INVITATION TO BID. Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001

Similar documents
Request for Bid/Proposal

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

Telemetry Upgrade Project: Phase-3

MASTER SUBCONTRACT AGREEMENT

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

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

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

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

QUOTATION ONLY -- NOT AN ORDER

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

SUBCONTRACT (SHORT FORM)

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL WORKS ROSTER APPLICATION FORM

RFP GENERAL TERMS AND CONDITIONS

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

SAFETY FIRST GRANT CONTRACT

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

INSTRUCTIONS TO BIDDERS

RICE UNIVERSITY SHORT FORM CONTRACT

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

PURCHASE ORDER ACKNOWLEDGEMENT

INSTRUCTIONS TO BIDDERS

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CITY OF CLYDE HILL PUBLIC WORKS CONTRACT ON-CALL STORMWATER CATCHBASIN CLEANING SERVICES

Subcontract Agreement

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

MASTER SUBCONTRACTOR AGREEMENT

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

ANNEX A Standard Special Conditions For The Salvation Army

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

W I T N E S S E T H:

PURCHASING DEPARTMENT

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

Washington University in St. Louis

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

P R O P O S A L F O R M

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

PROPOSAL LIQUID CALCIUM CHLORIDE

2. AMENDMENTS TO BID:

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

PURCHASING DEPARTMENT

TERMS AND CONDITIONS

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Union College Schenectady, NY General Purchasing Terms & Conditions

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

DEVELOPER EXTENSION AGREEMENT

FleetPride, Inc. Standard Terms and Conditions of Purchase

Scofield Ridge Homeowners Association

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

Standard Bid Terms Table of Contents

The City of Moore Moore, Oklahoma

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

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

Attachment A GENERAL TERMS AND CONDITIONS

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE

INVITATION TO BID (ITB)

7/14/16. Hendry County Purchase Order Terms and Conditions

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CONSTRUCTION CONTRACT

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

OGC-S Owner-Contractor Construction Agreement

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

Services Agreement for Public Safety Helicopter Support 1

FIXTURING/INSTALLATION AGREEMENT

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

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

Transcription:

INVITATION TO BID Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001 ISSUED BY: City of Chelan 135 East Johnson Avenue PO Box 1669 Chelan, WA 98816 Phone: 509.682.4037 Fax: 509.682.8009

BID DUE DATE & TIME: Sealed Quotations are to be delivered to the City of Chelan City Hall no later than: Monday, January 09, 2011, 3:00pm and without delay be publicly opened and read. NOTE: Work as stated is subject to the terms and conditions stipulated in this bid document including attachments A and B attached. See statement of work, which is attached hereto and incorporated herein by reference attachment C and D. ADDITIONALLY FOR FULL DISCLOSURE PURPOSES: The City of Chelan is in the process of obtaining a construction permit from the Army Corps of Engineers. According to the Corps the permit is imminent. At the time of the solicitation of this bid, the City has not yet obtained the permit. Without the permit, the City will not proceed with the purchase of the pea gravel. SUBMITTALS from minority, women and disadvantaged business enterprises are encouraged. THIS BID IS SUBMITTED BY: Bidder Name Company Address City St Zip Ph Fax THE UNDERSIGNED offers and agrees to furnish the goods or services on the date required at the price(s) entered herein subject to the terms and conditions attached hereto. I CERTIFY that the bid document has been read and understood and that all of the conditions contained therein are acceptable, and further, to the best of my knowledge the information contained in this bid proposal is accurate and complete and that I have the legal authority to commit this firm to a contractual agreement. BID ISSUE DATE: December 19, 2011 PROJECT ESTIMATE: $150,000 DEPARTMENT: Parks and Recreation NATURE OF THE PROJECT: This consists of the construction of [Don Morse Park Pea Gravel Supply and Delivery], and other related miscellaneous items. MAIL, DELIVER OR FAX BIDS TO: the City of Chelan City Hall clearly marked attention City Clerk ~ Bid #0001 ~ Don Morse Park Pea Gravel Supply and Delivery Bid and to arrive no later than the bid due date and time listed above. The City of Chelan will reject and not consider late bids as non-responsive. Chelan City Hall 135 East Johnson Avenue PO Box 1669 Chelan, WA 98816 Phone: 509.682.4037 Fax: 509.682.8009 PUBLIC WORKS REQUIREMENTS; This Invitation to Bid is for materials only, and is not subject to the requirements for bid bonds, performance bonds, payment bonds and prevailing wages associated with public works projects. NO BIDDER: may withdraw its bid after the bid due date and time unless the award of contract is delayed for a period exceeding (60) sixty calendar days. However, the City may reject any or all bids for good cause. A PRE-BID CONFERENCE will be held for interested bidders on [No Pre-Bid Conference will be held], This conference is not mandatory but prime contractors planning to submit bids are strongly urged to be represented. A MANDATORY PRE-BID CONFERENCE will be held on [No mandatory Pre-Bid Conference will be held]. Prime contractors planning to submit bids are required to be represented at this meeting in order for the bid submitted to be considered responsive. Contact Jim Brennan, Principal JA Brennan Associates for technical information 206.583.0620 or at jim@jabrennan.com BY: Date: By: Jim Reinbold, City Administrator Phone 509.682.8014 or Fax 509 682.8009 Date By: Charles Sablan, Director, Parks and Recreation Phone 509.682.8015 or Fax 509 682.8248 Date THIS IS NOT AN ORDER. THIS IS AN INVITATION TO BID WHICH DOES NOT OBLIGATE CITY OF CHELAN TO PLACE AN ORDER Tuesday, December 20, 2011 Page 2 of 13 Bid Document

BID PRICING EACH BID shall constitute an offer to City of Chelan as outlined herein. RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date REJECTION: The City reserves the right to reject any or all proposals, portions or parts thereof for good cause, and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract. SUBMITTAL: The bid response consists of: a) Invitation To Bid page 1, b) Bid Pricing page(s), c) and the Contractor s Administrative Information Page. PRICES: Each bid item will be priced. Unit prices, if requested, shall govern in case of extension error. ITEM 0 - BID ELIGIBLE FOR CONTRACTOR S BOND ELECTION: NO YES If the yes block is checked please indicate your election below by putting a check or initial in the space provided below. Failure of the bidder to make a selection will be taken as notice to the City that a Contractor s bond will be furnished and that its price is included in the bid submitted. 1) A Performance and Payment Bond and its cost is included in the bid. 2) Election is made for the City to withhold 50% Retainage in lieu of a Performance and Payment Bond. ITEM 1 - LUMP SUM BASE BID BASE BID AMOUNT $ Numbers 8.1% SALES TAX: = $ Numbers TOTAL = $ Numbers ITEM 2 - UNIT PRICE BID: Price per [?unit of measure and for what]. Provide price per ton of delivered pea gravel, including tax. Unit price will be used for all additions or deductions to the contract. UNIT PRICE PRICE PER TON OF DELIVERED PEA GRAVELWITH 8.1% SALES TAX= $ ITEM 3 PROMPT PAYMENT CASH DISCOUNT TERMS Percent Days NOTE: Cash discounts less than 2% OR discount periods less than 30 working days after receipt of a proper invoice will not be considered as evaluation factors in the award of contract. For bid tabulation purposes leaving this item blank will be considered a submission of none or no discount offered with payment due within 30 days of receipt of a proper invoice. numbers ITEM 4 TIME FOR COMPLETION: List the number of consecutive calendar days it will take to complete the work from commencement date stated in a notice to proceed (usually issued within 11 days after Notice Of Award).. State any qualifications to the time for completion that may apply such as availability of a piece of critical equipment or component, lead time, weather, etc. and describe the impact. Person/Entity Name: Signature Of Bidder: Tuesday, December 20, 2011 Page 3 of 13 Bid Document

