SLED Opportunity · MASSACHUSETTS · BERKSHIRE REGIONAL PLANNING COMMISSION
AI Summary
Berkshire Regional Group Purchasing Program seeks bids for cooperative purchases of highway supplies and services for FY27, including winter products, paving, guardrail, line painting, and more. Bids due April 2, 2026, via online portal.
The Berkshire Regional Group Purchasing Program (BRGPP), acting on behalf of its participating members, invites bids for joint cooperative purchases for July 1, 2026 through June 30, 2027 for the following highway supplies and service categories:
Bid packages are available starting Thursday, March 12, 2026 at BRGPP's OpenGov online procurement portal found at: https://procurement.opengov.com/portal/berkshire-planning.
Bids must be submitted through the online procurement portal no later than Thursday, April 2, 2026 at 1:00 pm. Bids will then be opened publicly and read aloud.
All bids for services are subject to the prevailing wage rates as per Massachusetts General Laws Chapter 149, Section 26 to 27F inclusive and Chapter 30, Section 39M, and a 5% bid deposit is required, in the form of a bid bond or certified check, unless specified in the bid package.
All bidders must be pre-qualified by MassDOT for the following approved classes of work and their respective estimated values:
As the awarding authority, BRGPP and its participants reserve the right to accept or reject any or all bids, in total or in part, and to take whatever action is deemed most favorable to the best interest of all the participants. Minority and woman-owned businesses are encouraged to submit bids. All bids will receive consideration without regard to race, color, religion, national origin, sex, age, sexual orientation, or disability. BRGPP is an Affirmative Action/Equal Opportunity Employer.
The Berkshire Regional Planning Commission (BRPC) administers the Berkshire Regional Group Purchasing Program (BRGPP) on behalf of all 32 Berkshire County municipalities and other public sector entities within Berkshire County.
Invitations to bid for each product category allow vendors to offer products and services based on the municipalities’ location in Northern, Central, or Southern Berkshire County, or on any combination of the three. The BRGPP services are designed to provide municipalities with the lowest prices available, while also relieving municipal staff of performing the necessary activities required for bidding products and services under the Massachusetts procurement laws.
Winter sand specs were slightly changed to include crushed stone particles. See below:
Please use the See What Changed link to view all the changes made by this addendum.
BRPC is inviting you to a scheduled Zoom meeting.
Topic: FY27 BRGPP Bid Opening
Time: Apr 2, 2026 01:00 PM Eastern Time (US and Canada)
Join Zoom Meeting
https://us02web.zoom.us/j/85797535971?pwd=UsMPHQvtRbYMHxssgBmbLjJRaAzORM.1
Meeting ID: 857 9753 5971
Passcode: 601593
---
One tap mobile
+13126266799,,85797535971#,,,,*601593# US (Chicago)
+16465588656,,85797535971#,,,,*601593# US (New York)
Join instructions
https://us02web.zoom.us/meetings/85797535971/invitations?signature=PgHNFOCacz4ILBMTeZdpaCjTaFqzdRcNrMLUp4SF1-c
| Product | Specification |
| 1 1/2" Minus Screened Gravel | MassDOT M1.03.0 Type d |
| 3/4" Screened Gravel | MassDOT M1.03.0 Modified 1" Maximum Size |
| Loam | MassDOT M1.05.0 |
| 1 1/2" Crushed Gravel | MassDOT M1.03.1 |
| 1" Minus Crushed Gravel | MassDOT M1.03.1 Modified 1" Maximum Size |
| Reclaimed Pavement (Hardpack) | MassDOT M1.09.0 1 1/2" Maximum Size |
| 1/2" Washed Gravel Stone | ASTM D448 Size #7 |
| 3/4" Washed Gravel Stone | ASTM D448 Size #6 |
| 1 1/2" Washed Gravel Stone | ASTM D448 Size #4 |
| 1 1/2" Unwashed Gravel Stone | ASTM D448 Size #4 |
| 3/8" Crushed Stone (Traprock) | MassDOT M2.01.6 |
| 1/2" Crushed Stone (Traprock) | MassDOT M2.01.5 |
| 3/4" Crushed Stone (Traprock) | MassDOT M2.01.7 |
| 1 1/2" Crushed Stone (Traprock) | MassDOT M2.01.7 |
| 3/4" Dense Graded Crushed Stone | MassDOT M2.01.7 |
| 1 1/2" Dense Graded Crushed Stone | MassDOT M2.01.7 |
| 1/2" Minus Traprock Gravel | MassDOT M2.01.7 1/2" Maximum Size 50-85% must pass #4 Sieve |
| Rip Rap 6" Max | MassDOT M2.02.0 6" Maximum Size |
| Dumped Rip Rap | MassDOT M2.02.02 |
| Modified Rockfill | MassDOT M2.02.4 |
| Town | Name | Position | Alternate Email | |
| Adams | Holli Jayko | Interim Town Administrator | hjayko@town.adams.ma.us | |
| Adams | Tim Cota | Operations Supervisor | tcota@town.adams.ma.us | tcota@town.adams.ma.us |
| Adams | Elaine Melillo | Admin Assistant | emelillo@town.adams.ma.us | |
| Alford | Casey Searing | Highway Superintendent | highway@townofalford.org | highway@townofalford.org |
| Alford | Roxanne Germain | Treasurer / Tax collector | offices@townofalford.org | |
| Becket | Ed Pickert | Highway Superintendent | highway@townofbecket.org | highway@townofbecket.org |
| Becket | Kathe Warden | Town Administrator | administrator@townofbecket.org | |
| Cheshire | Jennifer Morse | Town Administrator | jmorse@cheshire-ma.gov | |
| Cheshire | Corey McGrath | DPW Director | dpw@cheshire-ma.gov | dpw@cheshire-ma.gov |
| Clarksburg | Ronald Boucher | Town Administrator | townadministrator@clarksburgma.gov | |
| Clarksburg | Kyle Hurlbut | Highway Dept | dpw@clarksburgma.gov | dpw@clarksburgma.gov |
| Clarksburg | Donna Neville | Admin Assistant | dneville@clarksburgschool.org | |
| Dalton | Tom Hutchenson | Town Manager | thutcheson@dalton-ma.gov | |
| Dalton | Edward Hall | Highway Superintendent | ehall@dalton-ma.gov | ehall@dalton-ma.gov |
