City of Newnan, Georgia

Similar documents
BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

construction plans must be approved for construction by the City PBZ department.

BID FORM. PROJECT: 2017 Water line replacement

City of Forest Park Request for Proposals. Secure Access Control Systems

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

INFORMATION FOR BID. Tee Shirts (School Nutrition)

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

ADVERTISEMENT FOR BIDS

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

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

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

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Convert Six East/West Tennis Courts to a North/South Orientation

SECTION 1.A BID FOR LUMP SUM CONTRACT

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

PROPOSAL REQUIREMENTS AND CONDITIONS

Cherokee County Request for Proposal Roadway Right-of-way Mowing Services RFP #

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

NOTICE TO BIDDERS H.M.A. PAVING

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events

BID FOR LUMP SUM CONTRACT

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

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

INVITATION PLEASE REFER TO BID NO TO BID

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

Request for Proposals (RFP): Street Grid Improvements Scope of Work: Phase I

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

REQUEST FOR SEALED BID PROPOSAL

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

Addendum 1 13 TH Street Streetscape. September 1, 2017

CITY OF GAINESVILLE INVITATION TO BID

5. BID FORMS TABLE OF CONTENTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

BID FORM (Lump Sum or Unit Price)

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

KELTY TAPPY DESIGN, INC.

INSTRUCTIONS TO BIDDERS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

Attachment A Required Submission Documents BIDDER INFORMATION

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

INVITATION TO BID. Project Number SB /2018 Road Paving, Resurfacing and Repairs of Various City Streets. Annual Contract BIDS DUE:

CITY OF DEERFIELD BEACH Request for City Commission Agenda

Replace Transmission - Bulldozer

CITY OF GAINESVILLE INVITATION TO BID

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

HCG PURCHASING CO-OP INVITATION TO BID

REQUEST FOR SEALED BID PROPOSAL

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

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

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

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

INVITATION PLEASE REFER TO BID NO TO BID

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

Request for Proposal

MACON-BIBB COUNTY, GEORGIA

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Transcription:

City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25 La Grange Street Newnan, GA 30263 Michael Klahr Public Works Director/ City Engineer mklahr@cityofnewnan.org Tuesday, June 20, 2017 by 10:00 A.M., EST Tuesday, June 20, 2017 at 10:00 A.M., EST Last day to submit questions/ requests for clarifications: June 14, 2017 Responses issued: June 16, 2017

The City of Newnan, Georgia The City of Newnan is soliciting bids for contracting to furnish all materials, labor, tools, equipment, and services necessary, including traffic control, for the milling and resurfacing of approximately 4.21 centerline miles on 14 streets. The Contractor shall furnish all materials, labor, tools, equipment and services required, including traffic control, to complete the project and fulfill the terms and conditions of this Invitation to Bid. Project Description A listing of the street sections and limits is attached as Exhibit A A listing of bid items and estimated quantities is attached as Exhibit B The total from Exhibit B shall be carried forward and included on the Base Bid Sheet The City of Newnan, with assistance from the Georgia Department of Transportation (GDOT), desires to contract for milling, resurfacing and other maintenance work of various streets through the Local Maintenance & Improvement Grant (LMIG) program. Recycled Asphalt Concrete, Superpave, 9.5 MM Surface Course: This work includes constructing one or more courses of bituminous plant mixture on the prepared foundation or existing roadway surface. The mixture shall conform to lines, grades, thicknesses, and typical sections as established by the City Engineer. The Contractor will be responsible for establishing the existing horizontal and vertical alignments necessary for establishing lines, slopes and profiles, grades for roadwork, and center line benchmarks for structures. The Contractor, without additional compensation, shall furnish and set all stakes, templates, and other devices necessary to control the work. The Contractor shall maintain a 2% cross slope except in superelevated curve areas. Quantities for leveling and deep patching have been included in Exhibit B; however, the requirement for leveling and deep patching will be determined in the field by the engineer. Side roads, tie-ins to driveways and pull-off parking areas, where applicable, shall be constructed to the proper width and establish a smooth ingress and egress during each stage of the paving operation.

