conformance with Public Acts 53 of 2013, the contractor shall dial a minimum of three full working days, excluding Saturdays, Sundays, and holidays prior to beginning each excavation in areas where public utilities have not been previously located. Members will thus be routinely notified. This does not relieve the contractor of the responsibility of notifying utility owners who may not be a part of the "MISS DIG" alert system. PUBLIC UTILITIES: The following Public Utilities have facilities located within the Right-of-Way: Consumers Energy (Distribution) 4000 Clay Avenue SW Grand Rapids MI Attn: Jim Mixter (616) Consumers Energy Company (Transmission) 1945 West Parnall Road, Jackson, MI Attn: Angela Snyder DTE / MICHCON 444 Wealthy St. Grand Rapids, MI Attn: Andre A. Diaz (616) AT&T th St. Room 5 SE Grand Rapids, MI Attn: Cory Vantil (616) Comcast 3500 Patterson Ave. Grand Rapids, MI Attn: Jim Zawacki (616) Grand Rapids Water System Division 1900 Oak Industrial Drive NE Grand Rapids, MI Attn: Wayne Jurnberg (616) Grand Rapids Sewer Maintenance 1900 Oak Industrial Drive NE Grand Rapids, MI Attn: Chuck Schroeder (616)

15 KENT COUNTY ROAD COMMISSION NOTICE TO BIDDERS UTILITY COORDINATION 2 OF 2 The owners of existing service facilities that are within grading or structure limits will move them to locations designated by the Engineer or will remove them entirely from the highway Right-of-Way as noted on plans. Owners of Public Utilities will not be required by the County to move additional poles or structures in order to facilitate the operation of construction equipment unless it is determined by the Engineer that such poles or structures constitute a hazard to the public or are extraordinarily dangerous to the Contractor's operations

16 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR MOBILIZATION 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 1/18 DESCRIPTION: The maximum amount allowed for Mobilization will be $10,000 MEASUREMENT AND PAYMENT: The completed work as measured for Mobilization, Max. $10,000 will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to complete this item. PAY ITEM Mobilization, Max. $10,000 PAY UNIT LSUM 150

17 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR CLEARING, MODIFIED 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 1/16 DESCRIPTION: This work shall conform to the requirements of Section 201 of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation with the following modification: The Pay Unit will be based on clearing length along project stationing, both sides of roadway included. Example: 100 linear feet cleared on one side only = 0.5 Sta MEASUREMENT AND PAYMENT: The complete work as measured for Clearing, Modified will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to complete this item. PAY ITEM PAY UNIT Clearing, Modified Station

18 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR AGGREGATE BASE, MODIFIED 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 2/19 DESCRIPTION: Construct an aggregate base course on a prepared subbase or subgrade as shown on the plans or as directed by the Engineer. The aggregate base course shall be in accordance with Sections 302 and 902 of the 2012 Standard Specifications for Construction, except as specified herein. MATERIALS: The material for Aggregate Base, Modified shall be 21AA aggregate conforming to Table and Table 902-2, except for the following modifications. Sieve Analysis, Total Percent Passing 21AA-Mod. 1 ½: 1 ½ No. 8 No. 30 LBW Footnote E in Table shall not apply to assure the base is permeable Physical Requirements Crushed material, Min % Loss, % Max. Los Angeles Abrasion (MTM 102)...50% MEASUREMENT AND PAYMENT: The completed work as measured for Aggregate Base, Modified will be paid for at the contract unit price for the following contract items (pay items). PAY ITEM Aggregate Base, Modified Aggregate Base, Modified PAY UNIT Cubic Yard Ton Aggregate Base, Modified will be measured in Cubic Yards (CIP) in accordance with the methods specified in subsection of the Standard Specifications for Construction. In the transition areas to the existing roadway, the Aggregate Base, Modified as needed will be measured and paid for by the Ton Payment for Aggregate Base, Modified will include all labor and equipment needed for furnishing, hauling, placing, spreading, shaping, compacting, and maintaining the new aggregate to conform to the plan cross section

