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

Similar documents
REQUEST FOR PROPOSAL SNOW / ICE REMOVAL BRIGHTON AREA SCHOOLS BRIGHTON, MICHIGAN 48116

REQUEST FOR PROPOSAL WASTE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

Sayreville Housing for Seniors Corporation Gillette Manor

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

Snow and Ice Maintenance Contract between Owner and Contractor

Ionia Public Schools

A CONTRACT GUIDE for SNOW PLOWING AND SANDING

CITY OF GIBRALTAR REQUEST FOR PROPOSALS

Application Requirements This Application will not be processed unless all required information is provided.

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid

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

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

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

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

INVITATION TO BID REGIONAL SCHOOL DISTRICT # NEW HAVEN ROAD PROSPECT, CONNECTICUT July 13, 2015 SEALED PROPOSAL WILL BE RECEIVED FOR

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

BERRIEN COUNTY ROAD DEPARTMENT

Purchasing Department 9/9/2015

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

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

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

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

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

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

BID NO Troy School District

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

City of Coralville Invitation to Quote Snow/Ice Removal and Parking Space Sweeping 5 th Street On Street Angle Parking

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

PROJECT Boiler System Replacement Technology Center

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

CONSTRUCTION CONTRACT EXAMPLE

INVITATION TO BID U Directional Boring Utility Department

SUBCONTRACT CONSTRUCTION AGREEMENT

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

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

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

INVITATION TO BID (ITB) MONTROSE COUNTY TOWING SERVICES

Alabama State Port Authority

Alabama State Port Authority

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE

TCL&P Facilities HVAC Improvements (specifications attached)

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

GUILFORD COUNTY SCHOOLS Invitation for Bids

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:

March 1, City of Painesville 2017 Grass Cutting and Trimming Proposal for Properties in Violation

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

St. George CCSD #258

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

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

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

SAFETY FIRST GRANT CONTRACT

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

Workstations and Monitors

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

BLOOMFIELD PARKING AUTHORITY ESSEX COUNTY, NEW JERSEY. Invitation to Bid. Snow Removal & Plowing Services

GAINESVILLE CITY SCHOOL SYSTEM

P R O P O S A L F O R M

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

REQUEST FOR SEALED BID PROPOSAL

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

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

Customer Propane Service Agreement

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

Request for Proposal Chromebook Carts. Sault Sainte Marie Area Public Schools

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Township of Lumberton

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Franklin Redevelopment and Housing Authority

INVITATION TO BID Retaining Wall

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

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

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

OGC-S Owner-Contractor Construction Agreement

REQUISITION & PROPOSAL

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR QUOTATION

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

Transcription:

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 take place at 9:00am Monday August 7, 2017, at which time questions will be answered. Meeting will take place at HCS Operations Department, 9525 E Highland Rd, Howell MI 48843 3. Sealed Proposals will be received no later than 9:00am Friday, August 11, 2017, at which time the proposals will be opened and recorded as received. 4. Description of the information and content required for your bid is attached. Please complete and add necessary information on additional sheets and return to: Director of Operations 9525 East Highland Rd Howell, MI 48843 5. Mark the return envelope: Snow and Ice Removal Bid 6. Bidders must complete the required attached Familial Disclosure Affidavit. 7. All responses must be printed and signed. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of Hartland Consolidated Schools. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. 8. The contract will be awarded to the responsible bidder whose proposal is within the competitive range and determined to be the most advantageous to the. Price, experience, references and other factors are considered. reserves the right to make

