Skip to content
Berrien County Road Department

Bid #2026-034 Maintenance Bituminous Mixtures

Solicitation: 2026-034
Notice ID: ed09dd9a0e02f9b089237a28f9272699
DepartmentBerrien County Road DepartmentStateMIPostedFeb 23, 2026, 12:00 AM UTCDueMar 18, 2026, 12:00 AM UTCCloses in 4 days

Federal opportunity from Berrien County Road Department. Place of performance: MI. Response deadline: Mar 18, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$749,153,672
Sector total $749,153,672 • Share 100.0%
Live
Median
$191,909
P10–P90
$26,352$2,547,835
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($749,153,672)
Deal sizing
$191,909 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Live POP
Place of performance
MI, US
State: US
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MI20260001 (Rev 1)
Match signal: state match • county matchOpen WD
Published Jan 09, 2026Michigan • Alcona, Alger, Allegan +79
Rate
CARPENTER ( Piledriver)
Base $35.57Fringe $21.54
Rate
CARPENTER (Piledriver)
Base $41.37Fringe $28.69
+185 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 185 more rate previews.
Davis-BaconBest fitstate match • county match
MI20260001 (Rev 1)
Open WD
Published Jan 09, 2026Michigan • Alcona, Alger, Allegan +79
Rate
CARPENTER ( Piledriver)
Base $35.57Fringe $21.54
Rate
CARPENTER (Piledriver)
Base $41.37Fringe $28.69
Rate
OPERATOR: Power Equipment (Steel Erection) GROUP 1
Base $55.42Fringe $28.25
+184 more occupation rates in this WD
Davis-Baconstate match
MI20260028 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Lapeer, Livingston, Macomb +1
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.74Fringe $32.59
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
TILE SETTER
Base $40.53Fringe $23.62
+54 more occupation rates in this WD
Davis-Baconstate match
MI20260067 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Muskegon
Rate
CARPENTER, Includes Form Work
Base $31.50Fringe $21.15
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $45.98Fringe $25.25
Rate
GROUP 2
Base $41.25Fringe $25.25
+25 more occupation rates in this WD
Davis-Baconstate match
MI20260013 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Genesee
Rate
CARPENTER
Base $36.46Fringe $23.69
Rate
ELECTRICIAN
Base $35.62Fringe $22.03
Rate
OPERATOR: Power Equipment GROUP 1
Base $48.98Fringe $25.25
+15 more occupation rates in this WD

Point of Contact

Not available

Agency & Office

Department
Berrien County Road Department
Agency
Not available
Subagency
Not available
Office
Procurement
Contracting Office Address
Not available