19 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR SEWER, CL A, PERFORATED SLCPP W/SOCK, INCH, TR DET B, MODIFIED 1 OF 1 KENT COUNTY ROAD COMMISSION/DGP 1/16 DESCRIPTION: The work shall conform to the requirements of Sections 402 and 909 of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation (MDOT) with the following modifications: 1) The material for the item, Sewer, CL A, Perforated SLCPP W/Sock, _ inch, Tr Det B, Modified shall be smooth lined corrugated high density polyethylene pipe (SLCPP) with perforations and geotextile sock. Pipe and perforations shall meet the requirements of AASHTO M-294 (Type S). Pipe joints shall be gasketed in conformance with ASTM F-477. Geotextile sock shall be tested in accordance with ASTM D6706. The engineer shall approve geotextile test results prior to shipment of the pipe. 2) Manufacturers certification is required and, if not available, the Contractor is responsible for having the material tested in accordance with MDOT requirements, prior to installation. MEASUREMENT AND PAYMENT: The complete work as measured for Sewer, CL A, Perforated SLCPP W/Sock, _ inch, Tr Det B, Modified will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor required to complete this item. PAY ITEM PAY UNIT Sewer, CL A, Perforated SLCPP W/Sock, _ inch, Tr Det B, Modified Foot 6 inch x 6 inch x 6 inch Tee Each 402

20 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR UNDERDRAIN, SUBBASE, 6 INCH, MODIFIED 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 1/14 DESCRIPTION: The work shall conform to the requirements of Sections 404 and 909 of the MDOT 2012 Standard Specifications for Construction with the following modifications: 1) The material for the item Underdrain, Subbase, 6 inch, Modified shall be smooth lined corrugated polyethylene pipe, perforated pipe with sock or approved equal. 2) The material shall meet the requirements of AASHTO M-294 and AASHTO M-278. Manufacturers certification is required and if not available the Contractor is responsible for having the material tested in accordance with MDOT requirements, prior to installation. MEASUREMENT AND PAYMENT: The complete work as measured for Underdrain, Subbase, 6 inch, Modified will be paid for at the contract unit price for the following contract pay item. PAY ITEM PAY UNIT Underdrain, Subbase, 6 inch, Modified Foot Underdrain, Subbase, 6 inch, Modified includes all material, equipment and labor required to complete this item. 404

21 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR HMA SPILLWAY 1 OF 2 KENT COUNTY ROAD COMMISSION/WAH 1/16 DESCRIPTION HMA Spillway shall be constructed in accordance with Section 501 of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation as shown the detail on page 2 of 2, using the HMA top course mix specified for the project. The length and location of the spillway will be as shown on the plans or as directed by the Engineer. MATERIALS The materials used will be the HMA mixture used for top course or driveways, as directed by the Engineer. MEASUREMENT AND PAYMENT The completed work as measured for HMA Spillway will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to complete this item. Pay Item HMA Spillway Pay Unit Foot

22 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR HMA SPILLWAY 2 OF 2 HMA SPILLWAY

23 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR DRIVEWAY OPENING, CONC, DET M, MODIFIED 1 OF 2 KENT COUNTY ROAD COMMISSION/WAH 1/17 DESCRIPTION: The work shall conform to the requirements of Section of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation (MDOT). The work required for constructing commercial driveway opening concrete gutter pan shall be in accordance with the Michigan Department of Transportation Standard Plan R-29 Series, Current Edition, with the following exception: The overall width of the gutter pan shall be 36 (18 each side of the flow line) MEASUREMENT AND PAYMENT: The completed work as measured for Driveway Opening, Conc, Det M, Modified will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to complete this item. PAY ITEM Driveway Opening, Conc, Det M, Modified PAY UNIT Foot 802

24 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR DRIVEWAY OPENING, CONC, DET M, MODIFIED 2 OF 2 FLOW LINE LENGTH OF CONCRETE DRIVEWAY RETURN AS SHOWN ON PLAN DRIVE WIDTH PLUS LEFT AND RIGHT RADII A 18" 18" A 1.0' MINIMUM PAID UNDER CURB & GUTTER ITEM LT. RADIUS AS SHOWN (25' MIN.) END PAVING AND CURB & GUTTER UNLESS SHOWN ON PLAN WIDTH OF STREET OR DRIVEWAY 25' - 30' (COM. DWY. OR PVT. ST.) RT. RADIUS AS SHOWN (20' MIN.) EXPOSURE AS DIRECTED BY ENGINEER 18" 18" 1 3/8" 9" NO. 4 REIN. ROD MAY BE REQUIRED SECTION A-A (AS IN ADJACENT CURB & GUTTER)