awards within sixty (60) days after the date of the bid opening during which period bids may not be withdrawn. 9. Bids over $23,126.00 must be accompanied by a certified check or Treasury listed bid bond, as listed in U.S Dept. of Treasury Circular 570, in minimum amount of 5% of bid amount. Please include this. Bids not received without this guaranty will not be read or considered. 10. No Performance Bonds will be needed on this project. 11. The Owner shall have the right to accept Mandatory and Voluntary alternates in any order of combination, unless otherwise specifically provided in the Bidding Documents. 12. The materials, products, and equipment described in the Bidding Document establish a standard of required function, appearance, and quality to be met by any proposed substitution. Substitutions shall be requested in writing no later than ten (10) days before bidding. Documents should include pictures of equipment. The burden of proof of merit of the proposed substitution rest solely on the proposer. If accepted, the substitution shall be included in an addendum and the decision by the Owner shall be final. 13. The Board of Education or its designee reserves the right to reject any or all bids, in part or in total, for any objective or subjective reason whatsoever. Late bids will not be opened. Please contact Matt Marino at 810-626-2185 if there are any questions. All Inclusive Services for Snow Removal A. Purpose The intent and purpose of this invitation for bids is to establish a term contract to provide snow removal services for, hereafter referred to as HCS. B. Scope The Contractor will be responsible for clearing snow and ice, and for distributing salt/ice-melt in all parking lots, loading docks and related drives on all School District Facilities. The Contractor shall be responsible for ALL parking lot loading docks and driveway areas as shown on Exhibit 2 (red sections). Below is a list of all district

buildings requiring snow removal and salting. Parking lot sizes are approximate and contractor is responsible for exact measurements 1. Hartland High School 10635 Dunham Rd. 2. Ore Creek Middle School 3250 N Hartland Rd 3. Creekside Elementary School 3480 East St. C. Scheduling

The Contractor shall ensure that all designated areas shall be completely plowed and cleared of snow/ice. All surfaces, including parking lots, driveways, etc. must be cleared of snow and have salt applied at least two (2) hours prior to the start time for each facility. Snow clearing and salt application must be completed by the times listed below. High School 6:00am Ore Creek Middle School 6:00am Elementary Schools 7:00am On non-school days the schedule for plowing and salting is to be coordinated with HCS Director of Operations so that snow removal and salting is completed 2 hours before any scheduled events. Should cancel school the contractor shall still be responsible for clearing snow. Contractor shall work with the Director of Operations to prioritize needs to allow access to buildings. In most cases ALL snow should be cleared by approximately 10:00am. Snow removal must be available at the Contractor's pricing 24 hours a day, 7 days a week, including holidays. The Contractor will have salt vehicles and services available for "on call" services, twenty-four (24) hours a day, seven (7) days a week, the Director of Operations may call for services. Response time to any facility is required in thirty (30) minutes. The Contractor shall be responsible for plowing snow from and applying salt/ice melt to the School District's facilities on all days, including weekends and days school is not in session, to accommodate use of those parking areas by the community. D. Specifications 1. The Contractor, prior to the first snowfall shall check all areas to note borders, hedges, and pipes. 2. The Contractor shall mark all permanent hazards including fire hydrants with a flag, if needed, to prevent hitting them after heavy snow. Hydrants shall not be covered over during removal process and must be cleared of snow so hydrants are accessible. 3. When snow drifting and snow continues to fall after the snow has been initially plowed/removed, Contractor may be required to clear the designated areas as needed to assure maximum safety for facility users.

4. Snow removal shall occur when one (1 ) inch or more of snow/sleet etc. accumulates on the ground surfaces, including parking lots, loading docks, driveways, etc. Snow removal shall occur as to maintain all surfaces, including parking lots, driveways, etc., in a "slip free" condition, to be cleared of snow and ice at all times. Owners reserves the right to request addition snow removal as needed. 5. Salting shall occur when ¼ of snow/sleet or freezing rain accumulates on the ground surfaces, including parking lots, loading docks, driveways, etc. Salting shall occur as to maintain all surfaces, including parking lots, loading docks, driveways, etc., in a "slip free" condition. Owner reserves the right to have the contractor salt at other times, including weekends or evenings. Owner reserves the right to postpone snow removal operations when weather, financial or other conditions necessitate a reduction of snow removal services. 6. Snow/sleet, must be removed from the ground surfaces (i.e., parking lots, loading docks, driveways, etc.) and placed in collection areas in a manner which does not create snow piles/mounds which may cause dangerous conditions at any facility. The Contractor shall provide loaders, dump trucks etc. to remove any excess snow accumulation. The Contractor shall not push snow into unauthorized areas, and if done, the Contractor, at its sole cost and expense, shall be required to remove snow from unauthorized areas. If Contractor damages School District property (e.g., grass, parking blocks, signs, etc.) it shall be repaired at Contractor's sole cost and expense to a condition as good as prior to such damage. Repairs shall be completed by May 1 st of that snow season. 7. The Contractor is required to check parking lots and driveways and salt as needed maintaining slip free pavement. Contractor shall remove any ice covered areas. The Contractor may be called back if the district Operations Director feels that areas are not slip free or areas were not cleared or maintained properly. The Contractor shall respond as outlined in section C. 8. The Contractor shall spread salt/ice melt only at spread rates approved by the School District. 9. All Snow Removal Services must be available at the Contractor's pricing between November 1 and April 30. 10. Under no circumstances shall the Contractor dump or store snow from other locations on School District property.

