<<

INVITATION TO BID

Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, 49504 until Thursday, March 12, 2020 8:30 AM deadline, at which time they will be publicly opened and read in the H.T. Conference Room for:

Contract #20-27: Catch Basin Cleaning on Local and Primary Roads in Kent County

All bids are to be in sealed envelopes and plainly marked as to the equipment, material, or service being bid upon and the name of the Bidder.

The Board reserves the right to reject any and all Proposals or to waive irregularities therein, and to accept any Proposals which, in the opinion of the Board, may be most advantageous and to the best interest of the County.

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT

By: Mark E. Rambo, Chair

------PLEASE ACKNOWLEDGE RECEIPT OF THIS INVITATION TO BID AND FAX BACK TO 616.242.6980 OR EMAIL [email protected]

Company ______

Authorized Signature ______

Date ______

INSTRUCTION TO BIDDERS

Sealed bids will be publicly opened at the offices of the Board of County Road Commissioners of the County of Kent, State of Michigan, located at 1500 Scribner Avenue NW, Grand Rapids, MI 49504.

Refer to the INVITATION TO BID for the exact timing and for the identification of the bids as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans, and special provisions as stated herein and hereto attached.

The Board's normal practice is to open and read the bids then refer the file to Staff for tabulation and analysis. During this period, the files are closed until this action is complete. Generally, this involves three or four days depending upon the nature of the bid. Copies of the bid tabulations are made available only after this time and upon request to the Purchasing Department, by mail or phone (616) 242-6928.

1. All bids must be submitted on the Board's bid blank form when provided. The bid shall be legibly prepared in ink or typewriter. Erasures or alterations must be initialed by the bidder.

2. Specifications and plans should not be returned with bid unless otherwise stated herein.

3. Bid shall be mailed or delivered. It shall be in a sealed envelope and identified on the outside as to the bid concerned. If a printed label is enclosed, bidders are requested to complete it and attach it to the envelope.

4. Bids will not be accepted after the time designated for the opening of the bids. The bidder shall assume full responsibility for delivery of bids prior to the appointed hour for opening same and shall assume the risk of late delivery or non-delivery regardless of the manner he/she employs for the transmission thereof. Bids will be accepted at the Purchasing Department on behalf of the Board at any time during normal business hours only, said hours being 7:30 AM to 4:00 PM Mondays through Fridays, legal holidays excepted.

5. It is understood that the Board of County Road Commissioners is a Governmental unit and as such, is exempt from the payment of all State and Federal taxes, except as allowed by the regulatory agencies to be included in the cost of materials and services.

6. The bidder, by execution of the bid proposal, thereby declares that the bid is made without collusion with any other person, firm, or corporation, and agrees to furnish all bid items in strict adherence with all Federal regulatory measures.

7. The Board reserves the right to reject any and all bids, to waive any irregularities therein, and to accept any bid which, in the opinion of the Board, may be most advantageous and to the best interest of the County. In case of error in the extension of prices in the bid or other arithmetical error, the unit prices will govern.

Specifications for Contract #20-27: Catch Basin Cleaning

It is the intent of the Kent County Road Commission to receive bids for catch basin cleaning services on designated Kent County primary and local roads for 2020.

Scope: It is the intent of the Kent County Road Commission to have the Contractor work under the direction of designated personnel and for the Contractor to furnish all supervision, labor, equipment, tools, apparatus and traffic control devices as required by law for highway type work to complete the requirements of the contract.

KENT COUNTY ROAD COMMISSION RECOMMENDS ALL BIDDERS INSPECT A RANDOM NUMBER OF BASINS PRIOR TO SUBMITTING A BID.

General Specifications

The Contractor will comply with the intent of the General Requirements and Covenants, Division 1 of the 2012 Michigan Department of Transportation's "Standard Specifications for Construction" where applicable.

A. Equipment:

1. Contractor will be required to use high volume vacuum equipment, with a minimum of two, which will be subject to approval upon an inspection by the Kent County Road Commission:

2. All equipment must be in good condition and the license and registration must be current.

3. Vehicle must be clearly marked with legend “Storm Water Maintenance Vehicle”. Legend to be marked with 6” high letters.