25 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR MAINTAINING TRAFFIC 1 OF 3 KENT COUNTY ROAD COMMISSION/ WAH 2/19 DESCRIPTION: Maintaining traffic shall be in accordance with Section 812 of the 2012 Michigan Department of Transportation (MDOT) Standard Specifications for Construction and these Special Provisions. All signing shall conform to the 2011 edition of the Michigan Manual of Uniform Traffic Control Devices (MMUTCD). Payment for the cost of maintaining access to driveway approaches within the construction area will not be made separately, but will be considered to have been included in the prices bid for other items of work. Leonard Street and Crahen Avenue will be open to through traffic throughout most of the project. Two short duration closures will be allowed on or after June 17, 2019 in order to complete the work described in Phases 3 & 4 below and depicted on plan sheet #6. Temporary signage and traffic control devices shall be placed according to the construction signage and phasing shown on plan sheet #6. The temporary signs and control devices must be maintained throughout each phase of the project. PHASE CONSTRUCTION Due to the volume of traffic, the majority of the work will be done in a manner to maintain traffic at all times during construction utilizing temporary signs, a lighted Arrow Type C, plastic drums along tapers and 42 channeling devices. Leonard Street and Crahen Avenue (proposed or existing) will remain open for the duration of the project. The contractor is required to furnish a maintaining traffic plan prior to the preconstruction meeting. Phase 1 will consist of the construction of all work south of the Leonard Street south pavement edge and west of the Crahen Avenue west pavement edge. Including tree removal, earthwork, culverts and drainage, subbase, and finished aggregate base grade. Phase 2 The contractor shall utilize the north shoulder of Leonard Street and the east shoulder of Crahen Avenue for maintaining 2-way traffic on two 10 lanes to allow completion of the portion of realigned Leonard Street south of centerline (Sta to Sta 74+50) and the portion of realigned Crahen Avenue west of centerline (Sta to Sta 85+50). The contractor will be required to complete the necessary HMA removal, earthwork and grading through finished aggregate base grade.

26 SPECIAL PROVISION FOR MAINTAINING TRAFFIC 2 OF 3 Phase 3 The contractor is allowed to install a 3 day detour in order to complete the work included in this phase along Leonard Street between Sta and easterly to the east side of the Crahen Avenue raised median. Work includes HMA removal, aggregate base, modified placement as necessary, and finished grading and placement of HMA 3C between Sta (POB) to Sta Phase 4 The contractor is allowed to install anoother 3 day detour in order to complete the work included in this phase along Crahen Avenue between Sta to Sta Work includes HMA removal, aggregate base, modified placement as necessary, and finished grading of the east side of Crahen Avenue, including at least half of the Detail M, curb & gutter at the Whitewood Farms entrance. The Contractor will complete the placement of the HMA 3C between Sta and Sta (POE) Phase 5 The Contractor will complete the HMA 5E1 paving and pavement markings under flagging operations as necessary, paid for as Traf Regulator Control. Due to the limitation of no closure prior to June 17, 2019 the Contractor may submit an alternate construction phasing plan prior to the preconstruction meeting, for KCRC consideration. The Contractor must maintain access to and from all intersecting streets (Leonard Street east) and driveways (Whitewood Farms) within the project limits at all times. The Contractor shall use millings, bituminous surface or other suitable material for temporary access, as determined by the Engineer.

27 SPECIAL PROVISION FOR MAINTAINING TRAFFIC 3 OF 3 CONSTRUCTION INFLUENCE AREA The Construction Influence Area (CIA) will be defined as including the area 500 feet before the POB of the project to a point 500 feet beyond the POE of the project and 100 feet beyond the work limits of all side streets within the project limits. Within the CIA, the Contractor shall provide, erect, and maintain barricades, signs and flasher lights, and take all necessary precautions for the protection of the public in accordance with the 2011 MMUTCD, and the MDOT 2012 Standard Specifications for Construction, Section 812, or as directed by the Engineer. MEASUREMENT AND PAYMENT: The estimate of quantities for maintaining traffic on this project is based on the proposed phasing of the work as described above. Payment for these devices will be in accordance with Section 810, 811 and 812 of the 2012 Standard Specifications for Construction, as revised, unless otherwise specified. Traffic control items designated as furnished and/or operated will be measured and paid for as the maximum number of units required by the Engineer, at any one time during the duration of the project. The complete work as measured will be paid for at the contract unit prices and includes all material, equipment and labor to complete these items.