The contractor shall perform all work in accordance with GDOT standards and specifications relating to the LMIG program. The contractor shall notify the GDOT Area Construction Office prior to work starting on the project. The contractor shall be responsible for the adjustment of utility valve covers and manholes to finish grade following final paving. The Contractor shall be responsible for handling any arrangements with the utility owners prior to any utility adjustments as necessary. The Contractor shall be responsible for clearing right-of-way obstructions as a part of the work. Sufficient notice shall be posted by the Contractor prior to commencement of any work on the particular streets. Striping and pavement markings, including raised pavement markers (RPM) are included as a part of this project and include furnishing and applying reflective thermoplastic traffic line and standard 24 inch stop bars to the finished surface of pavement. Temporary striping (tape is acceptable) shall be installed as soon as practical following resurfacing. All striping and pavement markings shall be in accordance with the specifications of the GDOT and the Manual on Uniform Traffic Control Devices (MUTCD). Crosswalks shall be standard GDOT standard ladder configuration in 8 white line. Variable Depth Mill: This work includes removal of existing asphalt layers sufficient to restore/ maintain a 2% cross slope to match existing gutters, or tapered into the gutters as noted in Exhibit A. Traffic Control: The cost of furnishing, installing, maintaining, and removing all traffic control devices, including temporary striping, and all other work associated with traffic control shall be listed as a separate item. Traffic control shall be in accordance with the MUTCD. Traffic control devices may be placed on stands. Advanced notice shall be provided to area residents and businesses prior to commencement of work. Warranty: The warranty period shall be for one (1) year minimum from the date of final acceptance by the City. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered as defective. The Contractor also certifies that the services to be rendered pursuant to this Invitation to Bid shall be

performed in accordance with the standards customarily provided by an experienced and competent professional rendering the same or similar services. Changes: The City, without invalidating any contracts awarded based on this Invitation to Bid, may order changes within the general scope of the services required to complete the work, by altering, adding to and/or deducting from the services to be performed. If any changes under this clause cause an increase or decrease in the Contractor s total cost of, or time required for, the performance of any part of the work, an equitable adjustment shall be made by mutual agreement and the Contract shall be modified in writing accordingly. All such changes in services shall be in writing. Payment: The quantities shown are approximates only and subject to increase or decrease and any increases or decreases are to be paid for at the contract unit prices submitted. Time for Completion of Work: The work shall begin after the issuance of a Notice to Proceed by the City of Newnan and shall be carried through to completion without unreasonable delay and without suspension of work unless authorized in writing by the City of Newnan. The number of calendar days allowed to complete the work is 120 days from date of Notice to Proceed.

BIDDING INFORMATION 1. Proposal Submission The following information shall be included in the Proposal and in the order presented below. a) Base Bid (see attached form, Base Bid Sheet) b) Project schedule, estimated start date and number of days for completion c) References; include contact information d) Contractor Affidavit and Agreement e) Contractor s Statement- GSICA 2. Evaluation and Selection The City will select the firm that demonstrates the best combination of qualifications and base bid price. The City is not obligated to select the firm with the lowest base bid price. Interviews may be required, however the City reserves the right to award a contract based upon evaluation of the written submittals only. 3. Qualification of Bidders To bid on this work, the Contractor must be listed on the current Georgia Department of Transportation Pre-Qualified Contractors list. NO EXCEPTIONS 4. Bid Security: The bid shall be accompanied by a Bid Bond in an amount not less than 5% of the total bid amount. The Bid Bond shall be in the form of a surety issued bond (issued by a surety licensed to conduct business in the State of Georgia) or a cashier s check made payable to The City of Newnan. The Bid Bond shall be forfeited to The City of Newnan, as liquidated damages if the bidder fails to execute the Contract and provide Performance and Payment Bonds within fifteen (15) calendar days after being notified that he has been awarded the Contract. The bid security of the successful bidder will be retained until such bidder has executed the Contract and furnished Performance and Payment Bonds, whereupon the Bid Security will be returned. If the successful bidder fails to execute and deliver the Contract and furnish the required Performance and Payment Bonds within fifteen (15) calendar days after Notice of Award, The City of Newnan may nullify the Notice of Award and the Bid Security of that bidder will be forfeited to The City of Newnan as liquidated damages. The Bid Security of other bidders whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the earlier of the

seventh (7 th ) business day after the effective date of the agreement or the sixty first (61 st ) calendar day after the bid opening, whereupon the Bid Security of such bidders will be returned. Bid Security with bids which are deemed not competitive will be returned within seven (7) business days after the bid opening. 5. Contract Security: If the award is made, the successful bidder shall furnish, within fifteen (20) calendar days after receipt of the signed Acceptance Agreement, a Performance Bond and a Payment Bond, each in an amount of one hundred percent (100%) of the Contract price. The Performance Bond and the Payment Bond shall be issued by a surety company licensed and authorized to conduct business in the State of Georgia. Bonds shall clearly make reference to this invitation by title and shall show the City of Newnan as holder. 6. Basis of Bid; Comparison of Bids: Bidders shall submit a total base bid price. During the bid comparison process if discrepancies are found, the Public Works Director will resolve issues as listed below: Discrepancies between the multiplication of units of work and unit prices may be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof may be resolved in the favor of the correct sum. Discrepancies between words and figures may be resolved in favor of the words.

INSTRUCTIONS, TERMS, AND CONDITIONS A. Instructions for Submitting Bids Interested bidders must submit two (2) printed sealed copies and one (1) electronic copy of his/ her proposal no later than 10:00 A.M. Tuesday, June 20, 2017 to Cleatus Philips, City Manager Mill & Resurfacing of Various Streets- 2017 City of Newnan 25 La Grange Street Newnan, Georgia 30263 All bids must be received in the Office of the City Manager no later than 10:00 A.M. Tuesday, June 20, 2017. Bids submitted after the 10:00 A.M. deadline or delivered to a location other than the Office of the City Manager will not be accepted; no exceptions. Submissions shall contain necessary bonds. Copies of the Invitation to Bid may be viewed at Newnan City Hall, 25 La Grange Street, Office of the Public Works Director, or requested by Email. The invitation is also available on the City s website at www.ci.newnan.ga.us. Inquiries should be directed to Michael Klahr, Public Works Director, by Email to mklahr@cityofnewnan.org B. Reserved Rights The City reserves the right to accept or reject any and/or all proposals, to waive irregularities and technicalities, and to request resubmission. Any sole response received by the first submission date may or may not be rejected by the City, depending on available competition and timely needs of the City. The City reserves the right to award the order to the most responsible vendor submitting a proposal, with a resulting negotiated agreement which is most advantageous and in the best interests of the City. The City shall be the sole judge of the proposal, and the resulting negotiated agreement that is in its best interest and its decision shall be final. Additionally, the City reserves the right to make such investigation or to request clarifications, as it deems necessary, to determine the ability of any vendor to complete the delivery of the order. C. Cost of Proposal This Invitation to Bid is not to be construed as a contract or as a commitment of any kind; nor does it commit the City of Newnan to pay for any cost incurred in the submission of a response or for any cost incurred prior to the execution of a formal contract.

