117 South Groesbeck Highway+Mt. Clemens, Michigan Phone: (586)

Size: px
Start display at page:

Download "117 South Groesbeck Highway+Mt. Clemens, Michigan Phone: (586)"

Transcription

1 DEPARTMENT OF ROADS 117 South Groesbeck Highway+Mt. Clemens, Michigan Phone: (586) Robert P. Hoepfner, Director P.E. of Roads MACOMB COUNTY DEPARTMENT OF ROADS ADVERTISEMENT FOR BIDS FOR 2014 SPECIAL PAVEMENT MARKING PROJECT PROJECT NO BIDS DUE: Friday, June 6, 2014 at 11:00 AM EST Please see all details on this bid on the Macomb County Department of Roads website at under the BIDS/CONTRACTS section or at

2 COUNTY-WIDE SPECIALPAVEMENT MARKING PROGRAM PROJECT# INDEX Advertisement to Bid PAGE 2 Schedule of Items Bid Proposal 4 7 Instructions to Bidders 8 Supplemental Specifications 9 Progress Clause 11 Measurement and Payment 11 Notice to Bidders (Insurance) 12 Insurance Requirements - Sample Standard Specification for Construction Special Provisions for Pavement Marking, Special Pavement Marking Special Provision for Application Special Provision for Pavement Markings Special Provisions for Application of Overlay Cold Plastic Markings 19 Special Provisions for Recessing Pavement Markings Notice To Bidders Special Provisions for Maintaining Traffic 23 Page 1 of 23

3 ADVERTISEMENT FOR 2014 COUNTY-WIDE SPECIAL PAVEMENT MARKING PROGRAM PROJECT# The Macomb County Department of Roads will accept sealed bids until Friday, June 6, 2014 at 11:00 a.m. EST, at the Macomb County Department of Roads Administration Building, 117 South Groesbeck Highway, Mount Clemens, Michigan 48043, at which time and place all bids will be publicly opened and read. PROJECT: The project will consist of the following approximate materials, quantities and pay items. Project Scope Stop Bars, Crosswalks, and Special Legend Pavement Markings: o Waterborne or oil based markings must be removed, recessed, and reapplied (existing cold tape if in good condition, hot tape, and thermoplastic are acceptable materials to leave in place). o Crosswalks and stop bars not substantially intact must be removed, recessed, and reapplied (at the direction of the Macomb County Department of Roads inspector or engineer). For any other pavement markings, recessing will not be required. o Markings on MDOT, City, Village or privately-owned roads or drives are not to be considered for improvement, except as directed by the project engineer. o All markings on County Roads within the project shall be considered unless it is a County approach to an MDOT intersection (as MDOT maintains these). o Markings shall only be considered for replacement on the project specified roads and no side streets. Side streets will be considered independently in future projects. Scope Area: o Our plan is to work on Roads south of M-59 (Hall Road) to include the following: Sugarbush Road, Callens Road, Cotton Road, Utica Road, Moravian Drive, Millar, South River Road, North River Road, Jefferson Avenue and Shook. The general plan is to start at one end of a road and proceed down its length until complete and then move on to the next road. The purpose describing the scope area in this way is to prepare the bidders for the specific type of traffic control they should expect to need for the majority of the contract, which is 5 lane roads with left turn lanes, some with right turn lanes. o The general plan is to start at one end of a road and proceed down its length until complete and then move on to the next road. Maintaining Traffic o Must follow the current MMUTCD and MDOT Maintaining Traffic Typicals. Plans and specifications will be available via by ing Joe Pacella of the Macomb County Department of Roads Traffic Department at jpacella@rcmcweb.org. All inquiries concerning the plans and proposal for this project are to be directed to: jpacella@rcmcweb.orq. BID INQUIRIES WILL BE ACCEPTEDUNITL THREE (3) WORKING DAYS PRIOR TO THE BID OPENING DAY. Page 2 of23

4 NOTE: Bids which do not comply with the following pre-qualification requirements will not be read. The pre-qualification rating shall be attached to the bid. 1. The pre-qualification rating shall be on file at the Macomb County Department of Roads, or shall be attached to the bid. However, a letter from the Michigan Department of Transportation may be accepted if the letter discloses that the pre-qualification rating with MDOT is extended, is currently in effect, and has not lapsed. 2. A contractor whose pre-qualifications have expired, and is unable to supply with the proposal a letter of extension from the Michigan Department. of Transportation prequalification unit, as described in number one (1) above, shall certify in writing that their pre-qualification has been extended by the Michigan Department of Transportation until such time as their new rating can be issued. Certification means a written, notarized affidavit under oath, setting forth facts (dates, times and individuals), which will serve to substantiate the contractor's claims of classification. If this certification does not accompany the bid, the Board in its discretion may elect not to read the bid. NET CLASSIFICATION: 175 N3 (Special Pavement Marking) A satisfactory bid bond, certified or cashier's check, bank money order, or certificate of deposit on an open, solvent bank, in the amount of not less than five (5%) percent of the total bid, payable to the County of Macomb shall be submitted with each bid. The Macomb County Department of Roadsat its discretion, reserves the right to reject any or all bids and to waive any irregularities in the bidding process, and to make the award as may appear to be in the best interest of the County of Macomb. No bid may be withdrawn after the scheduled closing time for receiving bids for at least 45 days.. Page 3 of23

