Notice to Bidders. Bid # : HMA PAVING #2

Similar documents
Notice to Bidders. Bid # : 22A/23A GRAVEL - COMPACTED IN PLACE

Notice to Bidders. Bids must be on forms supplied by KCRC and in sealed envelopes with the item and date of opening clearly marked.

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

: Roadside Mowing

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

NOTICE TO BIDDERS H.M.A. PAVING

ADDENDUM / REVISION (portion corrected in red line attached) TO REPLACE PREVIOUS REQUEST FOR PROPOSAL

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BERRIEN COUNTY ROAD COMMISSION

INVITATION PLEASE REFER TO BID NO TO BID

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

ROAD COMMISSION FOR IONIA COUNTY

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

BERRIEN COUNTY ROAD COMMISSION

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

PROPOSAL FOR STREET SWEEPING SERVICES

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

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

CALUMET COUNTY HIGHWAY DEPARTMENT

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

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

ROAD COMMISSION FOR IONIA COUNTY

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

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

BERRIEN COUNTY ROAD COMMISSION

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

BERRIEN COUNTY ROAD COMMISSION

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

GRAVEL RESURFACING OF ROADS

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

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

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

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

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

City of Newnan, Georgia

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

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.

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

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

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

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

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

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

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

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

HCG PURCHASING CO-OP INVITATION TO BID

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

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

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

RFP GENERAL TERMS AND CONDITIONS

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

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

BERRIEN COUNTY ROAD COMMISSION

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

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

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

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

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

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

Request for Proposal (RFP) : Engineering Services Sprinkle Road from Cork Street to Comstock Avenue & Storm Sewer Mapping on Sprinkle Road

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

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

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

mason county road commission

NON-MOTORIZED FACILITIES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

DEVELOPER EXTENSION AGREEMENT

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207

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

Black Hawk County Engineer

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

ROAD COMMISSION FOR IONIA COUNTY

City of Albany, New York Traffic Engineering

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

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

7/14/16. Hendry County Purchase Order Terms and Conditions

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

City of Loveland, Ohio

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

Transcription:

Notice to Bidders Sealed proposals will be received by the Kalamazoo County Road Commission (KCRC), at its offices at 3801 East Kilgore Road, Kalamazoo, Michigan 49001, until Wednesday, June 12, 2013 at 1:30 pm at which time they will be publicly opened and read for the following: Bid # 2013-18: HMA PAVING #2 Bids must be on forms supplied by KCRC and in sealed envelopes with the item and date of opening clearly marked. The KCRC reserves the right to reject any or all bids and to waive irregularities in any bid and to award the bids(s) they deem in the best interest of the KCRC. The bid document is available online at www.kalamazoocountyroads.com, click on the Purchasing tab to view all current bidding opportunities, or by visiting KCRC offices. Subscribe to our purchasing newsfeed, which is available on our website to receive automatic notice of bid opportunities. If there are questions about the specifications, please call Travis Bartholomew, Operations Director, at (269) 381-3170, ext. 240. If there are questions about the bid process, please call Ann Simmons, Finance Director, at (269) 381-3170 ext. 201. Kalamazoo County Road Commission, Ann Simmons Finance Director

INSTRUCTIONS TO BIDDERS This proposal shall be legibly prepared in ink or typed on the bid/rfp form furnished. Bid or proposal prices must have specific dollar values unless otherwise requested on the bid document. Any bid or proposal not stated in dollar value will be disqualified as non-responsive. If any price already entered by the vendor is to be altered, it shall be crossed out with ink, the new price entered above it with ink and initialed by the vendor, also in ink. Proposals or bids prepared with pencil will be rejected. All proposals must be submitted in enclosed sealed envelopes bearing the name of the vendor and a notation in the lower left corner indicating item for which the bid or proposal is submitted. Bids or proposals must be received in the business office by the time specified on the cover documents. Invoices will be processed for payment within thirty (30) days after receipt and authorization of invoice. SEE TERMS & CONDITIONS Cash discounts, if any, shall be based on a period of 30 days or more after the delivery of the purchase item or service, following invoice delivery. Lesser periods will not be considered in the awarding. Material Safety Data Sheets (MSDS) must be submitted with any bid or quote for a product or service that requires the use of a product that must have a MSDS. MSDS are kept on file at the KCRC, and Contractors can review for material housed or used by the KCRC. Compliance with Federal Civil Rights Act of 1964 The parties hereto agree, when applicable, that they will comply with the Federal Civil Rights Act of 1964, the Federal, State and Local Fiscal Assistance Act of 1972, and all rules and regulations issued there under, as well as the applicable portions of the Elliott-Larsen Civil Rights Act and the Michigan Handicappers' Civil Rights Act being Article 2, Act No. 220, Public Acts of 1976, as amended. Specifically, contractors and subcontractors are required not to discriminate against any employee or applicant for employment with respect to such person's hire, tenure, terms, conditions or privileges or employment or any matter directly or indirectly related to employment because of such person's race, color, religion, national origin, ancestry, age or sex or protected classes as defined by law. Breach of this covenant may be regarded as a material break of the contract or purchasing agreement and may be processed as provided under the State of Michigan laws. The Kalamazoo County Road Commission in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of gender, disability, race, color, or national origin in consideration for an award.