11. Non-approved Snow Removal Services will not be paid for. 12. The use of tobacco products is prohibited on school property at all times. 13. All work must be performed by the Contractor; Sub-contracting must be approved by the Director of Operations. 14. Clearing of snow and ice from sidewalks is not included in this contract. 15. The contractor shall monitor the districts building activities schedules, athletic schedule, Community Education events to insure safe conditions during ALL events. A weekly events schedule will be provided. Questions regarding events shall be directed to the Operations Department. 16. Contractor will push all snow to areas designated by the owner. If snow is pushed or plowed into inappropriate areas, the contractor will remove the snow at the contractor s expense. At the High School site all parking spaces should be free of snow or snow piles at all times. 17. Alternate #4 - Location of salt bin should be located within a 15 minutes drive time from district facilities. Contractor will be responsible for loading of district salting equipment when requested (Monday Sunday, Day or Night) E. Services/Equipment/Supplies Provided by Contractor 1. 100% of all labor, equipment, supplies and materials to provide the services described in this section are the responsibility of the Contractor. 2. Provide a list of ALL service vehicles that will be used to perform the snow removal and salting services for HCS. List them on the form labeled Exhibit 1 and return with sealed bid. F. Services/Equipment/Supplies provided by HCS HCS will NOT provide any labor, equipment, supplies or materials for the use of this Contractor. HCS will also not provide storage for supplies or equipment. G. Anticipated Work Load As needed from November 1 through April 30 of each year.

H. Basis of Pricing The School District is seeking price quotes for all Snow Removal Services, broken down into management and labor. This pricing shall be fixed for all three (3) years of the Term. The Contractor shall provide snow removal as outlined in this bid packet of all drives, loading docks and parking lots after one inch (1 ) of snow accumulation or more. The Contractor shall provide salting/de-icing of drives, loading docks and parking lots as outlined in this bid packet. (Alt. 2) The Contractor shall provide a per push for snow removal (Alt. 3) The Contractor shall provide a per salt charge. (Alt. 4) The Contractor shall provide pricing of bulk salt to be used by the district. I. Additional Specifications 1. Commercial General Liability Insurance: On an Occurrence Basis with limits of liability not less than $1,000,000 each occurrence, $3,000,000 aggregate, combined single limit, Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: A) Contractual Liability; B) Products and Completed Operations; C) Independent Contractor s Coverage; D) Broad Form General Liability Extensions or equivalent; E) Deletion of all Explosion, Collapse and Under group (XCU) Exclusions, if applicable. 2. Professional Liability Insurance (Errors & Omissions): Of $1,000,000 each occurrence and $3,000,000 annual. 3. Workers Compensation including Employer s Liability Coverage: Of $100,000 each accident, $1,000,000 annual aggregate, in accordance with all applicable Michigan law. 4. Motor Vehicle Liability: If Contractor, or its employees, will use motor vehicles to satisfy its responsibilities under this contract, then Contractor must have a minimum amount of $1,000,000 per occurrence combined single limit including coverage for hired or leased vehicles, and owned and non-owned vehicles with No-Fault coverage as required by law. If insurance coverage furnished by Contractor is on a claims made basis, the Contractor shall continue the coverage required under this contract for a minimum period of three years after the expiration or termination of this contract. 5. In addition, Contractor shall include the following as Additional Insured: including its elected and appointed officials, employees, and volunteers.

J. Contract Conditions 1. This contract is for snow removal for the following time period from November 1, through April 30, of each year the contract is in effect; expiring June 30, 2020. 2. This agreement shall be automatically renewed each fiscal year starting July 1 st and ending June 30 th for a period of three (3) years, starting with the date services commence hereunder. This agreement is terminated at the end of a three-year period ending June 30, 2020. 3. It is agreed by the parties hereto that in the event of an alleged breach of any provisions of this agreement the offended party shall, by written notice, give to the offending party thirty (30) days, commencing with the receipt of said notice to correct the alleged breach. In the event said breach is not so remedied within the thirty-day period, the offended party may in its discretion give written notice to the offending party at the end of an additional thirty-day period the offended party shall consider this agreement cancelled hereunder. In the event of termination, all amounts due and owing shall be adjusted to the effective date of the termination. 4. In the event the Contractor shall fail, neglect, or refuse to perform any and all services under this Contract, may perform such duties under the Contract and charge the Contractor, or deduct the amount from subsequent payments. In addition, Hartland Consolidated Schools reserves the right to "contract out" for failed services and charge the Contractor for the services rendered. 5. The Contractor shall indemnify and hold harmless HCS, its administrators and employees, or agents of the district, from and against all liability, claims, suits, damages, and/or loss and expenses, including but not limited to legal fees arising out of personal injury, loss of life, and/or damages to property, including HCS property, and from any penalty, fine or charge incurred for any violation or breach of any law, rule or regulation when any of the aforesaid injuries or damages are caused or occasioned by the acts, errors, omissions, or negligent acts of the Contractor, its employees or agents. 6. Payment will be processed within thirty (30) days of the receipt of the invoice, assuming no discrepancies exist, after approval of request for payment 7. All invoices will show details dates for when plowing, salting, and other work was completed.

8. Alternate #4 All invoicing shall be invoiced separately from parking lot plowing and salting.

BID PROPOSAL FORM SNOW / ICE REMOVAL MATERIALS Contractor s Company Name: Name: Signature: Title: Address: Phone #: (Work #) (Cell #) To furnish all labor, material, equipment necessary to provide the services required by the District Request for Proposal for Snow and Ice Removal Services per specifications contained in these bidding documents dated July 27, 2017 Facility Hartland High School Creekside Elementary Ore Creek Middle School Total Base Bid (per facility) (Pricing per year) Alt. # 2 (per push) Alt. # 3 (per salt) Alt. # 4 Bulk Salt (cost per ton) Location of salt bin should be located within a 15 minutes drive time from district facilities. Contractor will be responsible for loading of district salting equipment when requested.

SWORN AND NOTARIZED FAMILIAL DISCLOSURE STATEMENT Important: This disclosure statement must be included with your bid as required by state law (Public Act 232 of 2004). As required by Public Act 232 of 2004, all bids shall be accompanied by a sworn and notarized statement disclosing any familial relationship that exists between the owner or any employee of the bidder and any member of the Boards of Education, the Superintendent of Schools, or the Business Manager of the : The Board of Education shall not accept any bid that does not include this sworn and notarized disclosure statement The undersigned, owner or authorized officer of (the bidder), pursuant to the familial disclosure requirement provided in the attached invitation to bid, hereby represent and warrant, except as provided below, that no familial relationships exist between the owner(s) or any employee of the company, and any member of the Board of Education, the Superintendent of Schools, or the Business Manager of the school districts listed above. If such a relationship exists, please explain: BIDDER S FIRM NAME: BY (SIGNATURE): PRINTED NAME & TITLE: STATE OF MICHIGAN COUNTY OF Subscribe and sworn before me on this Day of, 20, a Notary Public In and for County, Notary Public My Commission expires

Exhibit 1 Snow / Ice Removal

Exhibit 1 Equipment List The following vehicles will be made available for snow plowing at. Make Model Year License Plate Number 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. (Please provide pictures)

Exhibit 2 Snow / Ice Removal

Snow Push Areas Creekside Elementary School 3480 East Street Hartland, MI 48353 Parking Lot Sidewalks GRBS (Snow blowers) HCS Utility

Snow Push Areas Hartland High School 10635 Dunham Road, Hartland, MI Parking Lot Sidewalks GRBS (Snow blowers) HCS Utility

Snow Push Areas Hartland High School 10635 Dunham Road, Hartland, MI Parking Lot Sidewalks GRBS (Snow blowers) HCS Utility

Snow Push Areas Ore Creek Middle School 3250 North Hartland Rd Hartland MI Parking Lot Sidewalks GRBS (Snow blowers) HCS Utility