5 IMPORTANT NOTICE: If your bid is the lowest accepted bid, and if you refuse to accept the award of the contract due to the change in what you quoted as a maximum or specified price, you will forfeit your proposal guaranty. Schedule of Items Contract 10: Contract Year: Location: Description: Project Number: Estimate Number: Project Type: Location: 2014 Special Pavement Marking 1 Miscellaneous Project Engineer: Date Created: Fed/State #: Fed Item: Control Section: Pacella 03/15/2014 Description: Letting Date: Friday, June 06, :00 AM Contractor: _ Contract # MERL: Page 4 of 23 03/17/20148:17:25 AM

6 Pay Item Description Quantity Units Bid Price Total Mobilization, Max. LS Call Back, Mobilization 4 Ea Pavt Mrkg, Ovly Cold Plastic, 6 inch, 8,400 Ft Crosswalk Pavt Mrkg, Ovly Cold Plastic, 12 inch, Cross 280 Ft Hatching, White Pavt Mrkg, Ovly Cold Plastic, 12 inch, Cross 190 Ft Hatching, Yellow Pavt Mrkg, Ovly Cold Plastic, 24 inch, Stop 2,600 Ft Bar Pavt Mrkg, Ovly Cold Plastic, Lt Turn Arrow 70 Ea Sym Pavt Mrkg, Ovly Cold Plastic, Only 120 Ea Pavt Mrkg, Ovly Cold Plastic, Railroad Sym 4 Ea Pavt Mrkg, Ovly Cold Plastic, Rt and Lt Turn 2 Ea Arrow Sym Pavt Mrkg, Ovly Cold Plastic, Rt Turn Arrow 52 Ea Sym Pavt Mrkg, Ovly Cold Plastic, School 8 Ea Pavt Mrkg, Ovly Cold Plastic, Thru and Lt 4 Ea Turn Arrow Sym Pavt Mrkg, Ovly Cold Plastic, Thru and Rt 4 Ea Turn Arrow Sym Pavt Mrkg, Ovly Cold Plastic, Thru Arrow Sym 6 Ea Rem Spec Mrkg 12,000 Sft _ Recessing Pavement Markings, 12 inch or 280 Ft less width _ Recessing Pavement Markings, 24 inch or 2,800 Ft less width _ Recessing Pavement Markings, 6 inch or 10,200 Ft less width _ Pavt Mrkg, Ovly Cold Plastic, YIELD 2 Ea Minor Traf Devices 1 LS Contract # MERL: Page 5 of 23 03/17/20148:17:25 AM

7 Pay Item Description Quantity Units Bid Price Total Bid Total: Contractor Signature/Title: _ Contract # MERL: Page 6 of 23 03/17/20148:17:25 AM

8 MACOMB COUNTY DEPARTMENT OF ROADS BID County-Wide Pavement Marking Program Project # BIDS WILL BE OPENED AT 11:00 A.M. EST TIME on Friday, June 6, 2014, at the Macomb County Department of Roads, 117 SouthGro~sbeck Highway, Mount Clemens, MI PROJECT# TYPE OF WORK Pavement Marking The undersigned has examined the plans and specifications described in the bid for this project and is fully informed as to the nature of the work and the conditions relating to its performance and understands the quantities shown are approximate only and are subject to either 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, and, or each unit price, lump sum, or one each named in the itemized bid, to complete the work in strict conformity with the requirements of the 2012 Standard Specifications for Construction, Michigan Department of Transportation and such other special provisions and supplemental specifications as may be part of the bid for this project. The undersigned further proposes to do such extra work as may be authorized by the Macomb County Department of Roads, prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon before such work is begun. THE UNDERSIGNED UNDERSTANDS AND AGREES THAT THE MACOMB COUNTY DEPARTMENT OF ROADS RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS AND NO CONTRACTUAL RELATIONSHIP SHALL EXIST BETWEEN THE UNDERSIGNED AND THE MACOMB COUNTY DEPARTMENT OF ROADS FOR THE WORK DESCRIBED HEREIN UNTIL SUCH TIME AS A CONTRACT DOCUMENT HAS BEEN FORMALLY EXECUTED BY BOTH THE UNDERSIGNED AND MACOMB COUNTY. The undersigned acknowledges receipt of addenda issued by the Macomb County Department of Roads in respect of the foregoing project, and being numbered: Name (Please Print) Company Name Authorized Signature Address City, State, Zip Code Telephone Number Fax Number NOTICE: ONLY the bidder to whom it was originally issued by the Macomb County Department of Roads may use this bidding bid. BID TOTAL: _ Page 70f23

