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

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

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BERRIEN COUNTY ROAD COMMISSION

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

INVITATION PLEASE REFER TO BID NO TO BID

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

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

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

BERRIEN COUNTY ROAD COMMISSION

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

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

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 EUCLID AVENUE RECONSTRUCT PROJECT NO BENTON TOWNSHIP

ROAD COMMISSION FOR IONIA COUNTY

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

ROAD COMMISSION FOR IONIA COUNTY

BERRIEN COUNTY ROAD COMMISSION

BID TABULATION. Engineer's Estmated Opinion of Costs

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

City of Newnan, Georgia

ROAD COMMISSION FOR IONIA COUNTY

BERRIEN COUNTY ROAD COMMISSION

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

CONTRACT # LEONARD STREET at CRAHEN AVENUE Intersection Realignment

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

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

Mainelli Wagner & Associates, Inc.

ROAD COMMISSION FOR IONIA COUNTY

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

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

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

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

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

ROAD COMMISSION FOR IONIA COUNTY

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

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

INVITATION PLEASE REFER TO BID NO TO BID

PROPOSAL FOR 2017 MINERAL WELL BRINE

BERRIEN COUNTY ROAD DEPARTMENT

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

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

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

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

INVITATION PLEASE REFER TO BID NO TO BID

PROPOSAL FOR 2019 MINERAL WELL BRINE

NOTICE TO BIDDERS H.M.A. PAVING

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

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

GRAVEL RESURFACING OF ROADS

Invitation To Bid. for

PROPOSAL FOR 2017 ASPHALT EMULSIONS

ROAD COMMISSION FOR IONIA COUNTY

HCG PURCHASING CO-OP INVITATION TO BID

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

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

WHARTON COUNTY, TEXAS ROAD MATERIALS BID SPECIFICATIONS

CANTON COMMUNITY REQUEST FOR BOARD ACTION

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

PROPOSAL FOR STREET SWEEPING SERVICES

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT

Mainelli Wagner & Associates, Inc.

REQUEST FOR QUOTATION

ROAD COMMISSION FOR IONIA COUNTY

PART ONE BIDDING REQUIREMENTS

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

ROAD COMMISSION FOR IONIA COUNTY

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

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

INVITATION PLEASE REFER TO BID NO TO BID

BERRIEN COUNTY ROAD COMMISSION

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

INVITATION TO BID 285(Rev 7/94) PAGE :

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Town of South Bruce Peninsula. Tender PW Asphalt Paving

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

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

County of Ingham. Request for Proposals Packet # MDOT JN: A Marsh Road Bridge Emergency Repair Project

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

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

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

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

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

INVITATION TO BID 2017 ASPHALT PAVING

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

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

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS ER&R DIVISION HOT MIX ASPHALT FOR 2018

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Transcription:

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 at which time they will be publicly opened and read for the following: 0.75 Miles of HMA Paving, Cold Milling, and Traffic Control on US-31 between Washington Avenue and Central Avenue within the City Limits of Holland. Specifications and bidding blanks may be obtained at the Road Commission office at the above address. The bid document is available online at www.ottawacorc.com click on the Bids tab to view all current bidding opportunities, or by visiting OCRC offices. Each bid must be submitted on the form supplied by the Road Commission in a sealed envelope, plainly marked as to the ITEM being bid upon and the NAME OF THE BIDDER. The Commission reserves the right to reject any and all bids, and award the Contract in any manner to be of the best value to the County of Ottawa. If there are questions about the specifications or bid process, please call Ryan Kemppainen, Operations Superintendent, at (616) 850-7223. BOARD OF COUNTY ROAD COMMISSIONERS COUNTY OF OTTAWA Tom Elhart Chairman

INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink or typed. UNIT PRICES shall be entered in the "Unit Prices" column. Where a LUMP SUM bid is called for, it shall be entered only in the "Amounts" column. The unit prices as stated will govern in determining the correct total of the bid. If a unit price or lump sum bid already entered by the Bidder on the proposal form is to be altered, it shall be crossed out with ink, the new unit price or lump sum bid entered above or below it and initialed by the Bidder, also with ink. Proposals with any unit price or lump sum bid prepared with pencil or omitted will be rejected. Failure to fill in the extensions and the total may invalidate the Proposal. The Proposal shall be legally signed and the complete address of the bidder given thereon. BOARD OF COUNTY ROAD COMMISSIONERS COUNTY OF OTTAWA Proposal For 0.75 Miles of HMA Paving, Cold Milling, and Traffic Control on US-31 between Washington Avenue and Central Avenue within the City Limits of Holland. Sealed bids will be received at the Office of the Board of County Road Commissioners of Ottawa County, Rosy Mound Drive at US-31, Grand Haven, Michigan, until 10:00 A.M. Wednesday July 26, 2017.

TO: BOARD OF COUNTY ROAD COMMISSIONERS COUNTY OF OTTAWA GRAND HAVEN, MI 49417 Dear All: The undersigned has examined the plans, specifications and the location of the work described herein, and is fully informed as to the nature of the work and the conditions relating to its performance, and understands that 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 work, furnish all the materials except as otherwise specified herein; and, for the unit prices or lump sums named in the itemized bid to complete the work herein described in strict accordance with the plans therefore and in strict conformity with the requirements of the 2012 Standard Specifications of Construction of the Michigan Department of Transportation and such other special provisions and supplemental specifications as may be a part of this proposal. The undersigned further proposes to do such extra work as may be authorized by the Board of County Road Commissioners, prices for which are not included in the itemized bid. Compensation shall be made on the basis agreed upon before such extra work is begun. Signed: By: Address:

OTTAWA COUNTY BOARD OF COUNTY ROAD COMMISSIONERS INSURANCE PROVISIONS INSURANCE REQUIREMENTS Indemnification, Damage Liability and Insurance shall be in accordance with Section 107.10 of the Michigan Department of Transportation s 2012 Standard Specifications for Construction except that all references to the Department shall be changed to the Ottawa County Road Commission. Separate owners protective policy for this project with limits of $1,000,000.00 for each occurrence and $2,000,000.00 aggregate limits, shall be provided for the Ottawa County Road Commission and shall include the following insured: - The County of Ottawa - The Board of County Road Commissioners of the County of Ottawa - The Ottawa County Road Commission, its officials, agents and employees - The Michigan Department of Transportation, its officials, agents and employees

BASIS FOR PAYMENTS: SPECIAL INSTRUCTIONS TO BIDDERS This project requires three (3) or fewer progress payments and is not subject to the requirements of Act 524 P.A. 1980 commonly referred to as "The Retainage Act". Payments for work done under this contract are to be made each two (2) week period during construction on ninety percent (90%) of the estimated work completed. If two (2) payments have been made, the third and final payment will be made when the project is complete and accepted, including receipt of all final documents required for final payment. CONTRACTOR'S AFFIDAVITS & SURETY COMPANY RELEASE: The Contractor shall file with the Board of County Road Commissioners, as a condition precedent to final payment, an affidavit that all payrolls, material bills, and all other indebtedness incurred by him in connection with the work have been paid, releases from suppliers and subcontractors and also a statement of the bonding company's approval of payment and release from the surety company to make final payment. BASIS OF PROPOSAL: The Proposal is on a unit price basis. The total of the extensions of the unit price items will be used as a basis of comparison of bids for the award of the contract. When the proposal establishes a maximum price for any of the work items, and if you bid a price higher than that maximum price, your bid will be considered to have quoted the maximum price and your bid total will be adjusted to reflect that maximum price. You will forfeit your proposal guaranty 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. AWARD OF CONTRACT: Will be made or all proposals rejected within thirty (30) days after opening bids. SPECIFICATIONS: The proposed work shall be performed in accordance with the Supplemental Specifications attached hereto and with the Michigan Department of Transportation's 2012 Standard Specifications. Except that all material sampling and testing shall be performed by the Ottawa County Road Commission or it authorized representative.

SUPERVISION: Supervision of construction and necessary construction engineering will be performed by the Ottawa County Road Commission and the Michigan Department of Transportation. CONSTRUCTION PROGRAM AND PROGRESS SCHEDULE: Prior to the award of the Contract, the successful bidder will be required to submit an outline of his proposed order of work, and to indicate dates of completion of the major items of work. This outline, when approved by the Road Commission, will become a part of the Contract. Failure on the part of the contractor to carry out the provisions of the progress schedule, as established, may be considered sufficient to prevent bidding on future projects until a satisfactory rate of progress is again established. Liquidated damages shall be assessed at 0.2% of the total contract price per calendar day beyond the completion date. All work shall be completed by August 31, 2017. PROJECT DESCRIPTION Bridge Approach Improvements. This work consists of Cold Milling, HMA, Pavement Markings, and Traffic Control NON-DISCRIMINATION CLAUSE Neither the contractor nor his/her subcontractors shall discriminate against any employee or applicant for employment to be employed in the performance of this contract with respect to his/her hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment because of his/her race, color, religion, national origin or ancestry. Breach of this requirement may be regarded as a material breach of this contract. QUESTIONS Operations Superintendent Ryan Kemppainen is available for specific questions concerning this bid package at (616) 850-7223 or rkemppainen@ottawacorc.com.

IDENT NO. ITEM 5E3-1 HMA, 5E3 5E3-2 HMA, 5E3 * BOND COAT *FOR INFORMATION ONLY HMA APPLICATION ESTIMATE RATE LBS PER SYD PERFORMANCE GRADE 170 64-28 220 64-28 0.05-0.15 GAL REMARKS TOP COURSE AWI=260 MIN LEVELING COURSE 1570 FEET COLDMILL AND RESURFACE 1.5 INCH (APPLIES TO MAINLINE, LEFT AND RIGHT SHOULDERS) CENTRAL AVE US-31 WASHINGTON AVE W 40TH ST PROJECT LOCATION E 48TH ST LOCATION MAP CENTRAL AVE SB US-31 NB US-31 N RAM P TO W ASHINGTON AVE 2390 FEET COLDMILL AND RESURFACE 1.5 INCH (APPLIES TO MAINLINE, LEFT AND RIGHT SHOULDERS) EX 9' EX 12' EX 12' 5E3-2 5E3-1 MATCH EX MATCH EX NB / SB US-31 \ PROP LIMITS OF COLD MILLING (EST DEPTH 1.5") & HMA RESURFACE 9' 12' 12' EX & PROP CROWN POINT MATCH EX 5E3-1 5E3-2 EX VAR 3'-4' OR (SEE NOTE 1) MATCH EX 1. NOTES WHERE INSIDE SHOULDER IS GONE, TRENCH EXISTING SHOULDER AND USE ADDITIONAL HMA AS SPECIFIED IN TABLE. ENGINEER TO DETERMINE AND STAKE THESE AREAS PRIOR TO CONSTRUCTION. QUANTITIES THIS SHEET 18173 Syd Cold Milling HMA Surface 1555 Ton HMA, 5E3 1 LS Minor Traf Devices 1 LS Traffic Regulator Control 3960 Ft Pavt Mrkg, Waterborne, 6 inch, White 3960 Ft Pavt Mrkg, Waterborne, 6 inch, Yellow 3960 Ft Pavt Mrkg, Waterborne, 2nd Application, 6 inch, White 3960 Ft Pavt Mrkg, Waterborne, 2nd Application, 6 inch, Yellow 1584 Ft Pavt Mrkg, Waterborne, 4 inch, White 1584 Ft Pavt Mrkg, Waterborne, 2nd Application, 4 inch, White EX GROUND EX HMA SHOULDER OVER AGGREGATE BASE 2% EX HMA OVERLAY, EST 3" EX HMA SHOULDER OVER AGG BASE EX SUBBASE UNDERDRAIN, 4" EX CONC, 9" EX SUBBASE US-31 NORMAL SECTION US-31 NO. DATE FINAL ROW PLAN REVISIONS (SUBMITTAL DATE: ) AUTH DESCRIPTION NO. DATE AUTH DESCRIPTION Michigan Department of Transportation NO SCALE DATE: 6/2/17 DESIGN UNIT: FREDRICKSON CS: 03032 JN: REMOVAL AND CONSTRUCTION SHEET US-31 DRAWING SHEET SECT ROW 12 FILE: 03032.dgn TSC: MUSKEGON WASHINGTON AVE TO CENTRAL AVE 1

Schedule of Items (Itemized Bid Sheet) Letting Date: Contract ID: Location: Description: Friday, July 28, 2017 12:00 PM US-31-2017 US-31 between Washington Ave and Central Ave Mill and Fill on US-31 between Washington Ave and Central Ave Project Number: 31-2017 Project Engineer: Ryan Kemppainen, P.E. Estimate Number: 1 Date Created: 07/06/2017 Project Type: Miscellaneous Fed/State #: Location: US-31 between Washington Ave and Central Ave Fed Item: Control Section: Description: Instructions to Bidders: Mill and Fill on US-31 between Washington Ave and Central Ave IMPORTANT NOTICE: This Proposal shall be legibly prepared with ink or typed. UNIT PRICES shall be entered in the "Unit Prices" column. Where a LUMP SUM bid is called for, it shall be entered only in the "Amounts" column. The unit prices as stated will govern in determining the correct total of the bid. If a unit price or lump sum bid already entered by the Bidder on the proposal form is to be altered, it shall be crossed out with ink, the new unit price or lump sum bid entered above or below it and initialed by the Bidder, also with ink. Proposals with any unit price or lump sum bid prepared with pencil or omitted will be rejected. Failure to fill in the extensions and the total may invalidate the Proposal. The Proposal shall be legally signed and the complete address of the bidder given thereon. Contract # US-31-2017 (US-31 between Washington Ave and Central Ave) MERL: 5.3.2 Page 1 of 3 07/14/2017 2:39:10 PM

Pay Item Description Quantity Units Unit Price Bid Amount Dollars Cts Dollars Cts 3070200 Trenching 20 Sta 5010002 Cold Milling HMA Surface 18,173 Syd 5010057 HMA, 5E3 1,555 Ton 8110231 Pavt Mrkg, Waterborne, 4 inch, White 1,584 Ft 8110233 Pavt Mrkg, Waterborne, 6 inch, White 3,960 Ft 8110234 Pavt Mrkg, Waterborne, 6 inch, Yellow 3,960 Ft 8110251 Pavt Mrkg, Waterborne, 2nd Application, 4 inch, White 8110253 Pavt Mrkg, Waterborne, 2nd Application, 6 inch, White 8110254 Pavt Mrkg, Waterborne, 2nd Application, 6 inch, Yellow 8120030 Channelizing Device, 42 inch, Furn 1,584 Ft 3,960 Ft 3,960 Ft 100 Ea 8120031 Channelizing Device, 42 inch, Oper 100 Ea 8120140 Lighted Arrow, Type C, Furn 1 Ea 8120141 Lighted Arrow, Type C, Oper 1 Ea 8120170 Minor Traf Devices 1 LSUM 8120350 Sign, Type B, Temp, Prismatic, Furn 300 Sft 8120351 Sign, Type B, Temp, Prismatic, Oper 300 Sft 8120370 Traf Regulator Control 1 LSUM Contract # US-31-2017 (US-31 between Washington Ave and Central Ave) MERL: 5.3.2 Page 2 of 3 07/14/2017 2:39:10 PM

Pay Item Description Quantity Units Unit Price Bid Amount Dollars Cts Dollars Cts Total Bid: Contractor: (Signature) (Date) Contract # US-31-2017 (US-31 between Washington Ave and Central Ave) MERL: 5.3.2 Page 3 of 3 07/14/2017 2:39:10 PM