mason county road commission

Similar documents
ROAD COMMISSION FOR IONIA COUNTY

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

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

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

BERRIEN COUNTY ROAD COMMISSION

PROPOSAL FOR STREET SWEEPING SERVICES

INVITATION TO BID CURB & STREET SWEEPING

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD DEPARTMENT

ROAD COMMISSION FOR IONIA COUNTY

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

ROAD COMMISSION FOR IONIA COUNTY

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

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

ROAD COMMISSION FOR IONIA COUNTY

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

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

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

PROPOSAL FOR 2019 MINERAL WELL BRINE

NOTICE TO BIDDERS H.M.A. PAVING

PROPOSAL FOR 2017 MINERAL WELL BRINE

GRAVEL RESURFACING OF ROADS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

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

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

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

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

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

INVITATION PLEASE REFER TO BID NO TO BID

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

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

Mainelli Wagner & Associates, Inc.

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.

REQUEST FOR QUOTATION

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

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

mason county road commission

REQUEST FOR QUOTATION

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

Warner Robins Housing Authority

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

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

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

REQUEST FOR QUOTATION

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

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

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

Black Hawk County Engineer

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Warner Robins Housing Authority

ROAD COMMISSION FOR IONIA COUNTY

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

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

Mainelli Wagner & Associates, Inc.

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

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

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

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Request for Qualifications

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

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

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

INVITATION TO BID (ITB)

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

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

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

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

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

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

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

Invitation To Bid. for

REQUEST FOR QUOTES (RFQ) FOR SANITATION (DUMPSTER) SERVICES

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

St. George CCSD #258

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

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

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

Warner Robins Housing Authority

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

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

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

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

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

Scope of Sanitary Sewer Inspection and Cleaning Program

Transcription:

mason county road commission Board of Commissioners 510 E. State St. Douglas Robidoux, Chairman PO Box 247 Bill Schwass, Vice-Chairman Scottville MI 49454-0247 Nick Matiash, Member Office: (231) 757-2882 Fax: (231) 757-2662 Wayne A. Schoonover, P.E., Manager/Director e-mail: info@masoncountyroads.com NOTICE TO BIDDERS The Board of County Road Commissioners of Mason County will receive sealed bids at their office at 510 E. State St., Scottville MI 49454, until 11:00 a.m. on Monday, February 19, 2018, for the following: CATCH BASIN CLEANING SERVICE Specifications and bid forms may be obtained at the Road Commission offices during regular business hours or by visiting our website at www.masoncountyroads.com. All proposals must be submitted on Road Commission furnished bid forms. Said forms must be in sealed envelopes, plainly marked as to item bid and shall bear the name of the bidder. The Mason County Road Commission hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of sex, race, color or national origin in consideration for an award. The Board reserves the right to accept or reject any or all bids, to waive any irregularities in the bids and to make award in any manner they deem to be in the best interest of Mason County. BOARD OF COUNTY ROAD COMMISSIONERS DOUG ROBIDOUX, CHAIRMAN BILL SCHWASS, VICE-CHAIRMAN NICK MATIASH, MEMBER

mason county road commission Board of Commissioners 510 E. State St. Douglas Robidoux, Chairman PO Box 247 Bill Schwass, Vice-Chairman Scottville MI 49454-0247 Nick Matiash, Member Office: (231) 757-2882 Fax: (231) 757-2662 Wayne A. Schoonover, P.E., Manager/Director e-mail: info@masoncountyroads.com SPECIFICATIONS FOR CATCH BASIN CLEANING SERVICE It is the intent of the Mason County Road Commission (MCRC) to receive bids for Catch Basin Cleaning Services on State Trunklines, Primary and Local Roads in Mason County for the period of 2018 through 2019. The contract for these services will be for two (2) years subject to satisfactory performance by the contractor. Contractor's performance will be evaluated at the end of each contract year. MCRC has the right to cancel the contract at any time if contractor performance is unsatisfactory. The Board reserves the right to reject any or all bids, waive irregularities in any bid and make award in any manner deemed in the best interests of the MCRC. GENERAL: The contractor shall comply with the intent of the General Requirements and Covenants, Division 1 of the Michigan Department of Transportation current Standard Specifications for Construction where applicable. TIME LIMITATIONS: Cleaning shall be started no later than five (5) days after being requested by designated representative(s) of the Mason County Road Commission, and the project must be completed before moving on to another project unless mechanical failure or inclement weather interferes. EQUIPMENT AND LABOR: Contractor will be required to use high-volume vacuum equipment subject to approval upon an inspection by the Mason County Road Commission: 1. Vactor 2. Camel 3. Or equivalent at a minimum to meet Michigan DNR requirements for pumping, hauling and disposal of waste. MAINTENANCE: 1. Sides and bottom of the catch basin shall be thoroughly flushed to remove leaves, sediment, gravel and all other debris. 2. Contractor shall complete vacuum water and debris from cleaned basin. 3. Large debris shall be removed by hand, if necessary, to attain a thoroughly cleaned catch basin. 4. Orange paint will be used to mark basins when cleaned. 1