9 INSTRUCTIONS TO BIDDERS The contractor shall complete the work herein described in strict accordance with the plans therefore and in strict conformity with the requirements of the Michigan Department of Transportation's 2012.Standard Specifications for Construction, and such other special provisions and supplemental specifications as may be a part of this bid. For the purpose of this bid, Michigan Department of State Highways, Michigan Department of State Highways and Transportation, and Michigan Department of Transportation shall be considered one and the same. The published Invitation for Bid or Advertisement for the proposed work is to be considered a part of the "Instructions to Bidders". PREPARATION OF BID The bid must be properly signed and the address of the bidder given. If the bidder is a copartnership, each member shall sign the bid. The Board, at its discretion may require that the co-partnership file in the office of the Board a duly executed certificate of co-partnership. A corporation who shall present the bid shall do so by its duly authorized officers in accordance with its articles of incorporation. The Board at its discretion may require that the corporation file with the office of the Board a certified copy of the incorporation and authority of officers' signature. See Article of the 2012 Standard Specificationsfor Construction. Bid prices shall be entered to the nearest one cent (0.011 BID REJECTION Attention of Bidders is directed to the 2012 Standard Specification for Construction Article , relating to Bid Rejection and , relating to Irregular Bids. NUMBER OF COPIES OF CONTRACT Three (3) copies of the contract with the bonds will be required to be executed by the Contractor and the Board of County Commissionersof the County of Macomb. CONSTRUCTION PROGRESS SCHEDULE The bidder shall complete the Construction Schedule, as provided in the bid, by indicating the dates for completion of the major items of work. This schedule shall become a part of the contract. As the work progresses, the Traffic Engineer will check the construction program and, from time to time, order such modifications as may in his opinion be necessary to comply with the completion date and general construction progress. See Article of the 2012 Standard Specifications for Construction. PREOUILIFICATION OF BIDDERS Prospective bidders must be pre-qualified by the Michigan Department of Transportation and must have the proper classification and numerical rating required for the work on which he proposed to bid. See Article of the 2012 Standard Specifications for Construction. SUB-CONTRACTING OF CONTRACT WORK Prior to naming a sub-contractor for any of the designated items or specialty items listed under Subcontract Provisions, the principal Contractor must assure himself that the requirements of Article of the 2012 Standard Specifications for Construction will be met.. Page 8 of23

10 SUPPLEMENTAL SPECIFICATIONS 101 TERMS, FORMAT AND DEFINITIONS The intent and meaning of terms shall be in accordancewith Section 101 of the 2012 Standard Specifications for Construction, except as herein provided. 102 BID SUBMISSION, AWARD AND EXECUTION OF CONTRACT These requirements shall be in accordance with Section 102 of the 2012 Standard Specifications for Construction, except as herein provided BID GUARANTY PAYMENT No bid will be considered unless accompanied by a bid bond, certified or cashier's check or Certificate of Deposit on an open, solvent bank in the amount of not less than five percent (5%) of the total bid, payable to the Board of County Commissioners of Macomb County as a guarantee that the bidder will enter into contract EXECUTION AND AWARD OF CONTRACT These requirements shall be in accordance with Section 102 of the 2012 Standard Specifications for Construction, except as here in provided., REOUIREMENTS OF CONTRACT BOND Performance and Lien Bonds shall be furnished in accordance with Article of the 2012 Standard Specificationsfor Construction, except that the amount of such bonds shall be 100% of the total contract price INDEMNIFICATION, DAMAGE LIABLITY AND INSURANCE The contractor shall safe harmless and indemnify the Macomb County Department of Roadsand its employees, and each Township, City or Village in which work is done, against all claims for damages to public or private property and for injuries to persons or property arising out of and during the progress and to the completion of the work. The contractor and subcontractor (Type A Insurance Only) will be required to furnish 3 copies of the Certificate of Insurance on forms furnished by the MacombCounty Department of Roads, and 3 copies of the Owner & Contractors Protective Policy, prior to execution of the contract (see sample). Failure on the part of the contractor to provide the proper Insurance Policy (Owners and Contractors Protective Policy) within the time limits provided in the insurance binder issued by the insurance carrier will be reason for the Traffic Engineer to order all work to stop and the contractor to remove all equipment from the road right of way until such time that the proper insurance policy has been received by the MacombCounty Department of Roads. THE OWNERS AND CONTRACTORS PROTECTIVE PUBLIC LIABLIITY AND PROPERTY DAMAGE INSURANCE POLICY MUST BE ISSUED BY A COMPANY WHO HAS BEEN ADMITTED BY THE STATE OF MICHIGAN AND HAVE AN A.M. BEST'S RATING OF NOT LESS THAN "A-fl PROGRESS AND PARTIAL PAYMENTS Article of the 2012 Standard Specificationsfor Construction shall be revised as follows:. Partial Paymentswill be made on a bi-weekly basis. Page 9 of23

11 From the total amount earned, the Department of Roads will deduct and retain ten (10%) percent of the amount earned until fifty (50%) percent of the contract is completed. After fifty (50%) percent of the contract is completed, additional retainage will not be withheld unless the contractor is not making satisfactory progress or for other specific cause relating to the contractor's performance under the contract. Should additional retainage be withheld, it will not exceed ten (10%) percent of the amount earned. For contracts having a value of Thirty Thousand ($30,000.00) Dollars or more, or having four or more partial payments, the Macomb County Department of Roadswill deposit the retained funds in an interest bearing account in a regulated financial institution in this State, where in all such retained funds are kept by the Macomb County Department of Roads, which shall account for both retainage and interest on each construction account separately. The bidder and the Macomb County Department of Roads, upon entering into a contract, mutually agree to abide by the rules as set forth in the State of MichiganAct No. 524, Public Acts of The successful bidder who elects to have the retainage placed in escrow shall contact the Macomb County Department of Roads Finance Department (Michelle Mykytiak) at the Macomb County Offices, (120 North Main, Mount Clemens, Michigan) (586) to execute an agreement for the escrow account. PREVAIUNG WAGE AND FRINGE BENEFIT RATES The contractor and his subcontractor's shall be required to pay each class of employees employed in this project not less than the wage and fringe benefit rates prevailing in the locality in which the work is to be performed as determined by the Michigan Department of Labor, per the prevailing Wage Law, Act No. 166, PAof Page 10 of23

