ROAD COMMISSION FOR IONIA COUNTY

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

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

ROAD COMMISSION FOR IONIA COUNTY

GRAVEL RESURFACING OF ROADS

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

mason county road commission

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

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

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

ROAD COMMISSION FOR IONIA COUNTY

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

THE ROAD COMMISSION FOR IONIA COUNTY

BERRIEN COUNTY ROAD COMMISSION

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

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD DEPARTMENT

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

PROPOSAL FOR STREET SWEEPING SERVICES

BERRIEN COUNTY ROAD COMMISSION

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

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

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

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

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

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

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE

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

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

ROAD COMMISSION FOR IONIA COUNTY

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

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

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

WHARTON COUNTY, TEXAS ROAD MATERIALS BID SPECIFICATIONS

NOTICE TO BIDDERS H.M.A. PAVING

INVITATION PLEASE REFER TO BID NO TO BID

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

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

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

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

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

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

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

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

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

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

REQUEST FOR QUOTATION

RFQ #2766 Sale of Surplus Scrap Metal

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

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

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Invitation To Bid. for

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

GRAND TRAVERSE COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION

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

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

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

INVITATION TO BID CURB & STREET SWEEPING

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

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

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

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE

REQUEST FOR QUOTATION

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

MACOMB COUNTY DEPARTMENT OF ROADS

COUNTY OF PACIFIC Department of Public Works

Invitation To Bid. for

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

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

Request for Quotation PW Supply and Apply Maintenance Gravel

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

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

RFP GENERAL TERMS AND CONDITIONS

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

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

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

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

Request For Proposal (RFP) for

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

Transcription:

ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT G. DUNTON Commissioner Commissioner Commissioner Commissioner Commissioner DOROTHY G. POHL, CPA Managing Director PAUL A. SPITZLEY, P.E. County Highway Engineer NOTICE TO BIDDERS Sealed proposals will be received by the Board of Ionia County Road Commissioners until 2:00 p.m. on Wednesday, March 15, 2017 at which time they will be publicly opened and read in the Commission offices for the following: CONTRACT # 17 12 2017 GRAVEL RESURFACING Further information upon which proposals shall be based is available at the road commission office, phone (616) 527 1700 or www.ioniacountyroads.org on the Doing Business page. All proposals are to be in sealed envelopes and plainly marked Contract #17 12 Gravel Resurfacing and shall include the name and address of the bidder. The Ionia County Road Commission reserves the right to reject any and all proposals or to waive irregularities therein, and to accept any proposals which, in their opinion, may be most advantageous and in the best interest of Ionia County. BOARD OF COUNTY ROAD COMMISSIONERS IONIA COUNTY, MICHIGAN Karen D. Bota Chair Charles G. Minkley Vice Chair Robert G. Dunton Member Kenneth L. Gasper Member Albert A. Almy Member www.ioniacountyroads.org

BOARD OF COUNTY ROAD COMMISSIONERS Of the County of Ionia INSTRUCTIONS TO BIDDERS Sealed bids will be publicly opened at the offices of the Board of County Road Commissioners of the County of Ionia, State of Michigan, located at 170 E. Riverside Drive, Ionia, MI 48846. Refer to the NOTICE TO BIDDERS for the exact timing and for the identification of the bid as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans and special provisions as stated herein and hereto attached. The Board s practice is to open and read the bids at the designated time and then refer the file to staff for tabulation and analysis. During this period, bid files are closed until presented to the Board of County Road Commissioners at their next regular meeting. Notifications of award, pending award, or other outcome, will be made in writing. The bid tabulation will accompany award, as is customary for item bid, or may be requested by phone at (616) 527 1700. 1. All bids must be submitted on the Board s blank form when provided. The bid shall be legibly prepared in ink or typewriter. The bidder must initial any erasures or alterations. 2. Specifications and plans should not be returned unless otherwise stated herein. 3. Bids shall be mailed or delivered. Bids shall be in a sealed envelope identified on the outside as to the bid concerned and shall include the name and address of the bidder. Bids sent via fax or email 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 and shall assume the risk of late delivery or non delivery regardless of the manner used 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, said hours being 7:30 a.m. to 4:00 p.m., Monday through Friday, with the exception of legal holidays. 2. 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 bidder, as evidenced by the execution of the bid form, thereby declares that the bid is made without collusion with any other person, firm, or corporation and agrees to furnish all bid items in strict 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 arithmetical 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 Ionia County Road Commission 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 Ionia County Road Commission as well as its 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 current Michigan Department of Transportation Standard Specifications for Construction, section number 107.10. 1. CERTIFICATE HOLDER block shall read: Ionia County Road Commission, 170 E. Riverside Drive, PO Box 76, Ionia, Michigan 48846. 2. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS block shall read: Additional Insured: The Board of County Road Commissioners for Ionia County, the Ionia County Road Commission, its officers, agents and employees. B. Worker s Compensation Insurance: The contractor shall carry Worker s Compensation Insurance of not less than the Statutory Limit. C. Bodily Injury and Property Damage: The contractor shall 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 will 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

Comprehensive General Liability Insurance naming the Ionia County Road Commission, its commissioners, officers, agents and employees as "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 (X, C, U). 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. D. Owner s Protective Public Liability Insurance: In the alternative to the previous section, the contractor shall provide for and in behalf of the Ionia County Road Commission, 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 Ionia County Road Commission and the Board of Ionia County Road Commissioners. 9. Cancellation of Contract Provisions: The Ionia County Road Commission shall have the right to cancel the contract for non performance, 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.

SPECIFICATIONS AGGREGATE SOURCE: Bidders MUST indicate their source of material. Material MUST meet current Michigan Department of Transportation Specifications. The ICRC will not be responsible for delays caused by the aggregate producer s method of operation. UNIT PRICES: Unit prices for provide, haul and place will be based on total cost for furnishing all material, labor, and equipment for gravel resurfacing substantiated by daily trip tickets. Unit prices for haul and place only will be based on total cost for furnishing all labor and equipment for gravel resurfacing substantiated by daily trip tickets. BASIS OF PAYMENT: Payment will be made on the basis of the unit prices indicated in the proposal of the successful bidder(s) for the townships indicated upon satisfactory completion of work. Payment will be made within 30 days of invoice date, as work is completed and accepted, unless otherwise specified. MISCELLANEOUS: 1. The contractor will only use those roads approved by ICRC for haul routes. 2. All loads are to be weighed. If there are no scales at a pit, bucket scales are acceptable. Daily trip tickets indicating load count and yards for each truck will be furnished to ICRC at the end of each workday. The ICRC reserves the right to perform random spot checks to verify loads. 3. The ICRC will furnish a motor grader to prepare the roadway to receive the gravel. Prior to placing any gravel on the proposed roadway, the contractor must first receive approval from the road commission. 4. The gravel will be spread on the roadway by the contractor in a manner approved by ICRC. The road commission will furnish a motor grader and operator or a scraper truck and operator for the purpose of leveling and crowning the newly graveled surface. 5. The ICRC will furnish all necessary signs, barricades, and traffic control devices to safeguard the traveling public. 6. Upon beginning the work, the contractor must continually pursue the work in an orderly fashion in an effort to complete it satisfactorily and as soon as possible. 7. Trucking operations will not begin, or will temporarily cease, during periods of inclement weather when, in the opinion of the road commission, undue damage is being caused to the haul routes and/or the proposed roadway is too wet to receive the gravel resurfacing. 8. Contractor must have adequate equipment (minimum 35 yard trains 20 yard leads for dead-ends) to haul at least 1,500 yards per day, unless otherwise authorized. 9. Workdays will be daylight to 5:00 p.m. Monday through Thursday only, unless otherwise approved by the road commission. Work performed on Friday and weekends will be at ICRC s discretion. Liquidated damages in the amount of $200 per calendar day, for every day the work is not started, or completed and accepted beyond the completion date indicated will be charged and deducted from the contractor s payment. 10. Gravel haul and place quantities will range from 500 to 1,500 yards per mile. 11. Individual townships shall be furnished gravel from one source (gravel pit) and by one contractor. Townships may have the ultimate choice of contractor and source.

STOCKPILING OF MATERIALS: The Ionia County Road Commission requires that the method of stockpiling used shall achieve maximum uniformity. End dumping over the edges of the stockpile will not be allowed. Stockpiles that appear segregated could be rejected on visual inspection. AGGREGATE SPECIFICATIONS: Processed road gravel must meet 23A Aggregate or 22A Modified Aggregate gradations as per Table 902-1 of current Michigan Department of Transportation Standard Specifications or as modified herein. 22A Modified Aggregate is to meet all 22A Aggregate criteria per Table 902-1 of the current MDOT Standard Specifications, EXCEPT modification to the No. 8 sieve to be 30%-58% passing and loss by wash (MTM108) to be 7%-11% passing respectively. All aggregate is to be stockpiled in a quantity large enough to justify starting resurfacing projects. The contractor is to perform quality assurance testing throughout the production process, adjusting their inputs to achieve the proper specification. The road commission reserves the right to conduct random quality assurance testing of any produced aggregate before accepting it for resurfacing projects. The road commission reserves the right to deny any input or source of material. SUBCONTRACTOR REQUIREMENTS: Subcontractors may be allowed on this project with commission approval. All work will be accomplished by the principal contractor, unless there is road commission approval for a subcontractor. Subcontractors must be identified in the bid proposal and approved by ICRC. CANCELLATION NOTICE: The Ionia County Road Commission reserves the right to cancel any agreement for non-performance if work is not performed as shown in the agreement. EXAMINATION OF SITE: Bidders shall familiarize themselves with the site and roads over which materials will be hauled, including dead-ends that might require the use of lead trailers only. AWARD OF CONTRACT: The Ionia County Road Commission reserves the right to make the awards to different bidders for each individual location or type of work or to perform any or all or the proposed work with their own forces. The road commission reserves the right to make the award which is in the best interest of Ionia County. Townships may make the final choice of contractor or source. TERMS & RENEWAL OPTIONS: Bid prices are to remain firm for a period of one (1) year. Bidders may offer to extend the same pricing for up to four (4) additional one (1) year periods. All other terms and conditions must remain the same for the additional periods. The road commission reserves the right to accept or reject the offered extensions in the best interest of Ionia County. PRE-CON MEETING: The Ionia County Road Commission may schedule a pre-construction meeting for the project(s). If so, the successful bidders will be required to attend. If they do not attend, the agreement may be cancelled. START DATE & PROGRESS SCHEDULE: The start date will be agreed upon by all parties at the pre-construction meeting. All gravel must be processed and ready to use by July 1, 2017. All provide, haul and place; and haul and place only work must be 50% completed by August 15, 2017 and 100% completed by September 15, 2017.

SPECIAL NOTICE: The ICRC shall assess damages at $200 per day against any contractor who fails to have the job started or completed by the dates specified in the contract unless the contractor has been excused for such failure by the road commission. The ICRC may extend the time for the completion of the contract because of delays due to unforeseen causes beyond the control and without fault of negligence, including and restricted to: Acts of God, Acts of the Public Enemy, Acts of Government, Acts of the State or any political subdivision thereof, fires, floods, epidemics, strikes, or extraordinary delays in delivery of materials. Questions concerning specifications may be directed to Bud White, Road Superintendent, phone (616) 527 1700 x 102.

Ionia County Road Commission 2017 Gravel Resurfacing Bid Proposal LOAD, HAUL AND PLACE material FROM REYNOLDS PIT in accordance with the specifications at the indicated unit price per cubic yard for the FOLLOWING PRIMARY ROADS IN BOSTON TOWNSHIP ONLY see enclosed map. Anticipated quantity is 8,000 cyds total. Location Estimated Qty. Unit Price Per CYD Portland Road from Montcalm Ave to Nash Hwy. Hastings Road from Grand River Ave to Campbell Twp line 5,500 cyds 2,500 cyds PROVIDE, LOAD, HAUL AND PLACE material in accordance with the specifications at the indicated unit price per cubic yard for ALL ROADS (primary and local) in respective townships selected for resurfacing. Pit name and pit location must be indicated. TOWNSHIP 23A UNIT PRICE 22A MODIFIED PIT NAME PIT LOCATION PER CUBIC YARD PER CUBIC YARD BERLIN BOSTON CAMPBELL DANBY EASTON IONIA KEENE LYONS N. PLAINS ODESSA ORANGE ORLEANS OTISCO PORTLAND RONALD SEBEWA Indemnification: Contractor agrees to hold harmless and indemnify the Ionia County Road Commission, its commissioners and employees from any and all claims, suits and judgments to which the commission, its commissioners or employees may be subject and for all costs and actual attorney fees which may be incurred arising out of any injury to persons or damage to property, including property of the commission, whether due to negligence of the contractor or the joint negligence of the contractor and the commission, arising out of the work specified in this proposal, or in connection with work not authorized in this proposal, or resulting from failure to comply with the terms of this proposal. Contractor will not be obligated to indemnify the Ionia County Road Commission for any injury or property damage arising out of the sole negligence of the Ionia County Road Commission, its commissioners or employees. Authorized Signature Date Print Name / Title Phone Number Company Name Fax Number Address Cell Phone Number City, State, ZIP email address IDENTIFY SUBCONTRACTOR(S) ON REVERSE SIDE OF THIS PAGE

SUBCONTRACTOR FOR 2017 GRAVEL RESURFACING Subcontractor must also provide Certificate of Liability Insurance as noted per Instructions to Bidders, item number eight. Name/Title Phone Number Company Name Fax Number Address Cell Phone Number City, State, ZIP email address