| Dalton | Dawn Fye | Administrative Assistant | dfye@dalton-ma.gov | |
| Egremont | Jim Noe | Highway Superintendent | highway@egremont-ma.gov | highway@egremont-ma.gov |
| Egremont | Mary Brazie | Office Administrator | tegremont@egremont-ma.gov | |
| Florida | Joan Lewis | Town Administrator | townadmin@townofflorida.org | |
| Florida | Jim White | Highway Superintendent | highway@townofflorida.org | highway@townofflorida.org |
| Great Barrington | Joseph Aberdale | DPW Superintendent | jaberdale@townofgb.org | jaberdale@townofgb.org |
| Great Barrington | Steve Larkin | Assistant Superintendent | srlarkin@townofgb.org | srlarkin@townofgb.org |
| Great Barrington | Michelle Pilkington | Adminstrative Assistant | mpilkington@townofgb.org | |
| Great Barrington | Liz Hartsgrove | Town Manager | lhartsgrove@townofgb.org | |
| Hancock | Sherman Derby | Highway Superintendent | bos@fairpoint.net | |
| Hancock | Jan Lillie | Town Secretary | bos@fairpoint.net | |
| Hinsdale | Robert Graves | Town Administrator | town.administrator@hinsdalema.gov | |
| Hinsdale | James Callahan | DPW Superintendent | dpw.highways@hinsdalema.gov | dpw.highways@hinsdalema.gov |
| Lanesborough | Beth Carroll | Administrator Assistant | bcarroll@lanesborough-ma.gov | |
| Lanesborough | Nate Fenwick | DPW Director | dpw.director@lanesborough-ma.gov | dpw.director@lanesborough-ma.gov |
| Lanesborough | Gina Dario | Town Manager | town.administrator@lanesborough-ma.gov | |
| Lee | Lenny Tisdale | DPW Superintendent | lenny.tisdale@lee.ma.us | lenny.tisdale@lee.ma.us |
| Lee | Samantha Lovett | Adminstrative Assistant | samantha.lovett@lee.ma.us | |
| Lee | Christopher Brittain | Town Administrator | christopher.brittain@lee.ma.us | |
| Lenox | William Gop | DPW Director | lenoxdpw@townoflenox.com | lenoxdpw@townoflenox.com |
| Lenox | Jay Green | Town Manager | jgreen@townoflenox.com | |
| Monterey | Alan Havill | Director of Operations | dpw1@montereyma.gov | dpw1@montereyma.gov |
| Monterey | Roger MacDonald | Town Administrator | admin@montereyma.gov | |
| Mt Washington | Jonathan Hoskins | Highway Superintendent | hwd@mountwashington-ma.gov | hwd@mountwashington-ma.gov |
| Mt Washington | Brian Tobin | SB | briantobin@townofmtwashington.com | |
| New Ashford | Keith Lacasse | Highway Superintendent | klcconstructioncorp91@gmail.com | klcconstructioncorp91@gmail.com |
| New Ashford | Ken MacInerney | SB Chair | kenmcinerney@townofnewashford.com | |
| New Marlborough | Mari Enoch | Town Administrator | nmbos@newmarlboroughma.gov | |
| New Marlborough | Charles Loring | Highway Superintendent | cloring@newmarlboroughma.gov | cloring@newmarlboroughma.gov |
| North Adams | Timothy Lescarbeau | Commissioner of Public Services | tlescarbeau@northadams-ma.gov | tlescarbeau@northadams-ma.gov |
| North Adams | Stacy Abuisi | Grant Specialist, Procurement, & Special Projects | sabuisi@northadams-ma.gov | |
| North Adams | Paul Markland | Assistant Commissioner of Public Services | pmarkland@northadams-ma.gov | pmarkland@northadams-ma.gov |
| North Adams | Carrie Burnett | North Adams Procurement Officer | cburnett@napsk12.org | |
| North Adams | Jennifer Macksey | Mayor | MayorMacksey@northadams-ma.gov | |
| Otis | Derek Poirier | Highway Superintendent | Highway@townofotisma.com | Highway@townofotisma.com |
| Otis | Brandi Page | Town Administrator | TownAdmin@townofotisma.com | |
| Peru | Justin Russell | DPW Supervisor | highwaydept@townofperuma.com | highwaydept@townofperuma.com |
| Peru | Terry Walker | Town Administrator | townadmin@townofperuma.com | |
| Pittsfield | Ricardo Morales | Commissioner of Public Works | rmorales@cityofpittsfield.org | rmorales@cityofpittsfield.org |
| Pittsfield | Vinnie Barbarotta | Highway Superintendent | vbarbarotta@cityofpittsfield.org | vbarbarotta@cityofpittsfield.org |
| Piitsfield | Kate Lankin | Administrative Assistant | klankin@cityofpittsfield.org | |
| Pittsfield | Tyler Shedd | City Engineer | tshedd@cityofpittsfield.org | tshedd@cityofpittsfield.org |
| Pittsfield | Deb Belair | Highway Dept | dbelair@cityofpittsfield.org | |
| Pittsfield | Jeff Howes | Fleet Manager | jhowes@cityofpittsfield.org | |
| Pittsfield | Peter Marchetti | Mayor | mayorsoffice@cityofpittsfield.org | |
| Pittsfield | Katharine Moskos | Business Manager | kmoskos@cityofpittsfield.org | |
| Richmond | Roger Manzolini | Selectmen/Town Administrator | r.manzolini@richmondma.org | |
| Richmond | Peter Beckwith | Highway Superintendent | highway@richmondma.org | highway@richmondma.org |
| Sandisfield | David Waldron | Highway Superintendent | highways@sandisfieldma.gov | highways@sandisfieldma.gov |
| Sandisfield | Janey Snyder | Town Manager | manager@sandisfieldma.gov | |
| Savoy | Todd Krutiak | Highway Superintendent | highway@townofsavoy.com | highway@townofsavoy.com |
| Savoy | General Email | Select Board | sbadmin@townofsavoy.com | |
| Sheffield | David Ruot | Highway Superintendent | jcollingwood@sheffieldma.gov | jcollingwood@sheffieldma.gov |
| Sheffield | Rhonda LaBombard | Town Administrator | rlabombard@sheffieldma.gov | |
| Stockbridge | Bob Navin | Highway Dept Foreman | highway@stockbridge-ma.gov | highway@stockbridge-ma.gov |
| Stockbridge | Michael Canales | Town Administrator | mcanales@stockbridge-ma.gov | |
| Stockbridge | Christine Goretti | Office Manager | dpw@stockbridge-ma.gov | |
| Tyringham | Noah Choquette | DPW /Highway Superintendent | tyringhamhighway@gmail.com | tyringhamhighway@gmail.com |
| Tyringham | Molly Curtin-Schaefer | Town Administrator | townhall@bcn.net | |
