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

Similar documents
5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

SECTION SUPPLEMENTARY CONDITIONS

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

EXHIBIT B. Insurance Requirements for Construction Contracts

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

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

Snow Removal Services Request for Proposals December 1, April 30, 2019

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

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

ANNEX A Standard Special Conditions For The Salvation Army

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

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

REQUIRED AT PROPOSAL STAGE:

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

General Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

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

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

MCGOUGH STANDARD INSURANCE REQUIREMENTS

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

SUBCONTRACT CONSTRUCTION AGREEMENT

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

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

CONSTRUCTION CONTRACT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

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

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION FERTILIZATION & WEED CONTROL

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

Request for Proposal Public Warning Siren System April 8, 2014

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Subcontract Agreement

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

SAMPLE SUBCONTRACTOR AGREEMENT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

SAFETY FIRST GRANT CONTRACT

OREGON STATE UNIVERSITY

RFP GENERAL TERMS AND CONDITIONS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

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

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CITY OF ROMULUS CHAPTER 39: PURCHASING

DOCUMENT SUPPLEMENTARY CONDITIONS

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

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

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

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

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

Rail Owner Controlled Insurance Program Manual

Sample. Sub-Contractor Insurance & Indemnification Agreement

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

CCIP ADDENDUM. Blasting or any blasting operations;

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

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

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

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

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

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

Transcription:

To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control on gravel roads in Olmsted County, and in conformity with the Contract, Plans, Specification and Special Provisions pertaining thereto, on file in the office of the County Engineer: (I) (We) hereby certify that (I) (We) (am) (are) the only person interested in this proposal as principal(s); that this bid is made and submitted without fraud or collusion with any person, firm, or corporation whatsoever; that an examination has been made of the site of the work and the Contract Form, together with the Plans, Specifications and Special Provisions for the improvement. (I) (We) understand that at the time of opening bids, totals only will be read, but that comparison of bids will be based on the correct summation of item totals obtained from the unit prices bid, as provided in 1301 of the Specifications. (I) (We) propose to furnish all necessary machinery, equipment, tools, labor and other means of construction and to furnish all materials specified, in the manner and at the time prescribed, all in accordance with the terms of the Contract and the Plans, Specifications, and Special Provisions forming a part thereof. (I) (We) further propose to do all extra work which may be required to complete the contemplated improvement, at unit prices or lump sums to be agreed upon in writing prior to starting such work; or if such prices or sum cannot be agreed upon, to perform such work on a Force Account basis, all as provided in 1904 of the Specifications. (I) (We) further propose to execute the form of contract within ten (10) days after receiving written notice of award, as provided in 1306 of the Specifications. (I) (We) further propose to furnish a Payment Bond equal to the Contract amount and a performance bond equal to the Contract amount, with aggregate liability of the bond(s) equal to twice the full amount of the Contract as provided in 1305 of the Specifications. (I) (We) further propose to perform all work in accordance with the Plans, Specifications and Special Provisions and in a good and workmanlike manner; and to renew or repair any work which may be rejected, due to defective materials or workmanship, prior to final completion and acceptance of the project by the Board of County Commissioners. (I) (We) further propose to begin work and to prosecute and complete the same in accordance with the time schedule set forth in the Special Provisions for the improvement. (I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. Page 2 of 9

SPECIAL PROVISIONS S-1 Bidder Requirements: All Bidders must submit a certified check or bidder s bond, payable to Olmsted County, For five (5) percent of the amount of bid, said surety to be forfeited to the County if the bidder is awarded a Contract and fails to execute the Contract provided by Olmsted County. Olmsted County reserves the right to reject any or all bids. The bid price for liquid dust control shall include delivery, furnishing, and application of liquid dust control. Each bid shall NOT include the Minnesota State and City Sales Tax. The County Board reserves the right to reject any or all bids. S-3 (1714) RESPONSIBILITY FOR DAMAGE CLAIMS; INSURANCE The provisions of Mn/DOT 1714 are hereby deleted and replaced with the following: The Contractor shall indemnify, defend, and save harmless the Department, its officers, and its employees from all suits, actions, and claims of any character brought because of injuries or damages received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of the Contractor; or because of any claims arising or amounts recovered under the Worker s Compensation Act, or under any other law, ordinance, order, or decree. The Department may retain for its use money that is due the Contractor under this or any other contract with the Department and by virtue of the Contract, as the Department deems necessary to protect its interests with respect to any suits, actions, or claims arising on account of the Contractor s operations or in consequence of any act, neglect, omission, or misconduct of the Contractor; or, in case no money is due, the Contractor s Sureties may be held liable until those suits, actions, or claims have been settled and suitable evidence to that effect has been furnished to the Department. The Contractor shall identify a contact person for damage complaints from the public, and shall maintain a log of such complaints and any action taken by the Contractor. This log shall be available to the Engineer at his request. A. Workers Compensation Insurance Contractor shall provide workers compensation insurance for all employees and shall require any subcontractors to provide workers compensation insurance in accordance with the statutory requirements of the State of MN and must include: a. Part 2, Employers Liability including Stop Gap Liability for monopolistic states. Minimum limits: $100,000 Bodily Injury by disease per employee $500,000 Bodily Injury by disease aggregate $100,000 Bodily Injury by accident b. Coverage C: All States Coverage Page 3 of 9

c. If applicable, USL&H, Maritime, Voluntary and Foreign Coverage d. Waiver of subrogation in favor of the Department If Contractor is self-insured for its obligation under the Workers Compensation Statutes in the jurisdiction where the project is located, a Certification of the Authority to Self-Insure such obligations shall be provided. The Contractor must require Subcontractors to file evidence of insurance with the Contractor. B. Commercial General Liability Insurance The Contractor shall maintain insurance to cover liability from operations under the contract, whether such operations are by the Contractor, subcontractor or by anyone directly or indirectly employed under the Contract. Minimum Limits of Liability $2,000,000 Per Occurrence $2,000,000 Annual Aggregate $2,000,000 Annual Aggregate applying to Products and Completed Operations $50,000 Fire Damage $5,000 Medical Expense (any one person per occurrence) Coverages Premises and Operations Bodily Injury and Property Damage Personal and Advertising Injury Products and Completed Operations Liability Contractual Liability as provided in ISO form CG 00 01 12 04 or its equivalent Pollution exclusion with standard exception as per ISO Commercial General Liability Coverage Form CG 00 01 12 04 or equivalent Explosion, Collapse and Underground (XCU) perils Broad Form PD Independent Contractors Let or Sublet work Waiver of subrogation in favor of the Department Department named as an Additional Insured, by endorsement, ISO Forms CG 2010 and CG 20 37 or their equivalent for claims arising out of the Contractor s negligence or the negligence of those for whom the Contractor is responsible. C. Automobile Liability Insurance Contractor shall maintain insurance to cover liability arising out of the operations, use, or maintenance of all owned, non-owned, and hired automobiles. Coverages Owned Automobiles Non-owned Automobiles Hired Automobiles Waiver of subrogation in favor of the Department Minimum Limit of Liability Page 4 of 9

$2,000,000 Per Occurrence Combined Single Limit for Bodily Injury and Property Damage Umbrella or Excess Liability Insurance An Umbrella or Excess Liability insurance policy may be used to supplement the Contractor s policy limits to satisfy the full policy limits required by the Contract. D. Additional Conditions Contractors policy(ies) shall be primary and non-contributory insurance to any other valid and collectible insurance available to the Department with respect to any claim arising out of the Contract. Evidence of subcontractor insurance shall be filed with the Contractor. The Contractor is responsible for payment of Contract related insurance premiums and deductibles. Insurance companies must have an AM Best rating of A- (minus) and a Financial Size Category of VII or better, and be authorized to do business in the State of Minnesota. Certificates of Insurance acceptable to the Department shall be submitted prior to commencement of work under the Contract. Such Certificates and the required insurance policies shall contain a provision that coverage afforded under these policies shall not be cancelled without at least thirty (30) days advance written notice to the Department. E. Notice to the Contractor The failure of the Department to obtain Certificate(s) of Insurance for the policies or renewals thereof or failure of the insurance company to notify the Department of the cancellation of policies required under this Contract shall not constitute a waiver by the Department to the Contractor to provide such insurance. The Department will reserve the right to terminate the Contract in accordance with 1808 if the Contractor is not in compliance with the insurance requirements and the Department retains all rights to pursue any legal remedies against the Contractor. In the event of a claims dispute, all insurance policies must be open to inspection by the Department, and copies of policies must be submitted to Department s authorized agent upon written request. S-4 (1806) Determination and Extension of Contract Time: The Contract time will be determined in accordance with the provisions of 1806 and the following: The intent of this contract is to begin the application of liquid dust control on or before May 26, 2014 and continue the operation through to completion. The actual start date will vary based on when road restrictions are removed. The contractor shall be given a two week notice to establish the start date of the contract. The project must be completed within 30 calendar days after the start date. Page 5 of 9

Liquid dust control shall not be applied when in the judgment of the Engineer; conditions are unsuitable such as recent rains or expected rains. S-5 (1903) Compensation for Increased or Decreased Quantities: The provisions of 1903 of the Mn/Dot Specifications, 2014 Edition shall not apply to any item on this quote. S-6 (1906) Partial Payments: Partial Payments shall be in accordance with the provisions of 1906, except as modified as follows: Partial Payments in excess of 95 percent of the value of the completed work will not be made under this contract. The remaining 5%, less any deductions, will be paid once the engineer has determined all material supplied meets the requirements of the type specified. S-7 (2131) Application of Calcium Chloride: Calcium Chloride solution shall be furnished and applied in accordance with the provisions of 2131, 3911 and the following: Calcium Chloride (CaCl 2 ) solution shall be a 38% concentration by mass; samples will be taken from road delivery vehicles and will be tested. A sample may be taken from each transport. The average of the samples taken will be the basis of any deductions. Deductions for concentrations below 38% will be made based on the following: 37.5 to 38.0 no deduction 37.1 to 37.5 $0.03 per gallon 36.7 to 37.1 $0.06 per gallon 36.3 to 36.7 $0.15 per gallon Below 36.3 no payment Calcium Chloride solution is to be applied at a rate of 0.18 gallons per square yard or as directed by the Engineer. Calcium Chloride solution is to be applied for dust control on segments of public roads including various County State Aid Highways, County Roads, Township Roads, and City Streets in Olmsted County. The Engineer may vary the location, rate and width of application as field conditions require. The application vehicle shall be equipped with an easy to read measuring stick graduated in gallons or shall have another system to easily and accurately measure gallons as approved by the County. At the end of each working day, the contractor shall have the exact total gallons applied, to each roadway segment, verified by a County representative. This verification shall be signed by the County representative on an approved form provided by the contractor, which includes the appropriate weight and gallon measurements. Failure to supply this daily verification of gallons applied may result in a deduction in payment as deemed appropriate by the County. Page 6 of 9

S-8 (2131) Application of Magnesium Chloride: Magnesium Chloride solution shall be furnished and applied in accordance with the provisions of 3912 and the following: Anhydrous Magnesium Chloride (MgCl 2 ) material shall be a 30% concentration by mass; samples will be taken from road delivery vehicles and will be tested. A sample may be taken from each transport. The average of the samples taken will be the basis of any deductions. Deductions for concentrations below 30% will be made based on the following: 29.5 to 30.0 no deduction 29.2 to 29.5 $0.03 per gallon 28.8 to 29.2 $0.06 per gallon 28.4 to 28.8 $0.15 per gallon Below 28.4 no payment Magnesium Chloride solution shall be applied at a rate of 0.20 gallons per square yard or as directed by the Engineer. Magnesium Chloride solution is to be applied for dust control on segments of public roads including various County State Aid Highways, County Roads, Township Roads, and City Streets in Olmsted County. The Engineer may vary the location, rate and width of application as field conditions require. The application vehicle shall be equipped with an easy to read measuring stick graduated in gallons or shall have another system to easily and accurately measure gallons as approved by the County. At the end of each working day, the contractor shall have the exact total gallons applied, to each roadway segment, verified by a County representative. This verification shall be signed by the County representative on an approved form provided by the contractor, which includes the appropriate weight and gallon measurements. Failure to supply this daily verification of gallons applied may result in a deduction in payment as deemed appropriate by the County. Page 7 of 9

Contract No. 0615 Olmsted County Public Works Schedule of Prices Project Number: M-15-03 Project Type or Road Number: Season Supply of Liquid Chloride for Dust Control Work Type: Season Supply Bidder must fill in unit prices in numerals; Make extensions for each item and total. For complete information concerning these items, see Plans and Specifications and Special Provisions. Item No. Description Units Quantity Unit Price Total Price Alternate 1 2131.502 CALCIUM CHLORIDE SOLUTION GALLON 220,000 Alternate 2 2131.606 MAGNESIUM CHLORIDE SOLUTION GALLON 344,444 Total Alternate 1 Total Alternate 2 Bidder Name: Bidder Address: Bidder Phone: Bidder Signature: Date: Page 8 of 9

TOTALS 2131.502 Calcium Chloride Solution $ 2131.606 Magnesium Chloride Solution $ In accordance with 1210 of the Specification, receipt is acknowledge of Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Signed: Enclosed herewith find (certified check) (bidder s bond) in the amount of Dollars ($ ) being at least 5% of the amount of the proposal, made payable to the County Treasurer of said County as a proposal guarantee which it is agreed by the undersigned will be forfeited in the event the Form of Contract and Bond is not executed, if awarded to the undersigned. This proposal dated the day of, 2015 Signed: P.O. Address, As an Individual Signed:, for, a partnership $ Name Address Partners Name Name Address Address Name Address Signed:, for A corporation, incorporated under the laws of the State of. Corporate Seal Name of President Name of Secretary Business Address Business Address Name of Treasurer Business Address NOTE: Signature shall comply with 1205 of the Specifications. Page 9 of 9