D. General Conditions Upon submission of a bid, the bidder hereby certifies on behalf of his company or organization that: 1. This bid is genuine and not made in the interest of, or on behalf of, an undisclosed person, firm or corporation. 2. This bid is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. 3. The bidder has not directly or indirectly induced or solicited any other bidder to submit a false or sham bid. 4. The bidder has not solicited or induced any person, firm or corporation to refrain from bidding. 5. The bidder has not sought by collusion to obtain for itself any advantages over any other bidder or over the City of Newnan. E. Equal Opportunity The City of Newnan prohibits discrimination on the basis of race, color, gender, religion, national origin, or disability in connection with employment of any person, or the award of any contract with the corporation. The City of Newnan will provide equal opportunities without regard to race, color, gender, religion, national origin, or disability, by requiring that any bank doing business with the corporation provide equal opportunity to persons and businesses employed by, or contracting with the supplier of products and services to the Corporation. F. Access to Public Records Act Notice Each vendor should give specific attention to the identification of those portions of its proposal that it considers confidential, proprietary commercial information or trade secrets, and provide justification as to why such materials, upon request, should not be disclosed. G. Georgia Security and Immigration Compliance Act: E-verify and Save Program The City of Newnan participates in the Georgia Security and Immigration Compliance Act with regard to Contractors and Subcontractors. The Act is explained in detail in this document. Additionally, there are four documents included that must be completed and returned to the City of Newnan with each proposal package, as applicable. These are: 1. Georgia Security and Immigration Compliance Act of 2006 2. Contractor Affidavit and Agreement

Georgia Security and Immigration Compliance Act of 2006 The City of Newnan complies with the requirements of O.C.G.A. 13-10-19 and requires that all contractors and subcontractors comply with Rule 300-10-1-.02 as a condition of awarding contracts. 1. The contractor certifies that the following employee-number category is applicable to the contractor: (initial one only) 10 or more employees Fewer than 10 employees 2. The contractor agrees that in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from the subcontractor(s) such subcontractor(s) indication of the employee-number category applicable to the subcontractor. 3. In the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from such subcontractor(s) attestation of the subcontractor(s) compliance with O.C.G.A. 13-10-91 and Rule 300-10-1-.02 by the subcontractor s execution of the subcontractor affidavit shown in Rule 300-10-1-.08 or a substantially similar subcontractor affidavit and will maintain records of such attestation for inspection by the public employer at an time. Such subcontractor affidavit shall become part of the contractor/subcontractor agreement. By: Authorized Officer or Agent (Contractor Name) Title of Authorized Officer or Agent Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS, THE DAY OF 20. Notary Public My Commission Expires on.

Contractor Affidavit under O.C.G.A. 13-10-91(b) (1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of has registered with, is authorized to use and uses the federal work authorization program commonly known as E- Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in Newnan, Georgia Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20. NOTARY PUBLIC My Commission Expires:.

Exhibit B Bid Tabulation Sheet Resurfacing of Various Streets- 2017 ITEM DESCRIPTION UNIT ESTIMATED QUANITIES UNIT COST TOTAL COST 1 TRAFFIC CONTROL LS 1 2 3 4 BITUMINOUS TACK COAT VARIABLE DEPTH MILLING 1 ½ inch 9.5 MM TYPE II, SUPERPAVE, (165 LBS/SY) GAL 4185 SY 76100 TN 6576 5 ASPHALT LEVELING TN 100 6 DEEP PATCH TN 1500 7 8 9 10 11 12 UTILITY VALVE ADJUSTMENTS MANHOLE ADJUSTMENTS GDOT STANDARD CROSSWALKS THERMOPLASTIC WHITE, 8 RAISED PAVEMENT MARKERS (RPM) TYPE 2 YELLOW RAISED PAVEMENT MARKERS (RPM) TYPE 3 CLEAR/RED THERMOPLASTIC SOLID TRAFFIC STRIPE, 5 IN, WHITE EA 18 EA 66 LF 1250 EA 55 EA 10 LF 4390

13 14 15 16 THERMOPLASTIC SKIP TRAFFIC STRIPE, 5 IN, WHITE THERMOPLASTIC SOLID TRAFFIC STRIPE, 5 IN, YELLOW THERMOPLASTIC TRAFFIC ARROW, LEFT, RIGHT, STRAIGHT THERMOSPLASTIC 24 IN, STOP BARS LF 110 LF 7200 EA 1 LF 700 Total Base Bid:

Base Bid Sheet Mill & Resurfacing of Various Streets- 2017 Bidding Firm s Name: Bidding Firm s Address: Bidding Firm s Contact Person: Contact Person s Phone Number: Contact Person s Email Address: Total Base Bid: Signed: