Pavement Marking & Striping Services

expired opportunity(Expired)
From: Grand Haven(City)

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 10 Apr, 2024 (16 days ago)

Due Date

10 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Grand Haven

Customer / Agency

City of Grand Haven
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 1 of 18 March 27, 2024 REQUEST FOR PROPOSALS NOTICE TO BIDDERS The City of Grand Haven, Michigan, will accept proposals for Pavement Marking & Striping services at various locations within the City. Sealed bids will be received by the City of Grand Haven, 519 Washington Avenue, Grand Haven, Michigan, 49417, ATTN: Maria Boersma, City Clerk, until 10:00 a.m. local time, Wednesday, April 10, 2024, at which time the proposals will be publicly opened and read aloud. Proposals must be submitted on the official Proposal Form attached. Sealed envelopes must be clearly marked on the outside “Bid for 2024 Annual Pavement Marking & Striping”. Copies of the Requests for Proposals (RFP) that contain the minimum specifications and official proposal forms are available at the City Clerk’s office at City Hall, 519 Washington Avenue, Grand Haven, Michigan 49417, at the Department of Public Works office, 1120 Jackson Street (this
is not a mailing address), or online from the City’s Web site: www.grandhaven.org. Any questions regarding this RFP or the minimum specifications shall be directed to Matt Wade, Streets & Utilities Manager, at 616-847-3493. The City of Grand Haven reserves the right to reject any or all bids or any parts of the same, to waive any irregularities and to accept any bid in its own best interest. Matt Wade Streets & Utilities Manager End of Notice to Bidders Section http://www.grandhaven.org/ CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 2 of 18 March 27, 2024 INSTRUCTIONS TO BIDDERS 1. SPECIAL CONDITIONS: Special conditions included in the Bid Document shall take precedence over any provisions stipulated hereunder. 2. APPLICABLE LAWS: The revised code of the state of Michigan, Charter of the City of Grand Haven, and all city ordinances insofar as they apply to the laws of competitive bidding, contracts, and the purchases, are made a part hereof. 3. WORKMEN'S COMPENSATION: Insofar as Workmen's Compensation is concerned, the bidder or contractor agrees to furnish, upon request, certified copies of policies and adequate certificates pertaining thereto as evidence that bidder carries Workmen's Compensation Insurance. 4. INFRINGEMENTS AND INDEMNIFICATIONS: The bidder, if awarded an order or contract, agrees to protect, defend, and save the City harmless against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form as part of the work covered by either order or contract. He/she further agrees to indemnify and save the City harmless from suits or actions of every nature and description brought against it, for or on account of any injuries or damages sustained by a party or parties, by or from any of the acts of the contractor, his/her servants, or agents. To this extent, the bidder or contractor agrees to furnish adequate Public Liability and Property Damage Insurance, the amounts of which will be determined by the City whenever such insurance is deemed necessary. When so required, the types and amounts of insurance to be provided will be set forth in the Instructions to Bidders (See Item 21). 5. DEFAULT PROVISIONS: In case of default by the bidder or contractor, the City of Grand Haven may procure the articles of services from other sources and hold the bidder or contractor responsible for any excess costs occasioned thereby. In case of an error by the bidder in making up a proposal, the City may reject such a proposal upon presentation of a petition accompanied by a sworn affidavit of error which sets forth the error, the cause thereof, and sufficient evidence to substantiate the claim. 6. PRICING: Prices should be stated in units of quantity specified in the Bid Document. In case of discrepancy in computing the amount of the bid, the unit prices quoted will govern. 7. QUANTITIES: When approximate quantities are stated, the City reserves the right to increase or decrease the quantity as best fits its needs. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 3 of 18 8. DELIVERY: Quotations should include all charges for delivery, packing, crating, containers, etc. Unless otherwise stated by the bidder, prices quoted will be considered as being based on delivery to the destination designated in the Bid Document and to include all delivery and packing charges. 9. SPECIFICATIONS: Unless otherwise stated by the bidder, the proposal will be considered as being in strict accordance with the specifications outlined in the Bid Document. References to a particular trade name, manufacturer's catalog, or model number are made for descriptive purposes to guide the bidder in interpreting the requirements of the City. They should not be construed as excluding proposals on other types of materials, equipment and supplies. However, the bidder, if awarded a contract, will be required to furnish the particular item referred to in the specifications or description unless a departure or substitution is clearly noted and described in the proposal and approved by the City. 10. SAMPLES: Samples, when requested, shall be filed prior to the opening of bids and must be furnished free of expense to the City and if not destroyed, will upon request be returned at the bidder's expense. 11. TAXES: Contractor shall include and be deemed to have included in his bid and contract price, Michigan State Sales and Use Taxes currently imposed by Legislative enactment and as administered by the Michigan Department Treasury, Revenue Division, on the bid date. If the Contractor is not required to pay or bear the burden, or obtains a refund or drawback in whole or in part of any Michigan Sales or Use Tax, interest or penalty thereon, which was required to be, and was deemed to have been, included in the bid and contract price, the contract price shall be reduced by the amount thereof and the amount of such reduction, whether as a refund or otherwise, shall endure solely to the benefit of the City of Grand Haven. 12. BID INFORMALITIES AND REJECTION: The City reserves the right to waive any nonconformity, irregularity or informalities in any bid, to negotiate with the selected bidder, and to award the bid in its determination of its best interest. 13. AWARD: Unless otherwise specified in the Bid Document, the City reserves the right to accept or reject any item in the bid. Unless otherwise stated in the Bid Document, bidders may submit proposals on any item or group of items, provided however that the unit prices are shown as requested. As soon as the award is made, an order or contract document will be sent to the successful bidder for execution and bond if necessary. If the contracts are not executed and returned to the City of Grand Haven within 10 days of the date of sending, the Bid Surety, if required, will be declared forfeited as liquidated damages. 14. PAYMENTS: Partial payments may be made upon presentation of a properly executed claim voucher, unless otherwise stated in the Bid Document. The final payment will be made by the City CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 4 of 18 when the materials, supplies or equipment have been fully delivered and accepted or the work completed to the full satisfaction of the City. Increases in contract costs shall be approved in writing, prior to excess expense being incurred. Approval of increases may require formal action by City Council. 15. BIDDER'S SIGNATURE: Each proposal and bid surety form must be signed by the bidder with his/her usual signature. All signatures should be in full. Bids by partnership must be signed by one or more of the partners in the following manner: "John Jones and James Smith, D.B.A., Smith Jones Company, by John Jones, a partner". Bids by corporations must be signed with the names of the corporation, followed by the signature and designation of the president, vice-president or person authorized to bind it in the matter. 16. SUBMISSION AND RECEIPT OF BIDS: Inquiries involving an expenditure exceeding the limits established in the City Charter usually require advertising over a period of at least five (5) days prior to the scheduled bid opening. Proposals of this nature are publicly read at 10 o'clock AM (unless otherwise noted) on the date bids are scheduled to be received. Proposals to receive consideration must be received prior to the specified time of opening and reading as designated in the Notice to Bidders. Bidder must use the Proposal Form furnished by the City as none other may be accepted. The Proposal Form must be returned intact. Removal of any Proposal Form thereof may invalidate the bid. Specifications and plans referred to in this bid document by reference only, need not be returned with the Proposal Form, however, no excision of material physically incorporated in the bid document will be permitted. Bids are to be submitted in sealed envelopes and identified as requested in the Notice to Bidders. Separate proposals must be submitted on each reference number and proposals shall be typewritten or written in ink. Proposals having any erasures or corrections thereon may be rejected unless explained or noted over the signature of the bidder. 17. INTERPRETATION OF BID AND/OR CONTRACT DOCUMENTS: No oral interpretation will be made to any bidder as to the meaning of the bid and/or Contract Documents or any part thereof. Every request for such an interpretation shall be made in writing to the City of Grand Haven. Any inquiry received within a reasonable time prior to the date fixed for the opening of bids will be given consideration. Every interpretation made to a bidder will be on file in the Clerks office of the City of CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 5 of 18 Grand Haven. In addition, copies will be kept on file at the City Clerk’s office and posted on the City website. All bidders shall be bound by such interpretations whether or not received by the bidders. 18. CHANGES AND ADDENDA TO BID DOCUMENTS: Each change or addenda issued in relation to this bid document will be on file in the Clerks Office of the City of Grand Haven and posted on the City website. It shall be the bidder's responsibility to make inquiry as to the changes or addenda issued. All such changes or addenda shall become part of the contract and all bidders shall be bound by such changes or addenda. Information on all changes or addenda issued will be available at the City Clerk’s office and the City website. 19. MANDATORY PRE-PAVEMENT MARKING MEETING: Representatives of the successful bidder, including the individual directly responsible for implementation of the work, will attend a pre- pavement marking meeting with representatives of the City’s Department of Public Works. 20. PROJECT COMPLETION: Pavement marking in the designated downtown area must be completed by or before Friday, June 7, 2024, and the remainder of the City must be completed by or before Friday, June 21, 2024 and, if not, $100 per day will be assessed to the contractor for each day past said deadlines. 21. INSURANCE REQUIREMENTS: The Contractor will secure and maintain insurance during the term of the contract from an insurance company authorized to do business in the State of Michigan that will protect contractors and subcontractors and the City from all liability (public liability, personal injury and property damage) claims which may arise from operations under the contract. The Contractor may not start work until evidence of all required insurance has been submitted and approved by the City. The contractor must cease work if any of the required insurance is canceled or expires. Three (3) copies of certificates of insurance shall be submitted to be approved by the City prior to the execution of the contract. The Certificate shall specifically name the City as an additional insured party. The certificates must contain the agreement of the insurance company notifying the City in writing ten (10) days prior to any cancellation or material alteration of the policy. The Contractor shall not allow any work under the contract to be performed by a subcontractor unless evidence of similar insurance covering the activities of the subcontractor is submitted to and approved by the City. The limits of insurance shall not be less than the following: A. Workers Compensation Insurance in the amount required by Michigan Law. B. General Liability: Bodily Injury and Property Damage combined: Each Occurrence $1,000,000.00 Aggregate $1,000,000.00 Personal Injury $1,000,000.00 C. Automobile Insurance for Vehicles: Bodily Injury Each Person $1,000,000.00 Bodily Injury Each Accident $1,000,000.00 Property Damage Each Accident $1,000,000.00 CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 6 of 18 22. REFERENCES: Please list three (3) references (Municipal Government) wherein your company has provided pavement marking services of this type being proposed for the City of Grand Haven. Failure to list references may result in your company being disqualified. CONTACT TELEPHONE CITY ADDRESS PERSON NUMBER A._____________________________________________________________________ _______________________________________________________________________ B._____________________________________________________________________ _______________________________________________________________________ C._____________________________________________________________________ _______________________________________________________________________ NOTE Previous experience and performance may be a factor in making the award. End of Instructions to Bidders Section CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 7 of 18 March 27, 2024 BID DOCUMENTS Scope of Services/Specifications for As Needed Pavement Marking and Striping Maintenance Services General Requirements The Contractor shall provide as needed pavement marking and striping maintenance services within the City of Grand Haven. The list and associated maps are intended solely as guides and are not inclusive of all pavement markings in the City of Grand Haven that may require maintenance during the Summer of 2024. Bidders are encouraged to inspect the city prior to submitting their sealed bid. The Contractor shall provide as needed pavement marking and striping maintenance services for all of the City of Grand Haven’s needs. Services shall include, but not be limited to, the removal and painting of pavement marking and striping, and the painting of curbs. Street striping and marking will conform to all of MDOT standards. The Contractor shall provide all labor, supervision, materials, equipment and all related incidentals required to perform services. Full compensation for all labor, supervision, and materials, equipment and incidentals shall be included in the prices for various agreement items of works, and no other compensation will be allowed. The Contractor shall move, cover or protect any structures or equipment that may be damaged during as needed pavement marking and striping maintenance services. The Contractor shall remove from the City of Grand Haven all materials, tool, equipment, debris and coverings upon completion of services. Service provider shall not permit debris and waste material generated from all operations to enter into the storm water system. Contractor shall maintain site safety and security for public areas at all time. Safety The Contractor shall abide by all of the State of Michigan, MIOSHA and City safety codes, policies, and procedures. The Contractor will be responsible for a fine incurred if not in compliance with MIOSHA standards. The Contractor shall post signs and provide barricades to safely protect the public before the start of work. The Contractor shall remove all signs and barricades at the completion of the work. The contractor shall follow current MDOT traffic control guidelines when performing work. The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the services provided. The Contractor shall give notices and comply with all applicable laws and regulations of any public body having jurisdiction for the safety of persons or property to protect them from damage, injury or loss, and shall erect and maintain all necessary safeguards for such safety and protections. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 8 of 18 Excerpts from MDOT SPECIFICATIONS Section 811. PERMANENT PAVEMENT MARKINGS 811.01 Description. Furnish and apply retro reflective permanent pavement markings according to the Michigan Manual of Uniform Traffic Control Devices. All markings, shapes, spacing, and dimensions must conform to the MDOT Pavement Marking Typical Plans. The City of Grand Haven will not provide storage buildings or space for permanent pavement marking equipment or materials. 811.02 Materials. Use materials meeting the following. Glass Beads . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..920 Waterborne Marking Material . . . . . . . . . . . . . . . . . . . . . . . . 920 Regular Dry Marking Material . . . . . . . . . . . . . . . . . . . . . . . 920 Epoxy Pavement Marking Material . . . . . . . . . . . . . . . . . . . . 920 Cold Plastic Pavement Marking Materials . . . . . . . . . . . . . . 920 Thermoplastic Pavement Marking Materials . . . . . . . . . . . . 920 Raised Pavement Markers . . . . . . . . . . . . . . . . . . . . . . . . . . . 920 The Contractor shall provide Material Safety Data Sheets to the City of Grand Haven for all materials and supplies used. The Contractor is responsible for disposal of unused material and containers according to the Federal Resource Conservation Recovery Act (RCRA) of 1976 as amended, and Part III (Hazardous Waste Management) of Act 451 of 1994 (Natural Resources and Environmental Protection Act). The contractor shall provide samples of permanent pavement marking materials when requested by the City of Grand Haven. 811.03 Construction. A. Equipment. The pavement marking equipment shall be self-propelled or push when used to apply longitudinal lines. Where the configuration or location of a pavement marking is such that the use of a self- propelled or push pavement marker is unsuitable, other methods and equipment approved by the City of Grand Haven may be used. The City will determine if other equipment is suitable for a particular use such as special marking, etc. The City of Grand Haven reserves the right to inspect the Contractor’s equipment before the start of the project and any time during the contract. Equipment shall be capable of applying material to the required length and width and assure uniform application of the materials. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 9 of 18 All self-propelled equipment must be certified by the City of Grand Haven’s Department of Public Works prior to use. The certification must be attached to the inside of the driver’s door, it must be from the current year, and it must be signed by the City of Grand Haven’s Director of Public Works. The maximum speed at which the self-propelled equipment can be operated to ensure the appropriate quantities of pavement marking materials are delivered to the pavement surface shall be as shown on the certification. Markings will not be paid for if placed in excess of the certified working speed. In the event a striper is found to be working in excess of the certified working speed, it will be assumed that the entire day’s work was performed at that speed. The self-propelled pavement marker equipment used to apply centerline shall be capable of applying three, four-inch minimum width lines on a two-lane road, in one pass of the equipment. When applying multiple centerlines, three spray guns at 6 inch center to center shall be used. The Contractor shall use a dashing mechanism, capable of being easily adjusted, to retrace existing lane or centerline markings. The self-propelled or push pavement marker shall allow pavement marking to be applied in either direction on a given roadway and the skip cycle shall be continuous. The cycle control unit shall not zero or return to the beginning or start of a new cycle even though the skip line markings are interrupted by intersections, double solid lines, no passing zones, school/pedestrian crossings, railroad grade crossings, etc. The Contractor's equipment shall include a distance meter to measure the length of each applied line. The Contractor shall provide to the City of Grand Haven proof that a third party has checked the calibration of any metering devices prior to the start of work and may check calibration of any metering device at the City’s discretion during the duration of the contract. The accuracy and reliability of the equipment being used shall be satisfactory to the City. When the equipment is unsatisfactory, other methods determined to be acceptable by the City shall be used. No work shall progress until this determination has been made. All equipment for applying hot-applied thermoplastic material shall have the capability of maintaining the material's temperature as required by the manufacturer of the material. All traffic control devices used during the marking operation shall be according to the pavement marking convoy requirements in the proposal. If markings are applied when the roadway is closed to traffic, pavement marking convoy devices as shown in the pavement marking convoy requirements are not required, unless directed by the City. The Contractor shall provide sufficient time for the City to inspect all traffic control devices. Any corrections shall be made before continuing. Prior to the application of pavement markings, the pavement surface shall be clean, dry, and free of foreign materials. The Contractor shall be responsible for removing all foreign materials which can be removed by air-blasting. The Contractor shall also be responsible for removing occasional debris or dead animals from the line track. Line widths are a nominal 4”, 6” or 12” with a tolerance of +1⁄4 inch. A solid line shall have no gaps or spaces. An edge line shall be a solid line. A double line shall be applied as either two solid lines or one solid line and one broken line. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 10 of 18 A new (not retraced) broken line shall be a nominal 12 feet 6 inches long with a tolerance of +4 inches. The cycle for new broken lines shall be 37 feet 6 inches. The lateral deviation of new (not retraced) lines shall not exceed one inch from the proposed location alignment. When applying centerline and lane lines on new construction, a minimum of five existing adjacent skips shall be retraced to match the existing pavement marking cycle. Existing pavement markings are to be retraced with lines of equal width and length. For existing 4”, 6” or 12” wide lines (nominal), the tolerance of the retraced line shall be +1⁄4 inch. Total line width, existing and retraced, shall not exceed 5 inches and 9 inches, respectively. For existing 12 feet 6 inch (nominal) broken lines, the longitudinal tolerance of the retraced line shall be +4 inches. Total broken line length, existing and retraced, shall not exceed 13 feet. All liquid materials shall be thoroughly mixed at all times during application. Thinning of materials will not be permitted. Pavement marking material shall be applied uniformly at the rate shown in Table 811-1. Application rates will be determined by dividing the quantity used by the length of line painted. For initial application and occasionally during the course of work, the City may check application to a pre- weighed sheet specifically placed for test purposes. Prior notice to the Contractor is not required. All pavement marking materials shall be loaded on the pavement marking machine in a manner that will not interfere with or delay traffic. If markings are applied when the roadway is open to traffic, traffic shall be maintained at all times according to the MDOT pavement marking convoy requirements. The striping equipment shall be operated in a manner that will make it unnecessary for traffic to cross the uncured markings. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 11 of 18 When markings are applied in off road areas such as parking lots open to traffic, traffic shall be maintained so it is not necessary for traffic to cross the wet markings. The protection of the wet line shall be the responsibility of the painting Contractor. Suitable devices such as traffic cones shall be placed by the Contractor. If markings are applied when the roadway is closed to traffic, maintaining traffic operations as shown in the pavement marking convoy requirements are not required, unless directed by the City. Applied markings shall be sharp and well defined and shall provide uniform application of beads. Bead guns shall be positioned so all beads are directed uniformly into the line material. The markings shall be free of uneven edges, overspray, or other readily visible defects which, in the opinion of the City, detract from the appearance or function of the pavement markings. The Contractor is responsible for taking appropriate care to prevent motorists from being sprayed. Pavement marking lines shall be straight or of uniform curvature. Pavement markings that are not placed as specified shall be removed at the Contractor's expense and re- applied in the correct locations at no cost to the City. Pavement markings damaged by traffic that were not protected shall be re-applied and tracked lines shall be removed at the Contractor's expense. C. Removal. When specified, existing pavement markings on old pavement or curing compound on new concrete shall be removed. The material shall be removed by methods meeting the approval of the City and cause as little damage as possible to the surface texture of the pavement. Methods which can provide acceptable results are grinding and air or shot blasting. Collected residue generated by the removal of pavement markings and curing compound must be properly disposed of. The Contractor will not be allowed to use paint or bituminous bond coat to obliterate existing pavement markings. When special markings are removed (i.e., legends, symbols, arrows, crosswalks, and stop bars etc.), the new markings shall be installed within five working days of removal. When removing cold plastic the removed material must be collected and disposed of properly. Material deposited on the pavement as a result of removal shall be removed as the work progresses. Accumulation of material which might interfere with drainage or might constitute a hazard to traffic will not be permitted. Where blast cleaning is used for the removal and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue, including dust, shall be collected immediately after contact between the abrasive and the surface being treated. Collection shall be by a vacuum attachment operating concurrently with the blast cleaning operation, or by other equally effective methods meeting the approval of the City. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 12 of 18 D. Application, Temperature and Seasonal Restrictions. Refer to Table 811-2 for a summary of this information 1. Waterborne. Waterborne paint shall be applied when the surface temperature of the pavement is 50 °F or higher and the pavement is dry. The Contractor shall be responsible for making the decision to apply waterborne paint on any specific day when there is a high probability of rain in the forecast. If applied lines are washed away because of rain the Contractor shall be responsible for re-applying the lines at no additional expense to the City. Waterborne pavement marking materials may be placed immediately on new bituminous pavement. Waterborne pavement marking material shall be placed after May 1 and before October 1. 2. Regular Dry Paint. This marking material shall be applied when the surface temperature of the pavement is 25 °F or higher. New bituminous wearing surface shall be in place for a period of not less than 14 days prior to application of regular dry pavement markings. When it is necessary to apply regular dry paint after November 1, the 14-day waiting period may be waived by the City. No liquidated damages will be assessed if the waiting period is in effect and the project is otherwise complete. If waterborne paint cannot be placed due to temperature or date limitations, regular dry paint may be used if approved by the City. It will be paid for at the same unit price as waterborne paint. 3. Epoxy Material. This marking material shall be applied when the surface temperature of the pavement is 35 °F or higher. All existing non-epoxy pavement marking materials shall be removed prior to placement of any epoxy materials. 4. Thermoplastic Material. Since subsurface moisture can be present in amounts sufficient to affect proper bonding of the hot-applied thermoplastic material, the contractor shall be responsible for insuring that the pavement is free of all excess moisture that may effect proper bonding prior to beginning work. All testing for moisture shall be documented and provided to the City. The minimum ambient air temperature shall be 48 °F and rising at the start of marking operations. If work is started and the air temperature falls below 45 °F, and continual cooling is indicated, all work shall be stopped. The thermoplastic material shall be heated and applied within the temperature range recommended by the manufacturer. Thermoplastic material shall be placed after May 1 and before October 1. 