PROPOSAL FOR STREET SWEEPING SERVICES

Similar documents
PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2017 ASPHALT EMULSIONS

PROPOSAL FOR 2018 HIGH-CUBE VAN BODY

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

ROAD COMMISSION FOR IONIA COUNTY

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

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

mason county road commission

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

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

BERRIEN COUNTY ROAD COMMISSION

ROAD COMMISSION FOR IONIA COUNTY

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

ROAD COMMISSION FOR IONIA COUNTY

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

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

BERRIEN COUNTY ROAD COMMISSION

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

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

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

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

ROAD COMMISSION FOR IONIA COUNTY

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

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

Proposal No:

ROAD COMMISSION FOR IONIA COUNTY

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

ROAD COMMISSION FOR IONIA COUNTY

Request For Proposal (RFP) for

NOTICE TO BIDDERS H.M.A. PAVING

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

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

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

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

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

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

BERRIEN COUNTY ROAD DEPARTMENT

ROAD COMMISSION FOR IONIA COUNTY

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

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

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

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

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

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

ROAD COMMISSION FOR IONIA COUNTY

Invitation To Bid. for

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

RFP GENERAL TERMS AND CONDITIONS

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

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

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

.z:> By: Dan Tadic, P.E. Acting Public Works Director

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

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

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

COUNTY OF PRINCE EDWARD, VIRGINIA

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

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

ROAD COMMISSION FOR IONIA COUNTY

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

Invitation To Bid. for

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

INVITATION TO BID (ITB)

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

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

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

Request for Proposal For Scrap Metal Removal

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

BAY COUNTY LIBRARY SYSTEM

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

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Request for Qualifications

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

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

Transcription:

840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE Paul Iacoangeli, Chairman Dan Minton, Vice Chairman Stephen J. Pace, Member Charles A. Londo, Member Greg W. Stewart, Member

MONROE COUNTY ROAD COMMISSION INVITATION TO BID Sealed bids will be received by the Board of County Road Commissioners of the County of Monroe until 10:00 a.m. local time on Thursday, April 27, 2017 at their office located at 840 South Telegraph Road, Monroe, Michigan, 48161 for the following: 2017-2018 Street Sweeping Services Bids will be publicly opened and read aloud by the Bid Committee at 10:00 a.m. Proposals may be downloaded from the Road Commission s website at www.mcrc-mi.org/bids.html. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE, MICHIGAN

MONROE COUNTY ROAD COMMISSION PROPOSAL 2017-2018 STREET SWEEPING SERVICES TO: FOR: The Board of County Road Commissioners of the County of Monroe, Michigan 2017-2018 Street Sweeping Services Ladies and Gentlemen: The undersigned bidder hereby affirms that: 1. The proposal is in all respects fair and without any collusion or fraud. 2. The undersigned will contract to furnish all labor, equipment and traffic control devices necessary at the unit prices stated on the attached bid forms. Company: Address: City, State, ZIP: Telephone: By: Title: Date: Page 1 of 7

INSTRUCTIONS TO BIDDERS and GENERAL CONDITIONS OWNER The owner of the project is the Board of County Road Commissioners of the County of Monroe, also referred to as the Board. BIDDER The Bidder is one who submits a signed bid with the required documentation directly to the Board at the time and place specified. BID FORMS Sealed proposals must be submitted on the bid forms furnished by the Board. The proposal shall be submitted in its entirety (pages 1 through 7) with no modifications or changes except as authorized by an addendum and with no pages removed. All proposals must be filled out in ink or typewritten and shall be legibly signed, giving the complete name and address of the Bidder. All bids must be in a sealed envelope and clearly marked Bid for 2017-2018 Street Sweeping Services. OPENING OF BIDS Bids will be received by the Board at 840 S. Telegraph Road, Monroe, Michigan, 48161 until 10:00 a.m. local time on Thursday, April 27, 2017 at which time they will be publicly opened and read aloud. ACCEPTANCE AND/OR REJECTION OF BIDS The Board reserves the right to accept, reject and/or modify any or all bids, to waive irregularities therein, and to make the award in any manner deemed to be in the best interest of the Monroe County Road Commission. TITLE VI ASSURANCE The Monroe 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, Part 21, as they may be amended from time to time, hereby notifies all bidders that it assures 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 race, color, national origin, gender, age, or disability in consideration for an award. PROHIBITION OF DISCRIMINATION In accordance with Act No. 453, Public Acts of 1976, the Contractor and subcontractors hereby agree not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, or marital status. Further, in accordance with Act No. 220, Public Acts of 1976 as amended by Act No. 478, Public Acts of 1980, the Contractor and subcontractors hereby agree not to discriminate against an employee or applicant for employment tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of a disability that is unrelated to the individual s ability to perform the duties of a particular job or position. A breach of the above covenants shall be regarded as a material breach of this contract. TAXES The Contractor shall include, and will be deemed to have included, in its base bid and contract price all applicable Michigan Sales and Use taxes which have been enacted into law as of the date the bid is submitted. CONTRACT TERM The term of the Contract shall be from May 8, 2017 to December 31, 2018. Page 2 of 7

