CONTRACT SPECIFICATIONS

Size: px
Start display at page:

Download "CONTRACT SPECIFICATIONS"

Transcription

1 DOUGLAS COUNTY TRANSPORTATION & LAND SERVICES TH STREET NW, SUITE A EAST WENATCHEE, WA PHONE: FAX: CONTRACT SPECIFICATIONS 2017 COUNTY WIDE CRUSHING ER17 FOR INFORMATION REGARDING THIS CONTRACT PLEASE CONTACT: Douglas County Transportation and Land Services th St. NW, Suite A East Wenatchee, WA

2

3

4 2017 COUNTY WIDE CRUSHING ER17 TABLE OF CONTENTS Call for Bids PS&E/Design Approval Table of Contents i-ii PART ONE BID DOCUMENTS Bid Proposal BD-1 Bid Proposal Bond BD-2 Bid Proposal Form BD-3 Non-Collusion Declaration BD-4 Bidder Information Sheet BD-5 Bidding Instructions BD-7 Bidder s Check List of Contract Documents BD-9 PART TWO CONTRACT DOCUMENTS Payment and Performance Bond CD-1 Contract CD-3 Certificate of Insurance CD-5 Section 1-01 Section 1-02 Section 1-04 Section 1-06 Section 1-07 Section 1-08 Section 1-09 Section 1-10 PART THREE AMENDMENTS TO THE STANDARD SPECIFICATIONS Definition and Terms AM-1 Bid Procedures and Conditions AM-1 Scope of the Work AM-2 Control of Material AM-2 Legal Relations and Responsibilities to the Public AM-3 Prosecution and Progress AM-6 Measurement and Payment AM-7 Temporary Traffic Control AM-7 PART FOUR SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS Description of Work SP-1 Definitions and Terms SP-2 Bid Procedures and Conditions SP-4 Prequalification of Bidders Plans and Specifications Public Opening of Proposals Douglas County 2017 County Wide Crushing ER17 TABLE OF CONTENTS i

5 Pre Award Information Scope of the Work SP-5 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Legal Relations and Responsibilities to the Public SP-5 Permits and Licenses Public Liability and Property Damage Insurance Prosecution and Progress SP-9 Time of Completion DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE Production From Quarry and Pit Sites SP-8 Stripping Quarries and Pits Production Requirements Use of Explosives (New) Measurement Stockpiling Aggregates SP-10 Construction of Stockpiles Site Reclamation SP-10 Contracting Agency-Provided Sites DIVISION 9 MATERIALS Aggregates SP-11 Maintenance Rock Vicinity Maps Holcomb Quarry Mining Plan Pit 106 Mining Plan PART FIVE HOLCOMB QUARRY AND PIT 106 PART SIX STATE WAGE RATES Douglas County /31/2017 Douglas County 2017 County Wide Crushing ER17 TABLE OF CONTENTS ii

6 PART ONE BID DOCUMENTS

7 Douglas County 2017 County Wide Crushing ER17 BID PROPOSAL BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: 2017 County Wide Crushing ER17 PROPOSAL FROM: The undersigned hereby certify that they have examined the contract location of 2017 County Wide Crushing and have read and thoroughly understand the plans and specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown. ITEM APPROX. UNIT PRICE AMOUNT NO. QTY. ITEMS Dollars Cts. Dollars Cts. 1 1 L.S. Mobilization HOLCOMB PIT 40,000 2 Ton Maintenance Top Course in Stockpile 20,000 3 Ton Crushed Surfacing Base Course in Stockpile 10,000 4 Ton Crushed Screening 1/2 In. - No. 4 in Stockpile 1 5 L.S. SPCC Plan PIT ,000 6 Ton Maintenance Top Course in Stockpile 15,000 7 Ton Crushed Surfacing Base Course in Stockpile 10,000 8 Ton Crushed Screening 1/2 In. - No. 4 in Stockpile 1 9 L.S. SPCC Plan Proposal Total

8 BID PROPOSAL BOND KNOW ALL PERSONS BY THESE PRESENTS: That of, as Principal, and as Surety, are jointly and severally held and bound unto Douglas County, Washington, in the full penal sum of five percent (5%) of the total amount of the bid proposal of the Principal for the work hereafter described and for the payment of such amount to Douglas County, Washington. We jointly and severally bind ourselves, our heirs, successors and assigns, by these presents. The Principal is herewith submitting a sealed bid proposal for the following public works construction, to-wit: Douglas County 2017 County Wide Crushing, ER17, consisting of crushing and stockpiling at Douglas County Holcomb Quarry and Pit 106. Materials to be produced are Maintenance Top Course in Stockpile, Crushed Surfacing Base Course in Stockpile, and Crushed Screening ½ In. No. 4 in Stockpile. All according to the 2016 Standard Specifications for Road, Bridge and Municipal Construction, State of Washington, Department of Transportation, and the plans, specifications and addenda thereto NOW, THEREFORE, if the bid proposal of the Principal be accepted and the Contract awarded to the Principal, and if the Principal shall duly execute the Contract and furnish the required Payment and Performance Bond and Certificate of Insurance within twenty (20) days from and after the award, exclusive of the day of such award, THEN AND ONLY THEN this Bid Proposal Bond shall be null and void and fully discharged. Otherwise, it shall remain and be in full force and effect and payable to Douglas County, Washington. NOTE: Failure to provide a Bid Proposal Bond renders a bid non-responsive. Acceptable bid bond language shall comply with Standard Specifications, WITNESS our hands this day of, Type or Print: Principal's Name: Type of Print: Surety s Name Signature: Principal or Authorized Officer Signature: Surety or Authorized Agent Signature: Attorney-in-Fact, Surety Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-2

9 To the Board of County Commissioners: BID PROPOSAL FORM The undersigned Bidder hereby certifies that the Bidder has examined the construction site and has read and thoroughly understands the plans, specifications, addenda and contract governing the work and the manner by which payment will be made for such work. The Bidder hereby acknowledges receipt of Addendum No. 1, No. 2, No. 3, No. 4, No. 5, No. 6, No. 7, No. 8, No. 9, and No. 10. The Bidder hereby acknowledges that by execution of this Bid Proposal Form the Bidder has agreed to all bidding requirements, has fully executed all required bidding documents, and has agreed to fully and completely perform all work required under the plans, specifications, addenda and contract. The Bidder has agreed to pay prevailing rates of wages in accordance with the requirements of the special provisions or as may be in effect at the time of the execution of the contract, whichever may be higher. A bid proposal guarantee of five percent (5%) of the total bid is attached hereto in the following form and in the amount of $. Cash Bid Proposal Bond Cashier s Check Certified Check Checks must be payable to the Douglas County Treasurer. Print Bidder Name Mailing Address Signature of Principal or Officer City State Zip Print Name of Signer Title Telephone Fax ACCEPT-REJECT BID PROPOSAL Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-3

10 Failure to return this Declaration as part of the Bid Proposal Package will make the bid non-responsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-4

11 BIDDER INFORMATION SHEET Project: 2017 County Wide Crushing Contractor registration, bonding and insurance information will be confirmed through Department of Labor & Industries at and CONTRACTOR: Name (Exactly as Registered) Telephone Number Address City State Zip Registration Number Expiration Date Federal Tax No. Sole Proprietorship Partnership Corporation Names of All Principals (Owners/Partners/Officers): BONDING AND CLAIMS: Bonding Company Name (Exactly as Registered) Address City State Zip $ Contractor Registration (L&I) Amount Expiration Date Are there claims pending against your bond? If yes, what are each claimant's name, reasons for the claim, and amount claimed and the date and place of filing? Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-5

12 BIDDER INFORMATION SHEET (cont.) Have there been tax liens or judgments against you filed by the Internal Revenue service, Department of Revenue, Employment Security Department or Department of Labor & Industries within the last three years resulting from non-payment of employee taxes? If yes, what date and in which county did each filing occur? Are there any lawsuits or unsatisfied judgments pending against you? If yes, what date and in which county is each lawsuit pending or judgment entered? INSURANCE: Company Name Brokers Name Broker Address City State Zip $ Policy Number General Liability Coverage Expiration Date REFERENCES Provide references (owner name, address and location) for three comparable projects constructed by Bidder within previous five years. The Bidder hereby certifies that it has adequate equipment to properly and timely complete the work contemplated for Douglas County, Washington, and that the Bidder is a responsible bidder as provided by RCW Date: Signature of Authorized Principal/Officer Print Name and Title Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-6

13 BIDDING INSTRUCTIONS A. BID OPENING The Douglas County Engineer will open sealed bids and publicly read them aloud on Monday, September 18, 2017 at 10:00 AM, or as soon thereafter as the matter may be heard, at the Douglas County Public Services Building Hearing Room, for the construction of Douglas County 2017 County Wide Crushing. Sealed bids must be received at the Douglas County Public Services Building in a sealed envelope clearly marked SEALED BID FOR DOUGLAS COUNTY, 2017 County Wide Crushing, to be opened September 18, 2017 at 10:00 AM. Sealed bids may not be submitted by facsimile or other electronic or data transmission. B. BID CONTENTS The sealed bid must contain all bidding documents, fully completed and signed. Bidders not fully meeting specifications must identify and list exceptions. All exceptions are subject to review, inspection, testing and approval by Douglas County. The sealed bid must also contain the following information and materials, completed and signed: 1. Bid Proposal (Prices must be shown on every unit item and the total. Prices bid must be shown in all spaces provided); 2. Bid Proposal Bond (in lieu of cash, cashier s check, or certified check, a Bid Proposal bond must be executed by the Bidder and the Bidder s Surety); 3. Bid Proposal Signature Page (Executed by Owner, Principal or Authorized Officer); 4. Non-Collusion Declaration 5. Disadvantaged Business Enterprise Utilization Certification (DOT Form ), when applicable 6. Bidder Information Sheet. Bid proposal forms are not transferable. Any alteration not initialed by the Bidder will be cause for deeming the bid proposal irregular and rejecting the bid. See Standard Specifications, , regarding Preparation of the Proposal. C. CLARIFICATION OF BID A Bidder may submit information to clarify the bid proposal previously received by the Clerk. The information must be received in writing or by facsimile transmission prior to September 18, 2017, at 10:00 AM. The sole purpose of this provision is to allow clarification of any perceived ambiguity in the bid proposal, or to modify responses to specifications in the bid. NO OTHER CHANGES ARE ALLOWED EXCEPT BY SUBMITTING AN AMENDED SEALED BID PROPOSAL PRIOR TO THE DATE AND TIME SET FOR BID OPENING. Any unsealed clarification information received by the Clerk which discloses price will not be considered by the Board of County Commissioners and shall result in rejection of the entire bid. Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-7

14 D. BID BOND All bid proposals shall be accompanied by a bid bond, certified check, cashier s check or cash in the amount of five percent (5%) of the total bid, conditioned upon the Bidder s full and complete performance of the terms and conditions of a bid award. The bid bond or equivalent shall be held by Douglas County until the contract is fully executed and a performance bond and certificate of insurance is provided to Douglas County. If the successful bidder abandons the bid award, or fails to fully execute the contract, or fails to provide a performance bond and a certificate of insurance to Douglas County, then the bid bond or equivalent shall, in the sole discretion of Douglas County, be forfeited and retained. E. BID REVIEW AND EVALUATION The Board of County Commissioners reserves the right to reject any or all bids, waive informalities, and to contract as the best interests of Douglas County may require. When evaluating bids, the following criteria, in addition to price, will be considered: 1. The bidder s experience, technical qualifications and skill; 2. The guaranteed availability of materials needed for construction; 3. The bidder s ability and capacity to fully perform within the time required, taking into account the bidder's existing performance commitments and past performance; 4. The bidder s qualifications and eligibility to contract under applicable laws and regulations; 5. The bidder s compliance with the terms and conditions of this request for bids; 6. Any additional evaluation criteria contained in the plans, specifications and addenda; and 7. Any other information as may have a bearing on the bid. F. CONTRACT DOCUMENTS FOLLOWING AWARD Each Bidder s attention is especially called to the following documents that must be fully completed, executed and submitted t0 Douglas County if successful Bidder: 1. Contract - To be executed by the successful Bidder. 2. Payment and Performance Bond - To be executed by the successful Bidder and the Bidder s Surety Company. 3. Certificate of Insurance - To be executed by the successful Bidder s Insurance Company. G. CANCELLATION BY COUNTY In its sole discretion, Douglas County may cancel any bid award upon written notification to the successful Bidder within 30 (thirty) days after the date of the bid award, without any cost, expense, penalty or damages payable to the successful Bidder. Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-8

15 BIDDER'S CHECK LIST OF CONTRACT DOCUMENTS Each Bidder s attention is especially called to the following documents that must be fully completed, executed and submitted to the County if successful Bidder: (a) Contract: To be executed by the successful Bidder. (b) Payment and Performance Bond: To be executed by the successful Bidder and the Bidder s Surety Company. (c) Certificate of Insurance: To be executed by the successful Bidder s Insurance Company. Douglas County 2017 County Wide Crushing ER17 BID DOCUMENTS BD-9

16 PART TWO CONTRACT DOCUMENTS

17 PAYMENT AND PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That of, as Principal, and as Surety, are jointly and severally held and bound unto Douglas County, Washington, in the full penal sum of: ($ ). We jointly and severally bind ourselves, our heirs, successors and assigns, by these presents. WHEREAS, on the day of, 2017, the Principal executed a certain contract with Douglas County, Washington, by the terms, conditions and provisions of which, the Principal, agrees to furnish all labor, material, and equipment for certain public work, to wit: The Principal will undertake and complete the following project: Douglas County 2017 County Wide Crushing, ER17, consisting of crushing and stockpiling at Douglas County Holcomb Quarry and Pit 106. Materials to be produced are Maintenance Top Course in Stockpile, Crushed Surfacing Base Course in Stockpile, and Crushed Screening 1/2 In. No. 4 in Stockpile. All according to the 2016 Standard Specifications for Road, Bridge and Municipal Construction, State of Washington, Department of Transportation, and the plans, specifications and addenda thereto A copy of the executed contract and all specifications, plans, and addenda are incorporated herein by this reference as though fully set forth herein. NOW, THEREFORE, the conditions of this bond are such that, if the Principal shall fully and completely: 1) comply with and perform all the terms, conditions, and promises of the contract; 2) furnish all labor, materials and equipment necessary to perform all work under the contract, and do so within the time required under the contract; 3) indemnify, defend and hold Douglas County harmless against any and all direct or indirect claims for damages to persons or property caused by or arising from the acts or omissions of the Contractor or any of the Contractor's employees, agents or subcontractors; 4) pay all persons and entities furnishing labor, materials and/or equipment for performance of any work under the contract, whether furnished directly or indirectly to the Contractor; Douglas County 2017 County Wide Crushing ER17 CONTRACT DOCUMENTS CD-1 REVISED 7/02

18 5) perform the contract according to law, and 6) continue to diligently and continuously perform all the foregoing conditions until final acceptance of the work by Douglas County; THEN AND ONLY THEN, this obligation shall be null, void and fully discharged. WITNESS our hands this day of, Type or Print: Principal's Name: Signature: Principal or Authorized Officer Type or Print: Surety s Name Signature: Surety or Authorized Officer-Agent Countersigned: Signature: Attorney in Fact, Surety Licensed (Resident) Agent or Surety Company Name and Address, Local Office of Agent APPROVED AS TO FORM: Prosecuting Attorney Date County Engineer Date Douglas County 2017 County Wide Crushing ER17 CONTRACT DOCUMENTS CD-2 REVISED 7/02

19 CONTRACT This Contract is made this day by and between Douglas County, Washington, a political subdivision of the State of Washington, and hereafter referred to as the Contractor. In consideration of each and every term and condition contained herein, attached or incorporated by reference and made a part of this Contract, the parties agree as follows: The proposed work to be performed under this Contract consists of all labor, material and equipment necessary for construction of Douglas County ER17, 2017 County Wide Crushing, consisting of crushing and stockpiling at Douglas County Holcomb Quarry and Pit 106. Materials to be produced are Maintenance Top Course in Stockpile, Crushed Surfacing Base Course in Stockpile, and Crushed Screening 1/2 In. No. 4 in Stockpile. 1. All work shall be in accordance with the 2016 Standard Specifications for Road, Bridge and Municipal Construction, State of Washington, Department of Transportation, and as described in the plans, specifications and addenda hereby incorporated by this reference as though fully set forth. 2. The Contractor shall provide and pay the expense of all labor, material and equipment of any kind whatsoever that may be required for constructing and completing the work provided for in this Contract and every part thereof, except such as are expressly furnished by the County according to the plans, specifications and addenda. 3. The County hereby employs the Contractor to provide all labor, materials and equipment to do and complete the above described work according to the attached plans, specifications and addenda and the terms and conditions herein contained. The County agrees to pay for the same according to the Standard Specifications incorporated by reference and at such time, in such manner and upon such conditions as provided for in the Standard Specifications. The County further agrees to employ the Contractor to perform any alterations in or additions to the work provided for in this Contract that may be ordered in writing and to pay for the same under the terms of this Contract and the Standard Specifications. 4. The Contractor does hereby agree to fully and completely perform all the terms, conditions and promises contained in this Contract, the plans, specifications and addenda and the Standard Specifications, as well as all other requirements of federal and state law pertaining to the work to be performed. 5. This Contact is binding on the Contractor's heirs, successors and assigns 6. No liability shall attach to the County by reason of entering into this Contract, except as expressly provided herein. Douglas County 2017 County Wide Crushing ER17 CONTRACT DOCUMENTS CD-3 REVISED 7/02

20 IN WITNESS WHEREOF, the Contractor has executed this Contract and the Board of County Commissioners has caused this Contract be executed by, and in the name of Douglas County, Washington. Date: Contractor Name Authorized Signature, Principal/Officer Mailing Address City State Zip Surety By: Attorney in Fact DOUGLAS COUNTY, WASHINGTON BOARD OF COUNTY COMMISSIONERS Chair Vice Chair Attest: Member Clerk of the Board Approved as to Form: Prosecuting Attorney Douglas County 2017 County Wide Crushing ER17 CONTRACT DOCUMENTS CD-4 REVISED 7/02

21 CERTIFICATE OF INSURANCE This is to certify that the (Insurance Company) of (Address) (City) (State Zip) has issued policies of insurance, as described below and identified by policy number, to the insured named below and to certify that such policies are in full force and effect at this time. Douglas County, Washington has been named as an additional named insured on all such policies. It is agreed that none of these policies may be canceled or reduced in coverage without 30 days prior written notice, served by certified mail, return receipt requested, and received by Douglas County, Board of County Commissioners, P.O. Box 747, Waterville, Washington, Insured: 2. Address: 3. Status of Insured: Corporation Partnership Individual Joint Venture 4. Location of Operations Insured: 5. Description of Operations Insured: INSURANCE POLICIES IN FORCE Indicate Form of Coverage, Policy Number and Policy Expiration Date Comprehensive Public Liability Insuring All Operations of Insured Comprehensive Property Damage Liability Insuring All Operations of Insured Automobile Liability Railroad Protective Liability Douglas County 2017 County Wide Crushing ER17 CONTRACT DOCUMENTS CD-5 REVISED 7/02

22 Policies include coverage for: YES NO Damage caused by blasting, collapse or structural injury, or damage to under ground utilities? Liability assumed in construction agreements and other types of contracts or the insured operations? All owned, hired or non-owned automotive equipment used in connection with the insured operations? LIMITS OF LIABILITY Form Of Coverage Bodily Injury Property Damage Liability other Each Person $ Each Accident $ than Automobile Ea. Accident $ Aggregate $ Liability Each Person $ Each Accident $ Automobile Ea. Accident $ Aggregate $ Railroad Protective Public Liability and Each Person $ Each Accident $ Property Damage Ea. Accident $ Aggregate $ Date: Issued: (Insurance Company) (Authorized Representative Signature) Douglas County 2017 County Wide Crushing ER17 CONTRACT DOCUMENTS CD-6 REVISED 7/02

23 PART THREE AMENDMENTS

24 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project AP1 Section 1-01, Definitions and Terms August 1, Definitions The following new term and definition is inserted after the eighth paragraph: Cold Weather Protection Period A period of time 7 days from the day of concrete placement or the duration of the cure period, whichever is longer. Section 1-02, Bid Procedures and Conditions June 1, (1) General The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids Preparation of Proposal In this section, Disadvantaged Business Enterprise is revised to read Underutilized Disadvantaged Business Enterprise, and DBE is revised to read UDBE Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received. The following new paragraph is inserted before the last paragraph: Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-1

25 If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume Public Opening of Proposals This section is supplemented with the following new paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume Irregular Proposals In this section, Disadvantaged Business Enterprise is revised to read Underutilized Disadvantaged Business Enterprise, and DBE is revised to read UDBE. Section 1-04, Scope of the Work June 1, Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda The following new paragraph is inserted before the second to last paragraph: Whenever reference is made in these Specifications or the Special Provisions to codes, rules, specifications, and standards, the reference shall be construed to mean the code, rule, specification, or standard that is in effect on the Bid advertisement date, unless otherwise stated or as required by law Reference Information This section is supplemented with the following new sentence: If a document that is provided as reference information contains material also included as a part of the Contract, that portion of the document shall be considered a part of the Contract and not as Reference Information (2)A General Item number 4 in the third paragraph is revised to read: 4. Provide substitution for deleted or reduced Condition of Award Work, Apprentice Utilization and Training. Section 1-06, Control of Material August 7, 2017 This section is supplemented with the following new section and subsections: Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section (1)A is a requirement of the Contract. Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-2

26 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor s anticipated usage of recycled materials for meeting the requirements of these Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section (1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor s report shall be provided on DOT Form Recycled Materials Reporting (1) Recycling of Aggregate and Concrete Materials (1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section (1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled concrete used on the entire Contract and not as individual items. If the Contractor s total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. If the Recycled Material Utilization Plan does not indicate the minimum usage of recycled concrete aggregate required above, or if completed project quantities do not meet the minimum usage required, the Contractor shall develop the following: 1. A cost estimate for each material listed in Section (1)E that is utilized on the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor s cost estimates shall be submitted as an attachment to the Recycled Material Utilization Plan, or with the Reporting form. Section 1-07, Legal Relations and Responsibilities to the Public August 7, Laws to be Observed The second paragraph is deleted. In the second to last sentence of the third paragraph, WSDOT is revised to read Contracting Agency. Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-3

27 1-07.2(2) State Sales Tax: WAC Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices (1) Forest Fire Prevention This section is supplemented with the following new subsections: (1)A Fire Prevention Control and Countermeasures Plan The Contractor shall prepare and implement a project-specific fire prevention, control, and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall submit a Type 2 Working Drawing no later than the date of the preconstruction conference (1)A1 FPCC Plan Implementation Requirements The Contractor s FPCC Plan shall be fully implemented at all times. The Contractor shall update the FPCC Plan throughout project construction so that the plan reflects actual site conditions and practices. The Contractor shall update the FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is available for inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project safety meetings (1)A2 FPCC Plan Element Requirements The FPCC Plan shall include the following: 1. The names, titles, and contact information for the personnel responsible for implementing and updating the plan. 2. The names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a fire. 3. All potential fire causing activities such as welding, cutting of metal, blasting, fueling operations, etc. 4. The location of fire extinguishers, water, shovels, and other firefighting equipment. 5. The response procedures the Contractor shall follow in the event of a fire. Most of Washington State is covered under the IFPL system which, by law, is managed by the Department of Natural Resources (DNR). It is the Contractor s responsibility to be familiar with the DNR requirements and to verify whether or not IFPL applies to the specific project. If the Contractor wishes to continue a work activity that is prohibited under an industrial fire precaution level, the Contractor shall obtain a waiver from the DNR and provide a copy to the Engineer prior to continuation of work on the project. If the IFPL requirements prohibit the Contractor from performing Work the Contractor may be eligible for an unworkable day in accordance with Section Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-4

28 The Contractor shall comply with the requirements of these provisions at no additional cost to the Contracting Agency High-Visibility Apparel The last paragraph is revised to read: High-visibility garments shall be labeled as, and in a condition compliant with the ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations (1) Traffic Control Personnel In this section, references to ANSI/ISEA are revised to read ANSI/ISEA (2) Non-Traffic Control Personnel In this section, the reference to ANSI/ISEA is revised to read ANSI/ISEA (2) Posting Notices Items 1 and 2 are revised to read: 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) Equal Employment Opportunity IS THE LAW published by US Department of Labor. Post for projects with federal-aid funding. 2. FHWA 1022 (revised 05/15) NOTICE Federal-Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal-aid funding. Items 5, 6 and 7 are revised to read: 5. WHD 1420 (revised 02/13) Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor. Post on all projects. 6. WHD 1462 (revised 01/16) Employee Polygraph Protection Act published by US Department of Labor. Post on all projects. 7. F (revised 09/15) Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects. Items 9 and 10 are revised to read: 9. F (revised 06/13) Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I). Post on all projects. 10. EMS 9874 (revised 10/15) Unemployment Benefits published by Washington State Employment Security Department. Post on all projects (1) Spill Prevention, Control, and Countermeasures Plan The second sentence of the first paragraph is deleted. The first sentence of the second paragraph is revised to read: The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M Item number four of the fourth paragraph (up until the colon) is revised to read: Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-5

29 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site, including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: The first sentence of item 7e of the fourth paragraph is revised to read: BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel. The last paragraph is deleted. Section 1-08, Prosecution and Progress June 1, Subcontracting The eighth and ninth paragraphs are revised to read: On all projects, the Contractor shall certify to the actual amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women s Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. The Contractor shall comply with the requirements of RCW , , , and , in particular regarding prompt payment to Subcontractors. Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released. Retainage withheld by the Contractor prior to completion of the Subcontractors work is exempt from reporting as a payment withheld and is not included in the withheld amount. The Contracting Agency s copy of the notice to Subcontractor for deferred payments shall be submitted to the Engineer concurrently with notification to the Subcontractor (1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, WSDOT is revised to read Contracting Agency. The last sentence in item number 11 of the first paragraph is revised to read: The Contractor may also require any documentation from the Subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, and material acceptance certifications to the extent that they relate to the Subcontractor s Work. Item number 12 of the first paragraph is revised to read: 12. If the Contractor fails to comply with the requirements of the Specification and the Subcontractor s retainage or retainage bond is wrongfully withheld, the Contractor will be subject to the actions described in No. 7 listed above. The Subcontractor may also seek Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-6

30 recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law Time for Completion In item 2c of the last paragraph, Quarterly Reports is revised to read Monthly Reports AP1 Section 1-09, Measurement and Payment April 4, Force Account The second sentence of item number 4 is revised to read: A specialized service is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction AP1 Section 1-10, Temporary Traffic Control January 3, (2) Description The first paragraph is revised to read: The Contractor shall provide flaggers and all other personnel required for labor for traffic control activities that are not otherwise specified as being furnished by the Contracting Agency. In the third paragraph, Project Engineer is revised to read Engineer. The following new paragraph is inserted after the third paragraph: The Contractor shall keep lanes, on-ramps, and off-ramps, open to traffic at all times except when Work requires closures. Ramps shall not be closed on consecutive interchanges at the same time, unless approved by the Engineer. Lanes and ramps shall be closed for the minimum time required to complete the Work. When paving hot mix asphalt the Contractor may apply water to the pavement to shorten the time required before reopening to traffic (2)C Lane Closure Setup/Takedown The following new paragraph is inserted before the last paragraph: Channelization devices shall not be moved by traffic control personnel across an open lane of traffic. If an existing setup or staging of traffic control devices require crossing an open lane of traffic, the traffic control devices shall be taken down completely and then set up in the new configuration. Douglas County 2017 County Wide Crushing ER17 AMENDMENTS AM-7

31 PART FOUR SPECIAL PROVISIONS

32 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2016 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions 1 date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a fill-in. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions 1 ER NCR NWR OR SCR SWR WSF Eastern Region North Central Region Northwest Region Olympic Region South Central Region Southwest Region Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a fill-in. Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK DIVISION 1 GENERAL REQUIREMENTS The proposed work to be performed under this contract consists of crushing and stockpiling at Holcomb Quarry and Pit 106 for a total of 110,000 tons as follows: Crush 55,000 tons of Maintenance Top Course; 35,000 tons of Crushed Surfacing Base Course; and 20,000 tons of Crushed Screening 1/2 In. No. 4. Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-1

33 DEFINITIONS AND TERMS Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms Department of Transportation, Washington State Transportation Commission, Commission, Secretary of Transportation, Secretary, Headquarters, and State Treasurer shall be revised to read Contracting Agency. All references to the terms State or state shall be revised to read Contracting Agency unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-2

34 All references to State Materials Laboratory shall be revised to read Contracting Agency designated location. All references to final contract voucher certification shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section Contract Bond The definition in the Standard Specifications for Contract Bond applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for Contract. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. BID PROCEDURES AND CONDITIONS (******) Prequalification of Bidders Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-3

35 Section is supplemented with the following: Any General Contractor licensed in the State of Washington that is not currently barred from the bidding process for State construction contracts and bondable for the amount of the executed contract is accepted as a qualified bidder. Prior to the award of the contract by the Board of County Commissioners, the apparent low bidder must show conclusively that they have the ability, financing, equipment and history of past performance to complete this project as herein after specified. Plans and Specifications Section is supplemented with the following: (******) Informational plans and specifications for the purpose of bidding will be on file in the Douglas County Public Services Building, th St. NW, Suite A, East Wenatchee, WA ( ). Any questions should be directed to Scott Reiman at Public Opening of Proposals Section is supplemented with the following: (******) Date of Opening Bids Sealed bids are to be received at the following location prior to the time specified: Douglas County Public Services Building, located at th St. NW, Suite A, East Wenatchee, WA 98802, until 10:00 a.m. of the bid opening date. Bids delivered in person will be received only at the Douglas County Public Services Building on the bid opening date. The bid opening date for this project is Monday, September 18, Bids received will be publicly opened and read after 10:00 a.m. on this date Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-4

36 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. SCOPE OF THE WORK Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency s Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Permits and Licenses Section is supplemented with the following: The Sand and Gravel General Permit applies to Holcomb Quarry and Pit 106. The Contractor can access the permit on the Douglas County website, The Contractor is responsible for reading, understanding and complying with the conditions of all permits. In addition to the General Permit, the following permits shall apply: HOLCOMB QUARRY Conditional Use Permit #03-05 and Surface Mining Reclamation Permit No can be accessed at the Douglas County website PIT 106 Conditional Use Permit #03-08 and Surface Mining Reclamation Permit No can be accessed at the Douglas County Website In addition to the above-mentioned, the Contractor shall have at each site the following: Spill Prevention Control and Countermeasures Plan Water Supply and Management Plan Dust Abatement Plan Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-5

37 Hours of operation: Holcomb Quarry Hours limited to 6:00 AM to 9:00 PM Pit 106 Hours limited to 6:00 AM to 10:00 PM, Monday through Friday from mid-october to mid-march, or the time in which the State Park is closed. During park operation, mid- March to mid-october, the hours of operation shall be between 7:00 AM to 6:00 PM. Public Liability and Property Damage Insurance Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: Insurance (January 4, 2016 APWA GSP) (1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( tail ) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-6

38 G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made (2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to (4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG for ongoing operations and CG for completed operations (3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in (2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in (2) using an endorsement as least as broad as ISO CG for ongoing operations and CG for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in (4) Verification of Coverage (4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor s obligation to maintain such insurance. Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-7

39 Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in (2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work (5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor (5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers Liability each accident Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-8

40 (5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident (5)C Workers Compensation The Contractor shall comply with Workers Compensation coverage as required by the Industrial Insurance laws of the State of Washington. PROSECUTION AND PROGRESS Time of Completion (March 13, 1995) Section is supplemented with the following: This project shall be physically completed within *** 45 *** working days. DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE PRODUCTION FROM QUARRY AND PIT SITES Stripping Quarries and Pits Section (3) is supplemented with the following: All costs involved in stripping of quarry and pit sites shall be included in the unit bid prices for each crushing site. Production Requirements Section (4) is supplemented with the following: No source of water has been provided in this contract. Use of Explosives (New) Section (4)A Blasting will be required at Holcomb Quarry. The Contractor shall obtain and pay for the cost of any permits or licenses required for blasting, and make arrangement for inspection if required by the State Fire Marshal and any other agencies having jurisdiction over such matters. The storage, handling, and use of explosives shall be performed in strict compliance with all federal, state, local, and owner s regulation that apply. The Contractor shall coordinate and perform blasting work to avoid interference with, or danger to, persons in the vicinity, the Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-9

41 operations and property of the owner, adjacent facilities, and other contractors. The Contractor shall promptly repair or replace all damage to work, materials, and existing structures and facilities that are intended to remain. When using explosives, the Contractor shall adopt precautions which will prevent damage to landscape features and other surrounding objects, and prevent the scattering of rocks, stumps, or other debris. Trees within an area designated to be cleared may be left as a protective screen for surrounding vegetation during blasting operations. Trees so left shall be removed and disposed of after blasting has been completed. Measurement Section is supplemented with the following: All costs to the Contractor for providing water as required for dust control and to prevent stockpile contamination shall be included in the unit price for bid items involved. All costs to the Contractor for providing blasting shall be included in the unit bid prices for crushing and stockpiling items. STOCKPILING AGGREGATES Construction of Stockpiles Section (6) is supplemented with the following: The included drawings show the locations for stockpiles where the Contractor must shape and construct a reasonably flat floor. The Contractor shall then notify Douglas County to survey the existing ground at each stockpile for future measurement purposes. The Contractor shall maintain and final dress all stockpiles to uniform side slopes and level tops allowing in-place cubic yard measurements for inventory purposes. The stockpiles are to be kept away from any cliff walls, working faces, reclaimed areas, and permit boundaries/setbacks. SITE RECLAMATION Contracting Agency-Provided Sites Section (1) is supplemented with the following: All costs incurred by the Contractor to accomplish the reclamation of pit sites as shown on the attached Plans shall be considered incidental to various Contract Bid Items involved and no further payment shall be made. Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-10

42 DIVISION 9 MATERIALS AGGREGATES Maintenance Rock Section (4) is deleted and replaced with the following: Maintenance Top Course Passing Sieve Lower % High % 3/4 Inch # # #200* *98% must be from parent material, no silt or clay added. Douglas County 2017 County Wide Crushing ER17 SPECIAL PROVISIONS SP-11

43

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76

77

78

79

80

81

82

83

84

85

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes The Supplement Presentation as of August, 2015 Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes (the full Statutes for Design/Build approaches with an analysis of each) David

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

PROPOSAL AND CONTRACT DOCUMENTS

PROPOSAL AND CONTRACT DOCUMENTS City of Vancouver PROPOSAL AND CONTRACT DOCUMENTS FOR JULY 2018 PROJECT NO. 077304 INDEX PAGE A. INVITATION TO BID... A-1 B. BID DOCUMENTS... B-1 General Instructions to Bidders... B-2 Bid Bond Form...

More information

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE INFORMAL BID 2018-146 KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE BID SUBMISSION DATE: MAIL: HAND DELIVERY / COURIER: SITE VISITS: WEDNESDAY, AUGUST 22, 2018 3:00 PM KC PURCHASING

More information

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018 City of Normandy Park Recreation Center Sidewalk Replacement INVITATION TO BID 2018 I. GENERAL A. Intent of Invitation to Bid This Invitation to Bid is to solicit competitive proposals from qualified contractors

More information

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

COUNTY OF PACIFIC Department of Public Works

COUNTY OF PACIFIC Department of Public Works COUNTY OF PACIFIC Department of Public Works P.O. Box 66, South Bend, WA 98586-0066 Email: pw@co.pacific.wa.us Web: www.co.pacific.wa.us Willapa Harbor Area (360) 875-9368 FAX 875-9377 Peninsula Area (360)

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

San Juan County Public Works Department

San Juan County Public Works Department San Juan County Public Works Department + CALL FOR BIDS DERELICT VESSEL REMOVAL SJ17 004 (WN6472JF) & SJ16 003B (WN7535JB) Contents: 1. CALL FOR BIDS Two Pages 2. SCOPE OF WORK Exhibit A 3. BID PROPOSAL,

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2013 SESSION LAW HOUSE BILL 857

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2013 SESSION LAW HOUSE BILL 857 GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2013 SESSION LAW 2013-401 HOUSE BILL 857 AN ACT AUTHORIZING PUBLIC CONTRACTS TO UTILIZE THE DESIGN-BUILD METHOD OR PUBLIC-PRIVATE PARTNERSHIP CONSTRUCTION CONTRACTS.

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

INFORMAL BID KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST. Eagles Nest 1195 NW Fairgrounds Road Bremerton, WA

INFORMAL BID KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST. Eagles Nest 1195 NW Fairgrounds Road Bremerton, WA INFORMAL BID 2018-112 KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST RESPONSE DEADLINE: MANDATORY SITE VISIT: Tuesday, March 6, 2018 3:00PM Wednesday, February 21, 2018 10:00am Eagles

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID 2018-119 TREE SERVICES ROSTER RESPONSE DEADLINE: Thursday, April 19, 2018, 3:00 p.m. The Kitsap County Purchasing Office

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

EXHIBIT 3 Page 1 of 12

EXHIBIT 3 Page 1 of 12 Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: 8/5/2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org November 29, 2016 Ladies and Gentlemen: The City of Peachtree City will be

More information

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL North Baker Ave. - City Limits to 23rd St. NE Bid Documents BD-1 To the Board of County Commissioners Douglas County, Washington Gentlemen: North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

INFORMAL BID KITSAP COUNTY PARKS DEPARTMENT. Thunderbird Stadium South Seating Lighting Replacement

INFORMAL BID KITSAP COUNTY PARKS DEPARTMENT. Thunderbird Stadium South Seating Lighting Replacement INFORMAL BID 2019-112 KITSAP COUNTY PARKS DEPARTMENT Thunderbird Stadium South Seating Lighting Replacement RESPONSE DEADLINE: MANDATORY SITE VISIT: Friday, February 22, 2019 @ 12:00 PM Thursday, February

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015

Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015 Addendum No. 1 - Questions and Answers Request for Proposals Montrose Regional Airport On-Airport Rental Car Services May 29, 2015 Below are clarifications and answers to written questions that were received

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work Bid Request Package Content 1. Request for Quotes 2. Statement of Work 3. General Requirements

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal QUOTES ARE DUE PRIOR TO 2:00 p.m., April 19, 2018 RESPONDING TO THIS REQUEST FOR QUOTES. Quotes may be hand-delivered,

More information

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY OF COACHELLA REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY PROJECT NO. ST-87 PROPOSALS DUE BY: OCTOBER 13, 2015 AT 2:00 P.M. BID AND CONTRACT

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

TABLE OF CONTENTS CONTRACT PROVISIONS

TABLE OF CONTENTS CONTRACT PROVISIONS CONTRACT PROVISIONS TABLE OF CONTENTS PAGE Advertisement For Bids i Information For Bidders ii Bid Form 00410-1 Explanation Of Bid 00430-1 Proposed Material Suppliers And Sub Contractors 00430-2 Experience

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information