5. Cold Plastic. The primer or contact cement shall be thoroughly mixed at all times during application. Thinning of contact cement and primer shall not be permitted. Unless otherwise specified, cold plastic tape legends, crosswalks, and stop bars shall be white as shown on the typical plans for pavement markings. Cold plastic shall be placed after May 1 and before October 1. Cold plastic tape shall not be applied unless the air temperature is at least 60 °F, the pavement surface temperature is at least 70 °F, and both temperatures are rising. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 13 of 18 Preformed thermoplastic applied with heat as per the manufacturers specifications will be used if temperatures are not sufficient for the use of adhesive applied cold plastic markings. There will be no additional cost to the City for the change in materials. Curing compound on new concrete surfaces shall be removed prior to application of the adhesive. When there are two or more layers of existing overlay cold plastic material on the pavement, all of the existing marking material shall be removed prior to installing cold plastic. The Contractor shall apply contact cement recommended by the material manufacturer and approved by the City. All stop bars and crosswalks shall be non-adhesive backed. One application of contact cement shall be applied to the back of the cold plastic and two coats shall be applied to the pavement. The contact cement shall be applied beneath the entire marking by a method recommended by the manufacturer. The Contractor shall allow adequate time for all solvents to evaporate from the adhesive before application of the marking. Immediately after placement, all transverse and special markings shall be rolled at least four times with a minimum 200-pound roller. Additional rolling is not required for longitudinal applications when the equipment installing the line is equipped with a roller. 6. Sprayable Thermoplastic. Sprayable Thermoplastic material and glass beads shall be sprayed uniformly at thickness of no less than 40 mils. Since subsurface moisture can be present in amounts sufficient to affect proper bonding of the Sprayable Thermoplastic material, the contractor shall be responsible for insuring that the pavement is free of all excess moisture that may effect proper bonding prior to beginning work. All testing for moisture shall be documented and provided to the City. The minimum ambient air and surface temperature shall be 50 °F and rising at the start of marking operations. If work is started and the air temperature falls below 50 °F, and continual cooling is indicated, all work shall be stopped, as directed by the City. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 14 of 18 E. Second Application. On new construction where permanent pavement markings were properly installed initially and deteriorate prematurely, retracing of deteriorated markings will be measured as pavement marking second application. Second application shall be done no sooner than 30 days or later than 60 days after initial application unless directed otherwise by the City. Second application shall not be performed beyond the calendar year the initial application was placed. F. Call Back Painting. The City will provide a list of locations for additional pavement marking and the respective limits to the Contractor. The Contractor shall begin within seven days of notification. The order in which the locations are to be painted shall be as directed by the City. A. Delayed Acceptance. 1. Delayed Acceptance of Pavement Markings. Delayed acceptance is that period of time when the Contractor must replace markings that have failed. Final acceptance of completed pavement marking work will be delayed 30 days. During this 30-day period, inspections of the markings placed according to the contract will be conducted at the City’s discretion. Markings with less than 90 percent of the original markings in place shall be replaced immediately at the Contractor's expense. C. Call Back, Pavt Mrkg, Waterborne All markings installed during a call back will be at the same unit price as the original installation. E. Material Deficiency. Material shortages will not be permissible without contract unit price reductions. All determinations of pay deduction resulting from shortages in marking materials shall be based on measurements obtained and the required application rate shown in the application rate table. If material shortages exist, the contract unit price will be reduced in direct proportion to the deficiency, up to 6 percent maximum. If the daily deficiency of either pavement marking material or beads is more than 6 percent, the day's work shall be considered unsatisfactory and the day's markings shall be re-applied at no cost to the City. All re-applied markings shall be applied to the full application thickness as described in the specifications. Use of a thin application to make up for the deficiency will not be allowed. The quantity of pavement marking material and glass beads applied per unit of measurement will be computed by the contractor, a written report submitted to the City of Grand Haven Department of Public Works at the end of each work day. F. General. 