PORT OF EVERETT SECTION Insert Project Name in CAPS

Similar documents
BID FOR LUMP SUM CONTRACT

BID FORM (Lump Sum or Unit Price)

BID FORM. PROJECT: 2017 Water line replacement

SECTION 1.A BID FOR LUMP SUM CONTRACT

Suite 300 Tenant Improvement

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

ADVERTISEMENT FOR BIDS

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

CONSTRUCTION LOGISTICS FIELD OFFICE RENOVATION. Bid Package

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

ADDENDUM For Reference For Bidders

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

Instructions to Bidders Page 1

PROPOSAL REQUIREMENTS AND CONDITIONS

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

BIDDING AND CONSTRUCTION STANDARDS

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

Demolition of Water Ground Storage Tanks

INVITATION TO BID 2017 ASPHALT PAVING

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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.

FIRE SUPPRESSION AND HYDRANT INSPECTION & TESTING Bid#P2017(18) - 17

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

SPECIFICATION NO. PW F

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Project Manual. For Glenloch Splash Pad And Pool Renovations

PROPOSAL AND CONTRACT DOCUMENTS

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

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

REQUEST FOR PROPOSAL ID# For Banking Services for Lackawanna County

5. BID FORMS TABLE OF CONTENTS

A. Due to a technical issue, the Section Invitation for Bid (IFB) was not sent to our list of

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

Section 4. Bidding Forms

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

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

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services

2015 HELLWINKEL CHANNEL PROJECT

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

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

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

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

HARLAN MUNICIPAL UTILITIES

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

DUE: SEPTEMBER 29, 2017 NO LATER THAN 3:00 PM PACIFIC TIME

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

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.

Attachment A Required Submission Documents BIDDER INFORMATION

Office Janitorial Services at One Administration Building

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

RETIREE HEALTH BENEFITS TRUST

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

University of California, Riverside Barn Expansion

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

On-Call Civil Construction Services Project No. MT-GN

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

TABLE OF CONTENTS CONTRACT PROVISIONS

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

Small Work Roster Contract Documents (issued November 2013) PUBLIC UTILITY DISTRICT NO. 1 of

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

Specification Standards for University of Washington Section

PORT OF TACOMA TACOMA, WASHINGTON BRIDGE CRANE IN THE STRAD HOUSE PROJECT NO CONTRACT NO

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT POWERHOUSE ROAD AND ROCK CRUSHER ROAD REPAIRS ADDENDUM NO. 1 JULY 27, 2017

INSTRUCTIONS TO BIDDERS

SALT AND SAND STORAGE FACILITY

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

DOCUMENT BID FORM

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

BID FORM A th Street

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

Transcription:

BIDDER S NAME THIS BID SUBMITTED TO: Port of Everett 2911 Bond Street, Suite 202 Everett, WA 98201 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the Port in the form included in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including, without limitation, those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 45 days after the day of Bid opening. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of the Port's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date Number b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. c. Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. d. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the Port. 00300-1

4. Bidder will complete the work for the following lump sum and unit prices for bid items as described in Section 01025 and individual specification sections: BASE BID SCHEDULE A: Item No. Approx. Quantity 12 TH STREET MARINA GUEST MOORAGE FACILITY CIP No. 3-0-003-23 Description of Item Unit Price Dlrs. Cents Total Price Dlrs. Cents A-1 Lump Sum Mobilization & Demobilization $ $ A-2 Lump Sum Marina Support Building $ $ A-3 Lump Sum Parking Lots $ $ A-4 Lump Sum Utilities $ $ A-5 Lump Sum Landscaping $ $ A-6 Lump Sum Site Furnishings $ $ A-7 500 Tons Habitat Mix Rock Type 1 $ $ A-8 500 Tons Habitat Mix Rock Type 2 $ $ A-9 Lump Sum Storm Drainage Outfalls $ $ A-10 Lump Sum Final $ 50,000.00 $ 50,000.00 SUBTOTAL $ WA STATE SALES TAX (8.6%) $ TOTAL AMOUNT OF SCHEDULE A BASE BID $ BASE BID SCHEDULE B: Item No. Approx. Quantity 12 TH STREET MARINA GUEST MOORAGE DOCK CIP No. 3-0-003-23 Description of Item Unit Price Dlrs./Cents Total Price Dlrs./Cents B-1 Lump Sum North Esplanade $ $ B-2 Lump Sum East Esplanade $ $ B-3 Lump Sum Sidewalks B-4 Lump Sum Streets B-5 Lump Sum Street Landscape B-6 Lump Sum Street Electrical $ $ SUBTOTAL $ TOTAL AMOUNT OF SCHEDULE B BASE BID $ 00300-2

5. Bid Summary: Bidder shall complete the work for the following price plus selected alternates. Total Amount of Base Bid Schedule A $ Total Amount of Base Bid Schedule B $ GRAND TOTAL - BASE BID SCHEDULES A & B $ 6. Trench Excavation Safety Provisions: Bidder to indicate all costs for trench safety excavation, even if the amount is zero. TRENCH EXCAVATION SAFETY PROVISIONS If the bid amount contains any work which requires trenching exceeding a depth of 4 feet, all costs for trench safety shall be included in the Base Bid and indicated below for adequate trench safety systems in compliance with Chapter 39.04 RCW, 49.17 RCW and WAC 296-155-650. Bidder must include a lump sum dollar amount in blank below (even if the value is $0.00). Do not include Washington State Sales Tax. $ $ Total Written in Words Total Written in Figures (Do not include Washington State Sales Tax) - (Included also in Base Bid) 7. The bidding proposal requires bidders to submit bids for Base Bid Schedules A and B plus the Alternate Bid Schedules C and D. A limited amount of funds are available for the project. The successful bidder will be determined by the Grand Total of Base Bid Schedules A and B shown that do not exceed the available funds. 8. Bidder agrees that the Work will be completed and ready for final payment in accordance with paragraph 12.9 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 9. The following documents are attached to and made a condition of this Bid: a. Required bid security of 5% of the Grand Total of Base Bid Schedules A and B in the form of. b. Required Bidder's Qualification Statement with supporting data. c. Responsible Bidder Criteria 10. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED on, 2008 00300-3

If Bidder is: An Individual (Individual s Name) doing business as Signature: Business address: Fax No: A Partnership (Firm Name) General Partner: Signature: Business address: Fax No. A Corporation (Corporation Name) (State of Incorporation) Signature: (Name of Person Authorized to Sign) (Title) Business Address: Fax 00300-4

A Joint Venture Signature: (Name) (Address) Signature: (Name) Address: Fax (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). 00300-5

BIDDER S QUALIFICATION CERTIFICATE The undersigned hereby certifies and submits the following qualifications: 1. Name 2. Company Name 3. Address: 4. Phone No. Fax No. 5. State of Washington Registration No. Expires 6. Number of years in contracting business under present firm name 7. Particular types of construction work performed by your company 8. List several recent projects performed. Amount Type Client Project Name Phone 9. Gross amount of contracts now in hand 10. Bank Reference(s) Title 00300-6

RESPONSIBLE BIDDER CRITERIA In accordance with RCW 39.04, before award of a public works contract, a Bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The Bidder must: 1. At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; 2. Have a current state unified business identifier (UBI) number; 3. If applicable, have industrial insurance coverage for the Bidder s employees working in Washington as required in Title 51 RCW; 4. If applicable, have an employment security department number as required in Title 50 RCW; 5. If applicable, have a state excise tax registration number as required in Title 82 RCW; and 6. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). In accordance with RCW 39.06, a public works contractor must verify responsibility criteria for each first tier subcontractor, and a subcontractor of any tier that hires other subcontractors must verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria and possesses an electrical contractor license, if required by RCW 19.28, or an elevator contractor license, if required by RCW 70.87. This verification requirement, as well as the responsibility criteria, must be included in every public works contract and subcontract of every tier. Providing the following information is MANDATORY in order to meet Responsible Bidder requirements. Failure to provide this information may disqualify your bid as being Non- Responsive. If your business is not required to have one of the following numbers, provide an explanation. 1. State of Washington Contractor Registration No. 2. State of Washington Unified Business Identifier No. 3. Employment Security Department No. 4. State Excise Tax Registration No. 5. Is the payment of Worker s Comp (Industrial Insurance) Premiums current? If your business does not have a Worker s Comp account with the WA State Dept of L&I, please explain why. [ ] Yes [ ] No (If No, you are not eligible to bid on this project) [ ] No Account Explain why: 6. Are you disqualified from bidding on public works projects in the State of Washington? [ ] Yes (If Yes, you are not eligible to bid on this project) [ ] No END OF SECTION 00300-7