SPECIFICATIONS Bid # 2013-18: HMA PAVING #2 BIDDING SPECIFICATIONS Unless otherwise noted, all work called for in these specifications shall be done in accordance with the current MDOT Standard Specifications for Construction prepared by the Michigan Department of Transportation (MDOT), and with MDOT s compiled Supplemental Specifications and Standard Plans unless otherwise so noted. The MDOT Standard Specifications for Construction and Supplemental Specifications shall be the specifications for the County. Where the Department, Commission, Road Commission, or KCRC is referred to, the substitution of the County Road Commission of Kalamazoo County shall be assumed. The above-mentioned specifications shall be modified as follows. DESCRIPTION OF WORK Work will consist of cold milling HMA surfaces, HMA paving, HMA wedging, and placement of gravel shoulders. G AVENUE - Place temporary soil erosion and sedimentation control features. The contractor will rubblize the existing concrete pavement. The contractor will then pulverize the existing HMA shoulder. Place 18 culvert as directed by Engineer. 1 inch of MDOT 23A shall be placed on the prepared roadway. Place embankment on the side slopes as specified. Trench shoulders at horizontal curve. HMA paving and wedging will be from station 0+15 to station 31+56. Place topsoil, seed and straw mulch blanket. PROGRESS SCHEDULE The bid prices upon award of the contract shall remain firm until the contract is fulfilled. HMA wedging projects must be completed prior to July 10, 2013 and the remaining projects shall be complete prior to August 20, 2013. Work shall commence within (5) days after receiving notification by the KCRC upon award of the contract, or as soon after as it is reasonably possible to begin. At the request of KCRC shall be complete prior to August 20, 2013. Work shall commence within (5) days after receiving notification by the KCRC upon award of the contract, or as soon after as it is reasonably possible to begin. At the request of the KCRC after the award of the contract, the successful bidder will be required to submit an outline of the proposed order of work and must indicate dates for completion of major items of work. G Avenue shall be rubblized, compacted and paved within a 3 week time period. HMA surfacing must begin within 7 calendar days from the start of rubblizing of the concrete pavement. The road must be open to traffic within 10 calendar days of the start of HMA surfacing. NOTICE OF BEGINNING OR RESUMING WORK The KCRC must be notified 3 full working days prior to beginning or resuming any and all phases of this contract. The contact person from the KCRC will be Jim Beaudoin, Project Superintendent. Failure to give notice may be sufficient reason for non-payment of work completed.

TRAFFIC CONTROL SIGNS AND DEVICES The contractor shall furnish road construction signs and all other traffic control devices as so needed for any and all phases of this contract. The contractor shall erect and maintain all of the signs and devices as so needed. All signs, lights, cones, barricades, target arrows, etc. shall conform to the 2011 Michigan Manual of Uniform Traffic Control Devices. Traffic control signs and any other device as so needed shall be incidental to the construction and will not be paid for separately, unless otherwise noted. Bidders are hereby notified that Traffic Control will be strictly enforced. Non-compliance with these specifications and or requests by the KCRC staff will be justification for stoppage of work. Upon request the Road Commission s Traffic Services Department will furnish a plan for placement of traffic control devices. The contractor shall obtain approval of the Road Commission before removal of any traffic control devices. HOT MIXED ASPHALT MIXTURES All HMA Paving under this contract shall be constructed using HMA Mixes No. 13A Modified, and 36A Modified as specified in these biding specifications. Recycled material will be permitted in the HMA mixes in accordance with the KCRC s Provision for Recycled HMA Mixtures, which is included within these specifications. Recycled asphalt pavement (RAP) is limited to 25% in the top course (Tier 1) in HMA 13A Mod and 36A Mod. No adjustment to the liquid asphalt performance grade will be permitted. Sufficient tested and approved aggregate for one days mix production will be stockpiled. KCRC HMA Specifications shall be used where HMA Mix. No. 13A Modified is specified. The contractor must submit a project mix design for each HMA mixes being used. The mix design must be prepared by an approved agency or by personnel certified to develop mix designs. The contractor shall submit project mix designs no later than 7 days prior to beginning paving. The approved mix design must be in the KCRC files prior to the mix being used. The contractor must also submit a material certification or proof of purchase of the asphalt binder used in all HMA mixes. COST PENALTY FOR DEFICIENT ASPHALT BINDER IN HOT MIXED ASPHALT MIXTURES. A private materials testing consultant will collect and test HMA samples for each project. The testing frequency will be administered as shown in Table 1. Table 1 will apply to each individual mix separately. Laboratory tests will be conducted to determine asphalt binder content and particle content. The test result will be compared with the project mix design for each mix type. For individual tests exceeding the tolerance of Table 2, a penalty of $1.00 per ton for each 0.1% over or below the tolerance allowed for binder content, or $1.00 per ton for each 1% over or below the tolerances allowed for the various particle contents will apply. The penalty will apply to the sample representative tonnage and have a maximum of one penalty per 500 tons. For other deficiencies for HMA Mixtures used under this contract will be administered as per the current MDOT Standard Specifications for Construction. Table 1. HMA Sample Frequency for Content Testing Tons of HMA Samples <250 0 250-500 1

>500 1 every 500 tons Table 2. Tolerance Limits for HMA Mixtures Parameter Range Binder Content ± 0.50 % Passing #8 and Larger Sieves ± 9.0 % Passing #30 #100 Sieves ± 9.0 % Passing #200 Sieve ± 3.0 If the contractor requests to perform additional testing (such as coring to confirm the test results) they may do so at their own expense. The contractor must submit a written request for any additional testing. HMA BOND COAT The bond coat shall be SS-1h. The rate of application shall be 0.05-0.10 gallons per square yard to achieve complete coverage. This item will not be paid for separately, but will be considered as having been included in the contract unit price bid for HMA overlay paving. TEMPORARY PAVEMENT MARKING (Type NR) All HMA paving projects, which are a part of this contract, unless otherwise noted, will require temporary pavement markings. The pavement marking material shall be in accordance with 2012 MDOT Standard Specifications Sec. 812.03 and Sec. 922. The markings shall be yellow tape and in accordance with the current edition of the MMUTCD and shall consist of a 4 long strip placed at 50 intervals. The KCRC s supervisor/project engineer will determine if temporary pavement markings are required. This item will not be paid for separately but will be considered as having been included in the contract unit price for HMA paving. The G Avenue work will require this item to open the road to traffic. 250 of temporary pavement marking, yellow is estimated for G Avenue. RUBBLIZING PORTLAND CEMENT CONCRETE PAVEMENT (G AVENUE) The work described under this section consists of preparing, shattering, compacting reinforced or nonreinforced Portland Cement Concrete (PCC) pavement where indicated in the attached bidding proposal. Rubblize in accordance with 2012 MDOT Standard Specification Section 304 with the following exceptions: Acceptance Criteria. 1. PCC pavement must be shattered to full-depth. 2. Non-reinforced PCC pavement will be reduced to unbound particles with a nominal particle size from 2 to 6 inches with an occasional particle that has a nominal size of less than 10 inches. 3. If particles are identified that exceed the size limitation then they will be broken individually by the Contractor.

Upon acceptance of an area of rubblizing (particle size), the Contractor will compact the rubblized surface to ensure that all particles are seated. Then place a 1 inch layer of 23A gravel over the rubblized surface, paid for as 23A Gravel. Work performed will be paid for by the following contract items: Pavt, Rubblize - Square Yard; Saw Cut, Rubblize - Foot The KCRC inspector shall inspect the rubblized surface. Additional aggregate may be needed and shall be paid for as 23A Gravel - cyd, by the as bid price. HMA BASE CRUSHING AND SHAPING The work described under this section consists of constructing new aggregate base from existing flexible pavement where indicated in the attached bidding proposal under the pay item Pulverize Existing HMA paid by the square yard. Work to be performed in accordance with 2012 MDOT Standard Specification Section 305. HMA Shoulders will be pulverized to a depth of 10 inches on G Avenue. EMBANKMENT (G AVENUE) Place embankment material on existing slope areas as directed by the engineer at approximately station 5+50 to 7+50, Station 13+50 to 14+00, and Station 17+50 to 19+50. The existing slope is approximately 1:2 and the proposed slope is 1:3. Estimated quantity is 450 cyd. COLD MILLING HOT MIXED ASPHALT SURFACES The work described under the section consists of removing the HMA surface to the depth, width, grade, and cross section as indicated in the attached bidding proposal. Cold mill HMA surfaces in accordance with the 2012 MDOT Standard Specifications Sec. 501.03.05. Cold milling areas will be marked by the KCRC inspector prior to commencement of the project. Curb Profile Cold milling HMA surfaces along a curb line shall be based on a wedge area and depth of 1 ¾ at the curb edge extending a minimum 7 to 0. Dimensions for Cold Milling HMA Surfaces for Butt Joints shall be 1 ¾ depth at the match line extending 30 to 0. Depth of milling is stated within the attached bidding proposal. Depths may vary +/-1 depending upon existing pavement irregularities. The item, Cold Milling, will be paid for by the as bid price, for the respective project, per square yard measurement. Additional cold milling may be needed below the originally milled surface to remove unsuitable base HMA material. The depth of the additional cold milling will be 2.5 below the previously milled surface. The additional cold milling areas will be marked out by the engineer upon review of the base HMA after the original cold milling. The minimum size of these additional cold milling areas will be 15 by 15. The item, Cold Milling Additional Depth Repairs, will be paid for by the as bid price, for the respective project, per square yard measurement.

HOT MIXED ASPHALT CONSTRUCTION PRACTICES The work described under this section consists of preparing the existing pavement and constructing of new HMA pavements, shoulders and approaches. All work under this section shall be completed as documented in Section 501 of the 2012 MDOT Standard Specifications for Constructions unless otherwise so noted. All work completed under this section which is not a bid item will not be paid for separately and will be considered as having been included in the contract unit price bid for HMA paving. Monument boxes and water shutoff boxes in the existing pavement shall be adjusted to the proper elevation by placing an approved cast iron ring to support the cover at the correct height or by removing enough of the adjacent pavement, curb or curb & gutter to remove or adjust the casting, raising it and supporting it to proper grade. The adjacent pavement, curb or curb & gutter shall be replaced to the original condition and type of construction. Adjusting rings needed for monument boxes may be obtained from the KCRC. The adjustments are considered included in the HMA item price. For projects where it is necessary to have project preparation completed prior to any paving activity; it is strongly recommended that the contractor work closely with the KCRC maintenance department to coordinate this work so that it will not delay the schedule of the contractors work. Final minor grade work that may be needed at time of paving shall be accomplished by the contractor and will not be paid for separately. WEDGE PAVING PROJECTS HMA Mixture 36A Modified shall be used for all wedge paving locations. Quantities shown on the bidding proposal were derived from the KCRC maintenance departments experience on similar road conditions of previous paving projects. The paving contractor will operate under the direction of a maintenance department inspector. The inspector in cooperation with the contractor s superintendent will control yield in a manner that will obtain an optimum finished section and will remain in reasonable close acceptable proximity to planned quantities. In some instances, this will involve dragging stone with one side of the paver screed and at the same time that 3 or more inches of material may be placed at the other end of the paver screed. Proper HMA bond coating ahead of the wedge paving operation is required and is of particular importance. The item, 36A HMA Wedging, will be paid for by the as bid price, within the respective project, for 36A HMA Wedging per placed ton. HAND PATCHING HMA Mixture 13A Modified shall be used for all hand patching locations. Quantities shown on the bidding proposal were derived from the KCRC maintenance departments experience on similar road conditions of previous paving projects. The paving contractor will operate under the direction of a maintenance department inspector. The inspector in cooperation with the contractor s superintendent will mark out areas where hand patching is needed. These locations will be in the additional depth cold milling areas. Proper HMA bond coating ahead of the wedge paving operation is required and is of particular importance. Compaction must be performed by typical roller methods.

The item, Hand Patching, will be paid for by the as bid price, within the respective project, per placed ton. ADJUSTING DRAINAGE STRUCTURE COVERS AND OTHER MANHOLE COVERS Drainage structure covers and other manhole covers in the existing surfaces shall be adjusted as specified under Adjusting Drainage Structure Covers, in Section 403.03 C of the 2012 MDOT Standard Specifications for Construction. With the exception being a Mechanical Metal Ring Adjustor will not be allowed. Drainage structure and manhole covers must be held firmly in place with a full bed of concrete which has been placed flushed with the existing pavement prior to top course paving. Utility manhole covers are expected to be adjusted by the appropriate utility company; however this does not relieve the contractor of the responsibility to verify that all adjusting is complete before paving begins, or his responsibility to work with the utility company to complete the adjusting. It is the contractors responsibility to contact the appropriate utility company concerning manhole cover adjustments. Manholes are to be removed prior to KCRC placing surface gravel, where applicable. The item, Sanitary/Storm Sewer Manhole Adjustments, will be paid for by the as bid price, within the respective project, per each cover. MOVING MAILBOXES The contractor shall remove mailboxes, where necessary to obtain the full width of the proposed roadway. Mailboxes shall be reinstalled as soon as possible after the construction is complete for each particular project. Removing and reinstalling mailboxes shall be included in the contract unit price bid for the HMA mixture being used. TRENCHING (G AVENUE) G Avenue shall be widened approximately 2 each side. Trenching will be required, approximately 3 stations in length at a depth of 6 inches, along the existing G Avenue shoulder at the horizontal curve (Sta 28+00 to Sta 31+00). Trenching shall be paid for by the Trenching item measured in Stations per side. TRAFFIC CONTROL (G AVENUE) G Avenue through traffic will be detoured. Local traffic on G Avenue must be maintained. The detour route will be south on 37 th Street, to east on M-96, to G Avenue. The contractor must request a sketch from the KCRC Traffic Department prior to setting the detour.

EROSION CONTROL, STRAW WATTLE (G AVENUE) SPECIAL PROVISION FOR Erosion Control, Straw Wattle 12/17/12 Description This work shall consist of furnishing and installing straw wattles on slopes at locations as directed by the Engineer according to the Standard Specifications for Construction and this Special Provision. Materials Straw wattles shall be manufactured from 100% weed seed free agricultural straw wrapped in a tight tubular biodegradable or photodegradable netting which is knotted at both ends. The wattles shall be 12 inches in diameter and have a minimum density of 3.8 pounds/cubic foot. The length of rolls shall be sized based on the intended use and manufacturer s recommendations but generally in the range of 10 to 20 feet long. The netting shall degrade by ultra violet light within 18 to 24 months. The netting shall meet the following physical properties: Property Material Weight Hole size Tensile Strength Configuration Functional Life Requirement Natural, biodegradable material 0.35 ounce/foot 0.5 inch X 0.5 inch nominal 40 pounds/foot ly encased 12 months, minimum Wooden stakes shall be nominal ¾ inch by ¾ inch by a minimum 36 inches long. Construction The straw wattles shall be installed in accordance with the manufacturer s installation guidelines as detailed herein. Install wattles in a two inch trench constructed along the contour perpendicular to the slope. Turn ends of the wattles up to prevent release of water around the end. Secure wattles to the slope with wooded stakes as described above. Drive stakes through the center of the wattle and into the ground a minimum of 24 inches with less than two inches protruding above the wattle. A stake shall be placed within two feet of the end of the wattle. Transitions from one wattle to the next shall be by abutting or overlapping a minimum of 6 inches. If wattles are abutted together, fasten ends together with heavy organic twine. Wattles shall stay in place until broken and left in place or removed as directed by the Engineer.

Measurement and Payment The completed work as described shall be paid for at the contract unit price for the following contract item (pay item): Contract Item (Pay Item) Pay Unit Erosion Control, Straw Wattle... Foot Payment for Erosion Control, Straw Wattle shall include all labor, equipment, and materials necessary to complete the work as described including removal and disposal of the wattles as directed by the Engineer. No credit for overlapping splices will be made. MONUMENT BOX (G AVENUE) The Contractor will coordinate with the KCRC surveyor consultant to preserve all section corners. The contractor must use hand tools to prepare the roadway around the section corners for surfacing. The KCRC surveyor will witness the section corner. The contractor will place a new monument box to the elevation of the new HMA surface. NATIVE SEEDING (G AVENUE) Description: This work shall be done in accordance with the requirements of Section 816 of the 2012 Michigan Department of Transportation Standard Specifications for Construction and as specified herein. This item shall include preparing all areas designated for Native Seeding, Roadside Mix and furnishing and placing topsoil, compost, seeding mix and mulch as shown on the plans and as directed by the engineer. Materials: Materials shall meet the requirements of Sections 816 and 917 of the 2012 Michigan Department of Transportation Standard Specifications for Construction and as specified herein. The topsoil shall be placed at a depth of 4 inches measured in place and the compost shall be placed at a depth of ¼ measured in place. Mulch shall be placed per Section 816.03.E of the 2012 Michigan Department of Transportation Standard Specifications for Construction. The seeding mix shall be placed at the rates shown in the following table. Roadside Seed Mix Botanical Name Common Name Ounces/Acre Sorgastrum nutans Indian Grass 12 Andropogon scoparius Little bluestem grass 48 Aquilegia Canadensis Wild columbine 1 Asclepias tuberose Butterfly Milkweed 3 Aster laevis Smooth blue aster 1 Aster novae-angliae New England aster 1 Avena sativa Seed Oats 250 Bouteloua curtipendula Side-oats grama 25 Broeopsis lanceolata Sand coreopsis 6 Echinacea pallida Purple coneflower 4 Elymus Canadensis Canada wild rye 16 Koeleria cristata June grass 2 Liatris aspera Rough blazing star 4 Lolium multiflorum Annual Rye 80 Lupinus perennis Wild Lupine 2 Monarda fistulosa Wild bergamot 4 Panicum virgatum Switch grass 8

Ratibida pinnata Yellow coneflower 6 Rudbeckia hirta Black-eyed susan 8 Solidago rigida Stiff goldenrod 1 Sporobolus heterolepis Prairie dropseed 8 Tradescantia ohiensis Common spiderwort 2 Vernonia gigantean Smooth Tail ironweed 2 Veronicastrum virginicum Culver s root 1 Construction: No installation of seeding shall occur until the Contractor has submitted a written placement plan to the Engineer. This plan will include limits of placement and a certification from the seed supplier that indicates the individual seed species and weights used in the mix meet the requirements shown above. Seeding must be performed in consideration of weather conditions. Extreme conditions may delay installation, and such delay may be requested by the Contractor. In the absence of extreme weather conditions, the Contractor shall complete the Native Seeding, Roadside Mix within 5 days of preparation of the roadside slopes. The Contractor shall insure that the site is not left bare for any extended period. Prepare the topsoil by raking. Broadcast compost ¼ inch over the prepared topsoil. Lightly rake the compost surface to mix the soil. Broadcast the seed mix then cover with straw mulch. Straw mulch will be applied at a rate of 2 tons per acre. Seed shall be installed prior to placing mulch. Topsoil and seeding are to be performed by the Michigan Department of Transportation s Standard Specification for Construction, Wildflower Planting Guidelines, and comply with the Natural Resources Environmental Protection Act, Part 91 of PA 451 of 1994, as amended. Measurement and Payment: The completed work as measured for Native Seeding, Roadside Mix will be paid for at the contract unit price for the following contract pay item and includes all material, equipment and labor to the complete this item. Contract Item (Pay Item) Native Seeding, Roadside Mix Pay Unit Square Yard CONSTRUCTING GRAVEL SHOULDERS AND APPROACHES Constructing gravel shoulders and approaches shall be placed in accordance with the 2012 MDOT Standard Specifications for Construction. MDOT 23A Dense Graded Aggregate shall be used for constructing gravel shoulders and approaches unless otherwise noted. G Avenue shoulders shall be placed to a 5.5 inch depth as a blend of 50% MDOT 23A and 50% MDOT 4AA crushed stone. The mixture must be uniform. The estimated bid quantities are based on previous work experience and represent the average quantities used on various projects completed by the KCRC maintenance department. All gravel shoulder construction shall be done in accordance to Sec. 307 of the 2012 MDOT Standard Specifications for Construction. Particular attention is called to Sec. 307.03, which refers to placing and compacting of aggregate surfaces, which will apply to constructing both gravel shoulders and approaches. The width of the constructed gravel shoulder shall be as wide as indicated in the attached Bidding Proposal.

Constructing gravel shoulders shall include extending existing gravel driveways, gravel roadways, and mailbox approaches adequately to ensure an acceptable transition, and as approved by the inspector. Constructing gravel shoulders and approaches shall commence as soon after a street has been overlaid, as is reasonably possible and not until the KCRC maintenance department has given permission. Newly constructed HMA pavement that is damaged during the constructing of gravel shoulders must be repaired by the contractor at his full expense, and to the approval of the KCRC maintenance department. On projects that require constructing shoulders and approaches, ten percent (10 %) of the total project bid price will be withheld from payment until the project has been accepted as completed by the KCRC. Weight tickets shall accompany all loads that are delivered to the job site. Payment of the material, including all necessary hauling of the material, for construction of Aggregate Shoulders and Approaches will be paid for by the as bid price, for the respective project, for 23A Shoulder Gravel, per ton. Payment for placement, including all labor and equipment necessary to place, grade and compact the shoulder and approach aggregate will be paid for by the as bid price, for the respective project, for Placement of Gravel Shoulder, per station (100 feet), each side of the roadway will be measured separately. COMPETENCY OF BIDDERS Bidders must be MDOT pre-qualified for items of work on which they are bidding. A bidder s net prequalification must be equal to or greater than required for the proposed contract. Contractors may subcontract other pre-qualified contractors for items of work for which they are not pre-qualified. Perspective bidders may be asked to submit an equipment statement, identifying specifications of all equipment that may be used on the project that is being bid. The County Engineer may reject the bid at his discretion, based on unqualified equipment. LIABILITY INSURANCE See Appendix A. CHANGES It may be necessary to reduce a part of some paving locations, prices as bid will remain the same if project size becomes lesser than bid. The contractor will not be required to move back to a project without a price adjustment in the event that a township or the KCRC decides to extend a contract after the contractor has moved from the site. If a price adjustment is requested it must be submitted in writing to the KCRC Project Superintendent. If it becomes necessary to delete a project from this bid, the contractor will not be allowed to adjust prices of other projects to compensate for the loss from the deleted project.

RETAINAGE (G AVENUE) 2% of all work items will be retained. The contractor will attend a final inspection in April 2014. Retainage will be paid upon completion of any punch-list items. FINAL ACCEPTANCE AND PAYMENT The contractor may be required to show proof of payment of bills for labor, supplies and contractual services before final payment.

KALAMAZOO COUNTY ROAD COMMISSION HMA SPECIFICATION MASTER GRADATION HMA Mixture No. 13A Modified, No. 36A Modified, and Ultra-Thin HMA Overlay HMA Mix No 13A Mod HMA Mix No 36A Mod Ultra-Thin HMA Overlay Sieve Size % Passing % Passing % Passing 1 ½ 1 ¾ 100 ½ 75 90 100 100 3/8 60 85 92-100 99-100 No 4 45 75 65-90 75-95 No 8 30 65 55-75 55-75 No 16 20 50 No 30 15 40 25-45 25-45 No 50 10 25 No 100 5 15 No 200 3 6 3-10 3-8 % asphalt binder 5.7 6.3 6.0 9.0 6.0 9.0 % Crush 80 60 95 VMA, Min, % 14.5 15.0 15.5 Air Voids Target 3.3 3.5 4.5 Fines / A.C. (1) 1.2 1.2 1.4 Angularity Index, Min 2.5 3.0 4.0 Flow 0.01 8 16 8-16 8-16 L.A. Abraison, Max., % (2) 40 40 35 Soft Particle, Max., % (3) 8.0 8.0 8.0 Sand Ratio (Max) (4) 50 50 Stability, Min. 900 900 1200 Asphalt Binder (5) PG 64 28 PG 64 28 PG 64 28 1. The fine aggregate angularity of the blended aggregates, determined by MTM 118, must meet the minimum requirement. In mixtures containing RAP, the required minimum fine aggregate angularity must be met by the virgin material. NAA Fine Aggregate Angularity shall be reported for information only and must include the fine material contributed by RAP if present in the mixture. 2. Los Angeles Abrasion Maximum loss must be met for the composite mixture, however, each individual aggregate must be less than 50.

3. The sum of the Shale, Siltstone, Structurally Weak, and Clay-Ironstone particles shall not exceed 8.0 percent for aggregates used in the top course. The sum of the Shale, Siltstone, Structurally Weak and Clay- Ironstone particles shall not exceed 12.0 percent for aggregates used in the leveling courses. 4. Sand Ratio for 13A Modified, 13A Polymer Modified, and 36A no more than 50% of the material passing the No. 4 sieve is allowed to pass the No. 30 sieve. 5. Maximum tier 1 RAP allowed in the HMA is 25 % with no binder grade adjustment in HMA Mixes 13A Mod, 36A Mod, and Ultra-Thin HMA Overlay. RECYCLED HOT MIXED ASPHALT MIXTURE Add the following Subsection to Section 501.02A of the standard specifications. c. Reclaimed Asphalt Pavement (RAP) Percentages and Binder Grade Selection. The Method for determining the binder grade in hot mix asphalt (HMA) mixtures incorporating RAP is divided into two categories designated Tier 1 and 2. Each tier has a range of percentages that represent the contribution of the RAP binder toward the binder, by weight. Tier 1 (0% to 25% RAP binder by weight of the total binder in the mixture) No binder grade adjustment is made to compensate for the stiffness of the asphalt binder in the RAP. Tier 2 (25% to 30% RAP binder by weight of the total binder in the mixture) The asphalt binder grade will be selected using a blending chart for high and low temperatures. The Contractor shall supply the blending chart and the RAP test data used in determining the binder selection.

TERMS AND CONDITIONS A. AWARD OF CONTRACT 1. The contract will be awarded to the responsible Vendor whose proposal, conforming to this solicitation; will be most advantageous to the KCRC according to the criteria outlined herein. The KCRC reserves the right to accept or reject any or all proposals and waive informalities and minor irregularities in proposals received. 2. Notification of award will be in writing by the KCRC Finance Director. Upon notification, the Vendor shall submit to the KCRC Finance Director all required insurance certificates and such other documentation as may be requested or required hereunder. Upon their receipt and subsequent approval by the KCRC, the Finance Director will forward to the Vendor a Purchase Order. Work shall NOT be started until such Purchase Order is received by the Vendor. 3. Unilateral changes in proposal prices by the Vendor shall not be allowed. However, the KCRC at its sole option, reserves the right to negotiate with Vendor. B. DISCLOSURE OF PRICE DETERMINATION After contract award, a summary of total price information for all submissions will be available for review by those Vendors participating in the bid/rfp. C. REQUEST FOR PROPOSAL AS CONTRACT Should modifications (after proposal opening) NOT be necessary; bid/rfp will be executed as the contract. D. SUBCONTRACTORS - NON-ASSIGNMENT Vendor shall state in writing any and all sub-contractors to be associated with this proposal, including the type of work to be performed. The Vendor shall cooperate with the KCRC in meeting its commitments and goals with regard to maximum utilization of minority and women-owned business enterprises. The Vendor hereby agrees and understands that the contract resulting from this proposal shall not be transferred, assigned or sublet without prior written consent of the KCRC. E. TAXES The KCRC is exempt from all federal excise tax and state sales and use taxes. However, depending upon the situation, the vendor may not be exempt from said taxes and the KCRC is making no representation as to any such exemption. F. INVOICING AND PAYMENTS Vendor must submit an invoice at minimum monthly (unless otherwise specified in bid proposal document) with KCRC purchase order and KCRC project number (as applicable) for the work completed during the month. Payment for a contract entered into as a result of the bid/ RFP will be made monthly in the next payment cycle following receipt and approval of the Vendor's invoice and processing by the KCRC. The Vendor s invoice must include detailed information regarding person-

hours, including any subcontractor invoices, expended by classification and by task, as well as information regarding such items as materials and other eligible non-overhead costs. ALL INVOICES MUST BE CLEARLY ADDRESSED TO THE FINANCE DEPARTMENT AS FOLLOWS: Finance Department Invoice(s). Invoices may be submitted electronically at ap@kcrc-roads.com. Please submit invoice either electronically or by mailed hard copy but not both. G. CHANGES AND/OR CONTRACT MODIFICATIONS The KCRC reserves the right to increase or decrease services or requirements, or make any changes necessary at any time during the term of this contract, or any negotiated extension thereof. Price adjustments due to any of the foregoing changes shall be negotiated and mutually agreed upon by the Vendor and the KCRC. Changes of any nature, after contract award, that reflect an increase or decrease in requirements or costs shall not be permitted without prior approval by the KCRC. H. LAWS, ORDINANCES AND REGULATIONS This agreement shall be governed by the laws of the State of Michigan. The Vendor shall keep fully informed of all local, state and federal laws, ordinances and regulations in any manner affecting those engaged or employed in the work and the equipment used. The Vendor and/or employees shall, at all times, serve and comply with such laws, ordinances and regulations. Any permits, licenses, certificates or fees required for the performance of the work shall be obtained and paid for by the Vendor. I. INDEPENDENT PRICE DETERMINATION 1. By submission of a proposal, the Vendor certifies as to its own organization that in connection with this proposal: a. The prices in the proposal have been arrived at independently without consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Vendor or with any competitor; and b. Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the Vendor, and will not knowingly be disclosed by the Vendor, prior to award, directly or indirectly to any other Vendor, or to any competitor; and c. No attempt has been made or will be made by the Vendor to entice any other person or Vendor to submit, or not to submit, a proposal for the purpose of restricting competition. 2. Each person signing the proposal certifies that either: a. They are the person(s) in the Vendor's organization responsible within the organization for the decision as to the prices being offered in the proposal, and

that they have not participated, and will not participate, in any action to A. AWARD OF CONTRACT 1, 2 and 3, above; or b. They are not the person(s) in the Vendor's organization responsible within that organization for the decision as to the prices being offered in the proposal, but that they have been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate in any action contrary to A. AWARD OF CONTRACT 1, 2, and 3 above, and, as their agent, do hereby so certify, and that they have not participated, and will not participate, in any action contradictory to A. AWARD OF CONTRACT 1, 2, and 3, above. 3. A proposal will not be considered for award if the statement required in the Cost and Price Analysis portion of the proposal has been altered so as to delete or modify A. AWARD OF CONTRACT 1, 2, or B. DISCLOSURE OF PRICE DETERMINATION, above. If A. AWARD OF CONTRACT 2 has been modified or deleted, the proposal will not be considered for award unless the Vendor furnishes, with the proposal, a signed statement that sets forth in detail the circumstances of the disclosure, and the Finance Office determines that such disclosure was not made for the purpose of restricting competition. J. RIGHT TO AUDIT The KCRC or its designee shall be entitled to audit all of the Vendor's records, and shall be allowed to interview any of the Vendor's employees, throughout the term of this contract and for a period of three years after final payment or longer if required by law to the extent necessary to adequately permit evaluation and verification of: 1. Vendor's compliance with contract requirements, 2. Compliance with provisions for pricing change orders, invoices or claims submitted by the Vendor or any of their payees. K. HOLD HARMLESS If the acts or omissions of the Contractor/Vendor or its employees, agents or officers, cause injury to person or property, the Contractor/Vendor shall defend, indemnify and save harmless the KCRC, its agents, officials, and employees against all claims, judgments, losses, damages, demands, and payments of any kind to persons or property to the extent occasioned from any claim or demand arising there from. L. DEFAULT The KCRC may at any time, by written notice to the Vendor, terminate this contract and the Vendor's right to proceed with the work, for just cause, which shall include, but is not limited to the following: 1. Failure to provide insurance and bonds (when called for), in the exact amounts and within the time specified or any extension thereof. 2. Failure to perform the services within the time specified herein, or any extension thereof.

3. Failure to make progress if such failure endangers performance of the contract in accordance with its terms. 4. Failure to perform in compliance with any provision of the contract. 5. Standard of Performance - Vendor guarantees to provide the services rendered herein in accordance with the accepted standards of the industry or industries concerned herein, except that if the specifications call for higher standards, then such higher standards shall be provided. In the event of any breach of this contract by the Vendor, the Vendor shall pay any cost to the KCRC caused by said breach including but not limited to the replacement cost of such services with another Vendor. The KCRC reserves the right to withhold any or all payments until any defects in performance have been satisfactorily corrected. In the event the Vendor is in breach of this contract in any manner, and such breach has not been satisfactorily corrected, the KCRC may bar the Vendor from being awarded any future KCRC or City contracts. M. INDEPENDENT CONTRACTOR At all times the Vendor, any of its employees, or its sub-contractors, and their subsequent employees shall be considered independent contractors and not as KCRC employees. The Vendor shall exercise all supervisory control and general control over all workers' duties, payment of wages to Vendor's employees and the right to hire, fire and discipline their employees and workers. N. PROJECT CONTROL The Vendor will perform the work under the direction and control of the Operations Director for the KCRC. O. INSPECTION OF WORK SITE Before submitting bids for their work, the Vendor shall be responsible for examining the work site (when applicable) and satisfy itself as to the existing conditions under which they will be obliged to operate, or that in any way affects the work under this contract. No allowance shall be made subsequently in behalf of the Vendor for any negligence on his/her part. P. RESPONSIBILITIES The KCRC agrees to provide full, reliable information regarding its requirements for the Project and, at its expense, shall furnish the information, surveys and reports, if any, as described in the specifications. In addition, the KCRC agree to provide, at its expense and in a timely manner, the cooperation of its personnel and such additional information with respect to the Project as may be required from time to time.