1. Payment shall be based on the unit prices in the successful proponent’s Proposal Form. The skips in dashed lines are not included in the measurements. Daily reports must be emailed to the Streets Crew Leader and the Streets and Utilities Manager for the work performed to be considered for compensation. CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 15 of 18 2. Disposal of removed cold plastic and collected residue generated by the removal of pavement markings and curing compound is included in the bid price for removal. 3. Payments for contact cement and adhesives for long lines, legends, symbols, arrows, crosswalks and stop bars will not be paid separately, but will be considered as having been included in the price bid for the overlay method. 4. If waterborne paint cannot be placed due to temperature or date limitations, regular-dry paint may be used if approved by the City of Grand Haven Department of Public Works. It will be paid for at the same unit price as waterborne paint. 5. Preformed thermoplastic applied with heat as per the manufacturers specifications will be used if temperatures are not sufficient for the use of adhesive applied cold plastic markings. There will be no additional cost to the City for the change in materials. 6. Contractor must provide own stencils. If the contractor doesn’t have stencils that match what the City has in its’ inventory, the contractor must purchase or fabricate stencils at no cost to the City. The City of Grand Haven will entertain separate proposals on removal of markings as long as the replacement markings are MDOT standard. Item No. 22 refers to a moped stencil. This moped stencil will be provided by the City of Grand Haven. 7. The designated Downtown area will be as follows: Harbor Avenue to Fourth Street and Columbus Avenue to Franklin Avenue. The following is a map of the area as well: CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 16 of 18 Downtown Area outlined in red End of Bid Documents Section CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 17 of 18 PROPOSAL FORM Ms. Maria Boersma, Clerk ______________________ 519 Washington Avenue Date Grand Haven, MI 49417 Dear Ms. Maria Boersma: Completely in accordance with your notice, instructions and specifications dated March 27, 2024, the undersigned declares that they have carefully examined the requirements of specifications contained herein, and propose to furnish and deliver to the City of Grand Haven the pavement marking services listed below. The City of Grand Haven may, at its sole discretion, award the contract based on what it deems to be in the best interest of the City of Grand Haven. Item No. Description Estimated Quantity Unit Unit Price Item Total 1 6 Inch Crosswalk Line (with glass beads) 34,724 LF 2 12 inch Stop Bar (with glass beads) 3,746 LF 3 24 inch Stop Bar (with glass beads) 769 LF 4 Combination Arrow (with glass beads) 18 EA 5 Left Turn Arrow (with glass beads) 63 EA 6 Right Turn Arrow(with glass beads) 24 EA 7 Straight Arrow (with glass beads) 10 EA 8 Railroad X-ing Legend (with glass beads) 29 EA 9 Railroad X-ing Stop Bar (with glass beads) 23 EA 10 Bike Lane Symbol 35 EA NET TOTAL: _________________________ CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS Page 18 of 18 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: Bidder has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all which is hereby acknowledged: Addendum Number Addendum Date ________________ ______________ ________________ ______________ The bidder understands that the estimated quantities and the information provided are intended solely as guides and are not inclusive of all pavement markings in the City of Grand Haven that may require maintenance during the summer of 2024. All Federal and State taxes have been deducted and all prices reflect the NET PRICE. ______________________________ ______________________________ (Bidder's Company Name) (Bidder's Telephone Number) ______________________________ ______________________________ (Bidder’s Mailing Address) (Bidder’s E-mail Address) ______________________________ _____________________________ (Bidder's Signature) (Print Bidder's Name) End of Proposal Form March 27, 2024

519 Washington Avenue Grand Haven, MI 49417Location

Address: 519 Washington Avenue Grand Haven, MI 49417

Country : United StatesState : Michigan

You may also like

H.015629 I-220: I-20E to I-20 W Pavement Markings

Due: 08 May, 2024 (in 11 days)Agency: Louisiana Associated General Contractors

Micro-surfacing, HMA, pavement marking and shoulder backing.

Due: 09 May, 2024 (in 12 days)Agency: Department of Transportation

2022 Pavement Marking Services

Due: 31 Jul, 2025 (in 15 months)Agency:

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.