QUOTATION ONLY -- NOT AN ORDER

Similar documents
SECTION IV CONTRACT BID NUMBER

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

RFP GENERAL TERMS AND CONDITIONS

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

Subcontract Agreement

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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.

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

SUBCONTRACT CONSTRUCTION AGREEMENT

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

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

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

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

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section General Conditions

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

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

Telemetry Upgrade Project: Phase-3

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

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

Request for Bid/Proposal

Union College Schenectady, NY General Purchasing Terms & Conditions

GENERAL TERMS AND CONDITIONS

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

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.

Workforce Management Consulting Services

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

ANNEX A Standard Special Conditions For The Salvation Army

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

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

REQUEST FOR QUOTE # 16471

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

SAFETY FIRST GRANT CONTRACT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

INTERLOCAL AGREEMENT BETWEEN CITY OF LYNNWOOD AND EDMONDS SCHOOL DISTRICT NO. 15 USE OF CITY AQUATIC FACILITIES

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

SAMPLE SUBCONTRACTOR AGREEMENT

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

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

MASTER SUBCONTRACT AGREEMENT

Washington University in St. Louis

INVITATION TO BID Retaining Wall

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

PROPOSAL LIQUID CALCIUM CHLORIDE

RICE UNIVERSITY SHORT FORM CONTRACT

Standard Form of Agreement Between Contractor and Subcontractor

ATTACHMENT C SAMPLE CONTRACT

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

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE

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

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

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

General Conditions for Consultancy Services Agreements

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

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

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

CONTRACT FOR SERVICES RECITALS

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

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

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

CITY OF SAMMAMISH PERSONAL/PROFESSIONAL SERVICES AGREEMENT (SF) WHEREAS, the City has a need to have certain services performed; and

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

FIXTURING/INSTALLATION AGREEMENT

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

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

INDEPENDENT CONTRACTOR AGREEMENT

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

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

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

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

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

SUBCONTRACT (SHORT FORM)

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

CONSTRUCTION CONTRACT EXAMPLE

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

CONSULTANT SERVICES AGREEMENT

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

PURCHASING DEPARTMENT

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

Transcription:

QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND CONDUIT CEDAR STREET FROM N. SUNNYSIDE AVENUE TO ALLEY BEFORE GOVAN AVENUE QUOTATION NUMBER 181003 Ladies and Gentlemen: The District is interested in receiving informal quotations to supply and bore conduit per Exhibit C, which will be considered part of this Request for Quotation. LOCATION OF WORK The work to be performed is between Govan Ave and N. Sunnyside in Sequim, WA. See project map for more detail. SCOPE OF WORK Install approximately 550 of 6 HDPE conduit for electric conductor. Conduit depth to be between 42 & 60 unless otherwise authorized by PUD inspector. A single, continuous bore the entire length of the project is the preferred alternative. If that is not possible, the bore may be broken up into sections as shown on the project drawing. All other located utilities must be potholed to minimize interruption of other services. Potholes must be backfilled with sand backfill to 4 over the conduit, fill with CDF compacted to 90% and top with Asphalt patch. Contractor to supply all necessary materials and equipment. Restore all affected landscaping, roadways, driveways, and sidewalks to original condition. See Exhibit C for more detail EXAMINATION OF SITE AND CONDITIONS Prior to the submission of the bidder s quote, the bidder shall make and shall be deemed to have made a careful examination of the project and of all contract documents on file with the District, and shall become informed as to the location and nature of the proposed work, the transportation facilities, the kind of facilities required before and during the course of the project, general local conditions, and all other matters that may affect the cost and the time of completion of the project. Bidders will be required to comply with all applicable statutes and regulations.

LOCATES The Contractor shall be responsible for obtaining utility locations for the work by contacting the Utilities Underground Location Center at their toll-free number (1-800-424-5555). STARTING / COMPLETION DATES Work must commence upon notice to proceed and must be complete by November 30, 2018. Bids will be evaluated based upon price and completion dates. PREVAILING WAGES The Contractor will be required to pay prevailing wages on this project and comply with the most recent applicable prevailing wage rate(s) of the State of Washington Department of Labor and Industries. Please note that those rates, listed in Exhibit A are furnished by the State of Washington (effective date August 31, 2018), and it shall be the Contractor's responsibility to verify current rates. This information may not be all-inclusive; any other occupation used on the project, but not listed in this information, shall comply with the most recent applicable prevailing wage rate. A State-approved Statement of Intent to Pay Prevailing Wages must be filed with the State of Washington before payment can be made of any sums due on this contract. Upon completion of the contract, an Affidavit of Wages Paid must be filed with the State of Washington. RETAINAGE In accordance with the Revised Code of Washington, Chapter 60.28, public improvement contracts shall provide, and public bodies shall reserve, a contract retainage not to exceed five percent of the moneys earned by the Contractor as a trust fund for the protection and payment of: (1) the claims of any person arising under this quotation, and (b) the State with respect to taxes imposed pursuant to Title 82 RCW which may be due from such Contractor. Upon completion of this project, acceptance of the Affidavit of Wages Paid by the State of Washington Department of Labor and Industries shall release retained amounts. If the Contractor submits one invoice at the completion of the project, for the full amount of the project, no monies will be retained and the invoice will be paid in full once the Affidavit of Wages Paid has been accepted by the Department of Labor and Industries. INSURANCE AND LICENSE All bidders shall be a licensed contractor with public liability insurance of sufficient amount to cover any damages that may be incurred during the project. The Contractor shall, at his own expense and cost, carry in an insurance company or companies and under policies of insurance, acceptable to and approved by the District, the following insurance with limits not less than shown on the respective items: a. Worker's Compensation To the limit required by the laws of the State of Washington. b. Comprehensive General Liability and Property Damage Insurance This insurance shall include coverage for contractor's contingency liability insurance covering subcontractor's liability, contractual liability insurance, completed operations liability insurance, and automobile liability insurance covering owned, non-owned, and hired units.