5. White paint will be used to mark cleaned basins that appear to have structural damage. 6. On all MDOT routes all basins will be cleaned within 20 feet of curb face on main roads and city streets, unless otherwise directed by Mason County Road Commission. DIMENSIONS: Basins range in size from approximately four (4) to eight (8) feet in depth and two (2) to four (4) feet in width. TRAFFIC CONTROL: The contractor will provide signing and traffic control for all lane closures and shoulder work in accordance with current MDOT Traffic Control Manual. ESTIMATED QUANTITIES 789 (over two years): 514 (over two years) State Trunkline catch basins and 275 (over two years) MCRC Primary and Local Road catch basins. The MCRC reserves the right to increase or decrease the number of units cleaned in each contract year. Bidder should note that State Trunkline portions of the bid are subject to written approval by the Michigan Department of Transportation. SCHEDULING: Scheduling of the priorities and order of basin cleaning will be accomplished upon award of contract by Eric Moody, Superintendent, but the right is reserved by this department to make adjustments and changes throughout the contract season. Regularly scheduled cleaning must be accomplished by August 30 th of each year. LOCATIONS: Contractor will be furnished a map indicating each basin to be cleaned. DEBRIS DISPOSAL: Documentation and weight tickets will be required by the Contractor for removal and disposal of all material gathered in accordance with current rules and regulations of governing agencies, Public Health, Natural Resources, and Transportation and turned over to the road commission. No debris will be dumped on Mason County Road Commission property. NOTE: It is the contractor s responsibility to locate water and a place to legally discard water and materials cleaned from catch basins. DAMAGE: Any damage or accidents to public or private property must be reported immediately to Eric Moody, Superintendent. 2

INSURANCE: Upon award of this contract, and prior to the performance of any work for the Mason County Road Commission, the contractor and their subcontractors shall furnish proof of insurance certificates with the following minimum requirements. Worker s Compensation Statutory Coverage Bodily Injury and Property Damage General Liability Each Occurrence $1,000,000 Aggregate $2,000,000 Bodily Injury Liability and Property Damage Liability Automobile Bodily Injury Liability Each Occurrence $1,000,000 Each Person $ 500,000 Property Damage Liability Each Occurrence $1,000,000 Combined Single Limit for Bodily Injury and Property Damage Liability Owner s Protective Liability, including Contractual Liability Where required as an incident to compliance with Federal Laws and Regulations, bodily injury and property damage protection shall be extended to the Michigan Department of Transportation and the MCRC; and, where indicated by the identity of the contracting parties, the protection shall be extended to all participating political subdivisions and public corporations. Contractors shall save harmless and indemnify the MCRC, as well as its Board of Road Commissioners, Administrators 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 work. The certificate of insurance must be submitted within ten days upon notification of award of Contract and will include and be named, in writing: "As additional insured the Mason County Road Commission, its Board of Road Commissioners, Administrators and Employees". METHOD OF PAYMENT: Bidder will invoice the appropriate Michigan Department of Transportation maintenance jurisdiction, and the MCRC for Primary and Local Roads, including the area map of completion date and signature. IDENTIFICATION: All structures will be identified with a paint stripe on the top of the metal curb back indicating completion. Different color paint will be used each year. 3

SPECIAL CALL OUT CATCH BASIN CLEANING: The bidder agrees that they are available for unscheduled/non-routine cleaning of an existing drainage structure(s) that may or may not be defined by the contract at the same bid price. CANCELLATION OF CONTRACT PROVISIONS: MCRC shall have the right to cancel the Contract for nonperformance/inadequate performance should an inspection by the designated representative reveal that the Contractor's performance and/or 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 to issue a written warning of possible contract termination should the condition continue. If the condition should repeat itself a second time, written notice of termination shall be sent. Submission of a bid will be interpreted 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 herein. The MCRC shall have the right to cancel the Contract between the Contractor and the MCRC for any violation as may be determined by the MCRC and such determination shall be the sole determination of the MCRC and its representatives. ASSIGNMENT CLAUSE: The contract between the Mason County Road commission and the contractor may not be assigned to a third party without the written consent of the Mason County Road Commission. QUESTIONS: MCRC Manager, Wayne A Schoonover at 231-757-2882, or wayne@masoncountyroads.com if you have questions concerning the specifications for the work. 4

mason county road commission Board of Commissioners 510 E. State St. Douglas Robidoux, Chairman PO Box 247 Bill Schwass, Vice-Chairman Scottville MI 49454-0247 Nick Matiash, Member Office: (231) 757-2882 Fax: (231) 757-2662 Wayne A. Schoonover, P.E., Manager/Director e-mail: info@masoncountyroads.com BID FORM - CATCH BASIN CLEANING SERVICE To be opened: Monday, February 19, 2018 at 11:00 a.m. Signature: Print Bidder Name: Company Name: Company Address: City, State & Zip: Email of signatory: Phone: Fax: Mobile: Catch Basin Location: Est. Qty. Unit Price Extended Amt. 1. Primary and Local Rds - MCRC 275 2. MDOT MCRC 374 3. MDOT City of Ludington 108 4. MDOT City of Scottville 32 Total Estimated Contract (#1+#2+#3+#4) 5