PAYMENTS TO CONTRACTOR The Contractor shall invoice the Monroe County Road Commission for their work on the contract. Each invoice shall contain, at a minimum, the following information: dates of service, regular hours worked on each date, overtime hours worked on each date, and the hourly rate(s) for the street sweeper. The unit price for the street sweeper shall include all costs to furnish and operate the sweeper including, but not limited to, operator wages, equipment, equipment maintenance and repairs, insurance and fuel. The regular hourly rate will apply to all time worked up to 8 hours in a day, and the overtime hourly rate will apply to all time worked in excess of 8 hours in a day. The maximum allowable travel time is 1 hour per day. Travel time in excess of 1 hour per day will not be reimbursed. SCOPE OF WORK The Board requests unit price bids for street sweeping services for the 2017 and 2018 construction seasons. The work will consist primarily of street sweeping with a self-propelled, mechanical broom sweeper to remove loose aggregate (3/8 x #4 stone chips) from roads the Road Commission has chip sealed. The anticipated street sweeping services that will be needed for the Road Commission s chip sealing operation is: 1. Expected Duration: mid-may to end of August 2. Typical Work Week: Monday through Friday 3. Typical Work Day: 7:00 a.m. to 3:30 p.m. 4. Disposal of Debris: The Road Commission will provide tandem-axle dump trucks and drivers to haul away the stone chips collected by the street sweeper. In addition to sweeping roads that have been chip sealed, the Road Commission may request curb sweeping to supplement the Road Commission s street sweeper during the course of the year. The Road Commission will provide tandem-axle dump trucks and drivers to haul away debris collected from curb sweeping. STREET SWEEPER SPECIFICATIONS 1. The Contractor shall provide a self-propelled, mechanical street sweeper meeting the following minimum requirements: a. Maximum Sweep Path: 10 feet, minimum b. Hopper Capacity: 4.5 cubic yard, minimum c. Maximum Dump Height: 10 feet, minimum d. Dust Suppression: Water Spray System 2. The sweeper shall be kept in good repair and safe operating condition. 3. The sweeper shall have an amber rotating or strobe warning light visible 360 degrees to the motoring public. 4. The company name and phone number shall be clearly and prominently displayed on the sweeper. 5. The Road Commission reserves the right to reject any unsatisfactory equipment or unsafe work by the Contractor. SAFETY The Contractor shall comply with all applicable requirements regarding the operation of a motor vehicle upon a public highway. The Contractor shall maintain all equipment in a safe operating condition, and any defective equipment shall be removed from service until proper repairs are made after which the equipment may be returned to service. The Contractor s employees shall operate all equipment in compliance with all applicable State of Michigan statutes and regulations including, but not limited to, the Motor Vehicle Code. Page 3 of 7

