Bid #2026-042 Pavement Marking Application
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).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 185 more rate previews.↓
Point of Contact
Agency & Office
Description
INVITATION PLEASE REFER TO BID NO. 2026-042 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. 2026-042” 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: Pavement Marking Application 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 Dave Chappel at 269-925-1196 ext. 4429 or dchappel@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 PAVEMENT MARKING APPLICATION PROGRAM 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 MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR PAVEMENT MARKING APPLICATION GENERAL SPECIFICATIONS Except as hereinafter provided by Supplemental Specifications, Special Provisions or Specifications, the method and manner of performing the work and the quantity and quality of materials to be furnished under this contract shall be in strict accordance with the current Standard Specifications for Construction of the Michigan Department of Transportation and the current edition of the Michigan Manual of Uniform Traffic Control Devices. Supplemental Specifications 1.01.02 Definitions: Department - The Board of County Commissioners of the County of Berrien, Michigan. Road Department - The Berrien County Road Department 1.04.02 - Changes in Quantities, Plans or character of Work b. Adjustable Items - This contract contains no adjustable item; therefore, no adjustments in unit prices for increased or decreased quantities will be allowed 1.07.08 b2. - Owners Protective Liability Policy covering bodily injury and property damage protection shall be furnished to the Department. 1.08.02 Prosecution of the Work - The Contractor shall begin the work within ten (10) days after being notified by the Department to do so, unless this is inconsistent with the progress schedule, in which case the progress schedule shall govern. He shall prosecute the work in order given in the progress schedule, with force and equipment adequate to complete the sections within the time limit therein fixed for completion. In case of failure to proceed with the work as rapidly as is provided in the progress schedule, or if it appears at any time that such work is not being prosecuted in such a manner as to insure its completion within time specified, the Department shall have the right to require the force and equipment as the Department shall deem necessary to bring the work up to the progress schedule; and in case of the Contractor’s neglect to do so, the Department may place such working force and equipment on the work and charge the Contractor the cost of labor and such rental and depreciation rates for the plant and equipment as in its judgment is reasonable, and for such time as the plant and equipment are in service. BERRIEN COUNTY ROAD DEPARTMENT SUPPLEMENTAL SPECIFICATIONS (Continued) 1.09.08 Partial Payment - PAYMENT WILL BE MADE IN FULL IN NOT MORE THAN THREE (3) PARTIAL PAYMENTS, SUCH PARTIAL PAYMENTS TO BE MADE on the basis of ninety percent (90%) of the value of the work done, provided the work is progressing satisfactorily and the orders of the engineer have been complied with and provided that the date for completion, or date granted as extension, has not passed, and provided that the amount is at least $2,000.00. Cancellation of Contract Provisions 1. The Department shall have the right to cancel the Contract for non-performance. Should an inspection by the Department’s designated representative reveal that the Contractor’s work results in any non-acceptable maintenance condition of one or all specified areas: The Department’s designated representative at the time of the first circumstance shall call for a meeting with the contractor to insure no misunderstanding on the issues involved. If the condition should repeat itself a second time, the Department’s designated representative shall call for another meeting with the Contractor and issue a written warning of possible Contract termination should the condition continue. If the condition should repeat itself for a third time, the Department’s designated representative shall call for another meeting with the Contractor and issue a written Notice of Contract Termination. 2. Submission of bid will be construed as a conclusive presumption that the Contractor is thoroughly familiar with the bid requirements and specifications and that he/she understands and agrees to abide by each and all of the stipulations and requirements contained therein. 3. The Contractor, his/her employees, agent, and representatives shall conduct themselves in a manner which is conducive to good public relations. They shall display proper respect to the Department, the general public, and surrounding property owners as is applicable. 4. Neither the Contractor nor his/her Subcontractors shall discriminate against any employee or applicant for employment, to be employed in the performance of this Contract, with respect his/her hire, tenure, terms, conditions or privileges of employment, of any manner directly or indirectly related to employment because of his/her race, color, religion, national origin, or ancestry. Breach of this covenant may be regarded as a material breach of this Contract. BERRIEN COUNTY ROAD DEPARTMENT SUPPLEMENTAL SPECIFICATIONS (Continued) Bid Bond A Certified Check or Cashier’s Check or Bid Bond in the amount of not less than five (5) percent of the bid made payable to the Berrien County Road Department shall accompany this proposal as a guarantee of good faith. Renewal Option for 2027-2028 The contract resulting from this solicitation shall be in effect for a one year period commencing on the date of contract execution and continuing for twelve (12) calendar months, subject to availability of funds and may be renewed for two (2) additional twelve (12) calendar month periods at the option of the Berrien County Road Department. The successful bidder may elect not to extend the contract if requested to by the Berrien County Road Department. Insurance The Contractor, prior to the execution of the contract, shall file with the Road Department a Certificate or Certificates of Insurance form satisfactory to the Road Department showing that he/she has complied with the Road Department Insurance Requirements dated July 3, 1986. Award It is the intention of the Road Department to award the work under this contract to the contractor which can provide the most favorable combination of qualification and cost. Past work performance, product quality, as well as current references will be considered. Toward that end, the Road Department reserves the right to accept or reject any or all bids in the best interest of the Road Department, as determined by the Road Department. BERRIEN COUNTY ROAD DEPARTMENT Special Provisions for Pavement Marking Application Scope of the Work The Work shall consist of furnishing and applying pavement markings, as specified herein, and in accordance with the most current version of the Michigan Manual of Uniform Traffic Control Devices (MMUTCD), and all subsequent revisions. The contractor shall perform all operations to complete the work in accordance with all current Michigan Department of Transportation (MDOT) specifications (Section 811 of spec book) and as specified herein. Pavement markings shall be paid for by the foot for actual applied length. Previously approved changes may be made during application. Barrier, skip and edge lines will be measured and pay scheduled separately. The Contractor shall furnish daily logs stating: name of road painted and termini of section painted; date painted/ type of painting done and number of miles painted per road. The Contractor shall furnish all labor, equipment, tools, transportation, necessary supplies (including traffic paint, glass beads and forklift) and shall perform all operations to complete the work Materials The materials used shall meet the current MDOT specifications and the specifications described herein and are subject to approval by the project manager. PAINT: The Specifications cover pre-mixed white and yellow paint suitable for marking on Portland cement and bituminous pavements with pressure spray equipment. The paints shall be suitable for spray application without thinning and shall also be suitable for retaining glass beads applied by the drop-on method. The paint to be supplied for Pavement Marking shall be waterborne, liquid pavement marking material. All paint shall be on the MDOT Qualified products List (QPL) and are subject to the project manager’s approval. BEADS: Glass Beads shall be of the type used for reflectorizing white and yellow paint markings on pavements by the drop-on method. Glass beads shall be certified to meet MDOT specifications via General Certification. Packaging and Marking Each container of paint and beads shall plainly show, in weather resistant markings, the name of the producer, description of material, purchase order number, date of packaging and weight of contents. Requirements for testing are waived and the material will be accepted for quality on the basis BERRIEN COUNTY ROAD DEPARTMENT of a written certification from the supplier or contractor that the materials meet current MDOT specifications. The right is reserved to make check tests of materials as may be deemed necessary, and a confirmed pattern of non-compliance with specifications will be grounds for rejecting the materials. Cost of aforesaid testing shall be the respective road department’s responsibility. Containers of Pavement Marking Materials The Contractor shall be totally responsible for removal and disposal of all containers of paint, glass beads and anyt
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.