Minimum Limits: Bodily Injury Property Damage $1,000,000 each person $1,000,000 each occurrence $2,000,000 aggregate Umbrella Coverage $2,000,000 All policies of insurance providing coverage s required under paragraph "b" above shall name the Public Utility District No. 1 of Clallam County as additional named insured with a cross liability clause and provide that no cancellation or material changes in the policies shall become effective unless thirty (30) days prior notice of such cancellation or change shall be furnished the District by registered mail. Prior to commencement of any work hereunder, the Contractor shall provide the District with evidence of Worker's Compensation Insurance required under "a" above and the Contractor shall provide the district with a Certificate of Insurance AND endorsement/declaration page showing the District named as additional insured as required under b above. The Certificate of Insurance must indicate that the issuing insurer, should any of the policies be cancelled before the expiration date thereof, MUST mail 30 days written notice to the certificate holder. EMPLOYER'S IDENTIFICATION NUMBER The bidder must furnish with the bid the firm s Federal Employer Identification Number. SALES TAXES Any county, city, or metropolitan municipal sales taxes that may be applicable to this transaction will be considered in evaluation of the quotes. In the event that a county, city, or metropolitan municipal sales tax is applicable to the proposed project, the project will be awarded to the lowest bidder, on the basis of the relative amount of the stated bid price plus the amount of county, city, or metropolitan municipal sales and use tax. INVOICING All invoices must reference the RFQ number and state that all wages have been paid in accordance with the pre-filed Intent to Pay Prevailing Wage document submitted to the State of Washington Department of Labor and Industries. All invoices must be sent to Attention: Karen Abbott, P.O. Box 1000, Carlsborg, WA 98324 or via e-mail at karena@clallampud.net. They may also be dropped off at the main office at 104 Hooker Road, Sequim, WA 98382. If there are any questions as to invoicing requirements please contact Karen Abbott at 360-565-3212. SAFETY REQUIREMENTS The Contractor is required to comply with the District s Contractor Safety Plan, Exhibit B as well as all applicable federal, state, county, and/or city requirements pertaining to this type of work. The Contractor s Safety Contact Person is listed below, along with that person s telephone number(s). The Contractor shall notify the District in the event that the Safety Contact Person changes. Name Telephone Number

INDEMNIFICATION AND HOLD HARMLESS AGREEMENT The Contractor agrees to hold harmless, defend, and indemnify the District from and against any and all claims, demands, liabilities, damages, and expenses including reasonable attorney s fees and costs, personnel-related costs, and all other claim-related expenses associated therewith or with successfully establishing the right to indemnification hereunder, which arise out of or in connection with the services to be provided under this agreement by the Contractor. The indemnity provided in this section shall include, but shall not be limited to, claims or liability for bodily injury, death, or property damage that is either suffered or caused by the Contractor and that does not result from any negligent or intentional act of the District. The Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act, Title 51 RCW. Further, the indemnification obligation under this agreement shall not be limited in any way by any limitation on benefits payable to or for any third party under the workers' compensation acts. This provision shall survive the termination of this agreement. The District and the Contractor hereby certify that the terms and conditions of the foregoing indemnity provision are the subject of mutual negotiation by the parties and are specifically and expressly agreed to in consideration of the mutual benefits derived under the terms of this agreement. DISPUTES All questions or disputes as to the true meaning of the specifications shall be decided by the District. It is understood that such decisions do not relieve the Contractor as being engaged in an independent business and that it will perform the work under this quotation as an independent contractor and not as the agent, employee, or servant of the District; that it has and hereby retains the right to exercise control and supervision of the work and full control over the employment, direction, compensation, and discharge of all persons assisting in the work; that it will be solely responsible for the payment of its employees and for the payment of all federal, state, county, and municipal taxes and contributions pertaining thereto, including but not limited to payments for Workmen s compensation benefits; and that it will be responsible for its own acts and those of its subordinates, employees, and subcontractors during the term of this quotation. CLAIMS AND LIENS The Contractor shall promptly pay all claims for labor done for the performance of said work and shall keep all said work, and any property of the District, free from all liens arising from labor done thereto. The District Auditor may require the Contractor to furnish payroll records for his/her inspection. DEFAULT If, in the sole judgment of the District, the Contractor, in connection with any work performed under this quotation, fails in any respect to carry on the work with promptness and diligence or violates any of the terms or conditions of this quotation and its attachments, such refusal, failure, or violation shall constitute a default by the Contractor under this quotation and, in such event, the District may give the Contractor twenty-four (24) hours notice to remedy such default. Upon the failure of the Contractor to remedy such default within such time, the District will be relieved of any further obligations hereunder and in addition to all other rights and remedies in law or equity may cancel this quotation without any obligation or liability on the District whatsoever except as to payment for locates already performed by the Contractor. QUOTATION IRREGULARITIES OR ERRORS The District reserves the right to waive minor irregularities or minor errors in any quotation, if it appears to the District that such irregularities or errors were made through inadvertence. Any such irregularities