B. Traffic Control:

1. Traffic control shall be in compliance with the minimum requirements set forth in Part VI of the current "Michigan Manual of Uniform Traffic Controls."

2. Any questions on this subject should be directed to Kent County Road Commission Traffic Department - (616) 242-6923.

C. Location and Estimated Quantity:

Areas and quantities shall be adjusted, as needed, for each area, but the unit bid price shall remain firm. Listed are an estimated total of 252 primary basins and 1432 local basins to be cleaned in Kent County for 2019.

Area I: Oakfield Township

a. Local Basins - 18

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 2

Area II: Grattan Township

a. Local Basins - 88

Area III: Ada Township

a. Primary Basins - 135 b. Local Basins - 496 631

Area IV: Grand Rapids Township

a. Primary Basins - 117 b. Local Basins - 830 947

D. Bid Price Structure:

1. Bidding unit and pay item for catch basin cleaning for regularly scheduled services and type of structure or dimensions shall be cost per basin.

2. Pay items, quantities and hours may be substantially decreased or increased depending on Legislative action and/or jurisdictional changes to the highway system during the life of this contract. Unit prices or hourly rates as bid must apply until October 1, 2020, regardless of the final contract quantities and no additional compensation will be allowed for changes in the contract quantities.

3. The Road Commission may cancel the contact for lack of funding. The Contractor acknowledges that, if this contract extends for several fiscal years, continuation of the contract is subject to appropriation of funds for this project. If funds to enable the Road Commission to effect continued payment under this contract are not appropriated of otherwise made available, the Road Commission shall have the right to terminate the contract without penalty at the end of the last period for which funds have been appropriated or otherwise made available by giving written notice of termination to the Contractor. The Road Commission shall give the Contractor written notice of such non- appropriation within 30 days after it received notice of such non-appropriation.

4. The right is reserved by the Road Commission to allow other governmental agencies to piggyback onto this contract upon award of bid and approval of both parties. Agencies piggybacking on this bid shall issue their agency’s own Purchase Order and/or contract and shall invoice accordingly.

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 3

E. Award Criteria:

Each area may be awarded separately, if applicable, and the Deputy Managing Director – Operations shall determine low bid’s ability to fulfill the requirements of the basin cleaning contract, taking into consideration the following:

1. Price

2. Equipment and ability to complete the area in the allotted time frame

3. Past performance

4. Work schedule and submitted production schedule

5. Best interest of the Road Commission

F. Scheduling:

1. Scheduling of the priorities and order of basin cleaning will be accomplished upon award of contract by the Maintenance Department, but the right is reserved by this department to make adjustments and changes throughout the contract season.

2. Contractor shall submit a proposed “Production Schedule” with the bid packet. The “Production Schedule” shall be based on the Contractor’s plan to complete the cleaning of the basins within the allotted time frame. A separate “Production Schedule” shall be submitted for each area bid and failure to do so will result in a non-responsive bid.

3. The County primary and local basins can begin prior to April 1, 2020, weather permitting and under the direction and coordination of Maintenance personnel, but must be completed by September 30, 2020.

G. Daily Log and Inspection:

1. Basins must be marked upon completion of cleaning as directed by Maintenance. The paint and color choice will be supplied by the Kent County Road Commission.

2. The Contractor must keep a daily log of catch basins cleaned, additional services rendered, GPS locations and a report showing the measurement of debris free space. Example enclosed.

3. The Maintenance Department must be contacted prior to 6:00 a.m. reporting what work was completed the previous day and what is scheduled for the day, via fax (616-242-6983) or email ([email protected]).

4. If any basins are not completely cleaned as specified or, any additional service, the Contractor shall be recalled to complete the job at the Contractor's expense.

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 4

5. If Contractor finds a basin that he/she feels is in need of repair either prior to or after cleaning, this condition must be reported to the Maintenance Department as soon as possible.

H. Payment:

1. No payment for services will be rendered unless all conditions as specified are met.

2. Contractor shall submit an invoice once a category is complete within the area for the total basins pumped. All invoices shall include the date of completion, the location, the type of service provided and any problems if applicable. . Example: Area 1: Primary – once all the areas within the Primary category have been completed, then the contract shall submit a detailed invoice.

4 Mile Road (Plainfield Ave. to Briggs Blvd.) 33 basins - and so on

(All the areas under the Plainfield Primary must be complete before invoicing)

3. Upon receipt of invoice and approval as indicated in log, payment shall be made in accordance with the bid rate.

I. Debris:

Contractor shall assume full responsibility for removal and disposal of all materials, removed from basins in accordance with current rules and regulations of governing agencies. Contractor shall review and shall be in compliance with the Natural Resources and Environmental Protection Act. 1994 PA 451, as amended (NREPA), Part 31, Water Resources Protection and Part 121 Liquid Industrial Wastes, with the exception of: NO CLEAR WATER SHALL BE ALLOWED TO BE APPLIED TO THE GROUND ADJACENT TO THE CATCH BASIN, AT ANY RATE, in Kent County.

J. Permits and Licenses:

Any permits, licenses, certificates or fees required in the performance of the Contract shall be obtained and paid for by the Contractor.

K. Damage:

Any damage or accidents to public or private property must be reported immediately to the Maintenance Department.

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 5

L. Insurance Requirements:

1. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Kent County Road Commission and its agents and employees from and against all claims, damages, losses and expenses including, but not limited to, attorneys’ fees arising out of or resulting from the performance of this Contract including claims, damages, losses and expenses attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, but only to the extent caused by the fault, negligent acts, or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage loss or expense is caused in part by the parties indemnified hereunder. This obligation does not include an obligation to indemnify the parties, indemnified hereunder for their sole negligence and shall not be construed to negate or modify other rights or obligations of indemnity that otherwise exist as to the parties or persons described herein, arising out of and during the progress and to the completion of work all in accordance with Public Act 468 of 2012 and the 2012 Michigan Department of Transportation’s “Standard Specifications for Construction”, Division 1, paragraph 1.07.10 with the following minimum requirements:

Workman's Compensation Statutory Coverage

Bodily Injury and Property Damage Other Than Automobile: Each Occurrence $1,000,000 Aggregate $2,000,000 Bodily Injury Liability and Property Damage Liability Automobile: Bodily Injury Liability $500,000 Each Person, Each Occurrence $1,000,000 Property Damage Liability $1,000,000 Each Occurrence

Combined Single Limit for Bodily Injury and Property Damage Liability Each Occurrence $2,000,000

Insurance Certificate declaring Kent County Road Commission as additional insured, not certificate holder, must be issued and shall become part of the contract.

2. Contractor shall maintain current up-to-date insurance coverage during the term of the contract and failure to do so shall result in termination of said contract.

3. Certificate must be submitted within fifteen days upon notification of award of Contract and prior to Contract signing.

M. Cancellation of Contract Provisions:

1. The Kent County Road Commission shall have the right to cancel the contract for non- performance.

2. Should a daily inspection by the Kent County Road Commission designated representative reveal that the Contractor's work results in any non-acceptable condition:

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 6

a. The Kent County Road Commission designated representative at the time of the first circumstance shall call for a meeting with the Contractor and/or issue a written warning of possible Contract termination should the condition continue:

b. Should a second related or unrelated condition develop, written notice of termination shall be sent.

N. Revisions:

The Kent County Road Commission reserves the right to increase, decrease or cancel any contract or purchase, as needed, due to Legislative actions, funding deficiencies and/or jurisdictional changes to the road system.

O. 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.

P. “The KCRC, 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, 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.” 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. Specifications for Contract #20-27: Catch Basin Cleaning, contd. 7

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 Kent 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 Kent 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:

(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 Kent County Road Commission 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 Kent 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. Specifications for Contract #20-27: Catch Basin Cleaning, contd. 8

Technical Specifications

A. Maintenance:

1. Contractor shall measure and record:

a. Distance between top of debris and outlet invert b. Bottom of basin and outlet invert c. Basin GPS location

2. Sides and bottom of the catch basin shall be thoroughly flushed to remove leaves, sediment, gravel and all other debris.

3. Contractor shall completely vacuum water and debris from cleaned catch basin.

4. Large debris shall be removed by hand, if necessary, to attain a thoroughly cleaned catch basin and disposed of accordingly.

B. Dimensions:

Basins range in size from:

a. Four feet to eight feet deep

b. Two feet to four feet wide

C. Locations:

Refer to pages titled Area I, II, III and IV – which is included.

NOTE: All questions pertaining to the specifications and contract should be directed to Jerry Byrne, Deputy Managing Director - Operations or Steve Roon, Assistant Director of Maintenance at (616) 242-6950.

2/19/20 K:\Purchasing\INV\20-27 Catch Basin Kent County Primary.doc Bid Form for Contract #20-27: Catch Basin Cleaning – Kent County Area I, II, III and IV

Regular Schedule: Areas I, II, III, IV: Primary and Local Roads – Oakfield, Grattan, Ada and Grand Rapids Townships

Cost Each Catch Basin $

Total Estimated Contract Amount (1684 basins) $

Production Schedule included as required: ______Telephone numbers to call: Regular Schedule Contact Personnel Call-Out Emergency Contact Personnel Does the Contractor utilize two-way radio communications Pager # Nextel # Cellular Phone #

Company Name Company Address

Telephone Number Fax Number Email Authorized Signature and Title written

typed/printed

Date Federal ID#______Contract #20-27: Bid Form, contd. Catch Basin Cleaning 2

1. Detail size and type of equipment to be used.

2. List other agencies with whom you have contracted with for catch basin cleaning in 2018 & 2019.

1. Client Address Contact Person Phone

2. Client Address Contact Person Phone

3. Client Address Contact Person Phone

4. Client Address Contact Person Phone

Company Name

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 11

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 12

AREA I 2020 BASIN CLEANING CONTRACT

OAKFIELD TOWNSHIP

LOCAL LOCATIONS BASINS

Oakcrest (N/off 16 Mile) 10 Wabasis Ave (S/off M-57) 3 Lincoln Lake (N/off Old 14 Mile) 1 Keiber (E/off Morgan Mills) 2 Elkins (West of Connelly Ave) 2

TOTAL 18

GRAND TOTAL BASINS 18

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 13

AREA II 2020 BASIN CLEANING CONTRACT

GRATTAN TOWNSHIP

LOCAL LOCATIONS BASINS

Bay (S/off 10 Mile Rd) 3 10 Mile (100' East of Bay in Yard - S/side) 1 Mac Dr (W/off McArthur) 12 Old Belding Rd (N/off M-44) 5 Dream Isle Dr (E/off Lessiter) 1 Lincoln Lake & 4 Mile Intersection 3 Elhart (W/off Byrne in turnaround) 1 Bedaki (S/off 5 Mile) 12 Murray View (N/off Willowbrook-end of street) 2 Murray View (East off Murray Lake) 8 Causeway (N/off Lally) 20 Pointview (Off Abrahams) 5 Parnell (S/off 5 Mile) 6 5 Mile (W/off Parnell - S/side) 1 Byrne Park (West off Lincoln Lake) 1 Bordeau (Off Byrne Park) 1 Larned (Off Byrne Park) 3 Wimpole (Off Larned) 1 Pine Ridge Ct at Pine Ridge 2

TOTAL 88

GRAND TOTAL BASINS 88

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 14

AREA III 2020 BASIN CLEANING CONTRACT

ADA TOWNSHIP

PRIMARY LOCATIONS BASINS

Thornapple River Dr (Driftwood to Meadowview) 4 Ada Drive (M-21 to top of hill by old school) 19 Thornapple River Drive (Fase St. to Bronson) 19 Bronson Street (M-21 to River Street) 17 Cascade Rd (Spaulding to Patterson) 15 Spaulding (M-21 to Cascade Rd) 21 Knapp at Dr 1 Knapp at Pettis 1 Knapp 1/4 mile west of Honey Creek Ave (by Fire Station) 1 Egypt Valley (Knapp St to Pettis) 14 Grand River Dr at Alta Dale 1 Pettis (M-21 to just past Honey Creek) 10 Headly (Bronson St to Thornapple River Dr) 12

TOTAL 135

Ada Town Plat # LOCATIONS BASINS

Fase Street (Thornapple River Dr. to County Garage) 10 Kulross Avenue (M-21 to Rix St.) 9 Scarborough Drive (Kulross Ave. to end) 23 Lehigh Street (Scarborough Dr. to cul-de-sac) 7 Rix Street (Ada Drive to Kulross) 17 Channing Crt. (Lehigh St. to cul-de-sac) 2 Lehigh Crt. (Lehigh St. to cul-de-sac) 2 Drumlin Crt. (Scarborough Dr. to cul-de-sac) 2 Grayfield Crt. (Scarborough Dr. to cul-de-sac) 3 Creek Run Drive (Rix St. to cul-de-sac) 5 Adapoint Drive (Rix St. to cul-de-sac) 13 Adaside Drive (Adapointe Dr. to Adaridge Dr.) 6 Adaridge Drive (Rix St. to cul-de-sac) 26 Bradfield Street (Ada Dr. to end) 3 N. Grayfield Ct ( Scarborough to End) 2 Specifications for Contract #20-27: Catch Basin Cleaning, contd. 15

Ada Town Plat, contd. Redington (Scarborough to Scarborough) 10 Redington Ct (Redington to End) 2

TOTAL 142

Ada Croft Plat # LOCATIONS BASINS

Adacroft Drive (Ada Dr. to cul-de-sac) 12 Adaway Avenue (Ada Dr. to Scarborough) 26 Winthrop Court (Adaway Dr. to cul-de-sac) 4 Huntington Drive (Adaway Dr. to cul-de-sac) 2 Adaway Court (Adaway Dr. to cul-de-sac) 2 Rookway Avenue (Adacroft Dr. to cul-de-sac) 9 Scotthille Drive (Rockway Dr. to cul-de-sac) 5 Edgeworth Drive (Scotthille Dr. to cul-de-sac) 7 Witherbee Drive (Edgeworth Dr. to Rockway Ave.) 2 Dunbarton Street (east of Adacroft to cul-de-sac) 3 Marbury Drive (Dunbarton St. to cul-de-sac) 2 Duxbury Drive (Marbury Dr. to Duxbury Crt.) 4 Rippling Drive (M-21 to cul-de-sac) 2 Forest Glen Drive (Wildwood Dr. to Wildwood Dr.) 15 Forest Bend Drive (Forest Glen Dr. to cul-de-sac) 8

TOTAL 103

Paradise Lake Plat # LOCATIONS BASINS

Paradise Lake Drive (Hall St. to Ada Dr.) 19 Far Hill Drive (Paradise Lake Dr. to Paradise Lake Dr.) 6 Foxchase Lane (Paradise Lake Dr. to Stonybrook Crt.) 2 Stonybrook Court (Paradise Lake Dr. to cul-de-sac) 3 Maple Hill Avenue (Ada Dr. to cul-de-sac) 6 West Woodmeade Crt. (West off Spaulding Ave.) 2 East Woodmeade Crt. (East off Spaulding Ave.) 5 Meadowmeade Drive (East of Spaulding Ave.) 4 Connemara Ct (Spaulding to End) 3

TOTAL 50

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 16

Greentree Plat # LOCATIONS BASINS

Greentree Lane Avenue (Conservation to Conservation) 36 Roundtree Lane (Greentree Lane Ave. to Greentree Lane Ave.) 16

TOTAL 52

Grand Valley Estates # LOCATIONS BASINS

Pettis Lane (Pettis to Grand Valley Dr) 4 Grand Valley Dr (Knapp to Knollpoint) 15 Grand Valley Ct (Grand Valley Dr to End) 2 Knollpoint (Grand Valley Dr to End) 18 Wellpoint (Knollpoint to Pettis) 5

TOTAL 44

Local # LOCATIONS BASINS

Sarasota (Ada Dr to End) 2 Patterson (Cascade to Hall) 2 Aylesworth (Argo to Patterson) 1 Luxemburg (East off Argo to Cul-de-sac) 2 Burrwood (East off Argo to End) 1 Driftwood (Thornapple River Dr to End) 10 Meadowview (Driftwood to Thornapple River Dr) 4 Hall (Colner to Cascade) 6 Maplehill (Ada Dr to Highbury) 8 Highbury (Maplehill to Maplehill) 18 Clements Mill (Highbury to Alta Dale) 10 Deer Run (Pettis to End) 16 Dogwood (Pettis to Gravel) 4 Conservancy (West off McCabe) 12 Conservancy Ct (off Conservancy) 2 Pineland (South off Vergennes) 4 Sargeant (M-21 to Bennett) 3 TOTAL 105 Specifications for Contract #20-27: Catch Basin Cleaning, contd. 17

Ada Township totals

TOTAL - PRIMARY BASINS 135 TOTAL - LOCAL BASINS 496

GRAND TOTAL BASINS 631

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 18

AREA IV 2020 BASIN CLEANING CONTRACT

GRAND RAPIDS TOWNSHIP

PRIMARY BASINS # LOCATIONS BASINS Cascade Rd (Robinson to Spaulding Ave) 61 Forest Hill Ave (M-21 to section south of Casade to Medical Park Dr , Pvt) 22 East Paris (Cascade Rd to GR City Limits) 16 Ada Dr (Forest Hill to Patterson) 1 Knapp St (East of East Beltline) 12 Leonard St (At E/side of E. Beltline) 2 Crahen (at Bradford to Fulton) 3

TOTAL 117

Kenmoor Plat # LOCATIONS BASINS Kenmoor Avenue (Cascade Rd. to Castle Dr.) 8 Waltham Avenue (Castle Dr. to Westchester Dr.) 2 Westchester Drive (Waltham Ave. to Ludlow Dr.) 3 Ludlow Drive (Kenmoor Ave. to Westchester Dr.) 2 Kennilworth Drive (Kenmoor Ave. to Farnsworth Ave.) 2 Farnsworth Avenue (Kennilworth Drive to Downing St.) 8 Downing Street (Farnsworth Ave. to cul-de-sac) 5 Castle Drive (Downing St. to Waltham Ave.) 7 Balfour Drive (Kenmoor Ave. to Farnsworth) 2 Parchment Drive (North and south of Cascade Rd.) 7 Kenmoor Avenue (North of Cascade Rd.) 10 Cascade West Parkway (Cascade Rd. to cul-de-sac) 9

TOTAL 65

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 19

Hidden Lake Plat # LOCATIONS BASINS Midland Drive (East Beltline Ave. to cul-de-sac) 5 Robinhood Drive (M-21 south to cul-de-sac) 2 Robinhood Court (Robinhood Dr. to cul-de-sac) 1 Edge Hill Drive (North off of Cascade Rd.) 3 Robinhood at Nottingham (e/side) 2 Ivanhoe at Nottingham 4 Loch Lomond at Nottingham 3 Devon at Lauderdale 3 Nottingham at Lauderdale 1 138 Ivanhoe (one on each side of road) 2 Devon at Robinghood 2 Devon at Ivanhoe 1 117 Robinghood (one on each side of road) 2 Devon at Loch Lomond (s/side) 2 Devon at Nottingham 2

TOTAL 35

Whispering Pines Plat # LOCATIONS BASINS Montreat Drive (3 Mile Road to Roanoke Dr.) 4 Roanoke Drive (Montreat Dr. to Pinesboro Dr.) 6 Pinesboro Drive (East and west of Roanoke Dr. to cul-de-sac) 15 Windover Drive (Pinesboro Dr. to Maryland Ave.) 6 Woodsboro Drive (Maryland Ave. to cul-de-sac) 16 Woodsboro Court (Maryland Ave. to cul-de-sac) 3 Ashville Drive (East and west of Woodsboro Dr. to cul-de-sac) 4 Wildridge Drive (Pinesboro Dr. to cul-de-sac) 14 Wildridge Court (Wildridge Dr. to cul-de-sac) 2 Oldepointe Drive (Wildridge Dr. to cul-de-sac) 5 Northboro Court (Olderidge Dr. to cul-de-sac) 7 Olderidge Drive (4 Mile Road to Olde Pointe Dr.) 13 Olderidge Court (Olderidge Dr. to cul-de-sac) 1 Canyonside Court (Bird Ave. to cul-de-sac) 5 Hylane Avenue (3 Mile Road Road to Shadowlane Dr.) 5 Fox Ridge Drive (Dean Lake Ave. to Indian Ridge Dr.) 5 Indian Ridge Drive (East and west of Fox Ridge Dr. to cul-de-sac) 7 Maryland (Elmer to Valentine) 3

TOTAL 121 Specifications for Contract #20-27: Catch Basin Cleaning, contd. 20

Apple Plat: # LOCATIONS BASINS McIntosh Avenue (3 Mile Road to end) 16 Winesap Drive (McIntosh Ave. to Leffingwell) 13 Winesap Drive (Leffingwell to end) 12 Russit (Winesap Drive to end) 4 Appleleaf Drive (Russit to Greenings Avenue) 5 Greenings Avenue (Winesap to end) 5 Appleton Drive (Winesap to end) 3 Appleton Crt. (Appleton to end) 1 Deli Drive (McIntosh to Johnathan Drive) 3 Deli Crt. (Deli Drive to end) 3 Johnathan Drive (3 Mile Road to Winesap) 10 Johnathan Crt. (Johnathan Dr. to end) 2 Floren (Winesap to Curticewood) 2 Curticewood (Floren to Winesap) 2 Burgen (3 Mile to Curticewood) 7 Lenwood (Burgen to End) 4

TOTAL 92

Cameron Estates: # LOCATIONS BASINS Vineyard Avenue (Rupert St. to 4 Mile Road) 4 Balsam Avenue (4 Mile Road to Dean Lake Ave.) 18 Balsam Crt. (Balsam Ave. to cul-de-sac) 2 Merlin Street (Dean Lake to Balsam Ave.) 7 Galahad Street (Balsam Ave. to Merlin St.) 4 Wilfred (Elmer to Valentine) 2 Elmer (Dean Lake to Perkins) 2 Carlton (S/off 4 Mile East of Plainfield) 2 Rupert (E/off Plainfield at Mobile Home Park) 1

TOTAL 42

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 21

Greenbrier Plat # LOCATIONS BASINS Greenbrier Drive (Forest Hills Ave. to M-21) 37 Greenbrier Court (Greenbrier Dr. to cul-de-sac) 2 Baywood Drive (Greenbrier Dr. to Carnoustie Ave.) 23 Shore Haven Drive (Baywood Dr. to cul-de-sac) 6 Pebble Beach Drive (Baywood Dr. to Baywood Dr.) 4 St. Andrews Street (Greenbrier Dr. to Carnoustie Ave.) 3 St. Andrews Court (St. Andrews St. to cul-de-sac) 2 Carnoustie Avenue (Arrowhead Ave. to Hersman St.) 10 Hersman Street (Carnoustie Ave. to Forest Hills Ave.) 6 Winged Foot Drive (Carnoustie Ave. to cul-de-sac) 3 Arrowhead Avenue (Greenbrier Dr. to Braeburn St.) 9 Prestwick Avenue (Greenbrier Dr. to Braeburn St.) 4 Braeburn Street (East of Forest Hills to end) 4 Braeburn Street (West of Forest Hills to Greenbrier Dr.) 11 Eastmoor Avenue (Braeburn St. N'ly to Lockhaven St.) 4 Toulouse (Carnoustie to Langlois) 7 Langlois (Toulouse to Loire Valley) 5 Loire Valley (Langlois to Calais Ct) 2 Calais Ct (Toulouse to End) 5

TOTAL 147

White Hills Plat # LOCATIONS BASINS White Hills Avenue (M-21 to Clear View St.) 6 Clear View Street (East and west of White Hills Ave. to end) 10 Bridgestone Drive (M-21 to Nettlesworth) 11 Nettlesworth Way (Bridgestone to Clearview St.) 2

TOTAL 29

LOCAL # LOCATIONS BASINS Aston Ct (South off Cascade to end) 4 Morningside (Cascade Rd to Fulton) 13 Kingswood (Cascade to Fulton) 18 Park Hills (Cascade to Fulton) 13 Lakeview (Cascade to Robinson) 2 Elmhurst (Cascade to Robinson) 7 Specifications for Contract #20-27: Catch Basin Cleaning, contd. 22

Glenview (Cascade to Robinson) 7 Alta Vista (Cascade to Robinson) 7 Midland (Alta Vista to Elmhurst) 5 Montvale (Elmhurst to Glenview) 3 Midland (Lakeview to Park Hills) 1 Oak Hollow (Lakeview to Morningside) 5 Brentwood (Morningside to Park Hills) 3 Reeds Lake (Duchess to Hall) 5 Reeds Lake (Reeds Lake to Reeds Lake) 4 Lakeside (Fulton to Robinson) 3 Robinson (Woodward to Fulton) 10 Mercer (Robinson to End) 1 Patterson (Cascade to Aylesworth) 2

TOTAL 113

LOCAL # LOCATIONS BASINS Kirk (Marigold to Hall) 2 Kirk (At Cutter Parkway) 1 Marigold (Kirk to Patterson) 1 Parchment (Cascade to End) 4

TOTAL 8

LOCAL # LOCATIONS BASINS 3 Mile (From Post Office to just East of East Beltline) 11 Aldale (3 Mile Rd to Sandrel) 4 Sandrel (Aldale to Alson) 6 Alson (Sandrel to 3 Mile) 4 W. Sandrel Ct (Sandrel to end) 1 E. Sandrel Ct (Sandrel to end) 1

TOTAL 27

Specifications for Contract #20-27: Catch Basin Cleaning, contd. 23

LOCAL # LOCATIONS BASINS Richmer at 3 Mile Rd 2 Mason Lake (Dunnigan to end) 9 Kamp Valley Ct (Mason Lake to end) 4 Arbor Chase (3 Mile Rd to Atwater Hills Pvt) 12 Mason Ridge (Dunnigan to Atwater Hills) 9 Atwater (Mason Ridge to Arbor Chase) 6 Alcott (Knapp Valley to end) 1 Knapp Valley (Knapp to Maguire) 2 Leffingwell (City Limits to 3 Mile Rd) 16

TOTAL 61

LOCAL # LOCATIONS BASINS Eaglecrest (Leonard to East Beltline) 14 Bradford (E. Beltline to Bradford Hollow) 5 Bradford (East of Crahen) 8 Bradford Hollow (Bradford to End) 8 Monarch (East and West of Bradford Hollow) 3 Canterwood (Crahen to End) 16 Oakwright (Canterwood to Quail Ridge) 6 Donnybrook Ct (Canterwood to End) 1 Canterwood Ct (Canterwood to End) 4 Fox Point Ct (Canterwood to End) 7 Quail Ridge (Michigan to Canterwood) 10 Quail Ridge Ct (Quail Ridge to End) 2 Hickory Grove Ct (Quail Ridge to End) 4 Oakshire Ct (Hickory Grove Ct to End) 2

TOTAL 90

TOTAL - PRIMARY BASINS 117 TOTAL - LOCAL BASINS 830

GRAND TOTAL BASINS 947