28 KENT COUNTY ROAD COMMISSION NOTICE TO BIDDERS PRICE ADJUSTMENT FOR AUTHORIZED EXTENSIONS OF TIME 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 2/19 Subsection of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation concerning price adjustments for traffic control items is hereby deleted. No adjustments in the original contract unit prices for those items required to be used on the project during the extended time period will be made

29 KENT COUNTY ROAD COMMISSION SPECIAL PROVISION FOR ROADSIDE SEEDING 1 OF 1 KENT COUNTY ROAD COMMISSION/WAH 1/16 DESCRIPTION: This work shall be in accordance with the requirements of the 2012 Standard Specifications for Construction of the Michigan Department of Transportation (MDOT) except that the Rate of Seeding Based on Type of Mixture and Intended Use are modified as follows: SEED TYPE LBS PER ACRE Perennial Ryegrass 150 Kentucky Bluegrass 15 Creeping Red Fescue 35 Total Pounds Per Acre 200 The complete work shall include preparing the foundation and furnishing seed, fertilizer and mulching materials, preparing soil, sowing and covering seed, spreading fertilizer and mulch, applying emulsion or other adhesive material at locations shown on the plans or as directed by the Engineer. MATERIALS: Class A Fertilizer shall be in accordance with the requirements of the 2012 Standard Specifications for Construction of the MDOT Section B1. Seeding mixtures shall be in accordance with the requirements of the 2012 Standard Specifications for Construction of the MDOT. A wood fiber mulch with tackifier shall be used. The application shall be at the minimum rate of 0.37 pounds per square yard (1800 pounds per acre). Mulch Blanket will be paid separately. MEASUREMENT AND PAYMENT: The complete work as measured for Roadside Seeding will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to complete this item PAY ITEM Roadside Seeding PAY UNIT Square Yard

30

31

32

33

34

35

36

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address. NOTICE TO BIDDERS Sealed proposals will be received by the Ottawa County Road Commission, at its offices at 14110 Lakeshore Drive, Grand Haven, Michigan 49417, until Wednesday November 16, 2016 at 10:00am

More information

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR EUCLID AVENUE RECONSTRUCT PROJECT NO BENTON TOWNSHIP

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR EUCLID AVENUE RECONSTRUCT PROJECT NO BENTON TOWNSHIP BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR EUCLID AVENUE RECONSTRUCT PROJECT NO. 17009 BENTON TOWNSHIP BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE

More information

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR 1 BERRIEN COUNTY ROAD DEPARTMENT PROGRESS CLAUSE: Start work within ten (10) days after receiving notice of award of contract or on the date

More information

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR COMMUNITY HALL ROAD GUARDRAIL NEW BUFFALO TOWNSHIP

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR COMMUNITY HALL ROAD GUARDRAIL NEW BUFFALO TOWNSHIP PROPOSAL AND SPECIFICATION FOR COMMUNITY HALL ROAD GUARDRAIL NEW BUFFALO TOWNSHIP BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 1 NOTICE TO

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR 2017 PARK PLACE SUBDIVISION STREETS ULTRA THIN PROGRAM PROJECT NO. P17014 BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR,

More information

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-010 TO BID BID DATE: 01/25/18 TO: QUOTE NOT LATER THAN: 02/07/2018 BY 4:00 PM (EST) FROM: VENDOR NAME: PURCHASING DEPARTMENT ADDRESS: COUNTY OF BERRIEN, MICHIGAN

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR LAUKUS LANE HMA OVERLAY ROYALTON TOWNSHIP PROJECT NO. P17016 BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022

More information

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address.