12 PROGRESS CLAUSE The Contractor shall start work within 10 days after July 1, 2014 or on the date agreed upon with the Engineer. In no case shall any work begin prior to receipt of formal notice of award or prior to formal certification of the Contractor's equipment, if required. The entire project shall be completed on or before August 31,2014. The low bidder(s) for the work covered by this bid will be required to meet with the Macomb County Department of Roads representatives to work out a detailed progress schedule. The schedule for this meeting will be set after the low bidder is determined. The named Subcontractor(s) for Designated and/or Specialty items, as shown in the bid is recommended to be at the scheduled meeting if such items materially affect the work schedule. The Project Engineer will arrange the time and place for the meeting. The ProgressSchedule shall include, as a minimum, the controlling work items for the completion of the project and the planned dates (or work day for a work day project) that these work items will be controlling operations. When specified in the bidding bid, the date the project is to be opened to traffic as well as the final project completion date shall also be included in the project schedule. If the bidding bid specifies other controlling dates, these shall also be included in the Progress Schedule. Failure on the part of the contractor to carry out the provisions of the Progress Schedule, as established, may be considered sufficient cause to prevent bidding future projects until a satisfactory rate of progress is again established. MEASUREMENT AND PAYMENT The completed work, as measure for Maintaining Traffic will be paid for under the pay item for "Minor Traf Devices" in accordance with the 2012 Standard Specificationsfor Construction, which shall be payment in full for all labor material and equipment needed to accomplishthis work. The individual locations included in this project will be considered as part of one comprehensive project. Minor Traf Devices will be basedoff the total contract price, not each individual location. Any additional traffic control not listed in the 2012 Standard Specificationsfor Construction under Minor Traf Devices, Section , shall also be paid as part of Minor Traf Devices. The description, measurement, and payment for Mobilization Max. 5% will be in accordance with the 2012 Standard Specificationsfor Construction. The individual locations included in this project will be considered as part of one comprehensive project. Mobilization will be based off the total contract price, not each individual location. Page 11 of23

13 NOTICE TO BIDDERS INSURANCE The contractor shall provide for, and in behalf of, the Macomb County Department of Roads and all agencies specifically named below and as their interests may appear on the Owner's Protective Public Liability Insurance. The minimum limit shall be $2,000,000 for Bodily Injury and Property Damage Liability. Also, the insurance company must be admitted by the State of Michigan and have an A.M. Best's Rating of not less than "A-fl. The agencies are the Michigan Department of Transportation, Macomb, Oakland, St. Clair and Wayne Counties, Townships of Armada, Bruce, Chesterfield, Clinton, Harrison, Lenox, Macomb, Ray, Richmond, Shelby and Washington, the Cities and Villages of Armada, Center Line, Eastpointe, Fraser, Memphis, Mount Clemens, New Baltimore, New Haven, Richmond, Romeo, Roseville, St. Clair Shores, Sterling Heights, Utica and Warren. Page 12 of23

14 CERTIFICATE OF INSURANCE FOR CONSTRUCTION AND RECONSTRUCTION PROJECTS NOTE: INSURANCE COMPANY MUST BE LICENSED INTHE STATE OF MICHIGAN The subscribing insurance company certifies to the Macomb County Department of Roads that insurance of the kinds and types and for limits of liability covering the work herein designated, has been procured by and furnished on behalf of the insured contractor named in item one (1). 1. NAME OF INSURED: ADDRESS OF INSURED: 2. LOCATION and DESCRIPTION OF WORK County-Wide Special Pavement Marking Type of Insurance (indicate policy amount if other than Minimum Limits shown*) A. Comprehensive General Liability - including coverage for Contractual Liability Insurance, Completed Operations and/or Product Liability, X, C, and U. B. Comprehensive Auto Liability Insurance including cov ge fo vehicles. C. Owners & Contractors Protective Public Li D. Workmen's Compensation. E. Umbrella or Excess Liability. TYPE A. POLICY NUMBER AGGREGATE 2,000,000. * B. c. Combined Sin Ie Limit $ *,',,'.' B.l. & P.D. $1,500,000. * $3,000,000* ns" d for (C) shall include the following: Macomb County Department of Roads (Furnish three (3) copies of policy with this certificate) D. E. Coverage A - Compensation Coverage B - Employer's Liability MI STATUTORY $500,000.* $500,000./$500,00. */$500,00. * $2,000,000. * $2,000,000. * Named Insured for (C) shall include the following: MACOMB COUNTY DEPARTMENT OF ROADS, AND ITS EMPLOYEES, ELECTED AND APPOINTED OFFICIALS, AND ALL CITIES, TOWNSHIPS AND VILLAGES IN MACOMB COUNTY. SUCH COVERAGE SHALL BE PRIMARY. Certificate holder is scheduled as additional insured with regards to GL coverages. The coverage herein certified is written in accordance with the company's regular policies and endorsement, subject to the company's applicable manual of rules and rates, except: (A) The insurance shall not be subject to the usual "X" - explosion, "C" - collapse, or "U" underground property damage exclusions. (8) In the event of cancellation or reduction in coverage by the Insurance Company, 30 days prior written notice shall be given the Macomb County Department of Roads. (C) The Subscribing Company and the insured contractor agrees to give 30 day prior written notice to the Macomb County Department of Roads in the event the contractor cancels or reduces the coverage of any insurance certified above. NAME OF COMPANY DATE: _ BY: _ Authorized Representative Page 13 of23

