BERRIEN COUNTY ROAD COMMISSION

Similar documents
Standard DOT Title VI Assurances

CONTRACT FORM CONTRACT #

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE

BATS Title VI Policies and Procedures

Diesel Engine Replacement for. Gillig Low Floor Buses

TITLE VI PLAN Adopted April 4, 2014

TITLE VI NON-DISCRIMINATION AGREEMENT between. The Wisconsin Department of Transportation (WisDOT) and. Sub-Recipient Title VI Coordinator:

PROPOSAL FOR 2019 CORRUGATED METAL PIPE BID

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Winston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request

ATTENTION ALL BIDDERS

Gravel Crushing Forms Tender T-PW-14-02

NOTICE TO BIDDERS 2015-SAND, STONE & GRAVEL

REQUEST FOR BID # TIRE DISPOSAL SERVICES

COVER PAGE. Bid Proposal # Ready Mix Concrete

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand

INVITATION TO BID AGGREGATE MATERIALS WINSTED PUBLIC WORKS DEPARTMENT TOWN OF WINCHESTER, CT

ARTICLE 1. GRANT OF PERMIT

CIRB PROJECT AGREEMENT - (NOT TO EXCEED) (4/26/2017) --- RESOLUTION NO.

REQUEST FOR QUOTATION

DES MOINES AIRPORT AUTHORITY TITLE VI PLAN. Phone: (515) Phone: (515)

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

PURCHASE OF HOT MIX ASPHALT

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

Proposal for Bidding Purposes

ROCK SALT FOR ICE CONTROL

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

City of Mexico Beach Replacement of Fire Department Roofing Shingles

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

PURCHASING ORDINANCE

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

Butler County Regional Transit Authority

Albany County. Title VI Plan

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

SECTION INSTRUCTIONS TO BIDDERS

Cherokee County Board of Commissioners

FILM PRODUCTION AGREEMENT

School. party of the second part; and Town of Jamestown, NC party of the third part,

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

BID INVITATION. Bid Invitation

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

Bid #15-15 Goodyear Tires

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

COUNTY OF LOUISA, VIRGINIA

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

Standard Contract for Personal Services

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

KANSAS DEPARTMENT OF TRANSPORTATION HIGHWAY SAFETY PROJECT AGREEMENT Wichita Police Traffic Section Equipment

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

ATTENTION ALL BIDDERS

Proposal for Bidding Purposes

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

McCRACKEN COUNTY BOARD OF EDUCATION

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

TOWN OF PLAINFIELD, INDIANA TITLE VI NON-DISCRIMINATION PLAN 2018

CITY OF HOPKINSVILLE

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

Sunnyside Valley Irrigation District

1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

PART I - GENERAL INFORMATION

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

County of Curry. Invitation to Bid No. 2017/ Hot Mix Cold Lay & Hot Mix Material for the Curry County Road Department. Issue Date: June 6, 2018

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

ATTENTION ALL BIDDERS

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

IT Department Invitation to Bid

EXECUTIVE ORDER No

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

1. Purpose. 2. Scope of Procurement Authority.

Proposal for Bidding Purposes

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

OSWEGO COUNTY PURCHASING DEPARTMENT

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

BID ON ALUMINUM SULFATE

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

INFORMATION FOR BIDDERS

Request for Proposal. RFP # Non-Profit, Sports Photography

Transcription:

PROPOSAL AND SPECIFICATIONS FOR DENSE GRADED AGGREGATES (M.D.O.T. SPEC. 22A) (M.D.O.T. SPEC. 23A) (M.D.O.T. SPEC. 22A SLAG) BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 1

NOTICE TO BIDDERS Notice is hereby given that sealed bids will be received at the office of the Board of County Road Commissioners of the County of Berrien, 2860 East Napier Avenue, Benton Harbor, Michigan 49022 until 11:00 A.M., Thursday, September 7th, 2016 at which time and place they will be publicly opened and read aloud for the following: 1. Dense Graded Aggregates All bids will be tabulated and presented to the Board of County Road Commissioners at their next regular meeting. All bids shall be signed in ink and sealed in an envelope with the name of the items bid upon and the name of the bidder plainly marked on the outside. Specifications and proposal blanks may be obtained at the office of the Berrien County Road Commission. The Road Commission reserves the right to accept or reject any or all bids, to waive defects in a proposal and to award the Bid in any manner deemed to be in the best interest of Berrien County. BY THE BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN AUGUST ZIELKE BILL SMITH JOE MARGOL JESS MINKS BENTON HARBOR, MICHIGAN 2