DAMAGE TO PROPERTY The Road Commission will not be liable for damage to any property due to the Contractor s negligence. The Contractor shall take all necessary precautions to prevent damage to public and private property such as, but not limited to, mailboxes, mailbox posts, sod, irrigation systems, street lighting, utilities, sidewalks and gravel shoulders. Upon notification from the property owner, the Road Commission will inspect the claim and notify the Contractor of any damages that are the result of the Contractor s work. The Contractor shall repair or replace any damage that is attributed to their work. If the Contractor fails to repair or replace any damaged areas, the Road Commission will repair or replace the damaged areas and deduct the amount from the Contractor s payment or invoice the Contractor for the work. CANCELLATION OF CONTRACT The Road Commission reserves the right to cancel any contract for unsatisfactory or unsafe work by the Contractor. ASSIGNMENT CLAUSE The Contractor may not be assign work to a third party without the written consent of the Monroe County Road Commission. DISPUTES The Managing Director s written decision on any question arising under the contract between the Board and Contractor shall be final and binding upon both the Board and the Contractor in the absence of fraud, bad faith, or abuse of discretion. BOARD RESPONSIBILITY The Board shall not be responsible for failure of Contractor to comply with laws and regulations applicable to the furnishing or performance of the work unless otherwise specified in the Special Provisions. INDEMNIFICATION, DAMAGE LIABILITY AND INSURANCE A. Indemnification. The Contractor must hold harmless, indemnify, defend and represent the Board and its officers, agents and employees against any and all claims for bodily injury or property damage, or any other claim arising out of performance of the work on this contract. The Contractor will not be responsible for claims that result from the sole negligence or willful acts of said indemnitee. B. Workers Compensation Insurance. The Contractor must carry the necessary Workers Compensation Insurance and submit a certification that it carries Workers Compensation to the Board. C. Bodily Injury and Property Damage. The Contractor must carry adequate insurance, satisfactory to the Board, to afford protection against all claims for damage to public or private property and injuries to persons arising out of performance of the work. Copies of completed certificates must be submitted to the Board. 1. General Liability, Bodily Injury and Property Damage. The Contractor must provide the following minimum limits of property damage and bodily injury liability: Bodily Injury and Property Damage Liability: Each Occurrence $1,000,000 Aggregate $2,000,000 2. Automobile Liability, Bodily Injury and Property Damage. The Contractor must provide the following minimum limits of property damage and bodily injury liability: Bodily Injury and Property Damage Liability: Each Person $500,000 Each Occurrence $1,000,000 Page 4 of 7

Property Damage Liability: Each Occurrence $1,000,000 Combined Single Limit for Bodily Injury and Property Damage Liability: Each Occurrence $2,000,000 3. Umbrella Policy. The Contractor may meet the requirements of above minimum limits of bodily injury and property damage liability through an umbrella policy. D. Additional Insured and Endorsement. The Bodily Injury and Property Damage Policy must include the following endorsements, verbatim: Additional Insured: The Board of County Road Commissioners of the County of Monroe, the Monroe County Road Commission and its officers, agents and employees. Provide written notice ten (10) days prior to cancellation, expiration, termination or reduction in coverage for nonpayment of the premium and written notice thirty (30) days prior to cancellation, expiration, termination or reduction in coverage for all other reasons. E. Notice. The Contractor must ensure that all insurance policies and binders include an endorsement by which the insurer agrees to notify the Department in writing at least 30 days before there is a cancellation or material change in coverage. The Contractor must stop operations if any insurance is canceled or reduced, and must not resume operations until new issuance is in force. F. Reports. The Contractor or insurance carrier shall report to the Board any claims received, inspections made and the disposition of claims. The Board will withhold final payment release until either the Contractor pays the claim or until final disposition of the claim by the Contractor s insurance company has been received by the Board. COMMUNICATIONS Any questions regarding this bid shall be directed to the Monroe County Road Commission s purchasing agent listed below: Name: Christine Herron Phone: 734-240-5109 Email: Cherron@mcrc-mi.org Page 5 of 7

MONROE COUNTY ROAD COMMISSION HOURLY RATE CONTRACT 2017-2018 STREET SWEEPING SERVICES TO: Board of County Road Commissioners of Monroe County, Michigan The undersigned, having full knowledge of the proposal and specifications for the 2017-2018 Street Sweeping Services including Bidders Addenda and the conditions of these Contract Documents, hereby agrees to furnish all labor, equipment, transportation and incidentals necessary to perform the Work as specified in the Instructions to Bidders and General Provisions at the unit prices named below: 2017 Street Sweeping Services Make & Model Equipment Year Regular Hourly Rate with Operator Overtime Hourly Rate with Operator 2018 Street Sweeping Services Make & Model Equipment Year Regular Hourly Rate with Operator Overtime Hourly Rate with Operator Additional Remarks: Page 6 of 7

Communications concerning this Bid shall be addressed to the Bidder s representative. Name of Representative: Address: City, State, ZIP: Telephone Number: Fax Number: E-Mail Address: The terms used in this Bid, which are defined in subsection 101.03 of the Michigan Department of Transportation 2012 Standard Specifications of the Construction, have the meanings assigned to them in the Standard Specifications for Construction. SUBMITTED on:, 2017 Page 7 of 7