15 --, MACOMB COUNTY DEPARTMENT OF ROADS 2012 STANDARD SPECIFICATION FOR CONSTRUCTION The Macomb County Department of Roads Standard for Construction consists of the 2012 Michigan Department of Transportation Standard Specifications for Construction. The MDOT 2012 Standard Specifications may be modified or supplemented by the Macomb County Department of Roads specifications, special provisions, and MOOT Supplemental Specifications that are included and made a part of the project bid. In addition to the MDOT 2012 Standard Specificationsfor Construction the following standards, specifications and typicals shall be followed. The MDOT MaintainingTraffic Typicals Non-Freeway. The 2011 Michigan Manual on Uniform Traffic Control Devices (MMUTCD) for Streets and Highways. Page 14 of23

16 GENERAL RESPONSIBILITIES COUNTY MACOMB COUNTY DEPARTMENT OF ROADS SPECIAL PROVISIONS FOR PAVEMENT MARKING, SPECIAL PAVEMENT MARKING Supervision - all work done under this contract will be under the supervision of the Project Engineer or authorized representative. Layout - the MCDR's will be responsible for all layout work needed identifying the proper locations for pavement markings. Daily Work Sheets - the Contractor will provide daily work sheets to the Macomb County Department of Roads for their completion each work day. They are to be submitted to the Project Engineer or this authorized representative the following work day for approval. These work sheets will be the principle method for determining payment. CONTRACTOR General - the contractor shall furnish all material, labor and equipment necessary for the required pavement preparation, marking application, protection of the work and traffic control. Storage or Parking - Equipment will be permitted to be stored or parked on county property with prior approval by the Project Engineer. Safe Handling of Materials - the contractor shall provide the Project Engineer with MATERIAL SAFETY DATA SHEETS for all material and containers in accordance with the Federal Resource Conservation Recovery Act (RCRA) of 1976 and the Michigan Hazardous Waste Management Act (Act 69). Traffic Control & Safety - proper Traffic Control is a mandatory requirement for working on the roads of the Macomb County Department of Roads. The design, placement and requirement for traffic control devices shall be those found in the current edition of the Michigan Manual on Traffic Control Devices. The Contractor is solely responsible for maintaining traffic at all time for their operation. All vehicles used in the marking operations shall be equipped with rotating or oscillating flashers which are visible from both the front and rear of the vehicle. The pavement marking vehicle shall be equipped with the illuminated Target Arrow, Type B, visible from rear of the vehicle. The trailing vehicle shall also be equipped with an appropriate sign visible from the rear indicating the following or equivalent legend: "Wet Paint Do Not Cross Lines". The trailing vehicle shall also be equipped with an illuminated Target Arrow, Type B, which shall be visible from the rear. Protection of Wet Markings - the protection of wet marking shall be the responsibility Contractor, until such markings are sufficiently dry to permit traffic to travel upon. of the Page 15 of23

17 Pavement Preparation - prior to the application of pavement marking materials, it shall be the contractor's responsibility to ensure that the pavement surfaces are clean, dry and free of all foreign materials, which are easily removed by a power broom or blower. Daily notification - Prior to the start of each day's work, the Contractor must notify the Project Engineer or authorized representative of the location where the painting crew will be working. No work is to begin without the Project Engineer or authorized representative on site or prior authorization to begin such work from the Project Engineer. Daily Records - accurate daily records shall be kept by the Contractor with a copy for the Macomb County Department of Roads indicating roadways marked, length, materials used, equipment used and employees working. Page 16 of23

18 SPECIAL PROVISION FOR APPLICATION GENERAL Conformance - pavement markings placed by the Contractor shall conform to the requirements of the current edition of the Michigan Manual on Uniform Traffic Control Devices. Workdays - pavement markings shall not be placed on Sundays or legal holidays (as observed by the Macomb County Department of Roads) unless prior approval is granted in writing by the Project Engineer. Weather Limitations - special pavement markings (May 1 st to September 30 th ) shall be applied when the surface temperature of the pavement is 50 F or higher and the pavement is dry. The contractor shall be responsible for making the decision to apply special pavement markings on any specific day where there is a high probability of rain in the forecast. Project Work Schedule - the Contractor is responsible for submitting in writing a project work schedule prior to beginning work. A beginning date and completion date for the project shall be included in the schedule. Page 17 of23

19 SPECIAL PROVISIONS FOR PAVEMENT MARKINGS Pavement Markings Recessing Pavement Marking pay items are included in this project. Special markings shall be completely removed prior to placing the new marking. Pavement marking debris that is left over after removals shall be completely removed by vacuuming. Blowing debris on to grass or shoulder shall result in the contractor not being paid for the removal of that marking. Pavement Markings Surface Prep The contractor shall surface prep the complete area of pavement under the proposed marking in accordance with the manufacturers specification and MOOT special provision prior to placing any proposed special marking legend or symbol. No additional compensation shall be made to the contractor for this work. o o Shall use surface prep adhesive for all cross walks and stop bars (NO Exceptions). Markings, shapes and dimensions shall conform to MDOT Pavement Marking typicals PAVE-990Sthru PAVE990unless specified otherwise by special provision. Materials All special markings are to be Overlay Cold Plastic Tape and shall be 3M Cold Plastic Tapes 380AW and 381AW (No Exceptions) unless approved by the Engineer. All 6" Cross walks shall be placed as per manufacturer requirements. Measurement and Payment Contract Item (Pay Item) Pavt Mrkg, Ovly Cold Plastic, inch, (color) Pavt Mrkg, Ovly Cold Plastic, inch, Stop Bar Pavt Mrkg, Ovly Cold Plastic, 12 inch, Crosshatching, (color) Pavt Mrkg, Ovly Cold Plastic, inch, Crosswalk Pavt Mrkg, Ovly Cold Plastic, (legend) Pavt Mrkg, Ovly Cold Plastic, (symbol) Pay Unit Foot Foot Foot Foot Each Each Page 18 of23

20 APPLICATION SPECIAL PROVISION FOR OF OVERLY COLD PLATIC MARKINGS a. Description. Select an overlay cold plastic material from the Qualified Products List (QPL). If the overlay cold plastic selected is a "primerless patterned tape', application shall be as called for in this special provision. Furnish, install and provide a" performance warranty for the primerless patterned pavement marking tape. Prepare the pavement surface and apply the material in accordance with the manufacturer's specifications except, all markings shall be placed using the primer called for on the QPl. Apply material as called for in this Special Provision, the project plans, the applicable Standard Specifications for Construction, and as directed by the Engineer. b. Materials. Select an overlay cold plastic material from the Qualified Products List (QPL). If the overlay cold plastic selected is a 'primerless patterned tape' application shall be as called for in this provision. c. Construction. The manufacturer will provide all technical data specific to the application of the primerless tape to the Engineer prior to starting work. Provide details of the temperature limitations, surface preparation, road surface condition, seasonal adhesive requirements, road cleaning, application, tamping and opening of the road to traffic to the Engineer prior to starting the work. 1. Placement. Follow the manufacturer's recommendations, except use primer when placing markings. Premark the location of the stop bar, crosswalk, legends and symbols prior to placement. 2. Surface Preparation. Prior to applying any marking the surface has to be blown clean using an air compressor with at least 185 cfm air flow and 120 psi air pressure. Conduct removal and cleaning work so airborne dust and similar debris are minimized and do not cause a hazard to motor vehicle operation or a nuisance to adjacent property. On bituminous or Portland cement concrete surfaces, prevent damage to transverse and longitudinal joint sealers. 3. Road Surface Condition. The pavement surface must be clean and dry. Twenty-four hours of dry weather with no rain is required both before and after the markings are placed. 4. Warranty Performance Requirements. The contractor will provide a 60 day performance warranty for the markings installed under this specification. The tape will be warranted against failure due to poor adhesion to the pavement, shipping, tearing, cracking or discoloration. Marking damaged by snowplows will not be considered as failing. Markings not conforming to the requirements of this performance warranty will be replaced or repaired to" the satisfaction of the Department. All costs for the repair will be borne by the contractor. Page 19 of23

21 d. Measurement and Payment. The completed work as described will be measured and paid for at the contract unit price using the following contract items (pay items): Contract Item (Pay Item) Pavt Mrkg, Ovly Cold Plastic, inch, (color) Pavt Mrkg, Ovly Cold Plastic, inch, Stop Bar Pavt Mrkg, Ovly Cold Plastic, 12 inch, Crosshatching, (color) Pavt Mrkg, Ovly Cold Plastic, inch, Crosswalk Pavt Mrkg, Ovly Cold Plastic, (Legend) Pavt Mrkg, Ovly Cold Plastic, (Symbol) Pay Unit Foot Foot Foot Foot Each Each Page 20 of23

22 SPECIALPROVISION FOR RECESSINGPAVEMENTMARKINGS a. Description. This work shall be in conformance with Section 811 of the Standard Specification for Construction and the following provisions specified herein: b. Construction. The recessed markings shall be applied in accordance with manufacturer's installation instructions. All material configurations shall be in accordance with the current Michigan Manual on Uniform Traffic Control Devices and MOOT Pavement Marking Typicals.. Grooved Pavement: Concrete and Asphalt Road Surfaces. The grooves shall be made in a single pass dry cut using staked diamond cutting heads, and the equipment used shall be self-vacuuming and leave the cut groove ready for material installation. The equipment and method used for grooving shall be approved by the manufacturer of the recessed material. The bottom of the groove shall have a fine corduroy finish. If a coarse tooth pattern is present, the number of blades is to be increased and the spaces on the cutting head are to be decreased. The pavement marking material shall be placed in the grooves the same day as the cut is made. Grooves shall be clean and dry prior to placing any pavement marking material. On new surfaces where no permanent markings are present, paint temporary lines (with no beads) exactly where the permanent markings will be plaed. Use these lines as a template for the grooving operation. Groove Width: Groove Depth: Groove Position; Material width +1 inch, +/- 1/8 inch As recommended by the manufacturer, +/- 5 mils On the lane, 4 inches in from the joint line, +/- 1/8 inch Permanent Marking Material Application: Make sure the entire permanent marking is within the recessedarea. c. Measurement and Payment. The completed work as described will be paid for at the contract unit price for the following contract item (pay item): Contract Item (Pay Item) RecessingPavement Markings, 6 inch or less width RecessingPavement Markings, 12 inch or less width RecessingPavement Markings, 24 inch or less width Pay Unit Foot Foot Foot The item Recessing Pavement Markings will be paid for by the foot and includes all equipment and labor necessary to complete the work. All permanent pavement marking materials will be paid for as described in separate special provisions or as shown in the Standard Specifications for construction. Payment for the temporary paint lines (used as a template) is included in the item Recessing Pavement Markings. Page 21 of23

23 NOTICE TO BIDDERS All inquiries concerning the plans and bid for this project are to be directed to: Joe Pacella Traffic Department Macomb County Department of Roads 117 South Groesbeck Highway Mount Clemens, Michigan (586) (586) , fax j pacella ((i) rcmcweb.erg The above contact person is available Monday through Friday, 8:00 a.m. to 11:30 a.m. and 1:00 p.m. to 4:00 p.m. All inquiries shall be made by telephone, or fax. Inquiries made by fax or must include the following information: Bid Work Order Number Name of Inquiring Person Company Name Telephone Number, Fax Number and/or Address Detailed question(s) with reference to bid page and plan sheet number Other employees of the Macomb County Department of Roads have been instructed to direct all inquiries to the person mentioned above. Page 22 of23

24 SPECIAL PROVISIONS FOR MAINTAINING TRAFFIC CONSTRUCTION Influenced Area (CIA) The CIA boundaries shall include the area within the right-of-way and/or cross street within the limits of the construction signing. TRAFFIC RESTRICTIONS No work shall be performed or lane closures allowed during legal holidays as observed by the Macomb County Department of Roads. The contractor shall coordinate their work schedule around special events that take place in local communities in accordancewith the Engineer. The contractor shall be responsibleto contract the Macomb County Department of Roads to acquire specific dates and locations for these events and the events that are listed below or yet to be determined: Harper Cruise SterlingFest Gratiot Cruise Selfridge Air Show Romeo PeachFestival HarrisonTownship MichiganTriathlon If it becomes necessary for the contractor to perform installation activities in the middle of the intersection where it is impractical to place lane closures, police assistanceshall be obtained. It is intended that utilization of the local police agency be kept to a minimum from a time standpoint. Any correspondencethey my require will the responsibility of the Contractor. All traffic signals shall be fully operational before the Contractor leavesthe work site. TRAFFIC CONTROL DEVICES All traffic control devices shall conform to the current Michigan Manual on Uniform Traffic Control Devices (MMUTCD), 2011 edition as revised. All signs shall be 48 inches x 48 inches unless otherwise noted. All temporary signs shall be installed on portable supports. All signs shall have a minimum bottom height of seven (7) feet. Barricade spacing shall conform as indicated on the appropriate attached typical. Traffic cones, when called for, shall be clean and have a minimum height of 28 inches. Traffic cones will be paid for as part of "Minor Traf Devices". A Lighted Arrow, Type C, shall be used when closing a traffic lane. All work vehicles shall have at least one rotating beacon or strobe light mounted, so as to be visible from all directions. Page 23 of23

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

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

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

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

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

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

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

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

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

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-016 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

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

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

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 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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

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

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

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

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

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-012 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

More information

SEPTA Roadway Pavement Markings Specification

SEPTA Roadway Pavement Markings Specification PART 1 - GENERAL DESCRIPTION A. This work consists of furnishing and installing pavement markings on asphalt or concrete streets within SEPTA s 5 county operating territory. B. Section includes 1. Description.

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

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 Illinois Valley Community College District No. 513 (the College) is accepting sealed

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

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

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

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

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

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

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

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord

More information

TABLE OF CONTENTS E. FEES

TABLE OF CONTENTS E. FEES TOPIC TABLE OF CONTENTS A. INTRODUCTION ------------------------------------------------------------------------------------- 2 B. SCOPE ------------------------------------------------------------------------------------------------

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

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

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

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work Bid Request Package Content 1. Request for Quotes 2. Statement of Work 3. General Requirements

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

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70. TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation

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

County of Ingham. Invitation to Bid (ITB) Packet #85-18

County of Ingham. Invitation to Bid (ITB) Packet #85-18 County of Ingham Invitation to Bid (ITB) 2018 Countywide Waterborne Pavement Marking & Cold Plastic Common Text & Symbol Pavement Marking Program Sealed Bids Due: April 25, 2018 at 11:00 A.M. Sealed Bids

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

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

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

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

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

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

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

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

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND REQUEST FOR PROPOSAL (RFP) PW2017-12 CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND RFP Closing: July 10, 2017 at 11:00 a.m. RFP Opening: Immediately following the closing

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

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

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

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

City of St. Clair. Request for Proposals. (Lawn Maintenance Services) City of St. Clair Request for Proposals (Lawn Maintenance Services) SCOPE OF WORK The City of St. Clair (herein referred to as City ) is seeking to retain a contractor for general lawn maintenance services.

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

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

For Review Only Official Bid Packet available at Athens County Engineer's Office

For Review Only Official Bid Packet available at Athens County Engineer's Office ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens,

More information

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF

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

Macomb County Department of Roads

Macomb County Department of Roads Macomb County Department of Roads Request for Qualifications for ENGINEERING SERVICES: TRAFFIC SIGNAL OPERATIONS SERVICES The Macomb County Department of Roads (MCDR) is soliciting Qualification Statements

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 July 27, 2017 1. is seeking bids for Snow Removal of district facilities. 2. A Mandatory pre-bid meeting will

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

More information

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

BID DOCUMENTS FOR THERMAL IMAGING CAMERA BID DOCUMENTS FOR THERMAL IMAGING CAMERA CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 3, 2015 NOTICE TO BIDDERS THERMAL IMAGING CAMERA FOR THE CITY OF OWOSSO, MICHIGAN Bids will be

More information

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting

More information

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Town of South Bruce Peninsula. Tender PW Asphalt Paving Town of South Bruce Peninsula Tender PW 18-09 Asphalt Paving Town of South Bruce Peninsula Tender PW 18-09 Asphalt Paving The Town of South Bruce Peninsula is requesting tenders for the supply and placement

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HSP Station Building Roof Replacement NANCY RIDLEY City Manager JOHN ZANG Director Division of Public Works MALCOLM FOX Water Department Supervisor

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 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

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

MACOMB COUNTY DEPARTMENT OF ROADS

MACOMB COUNTY DEPARTMENT OF ROADS MACOMB COUNTY DEPARTMENT OF ROADS RFP#-11-02 Issue Date: March 10, 2011 DIRECTOR OF ROADS FINANCE DIRECTOR PURCHASING DIRECTOR Robert Hoepfner, P.E. Michelle M Mykytiak JoAnna K. Strizic Request for Proposal:

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

Landscaping and Mowing. City of Ranson, West Virginia

Landscaping and Mowing. City of Ranson, West Virginia Project Manual and Request for Proposals Landscaping and Mowing City of Ranson, West Virginia Mandatory Pre-Bid Meeting: Bids Close: January 7, 2016 @ 10:00 a.m. Ranson City Hall 312 S. Mildred Street

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

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process. City of Coralville Coralville Parks & Recreation Invitation to Bid Turf and Horticulture Contract The City of Coralville seeks qualified bidders for a maintenance contract related to contract mowing, tree,

More information

City of Bowling Green Department of Public Works

City of Bowling Green Department of Public Works City of Bowling Green Department of Public Works 1011 College Street P.O Box 430 Bowling Green, KY 42102-0430 Phone: 270-393-3628 Fax: 270-393-3050 TDD: 1-800-618-6056 Web Address: www.bgky.org Attention

More information

TENDER FOR THE TOWNSHIP OF SEVERN

TENDER FOR THE TOWNSHIP OF SEVERN TENDER FOR THE TOWNSHIP OF SEVERN Contract No. PW2017-1O 1 Page S Contract No. PW2017-1O The Corporation of the Township of Severn Tender Closing Date is February 17, 2017 at 10:00 a.m. Local Time Lowest

More information

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT BID DOCUMENTS FOR STRYKER POWER-PRO XT COT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 1, 2016 NOTICE TO BIDDERS STRYKER POWER-PRO XT COT FOR THE CITY OF OWOSSO, MICHIGAN Bids will

More information

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT BID DOCUMENTS FOR 2016-2017 ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 16, 2016 NOTICE TO BIDDERS 2016-2017 ACCU-TAB SL CAL HYPO

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

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213 November 21, 2018 Attention General Contractors: is hosting a NON-MANDATORY Pre-Bid Conference on Thursday, November 29, 2018, at 10:30 am. The District is inviting your company to attend this non-mandatory

More information

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018 1 EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018 1. Scope of Work To provide all labor and equipment necessary to perform tree work on specified trees

More information

REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT

REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT 2018-19 The City of Marshall is requesting proposals for treating cracks in Hot Mix Asphalt within the City of Marshall. RFP due date/ Public Opening:

More information

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties) BID NUMBER: AX 19-003 Invitation for Bid BID NAME: House Sale & Removal ISSUE DATE: August 26, 2018 LOCATION: University of Arkansas - Fort Smith (listed properties) BID OPENING DATE/TIME: September 25,

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

Request for Proposals Installation of Pavilions

Request for Proposals Installation of Pavilions Request for Proposals Installation of Pavilions The Jefferson County Parks and Recreation Commission is now accepting proposals for the installation of three (3) pavilions at James Hite Park located at

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

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