| Washington | Tom Johnson | Highway Superintendent | washingtondpw@gmail.com | washingtondpw@gmail.com |
| Washington | Andrea Wadsworth | Town Administrator | washingtontownadm@gmail.com | |
| West Stockbridge | Curt Wilton | DPW Director | highwaysuperintendent@weststockbridge-ma.gov | highwaysuperintendent@weststockbridge-ma.gov |
| West Stockbridge | Marie Ryan | Town Administrator | admin@weststockbridge-ma.gov | |
| West Stockbridge | Stephen VanTassel | Highway Superintendent | svantassel@weststockbridge-ma.gov | svantassel@weststockbridge-ma.gov |
| Williamstown | Barbara Columbus | Office Manager | bcolumbus@williamstownma.gov | |
| Williamstown | Craig Clough | DPW Director | cclough@williamstownma.gov | cclough@williamstownma.gov |
| Williamstown | Justin Olansky | Superintendent | jolansky@williamstownma.gov | jolansky@williamstownma.gov |
| Williamstown | Bob Menicocci | Town Manager | rmenicocci@williamstownma.gov | |
| Windsor | John Denno | Highway Superintendent | highway@windsormass.com | highway@windsormass.com |
| Windsor | Madeline Scully | Town Administrator | windsormassta@gmail.com | |
| Mt Greylock | Rob Wnuk | Director of Operations & Technology | rwnuk@mgrhs.org | rwnuk@mgrhs.org |
| Mt Greylock | Joe Bergeron | Business Manager | jbergeron@mgrhs.org | |
| North Adams School | Nancy Rauscher | Director of School Finance and Operations | nancyrauscher@napsk12.org |
| Municipality | Tons Delivered | Tons Picked-Up |
| North County | ||
| Adams | 4,500 | |
| Cheshire | 500 | |
| Clarksburg | 150 | |
| Florida | 300 | |
| Mount Greylock Regional School | 260 | |
| New Ashford | 250 | |
| North Adams | 4,000 | |
| Savoy | 2,000 | |
| Central County | ||
| Lanesborough | 1,500 | |
| Lenox | 2,200 | |
| Peru | 500 | |
| Pittsfield | 8,000 | |
| Richmond | 500 | |
| Washington | 1,200 | |
| Windsor | 200 | |
| South County | ||
| Alford | 600 | |
| Becket | 1,500 | |
| Egremont | 1,000 | |
| Great Barrington | 1,000 | 800 |
| Monterey | 1,200 | |
| Mt. Washington | 500 | 500 |
| Otis | 1,100 | |
| Sheffield | 1,200 | |
| Stockbridge | 750 | |
| Tyringham | 550 | |
| West Stockbridge | 900 | 200 |
| Municipality | Tons Delivered | Tons Picked-Up |
| North County | ||
| Adams | 200 | |
| Cheshire | 66 | |
| Florida | 300 | |
| Savoy | 1,000 | |
| Central County | ||
| Pittsfield | 2,500 | |
| Richmond | 2,000 | |
| Windsor | 500 | |
| South County | ||
| Alford | 50 | |
| Egremont | 200 | |
| Great Barrington | 150 | |
| Lee | 50 | |
| Mt. Washington | 500 | 500 |
| Stockbridge | 100 | |
| Municipality | Tons Delivered | Tons Picked-Up |
| North County | ||
| Cheshire | 260 | |
| New Ashford | 40 | |
| North Adams | 400 | |
| Central County | ||
| Lenox | 100 | |
| Richmond | 2,000 | |
| Washington | 300 | |
| Windsor | 500 | |
| South County | ||
| Egremont | 200 | |
| Great Barrington | 150 | |
| Monterey | 500 | |
| Mt. Washington | 500 | 500 |
| Tyringham | 500 | |
| West Stockbridge | 500 | 200 |
The Berkshire Regional Planning Commission (BRPC) administers the Berkshire Regional Group Purchasing Program (BRGPP) on behalf of all 32 Berkshire County municipalities and other public sector entities within Berkshire County.
Invitations to bid for each product category allow vendors to offer products and services based on the municipalities’ location in Northern, Central, or Southern Berkshire County, or on any combination of the three. The BRGPP services are designed to provide municipalities with the lowest prices available, while also relieving municipal staff of performing the necessary activities required for bidding products and services under the Massachusetts procurement laws.
| Municipality | 50% Liquid Magnesium Chloride and 50% Distiller Soluble (Gallons) | 80% Liquid Magnesium Chloride and 20% Molasses (Gallons) | 60% Liquid Calcium and 40% Organic Based Performance Enhancer (Gallons) |
| North County | |||
| Savoy | 3,000 | ||
| Central County | |||
| Lanesborough | 7,000 | ||
| Pittsfield | 10,000 | ||
| Richmond | 5,000 | ||
| Washington | 5,000 | ||
| South County | |||
| Egremont | 1,200 | 1,200 | |
| Monterey | 4,600 | ||
| West Stockbridge | 12,000 | ||
The Berkshire Regional Group Purchasing Program (BRGPP), acting on behalf of its participating members, invites bids for joint cooperative purchases for July 1, 2026 through June 30, 2027 for the following highway supplies and service categories:
Bid packages are available starting Thursday, March 12, 2026 at BRGPP's OpenGov online procurement portal found at: https://procurement.opengov.com/portal/berkshire-planning.
Bids must be submitted through the online procurement portal no later than Thursday, April 2, 2026 at 1:00 pm. Bids will then be opened publicly and read aloud.
All bids for services are subject to the prevailing wage rates as per Massachusetts General Laws Chapter 149, Section 26 to 27F inclusive and Chapter 30, Section 39M, and a 5% bid deposit is required, in the form of a bid bond or certified check, unless specified in the bid package.
All bidders must be pre-qualified by MassDOT for the following approved classes of work and their respective estimated values:
As the awarding authority, BRGPP and its participants reserve the right to accept or reject any or all bids, in total or in part, and to take whatever action is deemed most favorable to the best interest of all the participants. Minority and woman-owned businesses are encouraged to submit bids. All bids will receive consideration without regard to race, color, religion, national origin, sex, age, sexual orientation, or disability. BRGPP is an Affirmative Action/Equal Opportunity Employer.
| Municipality | 50% Liquid Magnesium Chloride and 50% Distiller Soluble (Gallons) | 80% Liquid Magnesium Chloride and 20% Molasses (Gallons) | 60% Liquid Calcium and 40% Organic Based Performance Enhancer (Gallons) |
| North County | |||
| Cheshire | 500 | ||
| Clarksburg | 690 | ||
| Florida | 1,000 | ||
| New Ashford | 250 | ||
| Central County | |||
| Peru | 100 | ||
| Richmond | 2,000 | ||
| Windsor | 300 | 1,00 | |
| South County | |||
| Egremont | 300 | 300 | |
| Great Barrington | 600 | ||
| Mt. Washington | 500 | 500 | 200 |
| Stockbridge | 1,100 | ||
| West Stockbridge | 100 | ||
| Release Project Date: | March 12, 2026 |
| Question Submission Deadline: | March 27, 2026, 4:00pm |
| Question Response Deadline: | March 30, 2026, 4:00pm |
| Proposal Submission Deadline: | April 2, 2026, 1:00pm |
| Contractor Selection Date: | April 20, 2026 |
| Symbol | Square Footage |
| Bike Lane Symbol | 14 |
| Arrow | 14 |
| Shared Lane Bike Symbol | 11 |
| Sharrows | 11 |
| Symbol | Square Footage |
| Arrow, Straight | 11.8 |
| Arrow, Left or Right | 15.8 |
| Arrow Combination, Straight with Left or Right | 28.1 |
| "ONLY" Legend | 22.5 |
| Yield Lines (Shark Teeth) | 3 Each |
General Specifications
Rubber Crack Sealing
| Test | ASTM D3405 Spec. Limits |
| Cone Penetration 77F (25C) | 90 Max |
| Resilience 77F (25C) | 60% Max |
| Flow 140F (60C) | 3mm Max |
| Bond -20F 50% Ext. | Pass 3 Cycles |
| Asphalt Compatibility | Compatible |
| Recommend Pour Temperature | 380F (193C) |
| Safe Heating Temperature | 410F (210C) |
Fiber Crack Sealing
| Measure | Standard |
| Length | 7mm |
| Diameter | 0.0008 inch +/- 0.0001 inch |
| Specific Gravity | 1.32 - 1.40 |
| Melt Temperature | 480F Minimum |
| Ignition Temperature | 1,000F Minimum |
| Tensile Strength | 75,000PSI +/- 5,000PSI |
| Break Elongation | 33% +/- 9% (Fully Drawn) |
Polymer and Crumb Rubber Modified (PCRM)
| Measure | Standard |
| Length | 0.25 inch +/- 0.02 inch |
| Elongation at Break (ASTM D2256-90) | 35% +/- 3% |
| Melting Point (ASTM D2318-82) | >475F (246C) |
| Crimps/Inch (ASTM D3937-90) | None |
| Cross Section | Round |
| Denier (ASTM D1577-90) | 4.5 Nominal DPF |
| Tensile Strength (ASTM D2256-90) | >70,000PSI |
| Diameter | 0.0008 inch |
| Specific Gravity (ASTM D792-91) | 1.32 - 1.40 |
Polymer Modified Rejuvenating Fog Seal (E-Fog)
Spray Applied Penetrating Asphalt Rejuvenator (Delta Mist)
Micro-Surfacing (Conventional and HiMA) Specifications
Cape Seal Specifications
Materials
| Required Stone Gradations | |||
| 3/8" Stone | 1/2" Stone | ||
| Screen Size | Acceptable Passing Rate by Weight | Screen Size | Acceptable passing Rate by Weight |
| 1/2" Sieve | 100% | 5/8" Sieve | 100 |
| 3/8" Sieve | 85-100% | 1/2" Sieve | 85-100% |
| 1/4" Sieve | 10-60% | 3/8" Sieve | 15-45% |
| #4 Sieve | 0-25% | #4 Sieve | 0-10% |
| #8 Sieve | 0-2% | #8 Sieve | 0-2% |
Material Quantities
Equipment
Construction Methods
Method of Payment
Payment for work under this agreement shall be made at the contract unit price per square yard times the number of square yards, measured by the bidder and the program participant, of road surface treated. Price per square yard shall be for complete in place quantities. Upon completion of work, and acceptance of the participant, the bidder shall submit a payment to the participant. Payment shall be within 30 days.
Guarantee
Any material or workmanship found to be defective for up to one year from the date of acceptance by the program participant shall be replaced by the bidder at no cost to the participant. Upon notification of defective material or workmanship, the bidder shall immediately replace such defective areas, unless otherwise instructed by the participant.
SPECIFICATIONS FOR ASPHALT-RUBBER SURFACE TREATMENT
STRESS ABSORBING MEMBRANE (SAM)
The term Director [Superintendent, etc.] shall mean the Director of Public Works of the awarding authority.
The term Designee shall mean an employee of the awarding authority, designated by the Director.
The term Contractor shall mean a professional company contracted by the awarding authority to perform work under this agreement.
This guide specification provides requirements to construct asphalt rubber chip seals. An asphalt rubber chip seal is the application of a combined reacted mixture of hot paving grade asphalt and ground rubber, followed immediately by an application of a single layer of pre-coated aggregate.
The base asphalt binder shall be a PG binder meeting AASHTO M320 that when blended with the appropriate quantity of granulated rubber meets the requirements of ASTM D 6114 type II (modified). The intended PG must be used in the mix design and for the Asphalt-Rubber blending.
The physical requirements for the Asphalt-Rubber binder shall conform to ASTM D 6114 type II (modified).
The reclaimed vulcanized rubber shall be produced primarily from the processing of automobile and truck tires. The rubber shall be produced by the ambient temperature grinding processes only.
The specific gravity of reclaimed vulcanized ground rubber shall be not less than 1.10 and not greater than 1.20.
Rubber for use in Asphalt-Rubber binder shall be free of loose fabric, wire and other contaminants. Up to 4 percent (by weight of rubber) calcium carbonate or talc may be added to prevent caking or sticking of the particles together. The ground rubber shall be sufficiently dry so as to be free flowing and not produce foaming when blended with the hot PG binder.
This specification does not preclude the use of other asphalt binder modifiers to meet and/or improve the required properties.
Aggregate shall consist of 100% crushed ledge having durable particles. The percent wear of aggregate shall not exceed 35% as determined by AASHTO T-96. The flakiness of the aggregate, as determined by Central Federal Lands Highway Office FLH T 508, shall not exceed 35.
Prior to placing, the aggregate shall be uniformly pre-coated with a Performance-Graded Asphalt which meets the requirements of M 320 or M 332 and is typically used by the agency based on climate. The pre-coating shall be accomplished by mixing at a central hot mix plant. The binder shall have a minimum temperature of 250°F at the time of pre-coating with approximately 0.40 to 0.80 percent asphalt cement, by weight of the aggregate. The end result shall be a dust free aggregate. The pre-coated aggregate shall meet the following gradation requirements at the time of production:
Sieve | AADT>1000 | AADT<1000 |
Size | Percent Passing | Percent Passing |
½ | 100 | 100 |
3/8 | 85-100 | 85-100 |
No. 4 | 0-8 | 0-25 |
No. 8 | 0-4 | 0-5 |
No. 200 | 0-2 | 0-2 |
Commentary: The above gradations are recommended based on average daily traffic counts and may vary within the range of 750 to 2500 AADT based on mix design and prior performance.
The method and equipment for combining the PG asphalt binder, ground rubber, and modifiers (if used) shall be so designed and accessible that the Engineer can readily determine the percentage of each material being incorporated into the mixture.
Equipment utilized in the production and proportioning of Asphalt-Rubber binder shall include the following as a minimum:
The temperature of the asphalt binder shall be between 325°F and 400°F at the time of addition of the ground rubber. Ensure that there are no agglomerations of rubber particles in excess of two inches in the least dimension in the mixing chamber.
The Contractor shall document that the proportions are accurate and that the rubber has been uniformly incorporated into the mixture. Ensure that the crumb rubber and asphalt binder are thoroughly mixed. Rubber floating on the surface or agglomerations of rubber particles is evidence of insufficient mixing. Maintain the temperature of the asphalt-rubber binder immediately after mixing between 325°F and 375°F for a minimum of 45 minutes before use.
The materials shall be sampled once per lot at the point of manufacture, tested and certified by an AASHTO re:source (formally AMRL) accredited laboratory approved for asphalt rubber binder testing. The laboratory shall certify that the material meets the requirements of ASTM D 6114 type II specifications as modified below. A lot shall be defined as each batch produced, but not to exceed the volume of the manufacturer’s dedicated asphalt rubber reaction/storage tank.
Table 1 in ASTM D 6114 Type II specification shall be replaced by the following properties:
Test (on the produced asphalt rubber binder) Result
D2196 Apparent Viscosity 300 to 1500
D36 Softening Point Min. 130°F
D5329 Resilience Min. 20%
D5 Penetration 25 to 75
AASHTO T315 Original Binder 2mm DSR @ 82: G*/sin(d) >1.00 kPA
All data shall be reported to the awarding authority as outlined in Section 4.4, Reporting.
Prior to starting the project, the contractor shall submit a Quality Control Plan from the Asphalt Rubber supplier meeting the requirements of AASHTO R-26 format.
The contractor shall submit a weekly manufacturer’s report for each lot of asphalt rubber produced that includes the following as a minimum:
On projects exceeding 35 tons of liquid asphalt rubber, at least two pressure-type bituminous distributor trucks in good condition will be required. The distributor shall be equipped with an internal heating device capable of heating the material evenly up to 425°F; an internal mixing unit capable of maintaining a proper mixture of asphalt cement and granulated rubber; have adequate pump capacity to maintain a high rate of circulation in the tank and to spray the asphalt-rubber at a viscosity of 1,500 to 5,000 centipoise; have adequate pressure devices and suitable manifolds to provide constant positive cut-off to prevent dripping from the nozzles. Distributor shall be equipped with an electronically controlled computerized compensation unit for controlling application rates at various width and speed changes. The application unit shall have electronic controls and a digital read out installed and operated from the inside of the cab of the distributor. The distribution bar on the distributor shall be fully circulating. Any distributor that produces a streaked or irregular distribution of the material shall be promptly repaired or removed from the project.
Distributor equipment shall include a tachometer, pressure gauges, volume measuring devices, and a thermometer for reading temperature of tank contents. Controls for spray bar shall be located in cab of truck, for controlling width and rate of spray of product. It shall be so constructed that uniform applications may be made at the specified rate per square yard with a tolerance of plus or minus 0.05 gallon per square yard.
The distributor shall be equipped with a continuous mechanical means to ensure that all nozzles are clean at all times. If a continuous mechanical means is not present, then a “bootman” shall accompany the distributor and ride in a position so that all spray bar nozzles are in his full view and readily accessible for unplugging.
Tank trucks utilized for the transportation of asphalt rubber shall be equipped with a heating system to maintain the proper temperature of the binder and an internal mixing/agitation unit capable of maintaining a homogeneous mixture of asphalt and ground tire rubber while in transit.
Trucks for hauling cover material shall be rear discharge conveyor-fed or “live bottom” trucks and shall be equipped with a device to lock onto the hitch at the rear of the chip spreader to prevent aggregate spillage.
Sufficient hauling vehicles will be available to ensure continuous operation of the distributor and chip spreader.
The aggregate spreader shall be hydrostatically driven and self-propelled. It must be equipped with a hydraulically controlled variable adjustable head that is capable of spreading stone in widths from 4.5 to 18 feet. The spreader shall be mounted on pneumatic tires, and shall apply the stone on the road surface in a manner that ensures that the tires do not contact the road surface until after the stone has been applied. The unit shall be equipped with an electronic radar type sensor used to measure ground speed and will automatically adjust the stone application rate depending on width of application and the speed of chip spreader. It shall have the ability to apply stone on any grade from 0 - 6%. The spreader shall be equipped with an integral hopper with a minimum capacity of 5 tons of stone which shall be filled by trucks in a manner which ensures that the truck tires never come in contact with asphalt treated road surfaces until the stone has been properly applied. To maintain constant stone application, a self-locking truck hitch will permit towing of aggregate trucks without stopping the chip spreader. It will be capable of maintaining positive engagement over irregular terrain.
A minimum of two (2) self-propelled, multiple wheel, pneumatic-tired rollers shall be used, and at least one shall weigh a minimum of 12 tons, and shall have a total compacting width of at least 56 inches.
A minimum of two (2) self-propelled rotary pick-up sweepers shall be used. They shall be designed, maintained, equipped, and operated so that the pavement surface can be swept clean. The rotary sweepers shall be equipped with adjustable down pressure on the sweeper heads and shall be capable of temporarily storing the picked up material from the surface of the pavement for disposal offsite.
The Contractor and the Director or his/her Designee shall mutually determine the streets which shall receive asphalt-rubber surface treatment. Measurements of streets to be treated shall be made by the Contractor and the Director or his/her Designee, and the Contractor shall prepare a cost estimate for each street prior to beginning work.
The Contractor and the Director or his/her Designee shall coordinate a preconstruction meeting prior to construction with the engineer to discuss the following schedule:
The awarding authority shall provide a staging area for equipment and materials to be used on the project. The Contractor and Director or his/her Designee shall mutually review and agree that the location is of adequate size and condition to allow for safe and secure usage for the required operation(s).
The awarding authority shall provide a location for disposal of asphalt/aggregate debris created in the adjustment of utility castings/structures, milling of keyways, and any pre- or post- project sweeping.
All surface preparations shall be completed by the awarding authority prior to applying the surface treatment unless otherwise noted or bid as separate items.
The awarding authority shall be responsible for removal of all thermoplastic traffic markings, cleaning and flush filling all cracks and joints greater than 1/4” wide. The awarding authority shall place a leveling course on planed, milled or existing surface, if required.
The contractor shall cover all manhole covers, water boxes, gas boxes, catch basins and other such utility structures with plastic or building felt. Reference each for location and uncovering after application.
The contractor shall thoroughly clean the surface by sweeping immediately prior to application of the asphalt-rubber. Prior to sweeping, the awarding authority shall have removed all vegetation and soil that is bound to the roadway surface.
The asphalt rubber chip seal shall only be placed on existing pavement that is thoroughly dry and free from all dust, dirt, and loose material and when the air temperature is above fifty (50) degrees Fahrenheit. No water shall be present on the road surface. The asphalt rubber chip seal shall not be applied after September 15 as a final surface.
The contractor shall provide proof of calibration of the asphalt distributor and the aggregate spreader. Both shall be calibrated prior to the job using ASTM D2995 (asphalt distributor) and ASTM D5624 (aggregate spreader) and the application rates will be verified daily.
A test strip shall be constructed on the first 500 feet of the project to verify the design and application. Adjustments to the mixture formula shall be permitted provided they do not exceed the values stated in the mix design. The Director or his/her Designee will witness the control strip application and will approve commencement of the project application.
The asphalt-rubber mixture shall be applied at a maximum temperature of 375°F at a rate of 0.50 to 0.65 gallons per square yard. Exact application rate to be determined by the aggregate gradation, traffic volume and pavement condition.
Longitudinal joints shall be reasonably true to line and parallel to centerline. Where any construction joint occurs, the edges shall be broomed back and blended so there are no gaps and the elevations are the same, and free from ridges and depressions. Longitudinal joints shall be overlapped from 4 to 6 inches.
During application, adequate provision shall be made to prevent marring and discoloration of adjacent pavements, structures, vehicles, foliage or personal property.
The application of aggregate shall follow as close as possible behind the application of the hot asphalt-rubber which shall not be spread further in advance of the aggregate spread than can be immediately covered. Construction equipment or other vehicles shall not drive on the uncovered asphalt-rubber. The hot-precoated aggregate shall be spread uniformly by a self-propelled spreader at a rate of spread directed by the Agency, generally between 30 to 40 pounds per square yard. Any deficient areas shall be covered with additional material.
A minimum of two (2) pneumatic-tired rollers shall be used for aggregate embedment into the hot asphalt-rubber. Rolling shall commence immediately following spread of aggregate. There shall be at least three coverages by the pneumatic-tired roller to embed the aggregate particles firmly into the asphalt-rubber. Coverage shall be as many passes as are necessary to cover the entire width being spread with a pass being one movement of a roller in either direction.
When the maximum amount of aggregate has been embedded into the asphalt-rubber and the pavement has cooled, all loose material shall be swept or otherwise removed by the contractor. Contractor shall supply two (2) sweepers for the day of application. This will be done at a time and in a manner, which will not displace any embedded aggregate or damage the asphalt-rubber. The material removed by sweeping shall be disposed of offsite.
Pre-sweeping or post-sweeping at a later date is the responsibility of the awarding authority unless bid as a separate bid item.
Traffic control is the sole responsibility of the awarding authority. Unless otherwise specified, the roadway shall be kept open to traffic at all times, with traffic discontinued on the lane being surface treated. Controlled traffic may be permitted as soon as the final layer is applied and rolled. A recommended maximum speed of 20 mph, should be maintained for a period of two (2) hours.
The contractor is responsible for quality control (QC) sampling and testing and shall submit a QC plan including materials and procedures for verifying the quality of the asphalt rubber chip seal. The contractor’s QC plan shall include but is not limited to sampling, testing, inspection, monitoring, documentation, and corrective action procedures during transport, stockpiling and placement operations.
A written QC plan (QCP) shall be developed which details the contractor’s QC program that meets the requirements of these specifications. The QCP shall be contract specific and signed by the contractor’s representative. The QCP shall be submitted to and approved by the Director or his/her Designee prior to commencing application of the asphalt rubber chip seal.
Key personnel (job foreman, aggregate spreader operator, and asphalt distributor operator), at a minimum, shall possess a valid chip seal certification and be on the project at all times the chip seal is being constructed. The chip seal certification is administered by the National Center for Pavement Preservation (NCPP) on behalf of AASHTO TSP2 (Transportation System Preservation Technical Services Program).
Chip seal aggregates and asphalt binders shall be tested for compliance with the specifications. Only asphalt binders from certified or approved sources shall be allowed. Asphalt Rubber testing and certification should follow specifications outlined in Section 4.4.
The awarding authority will not award this contract unless the Contractor furnished satisfactory evidence of their ability and experience to perform this work, and that they have sufficient capital and equipment to enable them to prosecute the work successfully and to complete it within the time named in the contract. The Contractor shall not sublet any portion of this contract, and will own all equipment used to complete such contract. As part of the bid, the Contractor must submit a list of two (2) similar and successfully completed municipal asphalt-rubber stress absorbing membrane jobs from each of the last six (6) years, whose relevance to the proposed job shall be deemed by the awarding authority. The name, address, and telephone number of a contact person involved with each of these projects must be included so they can be investigated prior to the award of the contract. It will be the responsibility of each bidder to visit the job site with the Director or his/her Designee. The awarding authority can reject any bid of a contractor who has not visited the work site.
Payment for Stress Absorbing Membrane shall be made at the contract unit price per square yards times the number of square yards, measured by the Contractor and the Director or his/her Designee, of road surface treated. Price per square yard shall be for complete in place quantities. Upon completion of work, and acceptance by the Director or his/her Designee, the Contractor shall submit a payment request to the Director or his/her Designee. Payment shall be net thirty (30) days.
Measurement of and payment for other work such as patching, leveling, sweeping and crack sealing shall be bid as separate item(s).
Any material or workmanship found to be defective for up to one (1) year from the date of acceptance by the Director or his/her Designee shall be replaced by the Contractor at no cost to the awarding authority. Upon notification of defective material or workmanship, the Contractor shall immediately replace such defective areas.
PRICE ADJUSTMENT
A fluctuating price will be required for this bid to allow for price adjustments based on the period price of asphalt cement in the awarding authority’s state. The price adjustment will be based on the variance in price for the asphalt cement component only from the Base Price to the Period Price. Base price for this bid will be $622.50 per ton of asphalt cement.
“Base Price” = the price of PG binder liquid per ton that exists on the bid opening date, listed above.
“Period Price” = the price of PG binder liquid per ton on the date the stabilization work is performed.
ASPHALT-RUBBER SURFACE TREATMENT:
Current Price minus Base Price divide by 235 (Gal. Asphalt in ton) x .8 (Asphalt minus rubber content) x .60 Gal. / SY (application rate) = Adjustment per square yard.
General
Section 02200 – Earthwork: General
Description
Submittals
Quality Assurance
Codes and Standards
Section 02200 – Earthwork: Products
| Sieve Size | Percent Finer by Weight |
| * | 100% |
| No. 10 | 30-95% |
| No. 40 | 10-70% |
| No. 200 | 0-15% |
*Note: Granular Fill Type I shall have maximum size equal to two-thirds (2/3) of the loose lift thickness when not being used as pipe bedding or two (2) inches when used as pipe bedding. Granular Fill Type II shall have minimum size of one-half (1/2) inches when used as pipe bedding.
| Sieve Size | Percent Finer by Weight |
| 1" | 100% |
| 3/4" | 90-100% |
| 1/2" | 10-50% |
| 3/8" | 0-20% |
| No. 4 | 0.5% |
Section 02200 – Earthwork: Execution
General
Definitions of Terms
Execution
Section 02200 – Earthwork: Measurement and Payment
Section 02511 – Bituminous Concrete Paving: General
Description
Submittals
Quality Assurance
Codes and Standards
Section 02511 – Bituminous Concrete Paving: Products
Equipment
Materials
Method of Construction
Section 02511 – Bituminous Concrete Paving: Execution
General
Preparation
Installation of Bituminous Concrete Paving
Bituminous Concrete Binder Course
Bituminous Concrete Top Course
Dimensions and Tolerances
Protection of Pavement
Bituminous Concrete Pavement Repair
One Year Warranty
Section 02511 – Bituminous Concrete Paving: Measurement and Pavement
Section 02525 – Bituminous Concrete Curbing: General
Description
Submittals
Quality Assurance
Codes and Standards
Section 02525 – Bituminous Concrete Curbing: Products
Section 02525 – Bituminous Concrete Curbing: Products
General
Preparation
Curb and Berm
Transition Curb
Tolerances
Protection
Testing and Inspection
Section 02525 – Bituminous Concrete Curbing: Measurement and Payment
| Screen Size | Acceptable Passing Rate by Weight |
| 1/2" Sieve | 100% |
| 3/8" Sieve | 95-100% |
| #4 Sieve | 20-90% |
| #8 Sieve | 10-60% |
| #30 Sieve | 0-15% |
Materials Specifications
| Screen Size | Acceptable Passing Rate by Weight |
| 3/8" Sieve | 100% |
| #4 Sieve | 90-100% |
| #16 Sieve | 45-75% |
| #50 Sieve | 0-20% |
| #200 Sieve | 0-3% |
| Screen Size | Acceptable Passing Rate by Weight |
| 1/2" Sieve | 100% |
| 3/8" Sieve | 75-95% |
| #16 Sieve | 30-60% |
| #50 Sieve | 0-15% |
| #200 Sieve | 0-3% |
Materials Sampling and Testing
Pricing and Delivery
General Specifications
Crushed Rock Salt
Liquid Magnesium Chloride/Liquid Calcium Chloride with Liquid Organic Performance Enhancer
| Constituent | Concentration |
| Phosphorus | 250.00ppm |
| Cyanide | 0.20ppm |
| Arsenic | 5.00ppm |
| Copper | 4.00ppm |
| Lead | 1.00ppm |
| Mercury | 0.05ppm |
| Chromium | 0.50ppm |
| Cadmium | 0.20ppm |
| Barium | 10.00ppm |
| Selenium | 5.00ppm |
| Zinc | 10.00ppm |
Mixing the Sodium Chloride and Liquid Magnesium Chloride/Liquid Calcium Chloride and OBPE
Final Product: Rock Salt Treated with Liquid Magnesium Chloride/Liquid Calcium Chloride and OPBE
| Sieve Size | Percent Passing |
| 1/2" Sieve | 100% |
| 3/8" Sieve | 95%-100% |
| #4 Sieve | 20%-90% |
| #8 Sieve | 10%-60% |
| #30 Sieve | 0%-15% |
Scope of Work
Equipment
Schedule of Work
Work Methods
Scope of Work
The winning bidder shall provide sweepers and operators to perform street sweeping services in accordance with these specifications and typical municipal street sweeping practices and procedures. The work shall include fully sweeping both sides of paved roadways between the normal curb lines whether an actual curb exists or not. The work shall also include parking lots, sidewalks, or areas adjacent to paved roadways.
Sweeping activities shall remove regular day-to-day buildup of sediment, leaves, and typical debris from the paved surfaces. Any excessive, out of the ordinary, buildup including leaves deeper than three inches (3”), debris or material resulting from construction work, or other large amounts of debris from storms, high winds, or flooding shall be excluded from the contract unless otherwise agreed upon between the winning bidder and participant. Any areas determined to have excessive buildup shall be reported to the participant immediately for inspection. Sweeping shall not include any streets which would cause damage to the equipment used. The participant will not require the winning bidder to re-sweep areas that were blocked by parked cars. The winning bidder shall re-sweep any streets determined not to meet the specifications at no additional expense at the discretion of the Director.
Sweeper operators must have at least one (1) year of experience operating street sweepers. The participant reserves the right to lead or follow the contracted sweepers with a sweeper owned and operated by the participant if determined beneficial. The participant may also assign personnel in participant vehicles to accompany the sweepers in order to coordinate work and monitor progress.
The winning bidder shall supply all labor, equipment, and supplies necessary to mechanically sweep streets in accordance with the specifications and Contract Documents. All equipment and machines supplied and used by the winning bidder shall be maintained by the winning bidder.
The winning bidder agrees not to subcontract or assign this Contract in whole or in part without the written approval of the Director.
Equipment
Sweeping equipment shall be performed by mechanical means or Air Type Sweeper capable of picking up sand, salt, small stones, sediment, glass, leaves, debris, etc. normally found within municipal roadways. The equipment is not required to pick up larger items that would damage the equipment.
All equipment utilized by the winning bidder shall be in good condition and have all systems working properly. Sweepers shall have two side brooms and a main broom capable of sweeping a minimum eight-foot (8’) wide path. All brooms and pick-up assemblies shall be of good quality such that the equipment will sweep up normal road sediment and debris in one pass. All broom cycles shall operate independently of ground speed such that a reduction of ground speed will not affect brooming action. Sweepers shall be operated at speeds that effectively remove sediment and debris.
Street sweeping equipment used must be capable of unloading directly into participant-owned dump trucks (minimum 8’-6’” dump height) and/or containers without the need for a front-end loader or other mechanical equipment. Each sweeper shall have independent wet systems capable of controlling dust.
Sweepers and equipment shall be operated in accordance with manufacturer’s recommended settings, standards, and procedures. A sufficient supply of spare brooms and parts must be kept on hand to insure continuous operation. All equipment used by the winning bidder will be maintained by them and shall be kept in good operating condition.
Sweepers utilized for this contract must be no more than ten (10) years old and must be in a good condition acceptable to the Director. The winning bidder must have proof of ownership or signed lease for the duration of the contract of at least one (1) machine which meets the above requirements before contract award. Sweepers must be properly registered and insured in accordance with Motor Vehicle Laws of the Commonwealth of Massachusetts and US DOT regulations.
The winning bidder may petition the Director in writing to allow for the use of an alternative type of sweeper. The winning bidder must provide the specifications of the proposed machine and a demonstration must be performed to the satisfaction of the Director. If approved, the participant maintains the right to reverse this decision if the Director has determined that this alternative sweeper has not performed satisfactorily.
Disposal
The winning bidder shall dump collected sweepings directly into trucks provided by the participant unless otherwise directed or agreed upon with the participant. The participant, at their discretion, may designate dumpsites for emptying sweepers if determined to be in the best interest of the participant. The winning bidder shall coordinate the location and dumping schedule with the participant a minimum of twenty-four (24) hours prior to any sweeping activities.
Once sweepings have been dumped by the winning bidder, the participant shall be responsible for handling, hauling, and disposal of the sweepings. The participant will dispose of the street sweepings under a separate contract.
Communication
The winning bidder must have a supervisor or foreman available to direct operations. This supervisor or foreman will report to the Director, or their designee, any problems as well as give progress reports. The winning bidder shall be required to report any spills or illegal discharges to the Director immediately.
The participant may choose to loan a portable radio to the contract sweeper such that communications may be made with participant to coordinate sweeper dumping. This radio shall be the winning bidder’s responsibility and subject to replacement with a new radio if the winning bidder loses or damages said radio.
Schedule & Sequence of Cleaning
The participant will make available to the winning bidder Work Route Maps showing the sequence in which the winning bidder will proceed in street sweeping, authorized hydrant access, and dump sites if permitted. Prior to the commencement of any work, the winning bidder shall submit an estimated schedule to the participant for approval. Services will generally be performed on a regularly scheduled workday following a forty-eight (48) hour notice to the Town. Hours of operation shall be weekdays from 7:30 A.M. to 3:00 P.M. unless otherwise approved by the Director in writing. The Contractor will not receive additional compensation for working outside of this window and the times and day to be approved by the Director. Contractor will not be paid “travel time” to or from the Town or other extras.
Once work begins, the winning bidder shall continuously prosecute the work in accordance with the Contract Documents and approved schedule unless otherwise authorized or directed by the participant. Any adjustments to the approved schedule must be approved in writing by the Director. The participant reserves the right to change the approved schedule or sequence of work at any time.
All contract work must be completed between July 1, 2026 through June 30, 2027.
Use of Fire Hydrants
The winning bidder shall be allowed the use of certain fire hydrants, as designated by the participant, as may be necessary to prosecute the specified work. Water will be furnished free of charge by the participant for the tasks specified in the Contract only. The winning bidder will be charged for any unreasonable use of water.
A participant-issued meter and backflow preventor must be used at each hydrant connection. Only tools specifically manufactured for opening hydrants may be used on participant hydrants. The winning bidder must be familiar with the process of drawing hydrant water and closing of the valves and must supply all tools, hoses, and equipment to make the connections. The winning bidder shall make every effort possible not to disturb sediment in the water system when operating a hydrant.
The winning bidder shall maintain a log of all hydrant use including date, location, time, and estimated amount of water drawn from the hydrant. The logs must be submitted to the Director at the end of each week.
Water may also be made available from a participant-supplied truck mounted tanker.
Record Keeping
The winning bidder shall be responsible for maintaining a log of all sweeping activities conducted. Information should include the date and hours of sweeping activities, roads swept each day, overall miles of road swept, operator names, sweepers used, and approximate amount of sediment and debris removed. The winning bidder shall also report to the Director any roads with higher than normal sediment and debris loads. Logs shall be submitted to the participant at the end of each week in which sweeping activities have occurred.
The winning bidder shall also maintain a map which highlights each road that has been swept to date. The date the road was swept shall also be noted on the map. This map shall be provided to the participant every thirty (30) days and shall also be made available to the participant upon request at any time. The participant reserves the right to require each sweeper to carry a participant issued GPS device to track and monitor sweeping activities.
Traffic Control
The winning bidder is responsible for all traffic control and signage as is necessary to provide for the safety of workmen, equipment, and the traveling public. The winning bidder shall not block or stop the normal flow of traffic. Certain locations may require a police detail. Any required police details shall be paid for by the participant at no additional expense to the winning bidder. At no time shall sweeping be performed against the traffic flow.
Payment
Street sweeping shall be performed and measured on a per hour basis for one (1) sweeper. A minimum of four (4) hours of work is guaranteed during each calendar day that work is requested under this item. Work completed after the first four (4) hours during the same calendar day will be paid for at the hourly rate specified in the FORM OF GENERAL BID for each additional hour of work completed. Travel time to and from the participant will not be eligible for payment.
The unit bid price shall include all equipment, fuel, tools, transportation, traffic control, and labor incidental to the completion of the sweeping work in accordance with the provisions of these specifications. Mobilizations shall be included in the unit bid price; no additional payment will be made for mobilization, travel time to and from the participant, or unauthorized idle time.
Please provide the address of your plant for picked-up products.
I/We hereby agree to provide services for which we have provided pricing in accordance with the specifications in this bid.
This number is regularly used by companies when filing their Employer’s Federal Tax Return, U.S. Treasury Form 941
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
The bidder certifies under penalties of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth of Massachusetts under the provisions of Section 29F of Chapter 29 of the General Laws, or any other applicable debarment provisions of any other Chapter of the General laws, or any Rule or Regulation promulgated thereunder.
I hereby certify that all of our employees who will be employed at the work site have successfully passed the OSHA approved 10-hour safety course, and we have proof on file. I also certify that I am able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work.
BRGPP requires that bidders provide three client references on projects of similar type, scale, and complexity. Please download the below references form, complete, and upload.
Name, Email Address and Phone Number
The winning bidder agrees to submit quarterly reports on supplies and services delivered. Reports will be submitted via email to rslick@berkshireplanning.org no later than 21 days after the end of the quarter.
Name, Email Address, and Phone Number
If the total value of this bid exceeds $50,000, please upload a certified check, bank treasurer's or cashier's check, or a bid bond from a licensed surety company as specified in the General Instructions. Otherwise, your bid may be rejected as incomplete.
Please upload all other required documents as specified by the bid specifications.
Please enter the length of the contract in the following format:
Month DD, YYYY, through Month DD, YYYY
Example: July 1, 2023, through June 30, 2024
Enter the current bid year prefix, e.g. FY27.
Enter the four-digit current year, e.g. 2026.
Enter the four-digit upcoming year, e.g. 2027.
Q (Bid Bond): What name and address should be used as the obligee for the bid bond?
A: Berkshire Regional Planning Commission 1 Fenn Street Suite 201 Pittsfield, MA 01201
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.