or errors so waived must be corrected on this quotation in which they may occur prior to the execution of any contract that may be awarded thereon. REJECTION OF QUOTATION The District reserves the right to reject any or all quotations, or any portion of any quotation. AWARD OF PROJECT The District shall prepare and execute an order to the lowest responsible bidder. RIGHT TO AUDIT The District shall have the right to audit all contractor records pertaining to the work performed at any time during a project and within one year after the completion of the work. At the District s discretion, prior to awarding a project, contractors may be removed from the list of approved bidders if exception is taken to the District s auditing requirements. Should a contractor refuse to allow the District to audit their records during the course of a project, the District may terminate the contract or agreement and deny the opportunity to bid on future District projects. SUSPENSION/DEBARRMENT All bidders must have a current Washington Unified Business Identifier (UBI) number. If applicable they must have Industrial Insurance (worker compensation) coverage for the bidder s employees working in Washington, as required in Title 51 RCW. They must also have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW. The bidder must not be in a suspended or debarment status or be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). CONTRACTOR OR THIRD-PARTY WORKER RETIREMENT STATUS VERIFICATION The parties hereto acknowledge that under Title 41 of the Revised Code of Washington, the District is obligated to report to the Washington Department of Retirement Systems any retirees in its employ, including contractors and subcontractors and their workers, who retired from certain Washington State retirement systems. Failure to report could result in a financial liability to the District. Accordingly, Contractor agrees to and shall report to the District the retirement status of all of its workers, subcontractors, and subcontractors workers who will be performing services for the District under this Agreement. Contractor shall be responsible to pay any financial liability imposed upon the District by the Washington Department of Retirement Systems for pension overpayments resulting from Contractor s failure to properly report to the District such retirement status. In the alternative, Contractor may provide to the District the Social Security numbers of all its workers, subcontractors, and subcontractors workers who will be performing services for the District under this Agreement, and the District shall undertake to verify the retirement status of those workers. In such event, Contractor shall be responsible to pay any financial liability imposed upon the District by the Washington Department of Retirement Systems for pension overpayments resulting from Contractor s failure to provide proper Social Security numbers for each such worker. CONTRACTOR This Project shall be performed by one general contractor. The bidder may not elect to bid on only a portion of this Project, but may use necessary subcontractors to complete the work. All subcontractors must be listed below.

CONTRACTOR INFORMATION State of Washington Contractor's License Number: Expiration Date: State of Washington UBI Number (Unified Business Identifier): Employer's Identification Number (the number used by companies when filing their Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941: Sole Proprietorship, Partnership, or Corporation: SUBCONTRACTORS The Contractor shall not subcontract the work to be performed hereunder, or any part of said work, unless it has first obtained the written approval of the District; and the District shall have full and complete discretion in withholding or granting said approval. Any subcontractors not listed below shall not be allowed to perform work on this project without written approval of the District. Any subcontractor not listed below will not be allowed on the construction site. Name Address Type of Work PROJECT QUOTATION Total price for furnishing all labor, equipment, and materials as described on page 1, Scope of Work for Quotation #181003, Work Order No. 13-0215: TOTAL: $ (Do not include WSST) Starting Date: Completion Date: Interested bidders should contact Ben Phillips at 360.565.3267 or via e-mail at bphillips@clallampud.net with questions regarding this quotation.

We would greatly appreciate your efforts in submitting a quotation for this work. Please submit all completed quotations in care of Clallam County PUD #1, Attention: Karen Abbott, Engineering Department, P.O. Box 1000, Carlsborg, WA 98324 or hand deliver to 104 Hooker Road, Sequim, WA 98382. You may also submit via e-mail to karena@clallampud.net or fax (360)452-9772. All quotations must be made on this form, filled in with ink or typewritten. No alterations or interlineations will be permitted, unless made before submission and initialed and dated. Sincerely, BP/ka Encl: Karen Abbott Contracts Coordinator Exhibit A-Prevailing Wage Information Exhibit B-Contractor Safety Sheet Exhibit C-Cedar St., from N. Sunnyside Ave., to alley before Govan Ave., Sequim Submitted by: Firm: By: (Signature) (Typed) Title: Date: Mailing Address: Street Address: Telephone Number: FAX Number: