NOTICE TO BIDDERS CONCRETE CONSTRUCTION

Similar documents
ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

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

mason county road commission

BERRIEN COUNTY ROAD COMMISSION

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

BERRIEN COUNTY ROAD DEPARTMENT

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

BERRIEN COUNTY ROAD COMMISSION

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

INVITATION TO BID CURB & STREET SWEEPING

NOTICE TO BIDDERS H.M.A. PAVING

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

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

PROPOSAL FOR STREET SWEEPING SERVICES

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

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

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

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

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

INVITATION PLEASE REFER TO BID NO TO BID

PROPOSAL FOR 2019 MINERAL WELL BRINE

BERRIEN COUNTY ROAD COMMISSION

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

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

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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

BERRIEN COUNTY ROAD COMMISSION

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

PROPOSAL FOR 2017 MINERAL WELL BRINE

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

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

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

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

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

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

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF NIAGARA FALLS, NEW YORK

ROAD COMMISSION FOR IONIA COUNTY

GENERAL INSTRUCTIONS TO BIDDERS

REQUEST FOR QUOTATION

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

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

RFP # City Of Hammond Purchasing Department. CONCRETE SLAB FOR BASKETBALL COURT FOR JACKSON PARK Recreation Department.

PROPOSAL FOR 2017 ASPHALT EMULSIONS

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

Invitation To Bid. for

COUNTY OF COLE JEFFERSON CITY, MISSOURI

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

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

RFP GENERAL TERMS AND CONDITIONS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

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

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

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

Black Hawk County Engineer

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

All equipment will be assembled and installed by the Supplier and or Contractor.

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

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

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

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

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

BERRIEN COUNTY ROAD COMMISSION

City of Bowie Private Property Exterior Home Repair Services

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR SEALED BID PROPOSAL

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

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

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

Request For Proposal (RFP) for

BERRIEN COUNTY ROAD COMMISSION

REQUEST FOR QUOTATION

BAY COUNTY LIBRARY SYSTEM

CITY OF NIAGARA FALLS, NEW YORK

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

M E M O R A N D U M. March 13, 2019

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

HCG PURCHASING CO-OP INVITATION TO BID

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

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

SECTION 2 - STANDARD TERMS & CONDITIONS

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Transcription:

ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County at their offices located at 619 West Main St, Stanton, Michigan 48888, until 1:00 P.M.,TUESDAY, FEBRUARY 12, 2019 for the following: CONCRETE CONSTRUCTION All bids are to be in sealed envelopes, plainly marked with the contents and the bidder's name. Faxed or e-mailed bids will not be accepted. Further information upon which bids shall be based is available at the Road Commission s office listed above. The Road Commission for Montcalm County reserves the right to reject any or all bids or any portion thereof and to accept the bid that in the opinion of the Board is in the best interest of the Road Commission for Montcalm County. BOARD OF COUNTY ROAD COMMISSIONERS OF MONTCALM COUNTY Dale Linton, Chairman Robert Brundage, Vice-Chairman S. Michael Scott, Member Concrete Construction Page 1

Scope: Contractor shall furnish all labor, equipment, tools, apparatus and traffic control devices. GENERAL SPECIFICATIONS A. Standard Specifications: 1. The Contractor will comply with the intent of the General Requirements and Covenant Division of the current Michigan Department of Transportation's Standard Specifications for Construction where applicable and unless otherwise herein stated. 2. Where the Standard Specifications are referred to, the Michigan Department of Transportation current Standard Specifications for Construction shall be used. 3. All units specified herein will be in English Units. B. Concrete Work: 1. Curb and gutter 2. Driveways C. Bid Pricing / Payment Structure: 1. F.O.B. job site, Montcalm County, MI including labor and materials a. Curb and Gutter - per lineal foot b. 6" Reinforced Pavement (Wire Mesh) - per square yard 2. Payments to be made upon completion of a job upon receipt of an invoice detailing location, date and type of service performed, material quantity, and inspection and approval by the Road Commission. 3. Pay Item Quantities or Hours, if an hourly rate contract, may be substantially decreased or increased depending on Legislative action taken on the jurisdictional changes to the highway system during the life of this contract. Unit prices or hourly rates as bid must apply for three years regardless of the final contract quantities. No additional compensation will be allowed for changes in the contract quantities. 4. Firm price must be bid for the one-year contract. D. Quantity and Locations: At this time this is an unknown factor and will be determined by road projects as they progress. E. Scheduling: 1. All work as required will be scheduled by either the Maintenance or Engineering Departments. 2. Work to commence within five working days upon notification. 3. No Sunday work permitted unless directed otherwise. F. Traffic Control: 1. Traffic control shall be in compliance with the minimum requirements set forth in Part VI of the current "Michigan Manual of Uniform Traffic Control Devices." This section is inclusive of traffic control requirements for equipment. 2. Any questions on this subject should be directed to Road Commission Superintendent/Manager, Mark Christensen, at (989) 831-5285. Concrete Construction Page 2

G. Permits and Licenses: Any permits, licenses, certificates or fees required in the performance of the Contract shall be obtained and paid for by the Contractor. H. Damage: Any damage or accidents to public or private property shall be reported immediately to the Road Commission. I. Insurance Requirements: See attached General Instructions to Bidders J. Cancellation of Contract Provisions: See attached General Instructions to Bidders K. Submission of bid will be construed as a conclusive presumption that the Contractor is thoroughly familiar with the bid requirements and specifications and that he/she understands and agrees to abide by each and all of the stipulations and requirements contained therein. L. 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 covenant may be regarded as a material breach of this Contract. A. Type: Technical Specifications B. Size: All radius curb and gutter in accordance with current Michigan Department of Transportation "Standard Specifications for Construction", and in particular Sections 801, 802, 803. 1. Curb and Gutter: a. Standard, B2 b. Standard, C6 2. 6" thick reinforced pavement (wire mesh) C. Catch Basins: Contractor shall be responsible for adjustment of catch basin grates, if necessary. D. Base Preparation: Option 1 Contractor responsible for curb and gutter base preparation in accordance with the current Michigan Department of Transportation Standard Specification for Construction. Concrete Construction Page 3

Option 2 The Road Commission will prepare curb and gutter base to within ± 3 of grade. Contractor is responsible for finish grade and compaction. The Road Commission will provide the ClI sand subbase for this option. NOTE: Questions concerning the specifications should be directed to Mark Christensen, Superintendent/Manager at (989) 831-5285. GENERAL INSTRUCTIONS The Road Commission s normal practice is to open and read the bids, which are then referred to the staff for tabulation and analysis. During this period, the files are closed until this action is complete. Generally this involves four or five days depending upon the nature of the bid. Copies of the bid tabulations are made available only after this time and upon request by mail or phone (989) 831-5285. After tabulations are completed, the bids will be presented to the Board at its next regularly scheduled meeting. The Board will review the bids and make a final determination. 1. All bids must be submitted on the Board s blank form when provided. The bid shall be legibly prepared in ink or typewritten. Erasures or alterations must be initialed by the bidder. 2. Specifications and plans should not be returned with the bid unless otherwise stated therein. 3. Bid shall be mailed or delivered. It shall be in a sealed envelope and identified on the outside as to the bid concerned. Faxed or e-mailed bids will NOT be accepted. 4. Bids will not be accepted after the time designated for the opening of the bids. The bidder shall assume full responsibility for delivery of bids prior to the appointed hour for opening same and shall assume the risk of later delivery or non-delivery regardless of the manner he/she employs for the transmission thereof. Bids will be accepted at the Road Commission office on behalf of the Board at any time during normal business hours only. 5. It is understood that the Board of County Road Commissioners is a governmental unit and as such is exempt from the payment of all state and Federal taxes, except as allowed by the regulatory agencies to be included in the cost of materials and services. 6. The bidders, by execution of the bid form, thereby declares that the bid is made without collusion with any other person, firm or corporations and agrees to furnish all bid items in adherence with all Federal regulatory measures. 7. The Board reserves the right to reject any and all bids, to waive any irregularities therein, and to accept any bid, which in the opinion of the Board may be most advantageous and in the best interest of the County. In case of error in the extension of prices in the bid or other mathematical error, the unit prices will govern. 8. Insurance Requirements: Upon request or notification of award, and prior to execution of the contract, the contractor shall have fourteen (14) days to submit to the Road Commission for Montcalm County a completed copy of their Certificate of Liability Insurance as evidence of the following specific requirements: A. Indemnification: The contractor shall save harmless and indemnify the Michigan Department of Transportation and the Road Commission for Montcalm County as well as their officers, agents and employees, against all claims for damages to public or private property and for injuries to persons arising out of and during the progress and to the completion of the work all in accordance with the Concrete Construction Page 4

current Michigan Department of Transportation Standard Specifications for Construction, Section No. 107.10. 1. CERTIFICATE HOLDER block shall read: Road Commission for Montcalm County, 619 W. Main Street, Stanton, Michigan 48888 2. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS block shall read: Additional Insured: The Board of County Road Commissioners for Montcalm County, the Road Commission for Montcalm County and its officers, agents and employees, and the Michigan Department of Transportation. B. Workers Compensation Insurance: The contractor shall carry Workers Compensation Insurance of not less than the Statutory Limit. C. Bodily Injury and Property Damage: The contractor will afford protection against all claims for damages to public or private property, and injuries to persons, arising out of and during the progress of the work, and to its completion, and where specified in the proposal, similar insurance to protect the owner of premises on or near which construction operations are to be performed. 1. Bodily Injury and Property Damage Other Than Automobile: Unless otherwise specifically required by special provisions in the proposal, the minimum limits of property damage and bodily injury liability covering each contract shall be: Bodily Injury and Property Damage Liability: Each Occurrence..$1,000,000 Aggregate..$2,000,000 The insurance will include but not be limited to coverage for: a. Underground damage to facilities due to drilling and excavating with mechanical equipment, and b. Collapse or structural injury to structures due to blasting or explosion, excavation, tunneling, pile driving, cofferdam work, or building moving or demolition. 2. Bodily Injury Liability and Property Damage Liability Automobile: Unless otherwise specifically required by special provision, the minimum limits of bodily injury liability and property damage liability shall be: Bodily Injury Liability: Each Person.. $500,000 Each Occurrence.$1,000,000 Property Damage Liability: Each Occurrence.$1,000,000 Combined Single Limit for Bodily Injury and Property Damage Liability: Each Occurrence.$2,000,000 D. Comprehensive General Liability Insurance naming the MDOT, Road Commission for Montcalm County, its commissioners, officers, agents and employees as an Additional Insured is required as shown above. This policy shall also include coverage for product liability and completed operations, and bodily or property damage due to perils of explosion, collapse and underground hazards, XCU. Concrete Construction Page 5

The completed certificate shall provide the name of the insurance company and its address, phone number, and fax number, in addition to the policy numbers, policy periods, policy descriptions, and signature of the insurance agent. E. Owner s Protective Public Liability Insurance: In the alternative to the previous section, the contractor shall provide for and in behalf of the Road Commission for Montcalm County, its commissioners, officials, agents and employees, and all agencies specifically named below, and their employees, a policy for Owner s Protective Public Liability Insurance. Such insurance shall provide coverage and limits the same as the Contractor s public Liability Insurance. The agencies specifically named are the Michigan Department of Transportation, the Road Commission for Montcalm County, and the Board of County Road Commissioners for Montcalm County. 9. Cancellation of Contract Provisions: The Road Commission for Montcalm County shall have the right to cancel the contract for nonperformance, should an inspection by the designated representative reveal that the contractor s work results in any non-acceptable maintenance condition of one or all specified areas. The designated representative at the time of the first circumstance shall call for a meeting with the contractor and issue a written warning of possible contract termination should the condition continue. If the condition should repeat for a second time, written notice of termination shall be sent. 10. Presumption upon Receipt of Bid: Submission of bid will be construed as a conclusive presumption that the contractor is thoroughly familiar with the bid requirements and specifications and that he/she understands and agrees to abide by each and all stipulations and requirements contained therein. 11. Contractor and Contractor s Subcontractor: 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 because of his/her race, color, religion, national origin, or ancestry. Breach of this covenant may be regarded as a material breach of this contract. Questions concerning specifications may be directed to Mark Christensen, Superintendent/Manager, at (989) 831-5285. Concrete Construction Page 6

Quotation Concrete Construction Cost Including Labor & Materials Option 1 Standard B2 $ per Lineal Foot Standard C6 $ per Lineal Foot Cost Including Labor & Materials Option 2 Standard B2 $ per Lineal Foot Standard C6 $ per Lineal Foot 6" Thick reinforced Pavement (Wire Mesh) $ per Square Yard Payment Terms: Company Name: Address: NOTE: If agreed upon by both parties, in writing, this bid may be extended for no longer than 24 months. Signature & Title of Authorized Agent: Please type or print name: Telephone Number: Fax Number: Date: Concrete Construction Page 7

Concrete Construction Page 8