Description

INVITATION PLEASE REFER TO BID NO. 2026-034 TO BID QUOTE NOT LATER THAN: 3/18/2026 BY 9:00AM(ET) BID DATE: 2/23/2026 TO: FROM: VENDOR NAME: PURCHASING DEPARTMENT ADDRESS: COUNTY OF BERRIEN, MICHIGAN ADMINISTRATION CENTER 701 MAIN STREET ST. JOSEPH, MICHIGAN 49085 CONTACT: TELEPHONE #: EMAIL: PLEASE INDICATE “BID NO. 2026-034” ON OUTSIDE OF SEALED ENVELOPE TO INSURE PROPER BID PLACEMENT. DELIVERY REQUIREMENTS: AS PER SPECIFICATIONS The Berrien County Board of Commissioners reserves the right to reject any and all bids or make any deviations deemed in the best interest of Berrien County. Quality: All materials/services furnished must be the best of their respective kinds (unless otherwise specified) and will be subject to our inspection and approval after delivery. If materials are rejected it will be held for disposition at your risk and expense. QUANTITY DESCRIPTION PER M PRICE TOTAL REQUEST FOR BID ON THE FOLLOWING: Maintenance Bituminous Mixture PLEASE SEE ATTACHED SPECIFICATIONS PLEASE SEND TWO (2) COPIES OF BID PROPOSAL QUANTITY DESCRIPTION PER M PRICE TOTAL PURSUANT TO MICHIGAN PUBLIC ACT 517 OF 2012, AN IRAN- LINKED BUSINESS IS NOT ELIGIBLE TO SUBMIT A BID FOR THIS RFP. FURTHER, EACH BID SUBMISSION MUST INCLUDE WRITTEN CERTIFICATION BY THE BIDDER THAT THE BIDDER IS NOT AN IRAN LINKED BUSINESS (SEE ATTACHED FORM). A BID SUBMISSION WITHOUT THE REQUIRED WRITTEN CERTIFICATION MAY BE REJECTED AS INCOMPLETE AND VIOLATIVE OF LAW. A SUSTAINED DETERMINATION BY THE COUNTY THAT A BIDDER HAS SUBMITTED A FALSE CERTIFICATION OF BEING AN IRAN LINKED BUSINESS MAY RESULT IN THE CANCELLATION OF AN EXISTING CONTRACT, A CANCELLATION OF INTENT TO ENTER INTO A NEW CONTRACT, AND/OR REPORTING OF THE BIDDER TO THE STATE ATTORNEY GENERAL, AND POSSIBLE FINES AND COSTS, AND BAR FROM FURTHER BIDDING ON COUNTY RFP’S FOR AN ADDITIONAL 3 YEARS, AS PROVIDED UNDER P.A. 517 OF 2012. MEMBER OF HPS (HOSPITAL PURCHASING SERVICES), STATE OF MICHIGAN MIDEAL PURCHASING PROGRAM, AND NATIONAL JOINT POWERS ALLIANCE ANY QUESTIONS REGARDING BID SPECIFICATIONS, PLEASE CONTACT Greg Trail at 269-925-1196 ext. 4405 or gtrail@bcroad.org ALL OTHER QUESTIONS REGARDING THE BID PROCESS, PLEASE CONTACT THE PURCHASING DEPT. AT 269-983-7111 EXT. 8003 ___________________________________________________ CINDI CONNELL cconnell@berriencounty.org FINANCIAL ACCOUNTANT/ANALYST PHONE: 269-983-7111 EXT. 8003 FAX 269-982-8668 BIDDERS NAME: ________________________________________ BIDDERS PHONE NUMBER: ________________________________ BID DATE: ______________________________________________ PROPOSAL AND SPECIFICATIONS FOR MAINTENANCE BITUMINOUS MIXTURES Purchasing Department County of Berrien, Michigan Administration Center 701 Main Street Saint Joseph, MI 49085 1-269-983-7111 www.berriencounty.org http://www.berriencounty.org/ BERRIEN COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS TESTING OF MATERIALS All material must be tested and approved in accordance with Section 105 of the 2020 Standard Specifications, or as provided herein, before they enter into the construction of the project. Testing may be performed by the Local Agency or a Commercial Testing Company. Cost of testing shall be the responsibility of the Local Agency and may be eligible for federal participation. INSURANCE The Contractor shall provide for and in the behalf of the State, the Commission, the Department, its employees, and all agencies specifically named below and their interests may appear, Owner’s Protective Public Liability Insurance. Such insurance shall provide coverage and limits the same as the Contractor’s Public Liability Insurance. The agencies are the Board of County Commissioners of The County of Berrien, and the Berrien County Road Department. GENERAL NOTES & REQUIREMENTS 1. Bituminous Mixtures shall be in accordance with the 2020 Michigan Department of Transportation Standard Specifications for Construction and/or attached Special Provision. 2. The price per ton shall include all material and loading at the plant to Road Department equipment. 3. The quantity is estimated quantity only and may be increased or decreased with no change in the price per ton. 4. Payment shall be by the ton. All material loaded to Road Department equipment shall have a stamped weight ticket. Handwritten tickets will not be accepted. 5. The bituminous mixture will be ordered by the Berrien County Road Department as needed from various locations. The bid price shall remain firm until November 30, 2026, or when weather requires plants to shut down for the 2026 season. 6. Estimated Quantity is 6,000 tons. BERRIEN COUNTY ROAD DEPARTMENT TITLE VI The Berrien County Road Department, in accordance with Title VI of Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 an Title 49, Code of Federal Regulations, Department of Federally- assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure 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 gender, disability, race, color, or national origin in consideration for an award. 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 DEPARTMENT 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 BERRIEN COUNTY ROAD DEPARTMENT TITLE VI 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 DEPARTMENT shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (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 DEPARTMENT may direct as a means of enforcing such provisions including sanctions for non-compliance: 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 DEPARTMENT 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; BERRIEN COUNTY ROAD DEPARTMENT TITLE VI The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 4 71, Section 4 7123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.P.R. parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.