NOTICE TO BIDDERS. Specifications and bidding blanks may be obtained at the Road Commission office at the above address. NOTICE TO BIDDERS Sealed proposals will be received by the Ottawa County Road Commission, at its offices at 14110 Lakeshore Drive, Grand Haven, Michigan 49417, until Wednesday July 26, 2017 at 10:00am

More information

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR WEE-CHIK ROAD GUARDRAIL

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR WEE-CHIK ROAD GUARDRAIL PROPOSAL AND SPECIFICATION FOR WEE-CHIK ROAD GUARDRAIL 1 PROGRESS CLAUSE: Start work within ten (10) days after receiving notice of award of contract or on the date agreed upon by the Engineer. In no case

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR FLORENCE, HUNTOON & STANLEY SLURRY SEAL PROJECT NO. P17011 BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 1-269-925-1196

More information

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 This Addendum changes the terms of the Bid Proposal and/or plans associated with the project indicated below. By submitting a bid, any and all

More information

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

NOTICE TO BIDDERS CONCRETE CONSTRUCTION ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR ROCKY GAP HMA OVERLAY WITH ALTERNATE SYLAVAN AND FORT ROAD HMA OVERLAY BENTON CHARTER TOWNSHIP BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER

More information

ADDENDUM No. 1 January 29, Paving Program Village of Milford

ADDENDUM No. 1 January 29, Paving Program Village of Milford ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. 4907 1.08 miles of roadway reconstruction including clearing, grade establishment, sand subbase,

More information

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. 4735 1.00 miles of roadway reconstruction including grade establishment, sand subbase, aggregate

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR BAKERTOWN ROAD HMA OVERLAY BERTRAND TOWNSHIP BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 1-269-925-1196 OR

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 6.75 MILES IN BERRIEN COUNTY BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY ROBERT G. DUNTON KENNETH L. GASPER ALBERT A. ALMY KAREN

More information

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM NAME OF CONTRACTOR PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM PROJECT NO. LH 4710 Removal of existing twin 48 CMP culverts, construction of new 16 x5 concrete box culvert,

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 16GRAVEL PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified) at various locations in eleven townships

More information

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5 Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

BID TABULATION. Engineer's Estmated Opinion of Costs

BID TABULATION. Engineer's Estmated Opinion of Costs Street Resurfacing Project - 2018 Rank Vendor Name Total Bid % of Low Bid % of Estimate File 2018-004 Engineer's $ 5,032,397.47 102.11% 100.00% Bid 4529 1 Ajax Paving Industries, Inc $ 4,928,322.54 100.00%

More information

PROPOSAL AND SPECIFICATIONS FOR COUNTY PRIMARY HOT MIX ASPHALT PAVING #2

PROPOSAL AND SPECIFICATIONS FOR COUNTY PRIMARY HOT MIX ASPHALT PAVING #2 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR COUNTY PRIMARY HOT MIX ASPHALT PAVING #2 APRIL 18, 2018 1. PH 3546 WAYLAND TOWNSHIP On 10 th Street, M-179 (129 th Avenue) to the Wayland City Limits

More information

Manistee County Road Commission Bid Forms and Requirements for Manistee County 2019 Local County-wide HMA Wedging and Chip Sealing for Various Roads

Manistee County Road Commission Bid Forms and Requirements for Manistee County 2019 Local County-wide HMA Wedging and Chip Sealing for Various Roads Page 1 of 4 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, MONDAY, FEBRUARY 4, 2019 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Manistee, Michigan

More information

NOTICE TO BIDDERS H.M.A. PAVING

NOTICE TO BIDDERS H.M.A. PAVING ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

More information

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE MILES

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE MILES BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR AGGREGATE BASE COURSE 19.62 MILES 1 BERRIEN COUNTY ROAD DEPARTMENT GENERAL SPECIFICATIONS Except as hereinafter provided by Supplemental Specifications

More information

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019. INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR 2019 2021 ROADSIDE MOWING January 9, 2019 ALLEGAN COUNTY ROAD COMMISSION ADVERTISEMENT FOR BIDS Sealed bids will be received by the Allegan County Road Commission

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

PROPOSAL FOR INDIAN ACRES SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

PROPOSAL FOR INDIAN ACRES SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR INDIAN ACRES SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN BID OPENING: Thursday,

More information

PROPOSAL FOR MILDRED AVENUE SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

PROPOSAL FOR MILDRED AVENUE SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR MILDRED AVENUE SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN BID OPENING: Thursday,

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY ROBERT G. DUNTON KENNETH L. GASPER ALBERT A. ALMY KAREN

More information

Bid Comparison. Contract ID: 1651 Description: Joint replacement on the Cass Avenue bridge. Location:

Bid Comparison. Contract ID: 1651 Description: Joint replacement on the Cass Avenue bridge. Location: Bid Comparison Contract ID: 1651 Description: Joint replacement on the Cass Avenue bridge. Location: Projects(s): Cass Avenue over North Branch Clinton River Clinton Township, Macomb County 1651 Rank Bidder

More information

mason county road commission

mason county road commission mason county road commission Board of Commissioners 510 E. State St. Douglas Robidoux, Chairman PO Box 247 Bill Schwass, Vice-Chairman Scottville MI 49454-0247 Nick Matiash, Member Office: (231) 757-2882

More information

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT 40555 Utica Road P.O. Box 8009 Sterling Heights, MI 48311-8009 TEL 586-446-2720 FAX 586-276-4061 CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT

More information

CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF BRIDGMAN DONNA DRIVE AND VISTA DRIVE IMPROVEMENTS PROJECT. February 2018

CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF BRIDGMAN DONNA DRIVE AND VISTA DRIVE IMPROVEMENTS PROJECT. February 2018 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF BRIDGMAN DONNA DRIVE AND VISTA DRIVE IMPROVEMENTS PROJECT February 2018 2303 Pipestone Road Phone: (269) 927-0100 Benton Harbor, Michigan 49022 Fax:

More information

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location: INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:

More information

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services CITIES OF BOYNE CITY AND CHARLEVOIX INVITATION TO BID Pavement Marking Services Sealed bids are now being accepted by the Cities of Boyne City and Charlevoix for Pavement Marking of Roadways and Parking

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015.

INVITATION TO BID. CONTRACT PERIOD: The contract shall cover the County s needs for the period of July 21, 2015 through July 20, 2015. INVITATION TO BID The Etowah County Commission will, on June 22, 2015 in the Commission Chambers, 1st floor, 800 Forrest Avenue, Gadsden, AL, receive competitive bids on SUPERPAVE BITUMINOUS CONCRETE ASPHALT

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, FEBRUARY 4, 2015.

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, FEBRUARY 4, 2015. INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PARKING LOT RECONSTRUCTION PUBLIC WORKS BUILDING Contact: Brad Lear Phone: (734) 394-5291 E-Mail: brad.lear@canton-mi.org Date Issued: November 1, 2018

More information

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: _100.00 Date: / / Receipt No: APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE,

More information

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

REQUEST FOR PROPOSALS. Demolition

REQUEST FOR PROPOSALS. Demolition JEFFERSON COUNTY, WEST VIRGINIA Engineering Department 116 East Washington Street P.O. Box 716 Charles Town, West Virginia 25414 Phone: 304-728-3257 Email: engineering@jeffersouncountywv.org Fax: 304-728-3953

More information

CANTON COMMUNITY REQUEST FOR BOARD ACTION

CANTON COMMUNITY REQUEST FOR BOARD ACTION CANTON COMMUNITY REQUEST FOR BOARD ACTION MEETING DATE: March 22, 2016 AGENDA ITEM #G-10 ITEM: Consider Approval of a Budget Amendment & Award of a Contract Asphalt Repairs to Hutch Paving, Inc. the Wayne

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

PROPOSAL FOR SPRINGBROOK SUBDIVISION SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN

PROPOSAL FOR SPRINGBROOK SUBDIVISION SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR SPRINGBROOK SUBDIVISION SPECIAL ASSESSMENT DISTRICT BEDFORD TOWNSHIP MONROE COUNTY, MICHIGAN BID OPENING:

More information

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2 TABLE OF CONTENTS General Requirements Total Pages Table of Contents 3 List of Drawings 1 Procurement Requirements Advertisement for Bids 2 Instruction for Procurement Instructions to Bidders 8 Procurement

More information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township NOTICE TO BIDDERS The Charlevoix County Road Commission Board invites qualified contractors to bid the

More information

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR Contents 1. Notice to Bidders 2. Bid Proposal 3. Information

More information

GRAVEL RESURFACING OF ROADS

GRAVEL RESURFACING OF ROADS NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of the County of Gratiot at their office at 200 Commerce Drive, PO Box 187, Ithaca, MI 48847, until 10:00 AM, Tuesday,

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2017-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2017-001 ASPHALT PAVING PROJECT

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information