QUANTITY, SPECIFICATIONS & DELIVERY 1. Bids will be received for Processed Gravel delivered to the various sites listed in the price schedule. 2. The proposed gravel shall conform to the current 2012 Michigan Department of Transportation Standard Specifications for Construction 22A Material, and 23A Material. Table 902-1, footnote f modification. For aggregates produced from sources in Berrien County, the loss by washing must not exceed 8 percent. 3. The successful bidder shall upon award of the bid, contact the Berrien County Road Commission so that the Road Commission can obtain samples of the material to be furnished. The samples will be tested to confirm that the material meets the specifications. 4. The price per TON shall include all material, freight, loading & hauling. The bidder further agrees to do the hauling during Road Commission regular working hours, Monday thru Friday. 5. The quantities in the Price Schedule are estimated quantities only and may be increased or decreased with no change in the price per TON. 6. Payment shall be by the TON. All material delivered shall have a stamped weight ticket. Handwritten tickets will not be accepted. The gravel is to be weighed on platform scales. 7. The gravel shall be dumped at stockpile in yards. 8. The gravel will be ordered by Berrien County Road Commission as needed at the various locations. The bid price shall remain firm until September 7th, 2018. SPECIAL NOTE: The Berrien County Road Commission Weighmaster will check load tickets upon delivery of commodities. The Road Commission WILL NOT PAY for any material above a legal load. 3

PRICE SCHEDULE MDOT 22A PRICE PER LOCATION TON TOTAL Benton Harbor Yard 3000 Ton $ $ 2860 E. Napier Avenue Watervliet Yard 1500 Ton $ $ 3377 Hennessey Road Eau Claire Yard 1500 Ton $ $ 760 Main Street Baroda Yard 3000 Ton $ $ 9200 Hills Road Three Oaks Yard 1500 Ton $ $ U.S. 12 East Bakertown Yard 2500 Ton $ $ 1940 Bakertown Road S of U.S. 12 ALTERNATE BID The following bid shall be to furnish gravel (MDOT Spec 22A) at a stockpile. The gravel will be loaded and hauled by Berrien County Road Commission forces. Scales shall be available at the stockpile site to weigh the gravel. PRICE PER TON LOCATION OF STOCKPILE Baroda Area $ Eau Claire Area $ Benton Harbor Area $ Watervliet Area $ Three Oaks Area $ Niles-Buchanan Area $ 4

PRICE SCHEDULE MDOT 23A PRICE PER LOCATION TON TOTAL Benton Harbor Yard 1500 Ton $ $ 2860 E. Napier Avenue Watervliet Yard 750 Ton $ $ 3377 Hennessey Road Eau Claire Yard 1000 Ton $ $ 760 Main Street Baroda Yard 1500 Ton $ $ 9200 Hills Road Three Oaks Yard 750 Ton $ $ U.S. 12 East Bakertown Yard 1500 Ton $ $ 1940 Bakertown Road S of U.S. 12 ALTERNATE BID The following bid shall be to furnish gravel (MDOT Spec 23A) at a stockpile. The gravel will be loaded and hauled by Berrien County Road Commission forces. Scales shall be available at the stockpile site to weigh the gravel. PRICE PER TON LOCATION OF STOCKPILE Baroda Area $ Eau Claire Area $ Benton Harbor Area $ Watervliet Area $ Three Oaks Area $ Niles-Buchanan Area $ 5

PRICE SCHEDULE MDOT 22A SLAG PRICE PER LOCATION TON TOTAL Bakertown Yard 500 Ton $ $ 1940 Bakertown Road S of U.S. 12 6

PROPOSAL It is understood and agreed that this proposal is submitted with the understanding that an award of purchase will be made on the basis of the bid on the specific material required at each location. TERMS: REMARKS: SUPPLIER a) Name b) Street Address c) City and State NAME AND ADDRESS OF BIDDER NAME STREET ADDRESS CITY AND STATE BID SUBMITTED BY: (Authorized Signature) TELEPHONE DATE 7

TITLE VI CONTRACT REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the contractor ) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally-assisted programs of the Department of Transportation, Title 49, code of Federal Regulations, Part 21 as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulation, including employment practices when the contractor covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contactor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the BERRIEN COUNTY ROAD COMMISSION to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State highway department, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the contractor s non-compliance with the non-discrimination provisions of this contract, the BERRIEN COUNTY ROAD COMMISSION shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 8

TITLE VI Page 2 (a) Withholding of payments to the contractor under the contract until the contractor complies, and/or (b) Cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the BERRIEN COUNTY ROAD COMMISSION may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the BERRIEN COUNTY ROAD COMMISSION to enter into such litigation to protect the interests of the County, and, in addition, the contractor may request the State highway department to enter into such litigation to protect the interests of the State and/or the United States to enter into such litigation to protect the interests of the United States. 9