CONTRACTOR ADMINISTRATIVE INFORMATION 1. PERSON/ENTITY A. Name as registered with the State Of Washington: B. Mailing Address including zip code: C. Physical Address including zip code: D. Telephone number including area code: E. Fax number including area code: F. Washington State Contractors License Number: G. Federal Tax Identification Number: H. Washington State UBI Number: I. State Industrial Account Identification Number: J. City of Chelan Business License Number: K. Name of person preparing bid: L. Title of person preparing bid: 2. INSURANCE COMPANY: A. Name of company: B. Name of Insurance Agent: C. Mailing Address including zip code: D. Telephone number including area code: E. Fax number including area code: 3. BONDING COMPANY (if bond is to be furnished): A. Name of Surety: B. Name of Bonding Agent: C. Mailing Address including zip code: D. Telephone number including area code: E. Fax number including area code: Tuesday, December 20, 2011 Page 4 of 13 Bid Document

SPECIFICATION SHEET This request is for work to include all costs associated with the performance of the contract such as sales tax, permits, insurance, public work compliance requirements, etc. CONTRACT ADMINISTRATOR: The contract will be administered by [Charles Sablan, Director, Parks and Recreation]. PROJECT REPRESENTATIVE: The City representative for this project will be [phone: 509.682.8015 cell:509.670.3099].visits to the job site should be arranged with Charles Sablan, GENERAL PROJECT DESCRIPTION: The materials requested are to be stockpiled and utilized at a later time for the incorporation into the restoration of the Don Morse Park beach, a public works project that will be bid separately from this Contract. TIME FOR COMPLETION: Time is of the essence in the performance of this contract. The City desires that the work be completed by (See Attachment C [Product Specifications Under Part 3 Execution]) SPECIFICATIONS: (See Attachment C [Product Specifications]) DRAWINGS DELIVERY AREA: See Attachment D [Don Morse Park Stockpile Location Exhibit D ]) Tuesday, December 20, 2011 Page 5 of 13 Bid Document

ATTACHMENT A PUBLIC WORKS PROJECT TERMS AND CONDITIONS 1 THE BIDDER shall submit his proposal properly executed on the forms furnished. Only amounts and information asked for on the proposal forms will be considered as the bid. The Bidder shall bid upon the work exactly as specified. The bid price(s) shall include all necessary permits, and fees and items of labor, material, equipment, tools, overhead and compensation, supplies, taxes (except Washington State Sales Tax), utilities and other incidentals necessary to complete the work in a fully functional and operational state. All prices including bid prices are in US funds. 2 DEFINITIONS: The term City, means City of Chelan Washington, successful bidder means the apparent lowest and best bidder to whom an award is made, and Contractor means the successful bidder who has satisfied the requirements for the award and who receives a contract executed by the City. Bidder means the person, firm or corporation that has made an offer in response to the invitation to bid. 3 LICENSING AND REGISTRATION: The Contractor will be licensed and registered in the State of Washington. The Contractor will have a valid a City business license at the time the bid is awarded. 4 INSURANCE REQUIREMENT: The successful bidder will furnish insurance as stipulated in Attachment B. 5 RECEIPT OF ADDENDA: All official clarifications or interpretations of the bid documents will be by written addenda only. 6 PROJECT COMPLIANCE: In compliance with the request for quotation, bidder hereby proposes to perform all work for this project in strict accordance with the contract documents, at the prices bid and within the time set forth therein with the understanding that time is of the essence in the performance of this contract. 7 PROPOSAL EFFECTIVE PERIOD: Bid proposals will be good for a sixty (60) day period commencing the date and time of closing unless extended by mutual consent of the bidder and the City. 8 REJECTION: The City reserves the right to reject any or all proposals for good cause. The City reserves the right to reject any or all proposals, portions or parts thereof and to waive minor irregularities or informalities in bidding. 9 EVALUATION: In evaluating the proposals, special attention will be paid to the qualifications of the bidders when considering awarding the contract. 10 COMPLETENESS OF PROPOSAL: Each Bidder shall quote on all items in the bid proposal unless requested otherwise. Alternative, additive, or deductive prices will not be considered unless specifically required in the proposal form. 11 CONTENTS OF PROPOSAL FORM: The proposal form invites bids on definite plans and specifications. The plans, specifications and addenda relating to the project referred to in the proposal shall be considered to be part of the proposal. 12 ARBITRATION: There will be no arbitration arising out of or relating to a contract resulting from this invitation to bid. 13 REFERENCES: With the submission of a quotation the bidder agrees to furnish references upon request. 14 TAXES: Proposals shall include all applicable taxes except sales tax which is a separate bid item. It shall be the bidder's responsibility to furnish Federal Excise Tax Exemption Certificate, when applicable. 15 ERROR IN EXTENSION: Unit price, when used, shall govern in case of extension error. 16 PROMPT PAYMENT TERMS: Cash discounts less than 2% OR discount periods less than 30 days after receipt of a proper invoice will not be considered as evaluation factors in the award of a contract. For bid tabulation purposes leaving a "terms of payment" bid item blank if listed in the bid document or not writing a cash discount in a bid submittal will be considered a submission of "none" or no discount offered with payment due within 30 days of receipt of proper invoice (Net 30). 17 SHIPPING COSTS: Bid price to include all shipping and handling costs. 18 PERMITS AND FEES: The contractor shall furnish all permits, inspection fees, and fees required in the performance of this contract, including those charged under RCW 39.12.070 by the Department of Labor and Industries works for the approval of statements of intent to pay prevailing wages and the certification of affidavits of wages paid, etc. The department may also Tuesday, December 20, 2011 Page 6 of 13 Bid Document

charge fees to persons or organizations requesting the arbitration of disputes under RCW 39.12.060. The Contractor is responsible for all fees resulting from these RCW's. 19 CONTRACT: A Purchase Order will be issued. No work will begin before the City has in its possession an acceptable certificate of insurance, a Contractor s bond or request to retain 50% in lieu of a bond and an acknowledgment copy of the purchase order signed by the contractor. The Purchase Order, when properly signed and bearing a Purchase Order Number, will be the only form which will be recognized by the City as an award. The executed purchase order supersedes all previous communications and negotiations, except as referenced herein, and constitutes the entire agreement between the City and Contractor (parties), except as provided herein. The Contractor shall not make any changes, alterations, or variations in the terms of the Purchase Order without the written consent of the City. No terms stated by the bidder in accepting or acknowledging this order shall be binding upon the City unless accepted in writing by the City. The successful bidder may not assign the Contract resulting from this invitation to bid without the City s prior written consent. No waiver by t he City of a breach of any provision of the terms and conditions outlined in the invitation to bid shall constitute a waiver of any other breach of such provision or of any other provisions. 20 WARRANTIES: The bidder warrants that all materials, equipment and services provided under a contract resulting from this invitation to bid are subject to all warranties arising by operation of law and additionally conform to the specifications imposed by the City; all parts and materials are of a good marketable quality, of latest model and current date, exclude surplus remanufactured and used products unless so specified by the City and are fit for the known purpose for which they are sold. Said warranty being in addition to any standard warranty or service guarantee given by the bidder to the City. 21 COMPLIANCE WITH LAWS AND REGULATIONS: The bidder agrees that if awarded a contract as a result of this invitation to bid it warrants full compliance with all applicable local, state or federal laws and regulations and agrees to indemnify and defend the City against any loss, cost, liability or damage, including reasonable attorney s fees, by reason of successful bidder's violation of this paragraph. 22 INDEMNIFICATION: All services to be rendered or performed under a contract resulting from this invitation to bid will be rendered or performed entirely at the Contractor s own risk. The Contractor expressly agrees to indemnify and hold harmless the City and all its officers, agents, employees or otherwise from any and all claims, including but not limited to reasonable attorney fees, demands, losses and liabilities to or by third parties arising from, resulting from or connected with services performed or to be performed under this contract by the Contractor, its agents or employees to the fullest extent permitted by law. The Contractor's duty to indemnify the Owner and Consultant shall not apply to liability for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Owner or Consultant, their agents or employees. The Contractor's duty to indemnify the Owner and Consultant for liability for damages arising out of bodily injury to persons or damage to property caused by or resulting from the concurrent negligence or a) the Owner or Consultant, their agents or employees, and b) Contractor, its agents or employees shall apply only to the extent of negligence of the Contractor or its agents or employees. Contractor's duty to defend, indemnify and hold the Owner harmless shall include, as to all claims, demands, losses and liability to which it applies, the Owner's personnel-related costs, reasonable attorney's fees, court costs and all other claim-related expenses. The Contractor's indemnification shall specifically include all claims for loss liability because of wrongful payments under the Uniform Commercial Code, or other statutory or contractual liens or rights or third parties, including taxes, accrued or accruing as a result of this contract or work performed or materials furnished directly or indirectly because of this contract. Contractor further agrees that this duty to indemnify Owner applies regardless of any provisions in RCW Title 51 to the contrary, including but not limited to any immunity of Contractor for liability for injuries to Contractor's workers and employees, and Contractor hereby waives any such immunity for the purpose of this duty to indemnify Owner. 23 INSURANCE PROVISIONS: The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the delivery of Material to the City. The Contractor s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City s recourse to any remedy available at law or in equity. A. Minimum Scope and Amounts of Insurance. Contractor shall obtain insurance of the following types and amounts: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover products liability with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $2,000,000 products liability aggregate limit. The City shall be named as an insured under the Contractor s Commercial Tuesday, December 20, 2011 Page 7 of 13 Bid Document

General Liability insurance policy using ISO Additional Insured-Vendors Endorsement CG 20 15 or a substitute endorsement providing equivalent coverage. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. If necessary, the policy shall be endorsed to provide contractual liability coverage. B. Other Insurance Provision: The Contractor s Commercial General Liability insurance policy or policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Vendor s insurance and shall not contribute with it. C. Acceptability of Insurers: Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. D. Verification of Coverage: The Successful Bidder shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Successful Bidder before execution of the Contract. E. Notice of Cancellation: The Contractor shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance: Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five (5) business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 25. TERMINATION: Contract(s) resulting from this bid may be terminated in whole or in part, without penalty, under the following conditions: 1) by mutual written agreement; 2) by the City for breach by the bidder of any of the obligations or requirements set forth in the contract documents which would, at the option of the City, require the bidder to assume liability for any and all damages, including the excess of re -procuring similar products or services; 3) for convenience of the City; 4) or by the City for non-appropriation of funds. 26. TERMINATION BY THE OWNER WITHOUT CAUSE: Notwithstanding any other provisions contained herein, the Owner, without cause, may terminate the contract between the parties by providing notice to the Contractor. Upon termination under this section: 1) All remaining obligations of the parties are discharged, but any right based upon breach or performance occurring prior to termination survives; 2) If the reasonable costs of performance incurred by the Contractor prior to termination exceed the amount paid by the Owner to the Contractor on the Contract Sum, the Owner shall reimburse the Contractor in the amount of such excess; 3) If the amount paid by the Owner to the Contractor on the Contract Sum exceeds the reasonable costs of performance incurred by the Contractor prior to termination, the Contractor shall reimburse the Owner in the amount of such excess; 27. COMPLIANCE WITH TERMS: Purchaser may at any time insist upon strict compliance with these terms and conditions, not withstanding any previous custom, practice, or course of dealing to the contrary. 28. ESTIMATED QUANTITIES: When quantities are estimated in the proposal form they are stated only for bid comparison purposes. The City does not warrant expressly or by implication, that the actual quantities of work will correspond with those estimates. Payment will be made on the basis of the actual quantities of each item of work completed in accordance with the contract requirements. 29. USE OF RECYCLED CONSTRUCTION MATERIAL: Materials used in this project should be recycled or reused materials whenever practicable, however such use must be approved by the City. Any recycled or reused material must meet or exceed the specifications set forth in the construction documents. 30. ACCEPTANCE OF DELIVERED MATERIAL: After acceptance of the Material, the City shall be obligated to pay the Contractor for the volume of Material delivered. The City shall not be deemed to have accepted any Material prior to the completion of inspection and testing. The City may inspect or test the Material either at the Stockpile or at the Contractor s pit, or both. If inspection and/or testing Tuesday, December 20, 2011 Page 8 of 13 Bid Document

show the Material does not satisfy the technical specifications, the City may refuse to accept the Material if the Contractor is unable to remedy the fault after having been given reasonable opportunity in which to do so under the circumstances. The City shall make a reasonable effort to assure that such Inspection and/or testing is conducted as soon as practical following delivery, but in no event later than _(7)_seven days following delivery. No payment shall be evidence of completion and/or satisfactory performance of the Contract, either wholly or in part, nor shall any such payment relieve the Contractor of its obligations under the Contract. 31. PAYMENT APPLICATION: Invoices for Material that has been accepted by the City will be submitted to the City Finance Department, PO Box 1669 Chelan, WA 98816 Attn. [Bid # 001 Don Morse Park Pea Gravel Supply and Delivery]. Payment will be made by the City within (30) thirty calendar days after receipt of an invoice. 32. TIME FOR COMPLETION-LIQUIDATED DAMAGES: The Contractor agrees to deliver the Materials with the understanding that time is of the essence in the performance of the Contract. The Contractor recognizes and acknowledges that delays in completing the delivery of Material to the Stockpile will interfere with the schedules of the contractor and the subcontractors relative to the completion of the Don Morse Park Improvements, and will otherwise inconvenience the public and interfere with and delay commerce. Delays in the completion of the Work also costs taxpayers undue sums of money, adding time needed for administration, engineering, inspection and supervision. The Contractor also agrees that it is impractical to calculate the actual cost of delays, and that the City has adopted the per diem amount of $1,000 as liquidated damages, for the failure to timely deliver the Materials. The Contractor acknowledges the per diem amount utilized by the City, and represents, warrants and stipulates the per diem amount represents a reasonable estimate of the damages to the City if the Materials is not timely delivered, and that such amount does not constitute a penalty in order to secure performance. 33. TITLE AND RISK OF LOSS: The title to and risk of loss of any Material shall remain with the Contractor until the City accepts the Material as conforming to the Contract. 34. APPLICABLE LAW: The Contract shall be construed for all purposes, solely and exclusively in accordance and pursuant to the laws of the State of Washington. Venue for any action filed to enforce or interpret the provisions of the Contract shall be in the Chelan County, Washington Superior Court, which shall have jurisdiction over the parties. In the event of litigation to enforce the provisions of the Contract, the substantially prevailing party shall be entitled to be reimbursed their reasonable attorneys fees and costs of suit, in addition to any other relief allowed. Tuesday, December 20, 2011 Page 9 of 13 Bid Document

ATTACHMENT B INSURANCE REQUIREMENTS The successful bidder s hall furnish and maintain all insurance as required herein (or by attachment) and comply with all limits, terms and conditions stipulated therein (or by that attachment), at their expense, for the duration of the contract. Following is a list of requirements for this project. Any exclusions must be pre-approved by the City. Work under this contract shall not commence until evidence of all required insurance and bonding is provided to the City. The contractor s insurer shall have a minimum A.M. Best's rating of A and shall be licensed to do business in the State of Washington. Evidence of such insurance shall consist of a completed copy of the certificate of insurance, signed by the insurance agent for the contractor and returned to the City. The insurance policy or policies will not be canceled, materially changed or altered without forty- five (45) days prior notice submitted to the City. The policy shall be endorsed and the certificate shall reflect that the City is an additional insured on the contractor's general liability policy with respect to activities under the contract. The policy shall provide and the certificate shall reflect that the insurance afforded applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company's liability. The policy shall be endorsed and the certificate shall reflect that the insurance afforded therein shall be primary insurance and any insurance or self-insurance carried by the owner or City shall be excess and not contributory insurance to that provided by the contractor. REQUIRED COVERAGE: The insurance shall provide the minimum coverage as set forth below, all coverage $1,000,000 per occurrence with no deductible. GENERAL LIABILITY INSURANCE: The Contractor shall have Commercial General Liability with limits of $1,000,000 per occurrence, which includes general aggregate, products, completed operation, personal injury, fire damage and medical expense. BUILDER'S RISK INSURANCE: Each Contractor shall be responsible for the safety of their work and materials until completed work is accepted by the City authorized personnel and/or the Director of Purchasing. Adequate builder's all risk insurance, including but not limited to fire insurance coverage must be carried by the Contractor. The City reserves the right to review and approve all insurance carriers and companies providing insurance. ADDITIONAL INSURED ENDORSEMENT: General Liability Insurance and Builder s Risk Insurance must state that City, it's officers, agents and employees, and any other entity specifically required by the provisions of the Agreement will be specifically named additional insured(s) for all coverage provided by this policy of insurance and shall be fully and completely protected by this policy from all claims. Language such as the following should be used CITY OF CHELAN, IT S OFFICERS, AGENTS AND EMPLOYEES ARE NAMED ADDITIONAL INSURED AS RESPECTS TO [~ Bid Project #0001 ~ Don Morse Park Pea Gravel Supply and Delivery Project]. PROOF OF BUSINESS AUTOMOBILE INSURANCE: The Contractor shall have Business Automobile Liability with limits of $1,000,000.00 combined single limit. WORKERS COMPENSATION: If applicable, the Contractor shall show proof of Worker s Compensation coverage by providing its State Industrial Account Identification Number. Provision of this number will be the bidder s assurance that coverage is in effect. Providing coverage in the above amounts shall not be construed to relieve the Contractor from liability in excess of such limits. PROOF OF INSURANCE: The Contractor shall not commence work, nor shall the Contractor allow any subcontractor to commence work on any subcontract until a Certificate of Insurance, meeting the requirements set forth above; has been approved and filed by City Clerk in Chelan City Hall Administrative offices. Mail or send said proof of insurance, clearly marked to the attention of the City Clerk referencing the ~ Bid Number 0001 ~ Don Morse Park Pea Gravel Supply and Delivery to: Chelan City Hall 135 East Johnson Avenue PO Box 1669 Chelan, WA 98816 Phone: 509.682.4037 Fax: 509.682.8009 Upon request, the Contractor shall forward to the Purchasing Department the original policy, or endorsement obtained, to the Contractor's policy currently in force. FAILURE OF COVERAGE: Failure of the Contractor to fully comply with the above insurance requirements during the term or the Agreement shall be considered a material breach of contract and cause for immediate termination of the Agreement at the City's discretion. Alternatively, the City may procure and maintain, at the Contractor's sole expense, insurance to the extent deemed proper up to the amount of the required coverage(s). The City may offset the cost of such insurance against payment due to the Contractor under this Agreement. Tuesday, December 20, 2011 Page 10 of 13 Bid Document

Attachment C Product Specifications PEA GRAVEL BEACH MATERIAL PART 1 GENERAL 1.01 DEFINITIONS A. Particle Angularity: Angularity of particle can be described as angular, subangular, subrounded, or rounded in accordance with standard criteria (ASTM D2488). B. Subrounded: Particles have nearly plane sides but have well-rounded corners and edges. C. Rounded: Particles have smoothly curved sides and no edges. D. Supplier: Supplier has the same meaning as Contractor as referenced in this bid document. PART 2 PRODUCTS 2.01 PEA GRAVEL GRADATION A. Pea Gravel shall conform to the following size gradation for the in-place condition of the constructed beach: Pea Gravel shall be clean, naturally occurring, rounded granular material (river run or processed glacial outwash deposits) free from objectionable materials and shall have such characteristics of size and shape that it will meet the following requirements for gradation: Sieve Size Percent Passing 1/2 inch 100 3/8 inch 55-100 1/4 inch 10-50 U.S. No. 4 5-15 U.S. No. 8 1-5 U.S. No. 16 < 1 All percentages are by weight. 2.02 PEA GRAVEL GRAIN SHAPE A. Pea Gravel particles shall have a degree of angularity such that 95 percent of the particles larger than sieve size U.S. No. 4 have a description of sub-rounded or rounded according to classification from ASTM 2488-09a. 2.02 PEA GRAVEL QUALITY TESTING AND ACCEPTANCE A. General 1. The acceptability of Pea Gravel materials will be determined by laboratory tests and material certification results provided by the Supplier and by Owner field review of material source. All costs of tests shall be borne by the Supplier and shall be incidental to providing materials. The Supplier shall submit existing laboratory test documentation and a 2-3 lb representative sample (by standard ground transportation) to the Owner s Representative with the Bid Form at the following address: J.A. Brennan Associates, 100 S. King St, Suite 200, Seattle, WA 98104. 2. The Owner s Representative reserves the right to make a visual inspection of material at the source location for acceptance before start of delivery. The Supplier shall notify the Owner at least (24) twenty-four hours prior to shipment of the first load of material. 3. The Supplier shall submit test results (physical and chemical tests), as listed in Paragraph 2.05, from a laboratory that has been validated by the Owner and the Owner s Representative, in accordance with the tests specified herein and which are representative of the materials to be supplied. Existing testing records shall not be older than (12) twelve months from the date of notice to proceed. Tuesday, December 20, 2011 Page 11 of 13 Bid Document

4. In the event any material in the sample fails to pass the required tests, subsequent tests for that material type shall be conducted at the Supplier s expense. 2.03 PEA GRAVEL MATERIAL QUALITY A. All Pea Gravel supplied for the Contract shall be clean materials that are dense, hard, sound, close grained, durable, naturally occurring rock products, shall not slake or deteriorate on exposure to the action of water or atmosphere, and shall be free from overburden material and have no man-made or environmental contaminants. 2.04 TESTING A. Pea Gravel material quality test results will be evaluated with testing results in accordance with WSDOT Standard Specification Section 9-03.20 Test Methods for Aggregates. Pea Gravel shall have the following testing work completed: 1. Physical Testing a. Pea Gravel Testing Requirements: The Supplier shall provide material certification or laboratory test results for the gravel material in accordance with WSDOT Standard Specification Section 9-03.20 Test Methods for Aggregates. 2. Chemical Testing a. Pea Gravel material shall not be obtained from an industrial site, nor suspected to have been modified by the addition of man-made chemicals. All Pea Gravel material shall be sampled for chemical testing. b. Results of analysis must meet standards contained in the Sediment Quality Standards (SQS) as specified in WAC 173-204. c. Materials that do not meet the SQS requirements will be rejected for this Contract. d. The required frequency of analysis for chemical concentrations and TOC content of the Pea Gravel materials are as follows: i. Two separate samples and chemical analyses shall be initially required. PART 3 EXECUTION 3.01 DELIVERY Bid price to include delivery of pea gravel to the stockpile location in Don Morse Park in the City as shown on Exhibit D. Coordinate the delivery of material with the Park Contractor selected for the Don Morse Park Phase One Improvements project. The Park Construction Contractor will direct Supplier on the location of each delivery within the staging area. The Supplier shall call the Park Contractor daily during the delivery period to allow for coordination of volumes and delivery location within the staging area and to allow some flexibility on the timing of delivery. Traffic control will be provided by the Park Construction Contractor. 3.02 DELIVERY DATES Deliver a minimum of 2700 tons of pea gravel by March 31, 2012 Deliver a minimum of 2500 additional tons for a total of 5,200 tons by April 15, 2012 Tuesday, December 20, 2011 Page 12 of 13 Bid Document

ATTACHMENT D DON MORSE PARK PEA GRAVEL DELIVERY AND STAGING AREA Tuesday, December 20, 2011 Page 13 of 13 Bid Document