Q. TERMINATION The KCRC may terminate this Agreement by giving written notice at least thirty (30) days prior to the date of termination. 1. In the event of such termination by the Vendor, the KCRC, together with any other remedies that are legally available, may withhold any subsequent payment due under this agreement until such time as the services required to be performed under this Agreement have been completed by the KCRC or another Vendor. In the event that the KCRC incurs additional expenses caused directly or indirectly by the termination of this Agreement, together with such other remedies as are legally available, the KCRC shall be entitled to deduct such expenses from any unpaid amount due to the Vendor wider this agreement. 2. In the event of such termination by the KCRC, the KCRC shall pay the Vendor for services and reimbursable expenses performed or incurred prior to the termination date plus all costs and expenses directly attributable to such termination for which the Vendor is not otherwise compensated. R. USE OF DOCUMENTS AS APPLICABLE Provided to the KCRC: All plans, drawings and specifications provided to the KCRC under this Agreement shall become property of the KCRC and shall be deemed public records as required by Michigan law. The KCRC shall be entitled to use such documents for its own municipal purposes only, and shall have no authority to sell them at a profit to any third party. Any use of such documents by the KCRC for municipal purposes not related directly or indirectly to the scope of the services provided for by this Agreement shall create no liability for the Vendor, and the KCRC agree to indemnify and hold the Vendor harmless from any and all reasonable damages, losses, attorney fees, costs, and/or reasonable expenses which the Vendor may incur as a result of such use by the KCRC. S. CONFLICT OF INTEREST The Vendor shall not be allowed to work as a contractor or sub-contractor on any project within the scope of this contract that constitutes a conflict of interest. T. NO WAIVER Either party's failure to insist on strict performance of any term or condition of the contract shall not be deemed a waiver of that term or condition even if the party accepting or acquiescing in the nonconforming performance knows of the nature of the performance and fails to object to it. U. INSURANCE VENDOR shall furnish certificates of the following coverage to the KCRC. 1. Without limiting its liability under the Contract, VENDOR shall procure and maintain insurance, at its expense, during the life of the Contract of the types and in the minimum amounts stated in Exhibit A.

2. The Comprehensive General Liability policy shall also include blanket contractual liability coverage or a contractual liability endorsement covering the liability assumed by VENDOR under the Contract with limits not less than those specified above. The Certificate of Insurance to be furnished there under shall reflect such coverage. 3. The VENDOR shall hold harmless from and indemnify the Kalamazoo County Road Commission, its agents, officers, board members, and employees against all claims, suits, actions, costs, counsel fees, expenses, damages, judgments or decrees, or negligent acts of the VENDOR, or any person employed under said VENDOR during the performance of this Contract or in any matter related thereto. 4. All insurance coverage required to be furnished by VENDOR shall be written by a company or companies licensed to do business in and to insure risks incurring in the State of Michigan. Wherever umbrella coverage is required to comply with limits specified, the umbrella policy shall include all coverage requirements. Before commencing any work, certificates in triplicate, satisfactory in all respects, evidencing the maintenance of said insurance, shall be furnished and shall contain the following statement: "The insurance will not be canceled nor any changes made in the policy which change, restrict, or reduce the insurance provided, or change the name of the insurance, without first giving thirty (30) days notice in writing as evidenced by return receipt or registered or certified mail." Certificate must indicate The Board of Kalamazoo County Road Commissioners of Kalamazoo County, the Kalamazoo County Road Commission and their officers, agents, and employees, are named as additional insured parties as their interest may appear. The insurance certificates indicated above shall be submitted within ten (10) workday days of notification of award and prior to the execution of any work under this contract. It shall be the Vendor's responsibility to provide similar insurance for each subcontractor, or to provide evidence that each subcontractor carries his own insurance in like amounts; prior to the time such subcontractor proceeds to perform under the contract. 5. Comprehensive professional (errors and omissions) liability insurance with limits no less than $500,000 aggregate which shall insure against acts which are in the nature of professional services performed by architects and engineers. If a contract is entered into, the Vendor shall maintain such insurance during the life of the contract.

Exhibit A INSURANCE REQUIREMENT It is the policy of the Board of County Road Commissioners of Kalamazoo County (Board) that any contractor or person working within the public county road right-of-way is required to obtain a permit to construct, operate, use and/or maintain within a county road right-of-way, under the jurisdiction and control of the Board. INSURANCE REQUIREMENTS FOR ALL PERMITTED ACTIVITIES PERFORMED BY CONTRACTORS (Except residential driveways, transport and miscellaneous permits) General Liability $ 2,000,000 each occurrence (Recommended) $ 1,000,000 each occurrence (Minimum) In addition, the General Liability insurance shall be endorsed to add the Board as an Additional Insured Party on the policy. The endorsement should include the wording that includes: The Board of Kalamazoo County Road Commissioners of Kalamazoo County, the Kalamazoo County Road Commission and their officers, agents, and employees, are named as additional insured parties as their interest may appear. Automobile Liability - Bodily Injury and Property Damage $ 2,000,000 each occurrence (Recommended) $ 1,000,000 each occurrence CSL (Minimum) $ 500,000 BI per person WORKERS COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS Workers Compensation Insurance Part I Employers Liability Insurance Part II Statutory Limits $500,000 Each Accident $500,000 Disease - Each Employee $500,000 Disease - Policy Limit INSURANCE REQUIREMENTS FOR RESIDENTIAL DRIVEWAY AND MISCELLANEOUS PERMITS PERFORMED BY HOMEOWNERS AND/OR RESIDENTIAL WORKSITE LANDOWNERS Homeowners Policy with Binder on primary residence and the worksite property: Bodily Injury and Property Damage $500,000 (Minimum Recommended) AND/OR Owner s Protective Policy with completed operations coverage language for short-term installation of culvert and/or driveway construction or other operation described. The goal of the Board insurance requirements is to assure that any action brought as a result of the permittee's activities in the public road right-of-way will be defended by and paid for by permittee's insurance carrier and will not result in action or settlement against the Board. However, this amount is subject to change as the commission's estimate of the exposure to risk and resultant claims amount may change. Adopted: 8/9/94 Amended: 1/4/11