PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT

Size: px
Start display at page:

Download "PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT"

Transcription

1 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT LOCATION: Tillamook, Oregon. INITIAL ADVERTISEMENT DATE: Monday, August 15, 2016 SECTION CALL FOR BIDS... 2 SECTION INVITATION TO BID... 4 GENERAL... 4 SECTION BID DOCUMENTS PART I (BID FORM) SECTION BID DOCUMENTS PART II (FIRST-TIER SUB-CONTRACTOR DISCLOSURE FORM) SAMPLE CONTRACT WITH GENERAL CONDITIONS STATE AND LOCAL PUBLIC CONTRACTING PROVISIONS SPECIAL CONTRACTING PROVISIONS CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 1

2 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT SECTION CALL FOR BIDS Sealed bids will be received by the Port of Tillamook Bay ( Port ) until 2:00 p.m. local time on Wednesday, August 31, 2016 for the Greenhouses Construction Project ( Project ) and will then and there be opened and publicly read aloud. Bids received after the fixed time for opening will not be considered. Bids may be withdrawn at any time, prior to opening, upon written request of the Bidder. Thereafter, no Bidder may withdraw their bid after the opening thereof or before award of the Contract, unless same is delayed for a period of thirty (30) days. NO BIDS WILL BE ACCEPTED BY WAY OF FAX OR ELECTRONIC DATA INTERCHANGE. Sealed bids shall be marked "Port of Tillamook Bay Greenhouses Construction Project" and addressed to the Port of Tillamook Bay, Attention: Aaron Palter, Project Coordinator, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon The Port of Tillamook Bay Greenhouses Construction Project consists of the construction of concrete foundations, installation of two (2) greenhouse structures, associated water and electrical service components and the creation of an access/entryway path at a location within the Port of Tillamook Bay Industrial Park complex adjacent to the south of the Officers Mess Hall Building located at 6825 Officers Row Road, in Tillamook, Oregon Upon review of bids presented, the Port will make a final determination which items to include in the final scope of work and construction services contract. This is a collaborative project between the Port of Tillamook Bay and Food Roots. Substantial completion of this project must occur by November 30, Liquidated damages shall be assessed for project work that is incomplete after the date of substantial completion. Bidding documents may be obtained electronically from the Oregon Procurement Information Network (ORPIN) at (See ORPIN Notice Number TILLAM ) or by contacting Aaron Palter, Port of Tillamook Bay Project Coordinator, at , Ext. 116, or by to apalter@pot.org. Bidding documents are also available for review at the Port of Tillamook Bay Main Office (4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141) Addenda, if any, issued during this Call for Bids will be made available electronically via the Oregon Procurement Information Network (ORPIN) at Bona-fide prime bidders MUST register (free of charge) on the ORPIN site when obtaining documents in order to receive any addenda or other pertinent information. If there are issues accessing bidding documents or general questions, contact Aaron Palter, Port of Tillamook Bay Project Coordinator, at , Ext There will be a non-mandatory pre-bid conference and site tour held on Wednesday, August 24, at 9:00 a.m. The pre-bid conference will be the bidders main opportunity to discuss the project with the project manager and Port staff. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 2

3 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT This contract is for a project that is subject to the state prevailing wages (ORS 279C.800 to ORS 279C.870) and the federal prevailing rates of wage under the Davis-Bacon Act (40 U.S.C. 3141, et seq.). Pursuant to ORS 279C.838, if the state prevailing rate of wage is higher than the federal prevailing rate of wage, the contractor and every subcontractor on the Project shall pay at least the state prevailing rate of wage as determined under ORS 279C.815. Current wage rates are available electronically as follows: Oregon Bureau of Labor and Industries ( and Federal Davis-Bacon rates ( Parties identified on the Excluded Parties List System (available at are not eligible to participate in this bidding process. No bid will be considered unless accompanied by a certified check or bid bond (with authorized surety company as surety) made payable to the Port of Tillamook Bay in the amount of five (5%) percent of the maximum amount of the bid; and no interest will be allowed on bid security. Bid security will be forfeited should the Bidder fail to enter into a contract and provide suitable performance bonding. Each bid must identify whether the bidder is a resident bidder, as defined in ORS 279A.120. In accordance with ORS 279C.365(1)(k), the Port may not receive or consider a bid for a public improvement contract unless the bidder is licensed by the Construction Contractors Board or the State Landscape Contractors Board. The Port reserves the right to reject any bid not in compliance with all prescribed public contracting procedures and requirements, including the requirement to demonstrate the bidder's responsibility under ORS 279C.375(3), and may reject for good cause any and all bids upon a finding of the Port that it in the public interest to do so. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 3

4 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 4 INVITATION TO BID GENERAL 1.1 STATEMENT OF WORK The Port of Tillamook Bay Greenhouses Construction Project consists of the construction of concrete foundations, installation of two (2) greenhouse structures, associated water and electrical service components and the creation of an access/entryway path at a location within the Port of Tillamook Bay Industrial Park complex adjacent to the south of the Officers Mess Hall Building located at 6825 Officers Row Road, in Tillamook, Oregon (see attached Site Map). Upon review of bids presented, the Port will make a final determination which items to include in the final scope of work and construction services contract. Foundations: Contractor to install concrete foundations spaced a minimum of ten (10 ) feet apart using a continuous footer per the attached Structural Calculations. NOTE: Contractor may choose to utilize an individual footer (sonotube type) installation (use Alternate Bid Item 12 for this). Individual footings must be a minimum of one (1 0 ) foot in diameter and a depth of at least six (6 0 ) feet. See assembly instructions for additional information. Foundations are to be placed at least twenty (20 ) feet away from existing water lines; ground disturbance within ten (10 ) feet of water lines is to be avoided. Some initial tilling and grading of the site has been completed. Contractor will complete the grading and leveling of the project area as well as provide for an appropriate drainage pathway for storm water runoff which is expected to occur within the ten (10 ) foot space between the greenhouses. This could include creation of a shallow v-shaped ditch backfilled with drainage rock to direct water away from the base of the structures. Any topsoil that exists within the location of the footprint of the greenhouses must be preserved in its original location as much as practicable during construction activities. Greenhouses Installation: Contractor to install two (2) thirty (30 ) foot by seventy-two (72 ) foot greenhouses (Port provided) per the attached Assembly Instructions, and the placement of one (1) fan within each greenhouse. Water Service: Contractor to install water service in the form of a one (1 ) inch hot tap connection to the adjacent six (6 ) inch water service line, using a full-encapsulating saddle and a 5/8 meter and backflow device installed in separate concrete vaults with steel lids (which meter and backflow device the Port will provide), and the extension of a water line to one (1) spigot inside the southeast end of each greenhouse. Electrical Service: Contractor to install electrical service per attached TPUD Work Order #61224; in addition, Contractor to extend an individual power feed from the location of the main power meter and install and

5 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT connect a subpanel (Contractor provided) inside each greenhouse and extend separate power feeds to one (1) fan (Port provided) and one (1) power receptacle (Contractor provided). Access/Entryway Path: Contractor to install a three (3 ) foot wide access/entryway path using compacted ¾ minus rock base with a curb cut at the adjacent Officers Row Road. 1.2 NOTICE TO BIDDERS Sealed bids for this Greenhouses Project will be received by the Port of Tillamook Bay Main Offices, Attention: Aaron Palter, Project Coordinator, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141, no later than 2:00 p.m. on Wednesday, August 31, Bid opening will be conducted in the Port of Tillamook Bay Main Offices Main Conference Room, 4000 Blimp Boulevard, Tillamook, Oregon Bids will be publicly opened and read aloud at that time In accordance with state law, the Port uses and incorporates Portions of the Oregon Attorney General's Model Public Contract Rules (Oregon Administrative Rules, Chapter 137, Division 46 (Public Contracting), Division 47 (Procurements for Goods or Services) and Division 49 (Public Contracts for Construction Services). 1.3 PRE-QUALIFICATIONS For the purpose of this project, the Port elects not to request prequalifications of bidders. The submittal of a bid bond and a public works bond shall be required as specified within the contract documents. 1.4 MINIMUM QUALIFICATIONS Bidders will be evaluated under ORS 279C.375(3) for meeting minimum standards of responsibility Bidder shall name proposed project supervisor, foreman or manager for the project responsible for construction sequencing. 1.5 NON-MANDATORY PRE-BID CONFERENCE A non-mandatory pre-bid conference will be held on Wednesday, August 24, 2016, at 9:00 a.m. at the site. The pre-bid conference will be the bidders main opportunity to discuss the project with the project manager and Port Staff. 1.6 CONSTRUCTION DOCUMENTS Construction documents may be examined at: Port of Tillamook Bay Main Offices, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon Copies of construction documents may be obtained electronically from the Oregon Procurement Information Network (ORPIN) at or by contacting Aaron Palter, Port of Tillamook CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 5

6 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Bay Project Coordinator, at Ext. 116 or by to Bidding documents are also available for review at the Port of Tillamook Bay Main Office (4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141) Addenda, if any, issued during this Call for Bids will be made available electronically via the Oregon Procurement Information Network (ORPIN) at Bona-fide prime bidders MUST register (free of charge) on the ORPIN site when obtaining documents in order to receive any addenda or other pertinent information. If there are issues accessing bidding documents or general questions, contact Aaron Palter, Port of Tillamook Bay Project Coordinator, at , Ext FAILURE TO REGISTER IS SOLELY THE RESPONSIBILITY OF THE PROSPECTIVE BIDDER Bidders are advised to obtain copies of all Portions of all bid documents as outlined in the table of contents. Neither the Port nor engineer will be responsible for use of partial or incomplete sets of documents by prospective bidders. 1.7 BID SUBMITTAL REQUIREMENTS No bid will be considered unless fully completed in the manner provided in the invitation to bid upon the bid form provided by the Port and accompanied by a bid bond, cashier s check or certified check executed in favor of Port of Tillamook Bay in an amount not less than five (5%) percent of the total amount of the bid. Bid bonds will be accompanied by power of attorney bearing the same date as the bond. Bid bond, cashier s check or certified check to be forfeited as a fixed and liquidated damage should bidder neglect or refuse to enter into a contract and provide suitable bond for the faithful performance of the work in the event the contract is awarded to them. FACSIMILE COPIES OF THE ABOVE-MENTIONED DOCUMENTS SHALL BE REJECTED No bid will be considered unless the first-tier sub-contractor disclosure Form (Bid Form Part II) is submitted no later than 4:00 p.m. on Wednesday, August 24, 2016 to the bid submission location indicated above (i.e. within two (2) working hours of the scheduled bid due date and time). The lunch hour is not considered a working hour as related to firsttier subcontractor disclosure. It is the responsibility of the bidder to submit the disclosure form and any additional sheets, with the project name clearly marked, at the location indicated by the specified disclosure deadline. FACSIMILE COPIES OF THE ABOVE-MENTIONED DOCUMENTS SHALL BE REJECTED. 1.8 BID FORM Bid form (Part I) includes any attachments that may be required with the bid form. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 6

7 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Bids shall be submitted on the forms provided by the Port All blanks on the bid form shall be filled in by typewriter or manually in ink Any interlineation, alteration or erasure must be initialed by the signer of the bid BIDDER SHALL MAKE NO ADDITIONAL STIPULATIONS ON THE BID FORM NOR QUALIFY THE BID IN ANY OTHER MANNER Each copy of the bid shall include the legal name of the bidder and shall be signed by the person or persons legally authorized to bind the bidder to a contract A bid submitted by an Agent shall have a current power of attorney attached certifying agent's authority to bind bidder FACSIMILE TRANSMITTED BID FORMS SHALL BE REJECTED. 1.9 BID SECURITY Each bid shall be accompanied with either a cashier's check, certified check or bid bond payable to Port of Tillamook Bay in a specific amount not less than five (5%) percent of the total proposed bid price. Bid bond shall be furnished by a bonding company licensed to do business in the State of Oregon. Bid bond shall be accompanied by power of attorney bearing the same date as the bond. FACSIMILE COPIES OF THE BID BOND AND POWER OF ATTORNEY FORM SHALL BE REJECTED Security of the successful bidder to whom the contract is awarded will be returned when the bidder's formal written contract, performance and payment bond and certificate of insurance have been properly executed, delivered to and accepted by Port of Tillamook Bay Port of Tillamook Bay reserves the right to retain the bid security of the next two (2) lowest bidders until the low bidder enters into a contract with the Port or until no more than forty-five (45) calendar days after the bid opening, whichever is shorter. Bid security of all other bidders will be returned as soon as practicable after the bid opening Any bidder with whom a contract is offered, who defaults in executing the contract or in furnishing the performance and payment bond and certificate of insurance within the time and in the manner required shall forfeit its bid security, in whole or in part, as liquidated damages, but not as a penalty, up to the full amount of the bid security or the difference between the low bid and the next acceptable bid, whichever is greater. In addition, the Port shall be entitled to payment for damages and expenses, including attorney fees, with or without action, to enforce the Port's rights hereunder. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 7

8 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT FACSIMILE TRANSMITTED OR FACSIMILE COPIES OF BID SECURITY SHALL BE REJECTED SUBMISSION OF BIDS All copies of the bid, the bid security and any other documents required to be submitted with the bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the Port of Tillamook Bay and shall be identified with the project name and the bidder's name and address If the bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "BID ENCLOSED" on the face thereof Bids shall be sent to/deposited at or received by the Port of Tillamook Bay Main Offices prior to the time and date for receipt of bids indicated in the invitation to bid for bids or any extension thereof made by addendum. Hand delivered bids shall be presented to: Port of Tillamook Bay, Attention: Aaron Palter, Project Coordinator, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon Bids received after the time and date for receipt of bids (bid closing) will not be considered Bidders shall assume full responsibility for timely delivery at location designated for receipt of bids Oral, telephone, facsimile or telegraph bids are invalid and will not receive consideration A bid may not be modified, withdrawn or cancelled by the bidder for fortyfive (45) days following the time and date designated for the receipt of bids and bidder so agrees in submitting a bid ADDENDA Addenda are written or graphic instruments issued by the Port prior to the execution of the contract which modify or interpret the bidding documents, by additions, deletions, clarifications or corrections. Addenda will become part of the contract documents when the construction contract is executed. Addenda, if any, issued during this Call for Bids will be available electronically via the Oregon Procurement Information Network (ORPIN) at ADDITIVE ALTERNATE BID An additive alternate bid (authorized by the Port, if any) is an amount stated in the bid to be added to the amount of the base bid if the Port, in its sole discretion, elects to authorize the corresponding change in project scope or materials or methods of construction described in the bidding documents ALTERNATE BID CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 8

9 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT An alternate bid is an amount stated in the bid for a variant of a project bid item. The Port, in its sole discretion, shall select one of the alternate bid items to be included in the contract PREVAILING WAGE RATES This contract is for a public work subject to ORS 279C.800 to 279C.870: No bid will be received or considered by the Port unless the bid contains a statement by the bidder as part of its bid that the provisions of ORS 279C.840 or 40 USC 276a are to be complied with The successful bidder and all subsequent subcontractors shall comply with ORS 279C.845 wage rate requirements and produce appropriate certificates that they have complied Oregon Prevailing Wage Rate Bulletin dated July 1, 2016 as amended, applies to this project RESIDENT BIDDER The Port will not consider a bid proposal unless it contains a statement as to whether a bidder is a resident bidder as defined in ORS 279A EXCLUDED PARTIES LIST SYSTEM Parties identified on the Excluded Parties List System (available at are not eligible to participate in this project CONTRACTOR REGISTRATION The Port will not receive or consider a bid proposal for a construction contract unless the bidder is registered with the Oregon Construction Contractors Board or licensed by the State Landscape Contractors Board as required by ORS PUBLIC WORKS BOND Before starting work, the contractor and sub-contractors shall each file with the Oregon Construction Contractors Board (CCB) and maintain in full force and effect, a separate public works bond, in the amount of Thirty Thousand ($30,000) Dollars unless otherwise exempt, as required by Oregon Laws 2005, Chapter 360 and OAR The contractor shall verify subcontractors have filed a public works bond before the subcontractor begins work LOWEST RESPONSIBLE BIDDER In determining the lowest responsible bidder, the Port will utilize standards of responsibility as outlined in ORS 279C.375(3), including those specific standards described in section 1.4 of this document. This may include referencing the CCB website to determine "contractors not qualified to hold or bid upon public contracts or public improvement projects". The internet URL for the CCB home page is: CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 9

10 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Verification of current list information may be followed up with telephone contact with the CCB Office RIGHTS OF THE BOARD It is the intent of the Port of Tillamook Bay Board of Commissioners to award a contract to the lowest responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents and does not exceed the funds available. The Port of Tillamook Bay Board of Commissioners shall have the right to waive informalities or irregularities in a bid received and to accept the bid which, in the board's judgment, is in the Port s own best interests. The Port may reject any bid not in compliance with all prescribed public contracting procedures, requirements and other applicable laws including the requirement to demonstrate the bidder s responsibility under ORS 279C.375(3)(b). The Port may reject for good cause, any or all bids upon a finding of the Port that it is in the public interest to do so EXISTING CONDITIONS AND DIMENSIONS Field verify existing conditions prior to bid opening. Request clarification from the engineer for conditions found that are in conflict with information shown on the drawings or specified PRIOR TO BID OPENING Field verify existing dimensions prior to bid opening. Do not scale measurements or dimensions from the drawings. Bid errors resulting from scaled measurements/dimensions shall be solely the responsibility of the bidder Field verify dimensions of new openings, new construction and new equipment/devices prior to ordering any material components subject to field dimensions. Successful bidder is responsible for dimensions which shall be confirmed and correlated at the project site for compatibility with project components intended to be a part of the work Failure to field verify existing conditions and new or existing dimensions by the bidder will not be reason to change the contract sum after award of a contract to the successful bidder Field verify existing structure materials prior to bid opening. Request clarification from the engineer for materials found that are in conflict with the information shown on the drawings or specified prior to bid opening. Bid errors resulting from failure to field verify existing structure materials shall be solely the responsibility of the successful bidder Failure to field verify existing conditions by the bidder will not be reason to change the contract sum after award of a contract to the successful bidder. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 10

11 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT 1.22 BIDDER'S REPRESENTATIONS Each bidder, by making their bid, represents that they have read and understand ALL the bidding documents as outlined in the table of contents (Section 00010) and their bid is made in accordance therewith. The bidder, by making their bid represents that they have visited the site and familiarized themselves with the local conditions under which the work is to be performed. The bidder, by making their bid, represents that the bid is based upon the products, systems and equipment described in the bidding documents WITHOUT EXCEPTIONS Documents are available as specified herein. Neither the Port nor engineer will be responsible for distribution of those documents. CONTRACTOR IS ADVISED TO EXAMINE ALL PORTIONS OF THE DOCUMENTS AS THEY FORM THE CONTRACT. Neither the Port nor engineer will be responsible for use by the contractor or sub-contractor of partial or incomplete sets of documents DISCREPANCIES AND AMBIGUITIES Discrepancies between drawings and specifications, omissions, doubt as to meaning and other questions should be brought to the attention of the Port or engineer not less than seven (7) days prior to bid opening and they will be answered by addendum addressed to all prime bidders of record. Questions received less than seven (7) days before the bid opening date cannot be answered by addendum Protests of bid specifications shall be presented, in writing, to the Port of Tillamook Bay Counsel, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141, at least seven (7) calendar days prior to the bid closing. No protests against the award because of the content of bid specifications shall be considered after this deadline. Any written protest shall include the reason(s) for protest and any proposed changes to the specifications All Addenda issued during time of bidding will be incorporated into the contract. NEITHER THE PORT NOR ENGINEER WILL BE RESPONSIBLE FOR ORAL INTERPRETATIONS. The engineer shall make all decisions regarding discrepancies between drawings and specifications, based upon the engineer's determination as to which of the contract documents represents the original intent Addenda will be issued to the prime bidders of record registered as signing for bid documents. Neither the Port nor engineer will be responsible for the distribution of Addenda to sub-contractors PRODUCT SUBSTITUTIONS Discussion of product substitutions is outlined in the project specifications, if applicable NOTICE OF INTENT TO AWARD CONTRACT CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 11

12 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT When a decision is made regarding to whom the Port intends to award the contract, the Port will provide written notice to all project bidders of the Port s intent to award the contract in accordance with OAR This notice shall constitute a final decision of Port of Tillamook Bay, if no written protest of the notice of intent to award, is filed with Port of Tillamook Bay Counsel, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141, within seven (7) calendar days of the date of this notice of intent to Award pursuant to local contracting rules INSTRUCTIONS FOR FIRST-TIER SUB-CONTRACTOR DISCLOSURE The disclosure deadline for submission of the first-tier sub-contractor disclosure form is stated on the Bid Form (Part II): 4:00 p.m. on Wednesday, August 31, 2016 (i.e., within two (2) working hours of the scheduled bid due date and time). Submission location is indicated on the Part II Bid Form. The following is copied verbatim from OAR : "Instructions for First-Tier Sub-contractor Disclosure." Bidders are required to disclose information about certain first-tier subcontractors when the contract value for a public improvement is greater than One Hundred Thousand ($100,000) Dollars (see ORS 279C.370). Specifically, when the contract amount of a first-tier sub-contractor furnishing labor or labor and materials would be greater than or equal to: (i) five (5%) percent of the project bid, but at least Fifteen Thousand ($15,000) Dollars, or (ii) Three Hundred Fifty Thousand ($350,000) Dollars regardless of the percentage, the bidder must disclose the following information about that subcontract either in its bid submission, or within two (2) hours after bid closing: The sub-contractor's name; The category of work that the sub-contractor would be performing; and The dollar value of the sub-contract. If the bidder will not be using any sub-contractors that are subject to the above disclosure requirements, the bidder is required to indicate "NONE" on the accompanying form. THE CONTRACTING AGENCY MUST REJECT A BID IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THIS INFORMATION BY THE STATED DEADLINE (SEE OAR ) Submission. A bidder shall submit the disclosure form required by this rule either in its bid submission, or within two (2) working hours after bid closing in the manner specified by the Call for Bids Responsiveness. Compliance with the disclosure and submittal requirements of ORS 279C.370 and this rule is a matter of responsiveness. Bids that are submitted by bid closing, but for which the CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 12

13 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT disclosure submittal has not been made by the specified deadline, are not responsible and shall not be considered for contract award WORKERS' COMPENSATION INSURANCE The successful bidder and all subsequent sub-contractors shall comply with ORS , Oregon Workers' Compensation Law and produce appropriate certificates that they have complied All subject employers working under this contract shall either be employers that will comply with ORS or employers that are exempt under ORS END OF INVITATION TO BID CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 13

14 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT SECTION BID DOCUMENTS PART I (BID FORM) Bid Closing: 2:00 p.m. on Wednesday, August 31, Bid Form Part I due at bid closing Bid Form Part II due not later than 4:00 p.m. on Wednesday, August 31, 2016 (i.e. within two (2) working hours of the above bid due date/time). Submission location indicated on the Part II Bid Form. Bid Opening: 2:00 p.m. on Wednesday, August 31, Submitted to: Port of Tillamook Bay Main Offices, Attention: Aaron Palter, Project Coordinator, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 14

15 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT BID FORM Item No Specification & Item Quantity Unit Unit Price Total Price 1 Site Work / Installations 2 3 Installation Concrete Foundations Using Continuous Footer Installation Two (2) Thirty (30 ) Feet by Seventy Two (72 ) Feet Greenhouses 1 LS 1 LS 5 Installation Water Service 1 LS 6 Installation Electrical Service 1 LS 7 Installation Access/Entryway 1 LS 8 Other 9 Mobilization, Bonding, Insurance 1 LS 10 Survey (if needed) 1 LS 11 TOTAL PRICE OF BID 12 Alternate: Installation Concrete Foundations Using Individual Footers. Must be a minimum one (1 0 ) foot in diameter and a depth of six (6 0 ) feet. (Alternate to Item 2) 1 LS Bid Form (Part I) not complete without all pages. Initials (same person signing page of this Bid Form) I have examined copies of all Project Bid Documents and the following Addenda: DATE: DATE: DATE: DATE: DATE: ADDENDUM # ADDENDUM # ADDENDUM # ADDENDUM # ADDENDUM # I certify that I will comply with the Prevailing Wage Laws as required in ORS 279C.800 to 279C.870 or 40 USC 276a. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 15

16 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT I certify that I will comply with the Oregon Workers' Compensation Laws as required in ORS I certify that this company is a resident bidder, as defined by ORS 279A.120, of the State of Oregon. I certify that this company is not listed on the Excluded Parties List System. I certify that this company has a valid certificate of registration with the Oregon Construction Contractors' Board. Registration No.. I certify that I have not discriminated against minority, women or emerging small business enterprises in obtaining any required sub-contracts. I certify that all sub-contractors performing work described in ORS (2) (i.e. construction work) will be registered with the Construction Contractors Board or licensed by the State Landscape Contractors Board in accordance with ORS to before the sub-contractors commence work under this contract. I certify, under penalty of perjury, that I have complied with the tax laws of the State of Oregon or a political subdivision of the State of Oregon. QUOTE BY: (Signature) (Company) (Address, City, State, Zip) (Phone Number) * Quote may also be called "Bid Schedule" elsewhere in Project documents. Bid Form (Part I) not complete without all pages. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 16

17 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT SECTION BID DOCUMENTS PART II (FIRST-TIER SUB-CONTRACTOR DISCLOSURE FORM) In accordance with OAR : PROJECT NAME: Greenhouses Construction Project BID CLOSING: 2:00 p.m. on Wednesday, August 31, DISCLOSURE FORM SUBMISSION DEADLINE: 4:00 p.m. on Wednesday, August 31, 2016 (i.e. within 2 working hours of the above bid due date/time). This form must be submitted not later than the DISCLOSURE FORM SUBMISSION DEADLINE stated above. List below the name and category of work that each sub-contractor will be performing. List of all sub-contractors that will be furnishing labor or labor and materials that are required to be disclosed. Enter "NONE" if there are no sub-contractors that need to be disclosed. (IF NEEDED, ATTACH ADDITIONAL SHEETS) NAME CATEGORY OF WORK VALUE OF SUB- CONTRACT The above listed first-tier sub-contractor(s) are providing labor or labor and materials where a dollar value would be equal to or greater than: Five (5%) percent of the total contract price, but at least Fifteen Thousand ($15,000) Dollars (including all alternates). If the dollar value is less than Fifteen Thousand ($15,000) Dollars, do not list the sub-contractor above, or Three Hundred Fifty Thousand ($350,000) Dollars regardless of the percentage of the total contract price. Bids which are submitted by bid closing, but for which the separate and sealed disclosure submittal has not been submitted by the specified deadline, are not responsive and shall not be considered for contract award! Form Submitted by: (Bidder Name) Bidder Signature (same as Part I Bid Form): CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 17

18 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Contact Name: Phone: Deliver Form to: Port of Tillamook Bay Person Designated to Receive Form: Aaron Palter, Project Coordinator Phone: , Ext Owner's Address: 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon Unless otherwise stated in the original solicitation, this document shall not be faxed. It is the responsibility of the bidders to separately submit this disclosure form and any additional sheets (if required), with the project name clearly marked, at the location indicated in the Invitation to Bid by the specified disclosure deadline. See invitation to bid for further details. END OF BID FORM PART II STATE OF ) ) COUNTY OF ) The undersigned hereby certifies to the truth and accuracy of all statements, answers and data contained in this proposal and application and hereby authorizes Port of Tillamook Bay to make any necessary examinations or inquiries in order to make a determination to the qualifications and responsibility of the proposer. The undersigned has examined all parts of the Invitation to Bid and understands that it is completely discretionary with the Port whether to accept or reject its proposal submitted pursuant thereto. Signature of Proposer Title Sworn before me this day of,. Notary Public for the State of Oregon My commission expires on CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 18

19 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT (SAMPLE) PREVAILING WAGE CONSTRUCTION CONTRACT This contract is entered into, in duplicate, by and between Port of Tillamook Bay, a special district of the State of Oregon, hereafter called "Port", and "contractor", for the project entitled " ", hereinafter called "contract". The mutual promises of each are given in exchange and as consideration for, the promises of the other. Contractor and Port mutually covenant and agree as follows: 1. The GRAND TOTAL PRICE for services provided by contractor to Port shall be in the amount quoted in the "bid form" which is the cost to Port of Dollars, unless otherwise adjusted in accordance with the terms of this contract. 2. The time of completion for this project is. 3. Contract documents 3.1 The following "contract documents" are attached and are specifically incorporated herein in their entirety by reference: This Contract; The Bid Form; The Invitation to Bid; General Conditions; State and Local Public Contracting Provisions; 3.2 The following contract documents are specifically incorporated herein by reference in their entirety: Oregon Prevailing Wage Rate Bulletin dated as amended. Contractor agrees as follows: 4. In consideration of the sums to be paid by Port in the manner and at the times provided and in consideration of the other covenants and agreements contained herein, contractor agrees to perform and complete the work herein described. This contract shall be binding upon the contractor's heirs, executors, administrators, successors and assigns. 5. Contractor shall faithfully complete and perform all of the obligations of the Contract and in particular, shall promptly, as due, make payment of all just debts, dues, demands and obligations incurred in the performance of said contract; and shall not permit any lien or claim to be filed or prosecuted against the Port, its agents or employees. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 19

20 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT 6. Contractor shall not permit any lien or claim to be filed or prosecuted against the Port and shall hold the Port harmless for any liens, claims, damages or other liabilities of the contractor related to the performance of this contract. Contractor shall indemnify and save harmless the Port from any claims, costs, damages or expenses of any kind, including attorney's fees and other costs and expenses of litigation for personal or property damage to contractor or to third parties arising out of contractor's performance of the duties required by this contract. Port agrees as follows: 7. In consideration of the faithful performance of all of the obligations, general and special, herein set out and in consideration of the faithful performance of the work as set forth in the contract documents in accordance with the Port and to its satisfaction, the Port agrees to pay to the contractor the amount earned and to make such payments in the manner and at the times provided in the applicable specifications and schedule of contract prices. The parties mutually agree as follows: 8. MISCELLANEOUS 8.1 Integration This contract supersedes all prior oral or written agreements between contractor and Port regarding this project. It represents the entire agreement between the parties. 8.2 Savings Should any clause or section of this contract be declared by a court to be void or voidable, the remainder of this contract shall remain in full force and effect. 8.3 Waiver; Modification Failure to enforce any provision of this contract does not constitute a continuing waiver of that provision, any other provision or of the entire contract. The rights and duties under this contract shall not be modified, delegated, transferred or assigned, except upon the written-signed consent of both parties. 8.4 Jurisdiction; Law This contract is executed in the State of Oregon and is subject at all times to Tillamook County Ordinances and Oregon law and jurisdiction. Venue shall be in Tillamook County, unless otherwise agreed by the parties. 8.5 Attorney Fees Attorney fees, costs and disbursements necessary to enforce this contract through mediation, arbitration and/or litigation, including appeals, shall be awarded to the prevailing party, unless otherwise specified herein or agreed. 8.6 Notices CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 20

21 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Any notice required or permitted under this contract shall be in writing and deemed given when: Actually delivered, or Three (3) days after deposit in the United States Mail, certified, postage prepared, addressed to the other party at their last known address. ACKNOWLEDGEMENT: EACH PARTY REPRESENTS TO THE OTHER BY THEIR SIGNATURES BELOW THAT EACH HAS READ, UNDERSTANDS AND AGREES TO ALL COVENANTS, TERMS AND CONDITIONS OF THIS CONTRACT. EACH PARTY REPRESENTS BY THEIR SIGNATURES BELOW TO HAVE THE ACTUAL AND/OR APPARENT AUTHORITY TO BIND THEIR RESPECTIVE PARTY IN CONTRACT. Approved as to form this day of, 20. Dated this day of,. CONTRACTOR: DATED this day of,. THE BOARD OF COMMISSIONERS FOR PORT OF TILLAMOOK BAY Board President Board Secretary CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 21

22 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT GENERAL CONDITIONS 1. CONFLICTS In case of conflict between the general conditions and the project specifications (also known as "special provisions"), the project specifications shall govern. 2. START OF WORK 2.1 The contractor is not authorized to go onto the property on which the work is to be done, nor move materials, equipment or workers onto that property, nor to start on-site work until the contract with the Port is signed, the Port sends the contractor written notice to proceed with the work and the contractor has filed the public works bond required in the invitation to bid. 2.2 The contractor shall coordinate with the Port's designated representative in accordance with the project specifications. 3. TIME OF COMPLETION 3.1 Substantial Completion Date: Substantial completion of project construction must be completed by November 30, DESCRIPTION OF WORK (also known as project special provisions or specifications): Contractor shall execute details of the contract in accordance with the attached project specifications. 5. LIQUIDATED DAMAGES 5.1 If the contractor fails to have work completed as outlined in Section 3.1 (Substantial Completion Date) above, the contractor shall be assessed liquidated damages. The actual cost to the public for the failure of the contractor to complete the work on time will be difficult and/or impractical to determine. Therefore, it is agreed the contractor pay the Port, not as a penalty but as liquidated damages the following amounts: One Hundred ($100) Dollars per calendar day for each day after the Substantial Completion Date of November 30, PROGRESS PAYMENTS 6.1 The contractor shall receive progress payments for the work completed at the end of each month; less a five (5%) percent retainage. Additional retainage of twenty-five (25%) percent of amounts earned will be withheld CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 22

23 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT and released according to ORS 279C.845 when the contractor fails to file the certified statements required in ORS 279C Progress payments will be based upon estimates of the work completed, that are approved by the Port's designated representative, as of the end of the month. 6.3 Progress payments will include payment for materials delivered to the site, but not incorporated into the work. To receive progress payments for these materials the contractor shall provide the Port with statements or invoices by the supplier stating the type, quantity and cost of the materials. Progress payments shall not be considered acceptance or approval of any work or waiver of any defects therein. 6.4 Contractor requests for progress payments shall be in a format following the bid line items to facilitate project cost tracking. The Port will require that certain bid line items are submitted in separate progress payment requests to facilitate project cost tracking. 6.5 The payments will be made within forty-five (45) days after the receipt of the contractor's invoice. Monthly invoices shall be submitted simultaneously to: 7. PUBLIC WORKS BOND Before starting work, the contractor and sub-contractors shall each file with the Construction Contractors Board and maintain in full force and effect, a separate public works bond, in the amount of Thirty Thousand ($30,000) Dollars unless otherwise exempt, under ORS 279C.836(7) or (8). The contractor shall verify sub-contractors have filed a public works bond before the sub-contractor begins work. 8. LIABILITY INSURANCE The contractor shall obtain and maintain such public liability and damage insurance as will protect the contractor for any and all claims for damage or personal injury, including death, which may arise from the operations under the contract. Such insurance shall provide coverage for not less than the following: 8.1 Property Damage: $ 500,000 (one claimant) $1,000,000 (all claimants) Personal Injury or Death: $1,000,000 (one claimant) $2,000,000 (all claimants) CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 23

24 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Such insurance shall be on an occurrence basis only and be evidenced by a certificate of insurance provided to the Port, indicating coverages, limits and effective dates, by an insurance company licensed to do business in the State of Oregon. An endorsement shall be issued by the company showing the Port as an additional insured on all coverages, excepting medical/professional malpractice insurance. The endorsement shall also contain a thirty (30) day notice of cancellation provision. 9. RECYCLING 9.1 If the project proposal includes demolition, the contractor is required to salvage or recycle construction and demolition debris, if feasible and costeffective in accordance with ORS 279C.510(1). 9.2 If the project proposal includes lawn and landscape maintenance, the contractor is required to compost or mulch yard waste material at an approved site, if feasible and cost effective. 10. WORK BY OTHERS 10.1 Contractor shall coordinate with the following entities that may be performing work related to the project: Tillamook People s Utility District (TPUD): Power Pole work near Officers Row Road Port of Tillamook Bay: Water line work (is necessary). Port's representative will track contractor progress. Details of Port's representative involvement with the contractor are outlined in the project specifications. 11. WARRANTY 11.1 Contractor shall warrant all project work, labor and materials performed in accordance with these contract documents for one (1) year after the date of substantial completion of the work subject to the following, if applicable: Terms of an applicable special warranty required by the contract documents, or Extension of start of the one (1) year warranty time period based upon completion of portions of outstanding work to be completed after notice of substantial completion. The specific details of what comprises substantial completion shall be prepared and submitted by the contractor to the owner for approval/concurrence. 12. CORRECTION OF WORK CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 24

25 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT For any portion of project work found not to be in accordance with the contract documents, the contractor shall correct it promptly after receipt of written notice from the owner to do so unless the owner has previously given the contractor a written acceptance of such condition. Owner will give such notice promptly after discovery of the condition. The one (1) year warranty on such corrected work will begin when the correction has been made. 13. SCHEDULES & INSPECTIONS 13.1 All work is to be inspected during construction by the Port's representative Schedules and inspections coordination with the Port's representative shall be in accordance with the project specifications. 14. PERMITS 14.1 The contractor shall obtain and pay for all permits and connection fees pertaining to the construction of this project as required with the following exception: None The contractor shall pay all other permit fees including utility connection fees and monthly invoices related to utilities usage for project work. See project specifications for more information All contractor paid permit and connection fees shall be incorporated into the Bid Form Part I Quote (except as noted above) under the general requirements bid item. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 25

26 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT STATE AND LOCAL PUBLIC CONTRACTING PROVISIONS 1. Contractor shall pay promptly, as due, all persons supplying labor or materials for the prosecution of the work provided for in the contract, and shall be responsible for such payment of all persons supplying such labor or material to any subcontractor. 2. The contractor shall include in each sub-contract for property or services entered into by the contractor and a first-tier sub-contractor, including a material supplier, for the purpose of performing this contract: 2.1 A payment clause that obligates the contractor to pay the first-tier subcontractor for satisfactory performance under its sub-contract within ten (10) days out of such amounts as are paid to the contractor by the Port under this contract; and 2.2 An interest penalty clause that obligates the contractor, if payment is not made within thirty (30) days after receipt of payment from the Port, to pay to the first-tier sub-contractor an interest penalty on amounts due in the case of each payment not made in accordance with the payment clause included in the sub-contract pursuant to ORS 279C.580. A contractor or first-tier sub-contractor shall not be obligated to pay an interest penalty if the only reason that the contractor or first-tier sub-contractor did not make payment when payment was due is that the contractor or first-tier subcontractor did not receive payment from the Port or contractor when payment was due. The interest penalty shall be: For the period beginning on the day after the required payment date and ending on the date on which payment of the amount due is made; and Computed at the rate specified in ORS 279C.515(2). 2.3 A provision requiring the sub-contractor to have a public works bond filed with the Construction Contractors' Board before starting work on the Project, unless exempt. 2.4 A provision requiring that the workers shall be paid not less than the specified minimum hourly rate of wage. 3. The contractor shall include in each of its sub-contracts, for the purpose of performance of such contract condition, a provision requiring the first-tier subcontractor to include a payment clause and an interest penalty clause conforming to the standards of ORS 279C.580(4) in each of its sub-contracts and to require each of its sub-contractors to include such clauses in their sub-contracts with each lower-tier sub-contractor or supplier. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 26

27 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT 4. If the contractor or a sub-contractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with a public contract, the person may file a complaint with the Construction Contractors' Board, unless payment is subject to a good faith dispute as defined in ORS 279C A dispute between the contractor and a sub-contractor relating to the amount of entitlement of a sub-contractor to a payment or a late payment interest penalty under a clause including in the sub-contract, pursuant to this section, does not constitute a dispute to which the Port is a party. The Port shall not be included as a party in any administrative or judicial proceedings involving such a dispute. 6. The rights, duties and obligations of the contractor, sub-contractors and Port with respect to relations with the contractor shall be as set forth in ORS 279C.580 incorporated herein by reference. 7. Contractor shall promptly pay all contributions or amounts due the Industrial Accident Fund from such contractor or sub-contractor incurred in the performance of the contract, and shall be responsible that all sums due the State Unemployment Compensation Fund from contractor or any sub-contractor in connection with the performance of the contract shall promptly be paid. 8. Contractor shall not permit any lien or claim to be filed or prosecuted against the Port on account of any labor or materials furnished and agrees to assume responsibility for satisfaction of any such lien so filed or prosecuted. 9. Contractor and any sub-contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS Contractor shall demonstrate to the Port, within ten (10) days of receiving a notice of award, that contractor has an employee drug testing program pursuant to ORS 279C.505(2). 11. If contractor fails, neglects or refuses to make prompt payment of any claim for labor or materials furnished to the contractor or a sub-contractor by any person in connection with the contract as such claim becomes due, the owner may pay such claim to the persons furnishing the labor or materials and charge the amount of payment against funds due or to become due contractor by reason of the contract. The payment of a claim in the manner authorized hereby shall not relieve the contractor or his surety from his or its obligation with respect to any unpaid claim. If the owner is unable to determine the validity of any claim for labor or materials furnished, the owner may withhold from any current payment due contractor an amount equal to said claim until its validity is determined and the claim, if valid, is paid. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 27

28 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT 12. If the contractor or a first-tier sub-contractor fails, neglects, or refuses to make payment to a person furnishing labor or materials in connection with the public contract for a public improvement within thirty (30) days after receipt of payment from the public contracting agency or contractor, the contractor or first-tier subcontractor shall owe the person the amount due plus interest charges commencing at the end of the ten (10) day period that payment is due under ORS 279C.580 and ending upon final payment, unless payment is subject to a good faith dispute as defined in ORS 279C.580. The rate of interest charged to contractor or first-tier sub-contractor on the amount due shall equal three (3) times the discount rate on ninety (90) day commercial paper in effect at the Federal Reserve Bank in the Federal Reserve District that includes Oregon on the date that is thirty (30) days after the date when payment was received from the public contracting agency or from the contractor, but the rate of interest shall not exceed thirty (30%) percent. The amount of interest may not be waived. 13. If the contractor or sub-contractor fails, neglects, or refuses to make payment to a person furnishing labor or materials in connection with the public contract, the person may file a complaint with the Construction Contractors Board, unless payment is subject to a good faith dispute as defined in ORS 279C Contractor shall promptly, as due, make payment to any person, co-partnership, association, or corporation furnishing medical surgical and hospital care or other needed care and attention, incident to sickness or injury, to employees of such contractor, of all sums which the contractor agrees to pay for such services and all monies and sums which the contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 15. Contractor shall employ no person for more than ten (10) hours in any one (1) day, or forty (40) hours in any one (1) week, except in cases of necessity, emergency, or where public policy absolutely requires it, and in such cases, contractor shall pay the employee at least time and one-half (1 and 1/2) pay for all overtime in excess of eight (8) hours a day or forty (40) hours in any one (1) week when the work is five (5) consecutive days, Monday through Friday; or for all overtime in excess of ten (10) hours a day or forty (40) hours in any one (1) week when the work week is four (4) consecutive days, Monday through Friday, and for all work performed on Saturday and on any legal holidays as specified in ORS 279C The contractor must give notice to employees who work on this contract in writing, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and the days per week that the employees may be required to work. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 28

29 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT 17. This contract is for a project that is subject to the state prevailing wages (ORS 279C.800 to ORS 279C.870) and the federal prevailing rates of wage under the Davis-Bacon Act (40 U.S.C. 3141, et seq.). Pursuant to ORS 279C.838, if the state prevailing rate of wage is higher than the federal prevailing rate of wage, the contractor and every subcontractor on the Project shall pay at least the state prevailing rate of wage as determined under ORS 279C.815.prevailing wage rates. 18. Contractor shall comply with the provisions of ORS 279C.840 to 279C.870. Workers shall be paid not less than the specified minimum hourly rate of wage in accordance with ORS 279C.838. Every sub-contract shall contain a provision imposing the requirements of this program. 19. All employers including contractor, that employ subject workers who work under this contract in the State of Oregon shall comply with ORS and provide the required workers' compensation coverage, unless such employers are exempt under ORS Contractor shall ensure that each of its subcontractors complies with these requirements. 20. All sums due the State Unemployment Compensation Fund from the contractor or any sub-contractor in connection with the performance of the contract shall be promptly paid. 21. The contract may be cancelled at the election of owner for any willful failure on the part of contractor to faithfully perform the contract according to its terms. 22. Contractor must give notice to employees, in writing, that they cannot be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing information that the employee reasonably believes is evidence of gross mismanagement of a Federal contract or grant, a gross waste of Federal funds, an abuse of authority relating to a Federal contract or grant, a substantial and specific danger to public health or safety, or a violation of a law, rule, or regulation related to a Federal contract or grant. 23. Various federal, state and local agencies have enacted ordinances or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the performance of this contract. These agencies include, but are not limited to: FEDERAL AGENCIES: Agriculture, Department of Forest Service Natural Resources Conservation Service Defense, Department of Army Corps of Engineers CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 29

30 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT Environmental Protection Agency Federal Emergency Management Agency (FEMA) Interior, Department of US Fish and Wildlife Service Bureau of Land Management Bureau of Indian Affairs Bureau of Reclamation Labor, Department of Occupational Safety and Health Administration STATE AGENCIES: Agriculture, Department of Environmental Quality, Department of Fish and Wildlife, Department of Forestry, Department of Land Conservation and Development Commission Soil and Water Conservation Commission Watershed Enhancement Board LOCAL AGENCIES: City Council County Court County Commissioners, Board of Port Districts County Service Districts Sanitary Districts Water Districts Fire Protection Districts Pursuant to ORS 279C.525(1). If the successful bidder awarded the project is delayed or must undertake additional work by reason of existing regulations or ordinances of agencies not cited in the public contract or due to the enactment or new or the amendment of existing statutes, ordinance or regulations relating to the prevention of environmental pollution and the preservation of natural resources occurring after the submission of the successful bid, the public contracting agency may: 23.1 Terminate the contract; 23.2 Complete the work itself; 23.3 Use non-agency forces already under contract with the public contracting agency; 23.4 Require that the underlying property owner be responsible for cleanup; 23.5 Go out to bid for a new contractor to provide the necessary services under the competitive bid requirements of ORS 279C.335; or CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 30

31 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT 23.6 Issue the successful bidder a change order setting forth the additional work that must be undertaken. CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 31

32 PORT OF TILLAMOOK BAY GREENHOUSES CONSTRUCTION PROJECT SPECIAL CONTRACTING PROVISIONS 1. Contractor shall comply with the following in the performance of the work provided for in the contract: Executive Order of September 24, 1965, entitled Equal Employment Opportunity, as amended by Executive Order of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees); Copeland Anti-Kickback Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (All contracts and subgrants for construction or repair); Compliance with the Davis-Bacon Act (40 U.S.C. 276a to 276a 7) as supplemented by Department of Labor regulations (29 CFR part 5). (Construction contracts in excess of $2000 awarded by grantees and subgrantees when required by Federal grant program legislation); Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C ) as supplemented by Department of Labor regulations (29 CFR Part 5). CALL FOR BIDS GREENHOUSES CONSTRUCTION PROJECT 32

33

34 BRESHEARSITHORNTON ENGINEERING CONSULTANTS, Ltd. ---B/TE~ NE Oregon St, Suite 500 Portland, Oregon Tel. (503) FAX (503) STRUCTURAL CALCULATIONS 30x72'Greenhouse for Oregon Valley Greenhouses PROJECT NO.: V PROJECT LOCATION: 4000 Blimp Blvd Site 100 Tillamook, Oregon Larry Breshears, P.E. September 19, EXPIRATION DATE:

35 ENGINEERING DATA DESIGN CODE: 2014 OREGON STRUCTURAL SPECIALTY CODE SNOW LOADS: GROUND SNOW LOAD = 25 PSF PARTIALLY EXPOSED OCCUPANCY CATEGORY = II WIND LOADS: BASIC WIND SPEED = 135 MPH (3-SECOND GUST) EXPOSURE = C OCCUPANCY CATEGORY = II SEISMIC LOADS: N/A (WIND LOADS GOVERN BY INSPECTION) STEEL TUBE DESIGN: AISC STEEL CONSTRUCTION MANUAL, 14th EDITION TUBING: GATORSHIELD TUBE (60 ksi YIELD, 75 ksi TENSILE) POSTS: 2-7/8" dia, 8 GA BOWS: 2-3/8" dia, 10 GA TRUSS: 1-5/8" dia, 15 GA BRACES: 1-3/8" dia, 16 GA PURLlNS: 1-3/8" dia, 16 GA OTHER MATERIALS: BOLTS: SCREWS: FABRIC: 5/16" dia, GRADE 5 #14 TEKS BRAND OR EQUIVALENT POLY, 0.5 PSF (NOT PART OF DESIGN/CHECK) OY2 (;OtV V4LL~Y ej.j:; E-rV t+0 LA c" E~ SHE:E:T_I_OF = 't==e!3/-re=:.c = PORTLAND, OR ~OX7'2-6ru=E N )..:}0 la ;'G PROJECT NO. 0('5:/ t;ov BY l-bt3 DATE 4 /Iq l,e;;

36 (TIll! U I I I, 11177,; L 1 so' L...ciAI'> S (,IN ~1'2.AW\G Dl ~ (!).C; f~f(l.i-f)c 1,0 fl..j= t)('lotaj - '1-0 PSF- Yl {)Or=: L-OAD vv, rj b Sf (;,Eh :: 135";1.-1 f H ~BJTEE= ort~go~ YAU-e'1 6(LJ;;-brJ~OLA~E~ F "S.D'I"l-'L G.tLGt...)\.l"OuC-,.t;' ESHEARS / THORNTON NEERING CONSULTANTS, LTD. BY SHEETloF 12 PROJECT NO. 07S'I:;OV (,.O~ DATE q!1'171 c;'

37 L.-aA-pj (}f0 I-~IJ'VIA 1:;:-- (~N-r,\ WIND - 'L 0 (.? 0Cl P,)F (4-') :: IIcJ 0 PLF LN ItJ \) W AfL\:> w~u.., - 1(!J.'lA (r..j.f ') e ">';.0 L!;:;~WA~b wal.a...,.. [;-11 (t./' ) -::. S Lt--. ~ wi N DWA,tai) te.,o0;:: -/1.11- (L.r' ) :: r; t..ggwar<..b «.ctjf 1.'b..qq (SF IN IN!> (P,4le..b GtJDi()Ai.L -/,q& 'fsf LGG/AtA{J.. \) t;j0!) WAt- ' RZA w..t:. IVj 0 I>~ 0...t;b IN 0 T A~ \), Fr2-0 ( ~s-"t;4 1rA C./4-'El::, 0 \A Tri» r) lv6(tjc. CoDG G t-! E-c.,f:::- ~6StALT~ =,MA')'.. f)l3m,a,nt> f2..a T 10 -::: O. ~ I c 1,0 / rj IL c.apac"'i c..1-\-gc..~ EN ~ wjlla.. 5 I rv't Sfo,..l () fz-.. fost~ - 1.,YD(;>V q 13 C>A INTf3'<-M~h )4,(; ro~""s - I "7/~vq I~ GA 6.1~15 - I'5/~" r=; 1'-1-6.A (V..,0 b ~ L.LGb I fj t,-ra At.>. r a:-<l (~; E ATTA.c-.~H;1> f) L{I ru \:) I"vitB/Nt< ujh~ C}"'}E-Ct'-- tt~<"la CiS: IIJAX,. \) e"ma N.:b CAPA'-IT~ {, "/0 0\) ens;i(i...'~~~ t S A,CC.~(1iPiAb l.a? ~ OJe::- IiBfTEE= ESHEARS / THORNTON o v c; 0U,Ki'Z- NEERING CONSULTANTS. LTD. PROJECT NO. BY SHEET2OF 2'2-07e;;) '5'0'.1 L"g;g DATE 1/I?'f/I 5"

38 au\i\\\\i\ufl i'dta,.l brjb Arz.e~ : '?O' [(pi t O.S (IO')~ -; 330 -{:il. A.c;hVl.WlQ 8fl.U~ '/:l..~t:- '/1.- \).}E jot.4l- L.,O.ab : (L~.t) '1 t I. ~ l.o f~ ~ ) ~ ~ 0 # 7.. -:::./a, 't \0 1 ~ --i> '2 C; ~ 0 I~ / ~ (J..Acs :x-= JI'2.+I~7.)J~ =: S,o'),= 0,,+(,4-' -I 9/)= 11..-~ c Ie. _ 1\~ ("27,000) -::. )(.'2,... k (I'2-1)"L. Wt0 rj EcTo (L LA t.t7ac IT Ie s (;.fl;q.~ t6 6Dl.:ts: '1"'eN )Iu! ')i"rv2j0"'ut:: J2-o ~c,..,,' )1~AIL t,jw-~i\ll '-lt~-::: t=hv z o.&> (1'2-0 ksl) := 5~ l~ JL 2.0 fj/11.:;v q -+ ':?(, ~~ (0, 0 110'l V\;"l.) -:: '2.:, ("0 \':, 1=t)'f JEIL-S sc.je~ t;i) 5: tjov\1!tjal-- Sfft;ltf<.. ';irrtf0c,.\)4 ~ '2.&'bt; )~ (I-~V~ e~~- lilt, (,..) tf J7, lbl~ -= to~r; I~ ~BlTEE= ~o ><71.- ESHEARS / THORNTON INEERING CONSULTANTS, LTD. PROJECT NO. OVb SHEET -±- OF 2-'2,.. Df s- I ~o V BY L-~b '1/(1/, r; DATE

39 C}.\-E c...l~ PlAVl-L./N S (~") I~/'b'" 4 K J /P 6A AX (A L f= 0 ~ E' ::: 1.t>.q, P,? r=: ( 1. S ') 11. <;" I / ~:: I"Z.- ~ 0 I ~ ~ C~~G\c... (,.9NN~G-T'0NS fla/tz-l-/n '"to 130 w CA>tJN. (\) tt-)1... T'f?1c:..S.) cvt9ij L -r'12-\as,~ M81I ~ CoNrJS. '.. ('f\ay:. A)( I A L j-v e.(...f - '-t e, 0 I' (\ ') C;J(" v 4 ; 0 L-,. ~ 0 1'-.. 1;ow TO POST ~,.JrJ, = /VJAy. ~Y;IAL 1~n.L(;7:-; 1~74-- I~ (I) '>It~"~ (3Q L"i c-> 0 ~ I;~~!-G io pc'sr ~ ~c)t-j C(jNN':., : MAY;,.4>Cl~L t=ot2.cr.; ::. "2..5ro l~ (\) #- IL-f )t;~s SUZ-80 c-: 0~ VI I V' ~ ~ se b VI' I D G-)( t.t -'J.. DEl?{> uo ~T I '''-haaus. F='oOT! rj ~,)l?g ArrA CI.j.1P1) ) t-yvi ~ ~ f' O~ T 1...'-D L. / NTo j::0o1ln G ( ~r~~ s/.j t; j;1 cu-?gh:- 5D(C. ge-a~\~& ~ PrnA)C.:;;' l":jr 0 I~..(.~'{S -: I~ 70 ISs.c:' (y.,/ } VYJA'JL, \Ar~/r-:" -= <;'60 fl, ~ tbitee= OJb-., ":ro";k7'?- ESHEARS / THORNTON NEERING CONSULTANTS, LTD. PROJECT NO. DATE SHEET t; OF 22 ty7':ir5"'ov BY t..~g /l1/1~

40 Fa LAI\JDAT/OtJ$ lunii) I' F~ ~\JJ1J.LL FOOTl"J ~s VI/) fna)c ~ 1. ~ ~ 3 +. )!., IF- FOOTIN~S AI2.'E Co/'V~/R.AII\J~ (SL.-A3 a-s G,tlADG P 0 ~ rz ~ A«.. 0 \A rj l) TJ+ t:: M ) : S\DeVJP-LL focrnn &$ i'.jla"i ~E. 1 v ~ Wlt>G X. L - 10 Dt:S P l:t-jbvj f...-l,..l t=-. JOTI rl C:. ~ MAY ~E I [ II U :l:l:u- /2.JE&Af( 5 CCNT/tV LA OlA.5 H If:B!TEE= SHEARS / THORNTON 1) «c: SHEET ~ OF 2"L ~O><l'2. PROJECT NO. 07> J r:; 0 V BY ~bg ~/V1/)s NEERING CONSULTANTS, LTD. DATE

41 I:,'iq Project Job No. 30'x72' Greenhouse - Tillamook, OR V Client Sheet no.frev. Oregon Valley Greenhouses NE Oregon SI. Calc. by I Chk'd by App'd by Portland. OR I Date I Date I Date LBB 9/18/2015 SNOW LOADING (ASCE7-05) Tedds calculation version Building details Roof type Width of roof (left on elevation) Width of roof (right on elevation) Slope of roof (left on elevation) Slope of roof (right on elevation) Ground snow load Ground snow load Density of snow Terrain type Exposure condition (Table 7-2) Exposure factor (Table 7-2) Thermal condition (Table 7-3) Thermal factor (Table 7-3) Importance category (Table 1-1) Importance factor (Table 7-4) Flat roof snow load (Sect 7.3) Warm roof slope factor (Ct <= 1.0) Roof surface type Ventilation Thermal resistance (R-value) Roof slope factor -left Fig 7-2a (solid line) Roof slope factor - right Fig 7-2a (solid line) Hip and gable b, = ft b2 = ft u, = deg U2 = deg pg = Ib/fi2 Y = min(0.13 x pg 1 1ft + 141b/ft 3, 301b/ft 3 ) B Fully exposed c, = 0.90 All Ct = 1.00 II Is = 1.00 PI = 0.7 x Ce x Ct x Isx pg = b/ft2 Slippery Ventilated R = 1.25 OFh ft2 I Btu CS_I= 1.00 C u = 1.00 = Ib/ft3 Hip and gable roof loads Balanced sloped snow load - left (CI.7.4) Balanced sloped snow load - right (CI.7.4) Slope of left roof Slope of right roof Unbalanced load - left roof windward Unbalanced load - right roof leeward Length eaves to ridge for drift height Drift height Rectangular surcharge to part leeward side Length of rectangular surcharge Unbalanced load - left roof leeward Unbalanced load - right roof windward Length eaves to ridge for drift height PS_I= CS_IX PI = Iblft2 ps_'= Cs_,X PI = Ib/ft2 SI = 1 I taruoa) = 2.25 S, = 1 I taruco) = 2.25 Ps_lw= 0.3 X ps_1= 5 Ib/ft2 ps_'1= ps_'= Ib/ft2 lu_ww_1 = b, = ft hdu = 0.43 x (max(lu_wwj,20ft) x 1ft2)1/3x (pg 11 Iblft2 + 10)1/4-1.5 x 1ft = 1.34 ft ps_'lsu,= hdu x Y I-.J(S,) = Ib/ft2 lu_'lsu,= min(8/3 x hdu x -.J(S,), ba) = 5.35 ft ps_"= ps_1= Ib/ft2 PS_IW= 0.3 x ps_'= 5 Ib/ft z lu_ww_, = bz = ft

42 1=",jII Project Job No. 30'x72' Greenhouse - Tillamook, OR V Client Sheet no.lrev. Oregon Valley Greenhouses NE Oregon SI. Calc. by Portland, OR I Date IChk'd by IDate App'd by IDate LBB 9/18/2015 Drift height Rectangular surcharge to part leeward side Length of rectangular surcharge hdu = 0.43 x (max(lu_vm'_r, 20ft) x 1ft 2 )113x (pg 11 Ib/ft2 + 10) x 1ft = 1.34 ft psjlsur= hdu x Y 1 -v(si) = Ib/ft2 Iu_"_sur = min(8 1 3 x hdu x -v(si), b-) = 5.35 ft Balanced load 15.8 psf 15.8 psf -.j 5' 4.2" ~ Unbalanced load 4.7p~ =========:::J'--- M5Ap~.--J115.8psf -.j 5' 4.2" ~ Unbalanced load 15Apstl 4.7psf 15.8 pstli.l::::::======== '----.! '----.! 1 Roof elevation

43 Project Job No. 30'x72' Greenhouse - Tillamook, OR V 1="'11 Client Sheet no.lrev. Oregon Valley Greenhouses NE Oregon St. Calc. by IDate IChk'd by IDate App'd by Portland,OR LBB 9/18/2015 I Date WIND LOADING (ASCE7-10) In accordance with ASCE7-10 incorporating Errata No, 1 and Errata No.2 Using the directional design method Tedds calculation version eo1'---- =>:» Io ~ ~ ~ fl~ ~ Plan I Elevation Ii Building data Type of roof Width of building Gable d = ft Length of building Height to eaves b = ft H = 5.00 ft Pitch of roof oo = 24.0 deg Mean height h = 8.34 ft General wind load requirements Basic wind speed V = mph Exponent coef (T26.6-1) Kd = 0.85 Enclosure class (ci ) Enclosed buildings Int pres coef -ve (T ) GCPLn= Gust effect factor Gf = 0.85 Risk category II Exposure category (ci ) C Int pres coef +ve (T26,11-1) GCpiy = 0.18 Topography Topo factor not significant Kzt = 1.0 Velocity pressure equation q = x Kz x Kzt x Kd x V2 X 1psf/mph" Velocity pressures table z (ft) Kz (Table ) qz(psf) Peak velocity pressure for internal pressure Peak velocity pressure - int q; = psf Pressures and forces Net pressure Net force p = q X Gf X Cpe- q; X GCpi Fw = P x Aref

44 1:,'1" Project Job No. 30'x72' Greenhouse - Tillamook, OR V Client Sheet no./rev. Oregon Valley Greenhouses NE Oregon SI. Calc. by I Chk'd by App'd by Portland, OR I Date I Date I Date LBB 9/18/2015 Roof load case 1 - Wind 0, GCpl 0,18, -cpe Ref. Ext pressure Zone height coefficient (ft) Cpe Peak velocity Net pressure Area Net force pressure p(pst) Are!(ft2) Fw(kips) qp, (psf) A (-ve) B (-ve) Total vertical net force Fw.v= kips Total horizontal net force Walls load case 1 - Wind 0, GCpl 0.18, -Cpe Fw,h= 5.08 kips Ref. Ext pressure Zone height coefficient (ft) Cpe Peak velocity Net pressure Area Net force pressure p(pst) Are!(ft2) Fw(kips) qp, (psf) Overall A B C , , loading Proj vertical plan area of wall Avert_w_o= ft2 Projected vertical area of roof Avert_r_O= 480,85 ft2 Min overall horizontal Leeward net force Overall horizontal loading loading Fw,total_min = 9.6 kips FI = -7,3 kips Fw,total = 18.5 kips Roof load case 2 - Wind 0, GCpl-0.18, -OCpe Windward net force Fw= 6.1 kips Ref. Ext pressure Zone height coefficient (ft) Cpe Peak velocity Net pressure Area Net force pressure p (psf) Are!(ft2) Fw(kips) qp, (psf) A (+ve) 8, B (+ve) 8, Total vertical net force Fw.v kips Total horizontal net force Fw.h= kips Walls load case 2 - Wind 0, GCpl -0.18, -OCpe Ref. Ext pressure Zone height coefficient (ft) Cpe Peak velocity Net pressure Area Net force pressure p(pst) Are!(ft2) Fw(kips) qp, (psf) A B C Overall loading Proj vertical plan area of wall Avert_w_o= ft2 Min overall horizontal loading Fw.totaLmin = 9.6 kips Projected vertical area of roof Avert_r_o= ft2

45 1:"'. Project Job No. 30'x72' Greenhouse - Tillamook, OR V Client Sheet no.lrev. Oregon Valley Greenhouses NE Oregon SI. Calc. by IDate I Chk'd by App'd by Portland, OR tate LBB 9/18/2015 I Date Leeward net force Overall horizontal loading Roof load case 3 - Wind FI = -3.0 kips Fw,total = 25.3 kips 90, GCpi 0.18, -Cpe Windward net force Fw = 10.4 kips Zone Peak Ref. Ext pressure velocity Net pressure Area Net force height coefficient pressure p(pst) Are!(ft2) Fw(kips) (ft) Cpe qs, (pst) A (-ve) B (-ve) ,36 C (-ve) , D (-ve) Total vertical net force Fw,v= kips Total horizontal net force Fw,h kips Walls load case 3 - Wind 90, GCpi 0.18, -Cpe Zone Peak Ref. Ext pressure velocity Net pressure Area Net force height coefficient pressure p(psf) Are!(ft2) Fw(kips) (ft) Cpe qp, (psf) A B C D Overall loading Proj vertical plan area of wall Avert_w_90 = ft2 Min overall horizontal loading Fw,totaLmin = 4.0 kips Leeward net force Overall horizontal loading FI == -3.5 kips Fw,total = 7.7 kips Projected vertical area of roof AvertJ_9o= 0.00 ft2 Windward net force Fw== 4.2 kips Roof load case 4 - Wind 90, GCpi -0.18, +Cpe Ref. Ext pressure Zone height coefficient (ft) Cpe Peak velocity Net pressure Area Net force pressure p (psf) Are!(ft2) Fw(kips) qp, (psf) A (+ve) B (+ve) C (+ve) D (+ve) Total vertical net force Fw,v kips Total horizontal net force Fw,h kips Walls load case 4 - Wind 90, GCpi -0.18, +Cpe Ref. Ext pressure Zone height coefficient (ft) Coo Peak velocity Net pressure Area Net force pressure p (psf) Are!(ft2) Fw(kips) qp, (psf) A

46 1:"' NE Oregon SI. Portland. OR Project 30'x72' Greenhouse - Tillamook, OR Client Oregon Valley Greenhouses Calc. by I Date IChk'd by LBB 9/18/2015 IDate Job No V Sheet no.lrev. 4 App'd by I Date Zone Peak Ref. Ext pressure velocity Net pressure height coefficient pressure p(psf) (ft) Cpe qp, (psf) B C Area Are!(ft2) Net force Fw(kips) D Overall loading Proj vertical plan area of wall Min overall horizontal loading Leeward net force Overall horizontal loading Avert_w_90 = ft2 Projected vertical area of roof AvertL90= 0.00 ft2 Fw,totaLmin = 4.0 kips FI = -0.5 kips Fw.total = 7.7 kips Windward net force Fw = 7.3 kips L~ ftl ~1 A 72 ft,it I 1 Windward face l! ~! B,! I ft---.j T I 72 ft IT r -I Side face Leeward face

47 1:",jII Project Job No. 30'x72' Greenhouse - Tillamook, OR V Client Sheet no.!rev. Oregon Valley Greenhouses NE Oregon St. Portland, OR Calc. by LBB 9/18/2015 I Date I Chk'd by I Date App'd by I Date Wind -goo Plan view - Gable roof 4= 1.() 1~~ ft ~~1T Side face ~30ft~ Windward face L~~ ~30ft~ Leeward face ~ T 4= 1.() T

48 1:'11=-11 Softwarelicensedto BfTEC JobNo SheetNo Rev V 1 Part JobTitle Tillamook greenhouse Ref30x72 By LBB Date18-$ep-15 Chd Client Oregon Valley Greenhouses File V Tillamook 30X7.IDatemme 18-Sep :00 Job Information Engineer Checked Approved Name: Date: LBB 18-Sep-15 Comments 125 PSF SNOW, 135 MPH WIND I IStructure Type I SPACE FRAME I I Number of Nodes I 28 Highest Node 541 I Number of Elements I 32 Highest Beam 591 I Number of Basic Load Cases I 51 I Number of Combination Load Cases I 10 I Included in this orintout are data for: IAll J The Whole Structure I Included in this orintout are results for load cases: Type UC Name Primary 1 DL Primary 2 SNOW (BALANCED) PSF (OR MIN Primary 3 SNOW (UNBLANCED) /31.2/4.7 PSI Primary 4 WIND +GCPI- 135 MPH Primary 5 WIND -GCPI MPH Combination 101 D+S(B) Combination 102 D+S(UB) Combination 201 D+0.6W Combination 202 D+0.45W+0.75S Combination 203 D+0.45W+0.75S Combination D+0.6W Combination 205 D+0.6W Combination 206 D+0.45W+0.75S Combination 207 D+0.45W+0.75S Combination D+0.6W Prima~ Load Cases Number Name Type 1 DL None 2 SNOW (BALANCED) PSF (OR MIN None 3 SNOW (UNBLANCED) /31.2/4.7 PSI None 4 WIND +GCPI-135 MPH None 5 WIND -GCPI MPH None PnntTime/Date.19/09/ STAAD.Pro V81 (SELECTsenes 6) II.{-/2 ;rint Run1 of 7

49 1="'11 Softwarelicensedto BrrEC JobNo SheetNo Rev V 2 Part Joblitle Tillamook greenhouse Ref30x72 By LBB Dat 18-Sep-15 Chd Client Oregon Valley Greenhouses File V Tillamook 30X7.1Datemme18-Sep :00 Combination Load Cases Comb. Combination UC Name Primary Primary UC Name Factor 101 D+S(B) 1 DL SNOW (BALANCED) PSF (OR MIN D+S(UB) 1 DL SNOW (UNBLANCED) /31.2/4.7 PSI D+0.6W 1 DL WIND +GCPI-135 MPH D+0.45W+0.75S 1 DL SNOW (BALANCED) PSF (OR MIN WIND +GCPI -135 MPH D+0.45W+0.75S 1 DL SNOW (UNBLANCED) / PSI WIND +GCPI- 135 MPH D+0.6W 1 DL WIND +GCPI-135 MPH D+0.6W 1 DL WIND -GCPI-135 MPH D+0.45W+0.75S 1 DL SNOW (BALANCED) PSF (OR MIN WIND -GCPI-135 MPH D+0.45W+0.75S 1 DL SNOW (UNBLANCED) /31.2/4.7 PSI WIND -GCPI-135 MPH D+0.6W 1 DL WIND -GCPI MPH 0.60 Printlime/Date:19/09/2o STAAD.Pro V8, (SELECTsenes 6) PrintRun2 of 7 I~ /?-1...

50 1:"111 Softwarelicensed to BfTEC Job No Sheet No Rev V 3 Part Job Title Tillamook greenhouse Ref 30x72 By LBB Dat 18-Sep-15 Chd Client Oregon Valley Greenhouses File V Tillamook 30x?1 DatefTime 18-Sep :00 "' do &>1 '54 '28 '3. * '42 43 o -53 ' 9 8 "'0 '7 35 '8 '34 '5 '33 '3 '32-38'37 36 r, '1 Lcau t Sl Node Numbers 4Q ,; ' i, 56 ill load1g ss Beam Numbers Print Time/Date:19/09/201513:13 STAAD.Pro V8, (SELECTsenes 6) ,33!I.? / '2.-;rint Run 3 of 7

51 '="'11 Softwarelicensed 10 BrrEC Job Title Tillamook greenhouse Ref 30x72 Job No Sheet No Rev V 4 Part By LBB Dat 18-Sep-15 Chd Client Oregon Valley Greenhouses File VTiliamook 30x7. Dalemme 18-Sep :00 Balanced Snow Loads..(I.OO2klpslft Load 38 Unbalanced Snow Loads Print Time/Date: 19109/ :13 STAAD.Pro V8i (SELECTseries 6) Print Run 4 of 7

52 1:",,,, Softwarelicensedto BfTEC Job litle Tillamook greenhouse Job No V SheetNo Part Ref 30x72 By LBB DatE18-Sep-15 Chd 5 Rev Client Oregon Valley Greenhouses File V Tillamook 30x7 Datenime 1S-Sep S:00 ' ;-.- --~,-... ~-: ~, Load 5 Wind Loads O.iv &41 O.74G O.77g, Q.6" r Lead 5... Code Check Stress Ratios «1.0 = OK) Printlime/Date: 19/09/201513:13 STAAD.Pro VSi (SELECTseries 6) /2--2- PrintRun5 of 7

53 1:"'0 Softwarelicensedto BfTEC JobNo SheetNo Rev Part V 6 JobTitle Tillamook greenhouse Ref 30x72 By LBB Date18-Sep-15 Chd Client Oregon Valley Greenhouses File V Tillamook 30X71 Date/Time18-Sep :00 Node DisQlacement SummarY Node UC X Y Z Resultant rx ry rz (in) (in) (in) (in) (rad) (rad) (rad) Max X 28 5:WIND -GCPI MinX :D+S(UB) MaxY 39 5:WIND -GCPI MinY 28 5:WIND -GCPI MaxZ 1 1:DL MinZ 1 1:DL MaxrX 1 1:DL Min rx 1 1:DL MaxrY 1 1:DL Min ry 1 1:DL MaxrZ 46 5:WIND -GCPI Min rz 37 5:WIND -GCPI Max Rst 28 5:WIND -GCPI Beam End Force SummarY The signs of the forces at end 8 of each beam have been reversed. For example: this means that the Min Fx entry gives the largest tension value for an beam. Axial Shear Torsion Bending Beam Node UC Fx Fy Fz Mx My Mz (Ib) (Ib) (Ib) (kip'in) (klp'ln) (kip'in) Max Fx :D+S(B) 1.54E Min Fx 5 7 4:WIND +GCP -1.23E MaxFy :WIND +GCP Min Fy :D+0.45W+ 1E Max Fz 2 3 1:DL Min Fz 2 3 1:DL , MaxMx 2 3 1:DL Min Mx 2 3 1:DL Max My 2 3 1:DL Min My 2 3 1:DL MaxMz :WIND -GCPI Min Mz :D+S(8) PrintTime/Date.19/09/ STAAD.Pro V81 (SELECTsenes 6) /4!2-{rintRuneof7

54 i="'g Softwarelicensedto BITEC JobNo SheetNo Rev V 7 Part JobTitle Tillamook greenhouse Ref30x72 By LBB DatE18-Sep-15 Chd Client Oregon Valley Greenhouses File V Tillamook 30x7.1DatefTime18-Sep :00 Reactions Horizontal Vertical Horizontal Moment Node UC FX FY FZ MX MY MZ (Ib) {lb) (Ib) (kip-in) (kip-in) (kip-in) 1 1:DL :SNOW (8AL, E :SNOW (UNB 409_ :WIND +GCP -1.26E :WIND -GCPI -1.1E :D+S(8) E :D+S(UB) :D+0.6W :D+0.45W :D+0.45W :0.6D+0.61J :D+0.6W :D+0.45W E :D+0.45W :0.6D+0.61J :DL :SNOW (BAL E :SNOW(UNB :WIND +GCP E :WIND -GCPI :D+S(B) E :D+S(UB) E :D+0.6W :D+0.45W :D+0.45W :0.6D+0.61J :D+0.6W : D+O.45W :D+0.45W :0.6D+0.61J PrintTime/Date: 19/09/ :13 STAAD.Pro V81 (SELECTsenes 6) PrintRun7 of /~?-

55 I:"'g Software licensed to BrrEC Job No Sheet No Part V Job Title Tillamook greenhouse Ref 30x72 1 Rev By LBB Date18_Sep_15 Chd Client Oregon Valley Greenhouses File V endwall.std loateltime 20-Sep :03 <:.,:) ~". "'." e-".,...q.omklpstft.(j.127klpslh -4l.11Sklp..m..4.11llklpsnt..o.11Hlpsll'l -O.11'klpaln ~,,'t-'9.,.~.,t~ y. '". Eb.(1,065 ~lpeiti: y....-x -O.l1411lip-sm ~)".. '".. eel -O.0i6k1pJ1rt Z..." ".. '\... " _ ~._,..._._..._...._....._J W'ind Loads r " O..oIiI ,".Pin> O-60t (.~ o.~a'-.j '090.1P.~..1~ , o8:8br o $ , \ Q Q X~ illj " e!a-8s' _;;r e!a , ~06 y ~.-x z tri 8S ' di,.0704 Code Check Stress Ratios «1.0 = OK) Pnnt Time/Date / STAADPro V8i (SELECTsenes 6) Print Run 1 of 1

56 Job # V Client: Oregon Valley Greenhouses Job description: Tillamook, OR Foundations IBCSections , ,1806.2, Non-Constrained Pole Footing - Sidewall Posts Passive soil bearing pressure 200 lbjff Assumed d. depth of footing 4.17 ft. 1/3 the assumed depth of embedment 1.39 ft. 51, Allowable lateral soil bearing pressure 278 Ibjft' b, width of continuous footing 4 ft. P, applied lateral force 821 Ib A = 2.34(P/Sl*b) 1.73 h, distance from ground to centroid of applied lateral load 5 ft. d, depth of embedment = O.5A{l+[1+(4.36hl A)]l/L} 4.05 ft. Constrained Pole Footing - Sidewall Posts Passive soil bearing pressure 200 Ibjft' Assumed d, depth of footing 2.83 ft. 53, Allowable lateral soil bearing pressure 566 Ib/ftb. width of contunuous footing' 4 ft. P, applied lateral force 821 Ib h, distance from ground to centroid of applied lateral load 5 ft. d, depth of embedment = (4.25Ph/~b)1/ ft. Non-Constrained Pole Footing - Endwall Posts Passive soil bearing pressure 200 lb/ff' Assumed d, depth of footing 3 ft. 113 the assumed depth of embedment 1.00 ft. 51, Allowable lateral soil bearing pressure 200 Ib/fe b. width of continuous footing 4 ft. P, applied lateral force 194 Ib A = 2.34(P/S 1 *b) 0.57 h, distance from ground to centroid of applied lateral load 12 ft. d, depth of embedment = 0.5A{1+[1+(4.36hl A)]J/L) 3.02 ft. Constrained Pole Footing - Endwall Posts Passive soil bearing pressure 200 lb/ft" Assumed d, depth of footing 2.33 ft. 53, Allowable lateral soil bearing pressure 466 Ib/ft 2 b, width of continuous footing 4 ft. P, applied lateral force 194 Ib h, distance from ground to centroid of applied lateral load 12 ft. d, depth of embedment = (4.25Ph/~b/lz 2.30 ft. r= ~E3/IE:.c::.= PORTLAND, OR 30Xl2,.. OV6. SHEET '2.'L. OF ' PROJECT NO. 07C;/C;OV BY ~f5 DATE Cf /14 II.r

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76 BUREAU OF LABOR AND INDUSTRIES PAYROLL/CERTIFIED STATEMENT FORM WH-38 WAGE AND HOUR DIVISION FOR USE IN COMPLYING WITH ORS 279C.845* PRIME CONTRACTOR SUBCONTRACTOR PAYROLL #: FINAL PAYROLL Business Name (DBA): Phone: ( ) CCB Registration Number: Project Name: Project Number: Type of Work: Street Address: Project Location: Mailing Address: Project County Date Pay Period Began: Date Pay Period Ended: THIS SECTION FOR PRIME CONTRACTORS ONLY THIS SECTION FOR SUBCONTRACTORS ONLY Public Contracting Agency Name: Subcontract Amount: Phone: ( ) Prime Contractor Business Name (DBA): Date Contract Specifications First Advertised for Bid: Prime Contractor Phone: ( ) Contract Amount: Prime Contractor s CCB Registration Number: Date You Began Work on the Project: (1) (2) (3) DAY AND DATE (4) (5) (6) (7) (8) (9) (10) (11) NAME, ADDRESS AND EMPLOYEE'S IDENTIFICATION NUMBER* CLASSIFICATION (INCLUDE GROUP # & APPRENTICESHIP STEP IF APPLICABLE) OT HOURS WORKED EACH DAY TOTAL HOURS HOURLY BASE RATE HOURLY FRINGE BENEFIT AMOUNTS PAID AS WAGES TO EMPLOYEE GROSS AMOUNT EARNED (see directions) ITEMIZED DEDUCTIONS FICA, FED, STATE, ETC NET WAGES PAID HOURLY FRINGE BENEFITS PAID TO BENEFIT PARTY, PLAN, FUND, OR PROGRAM NAME OF BENEFIT PARTY, PLAN, FUND, OR PROGRAM ST OT ST OT ST OT ST OT ST * Although this form has not been officially approved by the US. Department of Labor, it is designed to meet the requirements of both the state PWR law and the federal Davis-Bacon Act. WH-38 (Rev. 11/15) THIS FORM CONTINUED ON REVERSE

77 CERTIFIED STATEMENT Date: In addition to completing (1) - (3), if your project is subject to the federal Davis- I, Bacon Act requirements, complete the following section as well: (NAME OF SIGNATORY PARTY) (TITLE) do hereby state: (4) That: (1) That I pay or supervise the payment of the persons employed by: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS OR PROGRAMS (CONTRACTOR, SUBCONTRACTOR OR SURETY) In addition to the basic hourly wage rates paid to each laborer or mechanic listed on the ; that during the payroll period in the above referenced payroll, payments of fringe benefits as listed in the (BUILDING OR WORK) contract have been or will be made to appropriate programs for the benefit of commencing on the day of,, and ending the day such employees, except as noted in Section 4(c) below. (MONTH) (YEAR) of,, all persons employed on said project have been paid the (b) WHERE FRINGE BENEFITS ARE PAID IN CASH (MONTH) (YEAR) full weekly wages earned, that no rebates have been or will be made either directly or indirectly Each laborer or mechanic listed in the above referenced payroll has been paid, to or on behalf of said from the as indicated on the payroll, an amount not less than the sum of the applicable (CONTRACTOR, SUBCONTRACTOR OR SURETY) basic hourly wage rate plus the amount of the required fringe benefits as listed in full weekly wages earned by any person, and that no deductions have been made either directly the contract, except as noted in Section 4(c) below. or indirectly from the full wages earned by any person, other than permissible deductions as specified in ORS , and as defined in Regulations, Part 3 (29 CFR Subtitle A), issued by (c) EXCEPTIONS the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Stat. 108, 72 Stat. EXCEPTION (CRAFT) EXPLANATION 967; 76 Stat. 357; 40 U.S.C. 276c), and described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for workers contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each worker conform with work performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a state apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a state, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. I HAVE READ THIS CERTIFIED STATEMENT, KNOW THE CONTENTS THEREOF AND IT IS TRUE TO MY KNOWLEDGE: (NAME AND TITLE) (SIGNATURE AND DATE) REMARKS: NAME AND TITLE SIGNATURE THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. FILE THIS FORM WITH THE PUBLIC AGENCY ASSOCIATED WITH THE PROJECT NOTE TO CONTRACTORS: YOU MUST ATTACH COPIES OF THIS FORM TO EACH OF YOUR PAYROLL SUBMISSIONS ON THIS PROJECT. INSTRUCTIONS AND ADDITIONAL FORMS ARE AVAILABLE ON OUR WEBSITE: WH-38 (Rev. 11/15)

78 BUREAU OF LABOR AND INDUSTRIES, PREVAILING WAGE RATE UNIT INSTRUCTIONS FOR COMPLETING THE PREVAILING WAGE RATE PAYROLL/CERTIFIED STATEMENT FORM (WH-38) The Payroll/Certified Statement form (WH-38) may be used by contractors for reporting their payroll as required by ORS 279C.845 on public works projects subject to the Prevailing Wage Rate (PWR) Law. Although this form has not been officially approved by the U.S. Department of Labor (US DOL), it is designed to meet the requirements of the federal Davis-Bacon Act. For projects associated with the U.S. Department of Housing and Urban Development (HUD), contact the public agency (owner) associated with the project for assistance with payroll reporting. Contractors are not required to use the WH-38 form in reporting their payroll; however, the contractor must provide all of the information contained in the form, including the certified statement on page two. The certified statement must be signed by the contractor, certifying the accuracy of the information reported on the payroll, including representations pertaining to the provision of fringe benefits to employees by third parties, and must be submitted with each weekly payroll report. Detailed instructions concerning the preparation of the form follow: Complete the top third of the form. Be sure to enter the date the contract was first advertised for bid. If you are not sure of this date, contact the public agency (owner) associated with the project. The Payroll No. is a US DOL requirement and represents the number of weeks the contractor performed work on the project. Column 1 NAME AND ADDRESS: The employee s full name must be shown on each payroll submitted. The employee s address must also be shown on the first payroll submitted. The address need not be shown on subsequent payrolls submitted unless the address changes. The US DOL requires an employee identification number for each individual employee, on each payroll submitted. This number may be, but does not have to be, the last four digits of the employee s social security number. Column 2 CLASSIFICATION: For assistance in determining the correct classification, use the Bureau of Labor and Industries publication Definitions of Covered Occupations for Public Works Contracts in Oregon. On the WH-38, list the classification that is most descriptive of the work actually performed by the employee. Give the group number for those classifications that include such information. Indicate which workers are apprentices, if any, and give their current percentage, classification, and group number when applicable. If an employee works in more than one classification, use the highest rate for all hours worked, or use separate line entries to show hours worked and hourly rates for each classification. Column 3 DAY AND DATE: Enter the day of the week (M, T, W, Th, F, S, and Sn) in the top row of boxes, and the corresponding date below. HOURS WORKED EACH DAY: Enter the total number of straight time hours worked in the row marked ST. Generally, hours worked over 8 in a day or work performed on Saturdays, Sundays, and legal holidays should be entered as overtime ( OT ) hours worked. Contractors who have adopted and followed a written work schedule of four consecutive ten-hour days (Monday through Thursday or Tuesday through Friday) may enter hours worked over 10 in a day as overtime hours. For more information on overtime requirements, see the Contractor Responsibilities section of the Bureau of Labor and Industries publication Prevailing Wage Rate Laws handbook. Column 4 TOTAL HOURS: Enter separately the total number of straight time and overtime hours worked by the employee (in each classification, if applicable) on the PWR project during the week. The total number of straight time hours worked should be entered in the lower box ( ST ); the total number of overtime hours worked should be entered in the top box ( OT ). Column 5 HOURLY BASE RATE: Enter the hourly base rate (plus zone pay, if any) and the hourly overtime rate (plus zone pay, if any) paid to the employee in the appropriate straight time and overtime boxes. (Payment of not less than one and one half times the base rate of pay, including zone pay but not

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

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

(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

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

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

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

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

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

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

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS SECTION 00 11 13 NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN 47401

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016 Project Manual Blue Heron Golf Practice Range PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION April 11, 2016 BLUE HERON GOLF PRACTICE RANGE Entrance Road, Parking Area and

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

City of Detroit Detroit, Oregon

City of Detroit Detroit, Oregon City of Detroit Detroit, Oregon CONTRACT DOCUMENTS BID DOCUMENTS, FORMS, AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF THE WATER SYSTEM IMPROVEMENTS PHASE 2A Work under this contract is funded by the

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

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

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve Issued on April 17, 2018 Responses due 11:00am CST, Tuesday, May 8, 2018 Champaign County Forest

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

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

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

2015 HELLWINKEL CHANNEL PROJECT

2015 HELLWINKEL CHANNEL PROJECT 2015 HELLWINKEL CHANNEL PROJECT CONTRACT DOCUMENTS AND CONSTRUCTION SPECIFICATIONS Town of Gardnerville Douglas County, Nevada Town Contract No. 2015-03 Engineer Project No. 1115 SIP#00763 July 2015 Thomas

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016 SILVER FALLS SCHOOL DISTRICT INVITATION TO BID Covered Play Shed Project Closing Date: 11:00 am on September 22, 2016 Submit Proposals to: Lorin Stanley, Director of Maintenance Silver Falls School District

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: 18-6362-14B CITY OF LAUDERDALE LAKES Financial Services Department 4300 NW 36 th Street Lauderdale

More information

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security Bid No. B14/9857 Sealed Bids will be received until 3:00 P.M. (Tucson Time),, June 3, 2014, by Pima County Community College

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

More information

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT Project Manual BOSTON CONVENTION AND EXHIBITION CENTER Boston, Massachusetts OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT April 20, 2016 Pre-Bid Conference: 11 A.M., April 27, 2016 truane@massconvention.com

More information

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 00 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 01 Project Page 00 01 15 List of Drawing Sheets 00 10 00 Solicitation/Advertisements and Invitations 00 11 16 Invitation to Bid 00 20 00 INSTRUCTIONS

More information

INVITATION TO BID 2017 ASPHALT PAVING

INVITATION TO BID 2017 ASPHALT PAVING 30 JUNE, 2017 INVITATION TO BID 2017 ASPHALT PAVING PROJECT #: BIDS MUST BE SUBMITTED TO: PORT OF LONGVIEW 10 PORT WAY LONGVIEW, WA 98632 DUE: JULY 21, 2017 NO LATER THAN 3:00 PM (PT) The Port reserves

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

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

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

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

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

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

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

Bid No. B12/9768 February 2, 2012

Bid No. B12/9768 February 2, 2012 NOTICE INVITING SEALED BIDS Bid No. B12/9768 February 2, 2012 DESERT VISTA RELOCATABLE OFFICES Sealed Bids will be received until 3:00 P.M. (Tucson Time), March 7, 2012, by Pima County Community College

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

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

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

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018 Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope,

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly. HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT & CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408-2841 (909) 890-0644 FAX (909) 890-2349 INVITATION FOR BIDS Project Number:

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

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

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

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

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

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

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

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

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

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects)

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects) NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects) NOTICE IS HEREBY GIVEN that the Coast Community College District, acting by and through its Governing Board,

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

1.0 INVITATION TO BID INSTRUCTIONS TO BIDDERS... 4

1.0 INVITATION TO BID INSTRUCTIONS TO BIDDERS... 4 Table of Contents 1.0 INVITATION TO BID... 2 2.0 INSTRUCTIONS TO BIDDERS... 4 3.0 PUBLIC WORKS CONTRACT... 14 ARTICLE ONE - DESCRIPTION OF WORK... 15 ARTICLE TWO CONTRACT PRICE... 17 ARTICLE THREE - STARTING

More information

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION ADVERTISEMENT FOR BIDS CSD NO. 158 BID #2011-29B CONSOLIDATED SCHOOL DISTRICT #158 2011 ELEMENTARY SCHOOLS CARPET INSTALLATION Consolidated School District #158 will receive single prime sealed bids for

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