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

Similar documents
Instructions to Bidders Page 1

INVITATION TO BID 2017 ASPHALT PAVING

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

Demolition of Water Ground Storage Tanks

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

SECTION NOTICE TO BIDDERS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

PROPOSAL AND CONTRACT DOCUMENTS

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

NOTICE INVITING BIDS

AIA Document A701 TM 1997

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUIRED BID FORMS SECTION

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

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

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

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

Document A701 TM. Instructions to Bidders

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

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

construction plans must be approved for construction by the City PBZ department.

INSTRUCTIONS TO BIDDERS

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

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

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

REQUIRED BID FORMS SECTION

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

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

PROPOSAL REQUIREMENTS AND CONDITIONS

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

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.

INSTRUCTIONS TO BIDDERS

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Subcontract Agreement

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

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

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

PORT OF EVERETT SECTION Insert Project Name in CAPS

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

CONSTRUCTION CONTRACT EXAMPLE

SMALL WORKS ROSTER APPLICATION FORM

University of California, Riverside Barn Expansion

INSTRUCTIONS TO BIDDERS

CITY OF SNOHOMISH SNOHOMISH, WASHINGTON

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

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

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

Specification Standards for University of Washington Section

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

Project Manual. For Glenloch Splash Pad And Pool Renovations

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

City of Bowie Private Property Exterior Home Repair Services

GOLD CREEK FLUME CONCRETE PATCHING

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

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

PORT OF TACOMA TACOMA, WASHINGTON TERMINAL 3 AND 4 PAVING IMPROVEMENTS PROJECT NO CONTRACT NO

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

BIDDING AND CONSTRUCTION STANDARDS

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

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

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section General Conditions

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

REQUEST FOR PROPOSAL RFP #14-03

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

PROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

1.0 INVITATION TO BID INSTRUCTIONS TO BIDDERS... 4

Echo Lake South Bath House Septic Repairs Specification No DOCUMENT TABLE OF CONTENTS

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

CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

City of Forest Park Request for Proposals. Secure Access Control Systems

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

West Ridge Park Ballfield Light Pole Structural Assessment

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

Bid No. B17-13 Bldg 1300 HVAC

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

INSTRUCTIONS TO BIDDERS

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

(e-procurement System)

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

Standard Form of Agreement Between Contractor and Subcontractor

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

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

Transcription:

13 SEPTEMBER, 2017 INVITATION TO BID 2017 MAINTENANCE DREDGING PROJECT #: 17-054-PWP BIDS MUST BE SUBMITTED TO: PORT OF LONGVIEW 10 PORT WAY LONGVIEW, WA 98632 DUE: SEPTEMBER 29, 2017 NO LATER THAN 3:00 PM PACIFIC TIME

TABLE OF CONTENTS DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid Form 00320 Bid Bond 00330 Non-Collusion Affidavit 00500 Agreement Form 00550 Washington Law on Public Port District Contracts 00600 Hold Harmless Agreement 00700 General Conditions 00900 Prevailing Wage Requirements DIVISION 1 GENERAL REQUIREMENTS 01010 Summary of Work 01700 Project Closeout DIVISION 2 TECHNICAL SPECIFICATIONS 02325 Dredging and Placement 02335 Environmental Protection 02339 Fender Piling Replacement APPENDIX A B C D Sediment Characterization Report Permits Sample Daily Operation Report Form NOAA Benchmarks DRAWINGS 1 Construction Document for Maintenance Dredging Berths 5 through 9 17-054-PWP Table of Contents-1

PORT OF LONGVIEW INVITATION TO BID 2017 Maintenance Dredging (Berths 5 through 9) 17-054-PWP The Port of Longview is requesting bids from qualified Contractors for the dredging and deepening at Berths 5, 6, 7, 8 and 9 as specified in the bid documents. The work will include furnishing of all labor, materials, equipment and supervision necessary, except as detailed in the bid documents. Bids will be received at the office of the Port of Longview, 10 Port Way, Longview, Washington, until 3:00 p.m., September 29, 2017. Inspection of Work Site: Contractors interested in bidding on this project are strongly encouraged to inspect the site. A site tour is scheduled for September 20, 2017 at 10:00 a.m. at 10 Port Way, Longview, Washington. Timeline of project: Regulatory permits allow the work to occur between October 1, 2017, and December 31, 2017. The Contractor will be required to complete all dredging by December 16, 2017, and the Contractor shall maintain its equipment on-site while the Port verifies that work is complete; this time is not considered stand-by time. Any re-work required by the Port shall be completed by the Contractor before December 31, 2017. Due to fisheries and marine mammal protective restrictions, no in-water construction work can be performed in this area of the Columbia River during the period of January 1 through September 30 of any year. The Port will cooperate as fully as possible to insure continuous work from the start of project to finish. However, due to the unexpected ship schedules, it may be necessary for the Contractor to skip an area occupied by a ship, and return later to this area to complete the scheduled work. Bid Documents: The complete bid documents may be accessed from the Port s website at http://www.portoflongview.com/bids.aspx. Copies of the bid documents may be downloaded directly from this site. Those who wish to to automatically receive any addenda or a notice of cancellation should provide contact information by emailing Candi Engebo, Contracts Administrator, at cengebo@portoflongview.com. Those who do not provide contact information are solely responsible for monitoring the Port s website for any addenda or a notice of cancellation. This Invitation to Bid may be canceled at the discretion of the Port. Any questions regarding the specifications should be addressed to Candi Engebo, Contracts Administrator, at cengebo@portoflongview.com. Questions must be received by September 20, 2017 at 10:00 a.m. Questions received after this date may go unanswered. The Port reserves the right to reject any or all bids or to accept the bid deemed to be in the best interest of the Port of Longview, and to waive irregularities or informalities in any bid. PUBLISHED: DAILY NEWS: SEPTEMBER 13, 2017 DAILY JOURNAL OF COMMERCE (PORTLAND): SEPTEMBER 13, 2017 17-054-PWP 00020-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders TABLE OF CONTENTS Article No. Description... Page No. ARTICLE 1 BIDDING REQUIREMENTS... 2 1.1 Examination of Contract Documents and Regulations... 2 1.2 Inspection of Work Site... 2 1.3 Clarification of Contract Documents & Receipt of Addenda... 2 1.4 Pre-Bid Conference... 3 1.5 Substitution Requests... 3 ARTICLE 2 PREPARATION AND SUBMITTAL OF BIDS... 3 2.1 Form of Bid... 3 2.2 Bid Price... 4 2.3 Taxes... 4 2.4 Bidder s Name and Signature... 5 2.5 Proposed Subcontractors... 5 2.6 Bid Guaranty... 6 2.7 Alternative Bids... 6 2.8 Bid Submittal... 6 2.9 Withdrawal Or Modification Of Bid... 6 2.10 Bid Opening... 7 2.11 Bid Validity... 7 ARTICLE 3 BID EVALUATION... 7 3.1 Evaluation Standard... 7 3.2 Verification of Bid Prices... 7 3.3 Claim of Error... 7 3.4 Responsive Bids... 7 3.5 Bidder Qualifications... 8 3.6 Collusion... 9 3.7 Return of Bid Guaranty... 9 3.8 Single Bid Received... 9 3.9 Rights of the Port... 9 ARTICLE 4 AWARD OF CONTRACT... 9 4.1 Notice of award... 9 4.2 Performance and Payment Bonds... 9 4.3 Extension of Time... 10 4.4 Failure to Execute Contract... 10 4.5 Cancellation of Award... 10 ARTICLE 5 SUMMARY INFORMATION... 10 17-054-PWP 00100-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders ARTICLE 1 BIDDING REQUIREMENTS 1.1 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS A. The Bidder shall examine the Contract Documents and any other data made available to the Bidder relating to the Work, and shall comply with all instructions and provisions. The Bidder shall promptly notify the Port of ambiguities, inconsistencies, or errors, if any, which it may discover upon examination of the Contract Documents and any other data made available to the Bidder relating to the Work. The submission of a Bid shall constitute an acknowledgement upon which the Port may rely that the Bidder has thoroughly examined and is familiar with the Contract Documents and has reviewed all applicable federal, state and local statutes, regulations, ordinances and environmental documents relating to the Work and all permits which have been applied for and/or issued pertaining to the Work. The failure or neglect of a Bidder to examine any of the Contract Documents, statutes, regulations, ordinances, environmental documents or permits shall not relieve the Bidder from any obligations with respect to the Contract Documents or the Work. B. The Bidder shall verify that all documents provided by the Port, and upon which the Bidder is basing its bid, are full and complete with no missing pages, sheets or unintentional blank spaces. Submittal of a bid indicates the Bidder has verified it has obtained all Port Contract Documents. No claim for additional Work due to missing bid information will be considered. C. For Contract Documents reviewed or downloaded electronically from websites, it is the Bidder s responsibility to ensure that all documents are complete and that all addenda have been reviewed prior to submission of Bid. 1.2 INSPECTION OF WORK SITE A. Bidder shall inspect and compare the Work site and Contract Documents to evaluate the location of the Work, the actual physical conditions of the site, and surface and subsurface conditions ordinarily encountered and generally recognized as inherent in the Work. Bidder shall obtain written permission from the Port prior to entering the Work site or conducting physical testing of the Work site, except for attendance during a scheduled pre-bid examination. A site tour is scheduled for September 20, 2017 at 10:00 a.m. at 10 Port Way, Longview, Washington. B. If the Bidder finds facts or conditions which appear to conflict with the Contract Documents or with any other data made available to the Bidder relating to the Work, the Bidder shall promptly notify the Port in writing. 1.3 CLARIFICATION OF CONTRACT DOCUMENTS & RECEIPT OF ADDENDA A. Requests for interpretation or reports of ambiguities shall be made in writing and delivered to the Port by 5:00 p.m. Pacific Time on September 21, 2017. Clarifications, interpretations, or supplemental instructions which change the scope of Work and/or schedule described in the Contract Documents, will be issued only in the form of written addenda. All addenda shall become part of the Contract Documents and any subsequently awarded Contract. Addenda will be posted and made available on the Port s website at: http://www.portoflongview.com/bids.aspx. Addenda will be listed separately and identified as such. Self- Registered Bidders will receive automatic email notifications of addenda. Bidders that do not register on the projects Self-Registered Bidder List will not automatically receive notice of addenda. It is the sole 17-054-PWP 00100-2

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders responsibility of the Bidder to ensure that all posted Addenda is received, reviewed, and acknowledged on the Bidder Form. B. Each Bidder shall acknowledge the receipt of all addenda issued on its Bid. If such acknowledgement is not made, the Port reserves the right to show constructive notice through delivery records or the Bidder s use of information contained in the addenda. C. Bidders shall not rely upon any oral statements or conversations, whether at the pre-bid conference or otherwise, that they may have with Port employees, agents or representatives regarding the Contract Documents. Oral and other interpretations or clarifications will be without legal effect. 1.4 PRE-BID CONFERENCE A site tour is scheduled for September 20, 2017 at 10:00 a.m. at 10 Port Way, Longview, Washington. This inspection is an opportunity for Contractors to ask questions and view the actual areas that will be serviced under the contract. Work areas to be examined during the site visit may contain hazardous materials or conditions. Attendees should review the information and safety precautions set forth in the Contract Documents to determine for themselves appropriate protective clothing or equipment. Attendees further agree to indemnify and hold the Port harmless from any and all claims of personal injury arising from their participation in the site visit. 1.5 SUBSTITUTION REQUESTS A. Products, equipment, materials or methods described in the Contract Documents are to establish a standard of quality, function, appearance and dimension. A proposed substitution shall have equal attributes in all respects. B. During the bidding period, written requests by prime Bidders for substitutions may be considered if received by the Port at least ten days prior to the bid submittal deadline. The Port may, in its sole discretion, defer the consideration of a proposed substitution until after Contract award. C. Each substitution request shall, in accordance with the applicable provisions of Section 00700, General Conditions, describe the proposed substitution in its entirety including the name of the material or equipment, drawings, catalog cuts, performance or test data and all other information required for an evaluation. The submittal shall also include a statement noting all changes required in adjoining, dependent or other interrelated work necessitated by the incorporation of the proposed substitution. The Bidder shall bear the burden of proof to show that the proposed substitution meets or exceeds the required function and is equal or superior to the specification. D. The Port may require that samples be submitted or demonstration made prior to approval. The Port s decision of approval or disapproval of a proposed substitution shall be final. E. Approval of substitutions will be made by addenda. ARTICLE 2 PREPARATION AND SUBMITTAL OF BIDS 2.1 FORM OF BID A. Bids shall be submitted on the forms provided by the Port in Section 00300. 17-054-PWP 00100-3

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders B. All blanks on the bid forms shall be filled in by ink or typed. C. Alterations, erasures, or interlineations within the blanks, if any, shall be in ink and initialed by the signer of the Bid. D. The Bidder shall make no deletions, additional conditions or stipulations on the bid form or qualify its Bid in any manner. 2.2 BID PRICE A. All prices on the bid form shall be in U.S. dollars. B. Show lump sum and unit prices as indicated on the Bid Form. C. For unit price bids, a price shall be submitted for each item of the Work, an extension thereof, and, if requested, the total Contract Sum. D. The price on the bid form for that element of Work shall include everything necessary for the prosecution and completion of the Work in accordance with the Contract Documents including, but not limited to, furnishing all materials, equipment, tools, transportation, plant and other facilities and all management, superintendence, labor and services, and field design, except as may be otherwise provided in the Contract Documents. E. The quantities shown in the Proposal Bid Form and Contract are estimates and are stated only for Bid comparison purposes. The Port 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. F. Prices shall be expressed in figures only. G. Bidders are reminded that access to the secured areas of the Port is governed by the Federal Transportation Workers Identification Credential (TWIC) regulations. The successful Bidder s personnel, subcontractors, and suppliers requiring access to the Port s secured areas must have a current TWIC or be escorted by Port approved security escorts. In the event that the Port incurs costs associated with providing Port approved security escort services for the Bidder s personnel, subcontractors or supplies, those costs will be billed to the Bidder at a rate of $360.00 per 8-hour shift, or any portion of an 8-hour shift, for one escort per five personnel working in the same vicinity. 2.3 TAXES A. The Work to be performed under this Contract constitutes a retail sale as such term is defined in RCW 82.04.050, unless the Work is specifically identified on the bid form as an Environmental Remediation Action or Rule 171 Public Road Construction. The Port will pay state and local retail sales tax on each progress payment and final payment to the Contractor for transmittal by the Contractor to the Washington State Department of Revenue or to the applicable local government. The Contractor will pay retail sales tax on all consumables used during the performance of the Work and on all items which are not incorporated into the final Work, which tax shall be included in the prices on the bid form. 17-054-PWP 00100-4

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders B. No increase will be made in the amount to be paid by the Port under this Contract because of any misunderstanding by or lack of knowledge of the Contractor as to liability for, or the amount of any taxes for which the Contractor is liable or responsible by law or under this Contract. C. Sales tax shall be shown as a separate item on the bid form. In any case where it is not included as a separate item, the Port will add the sales tax to the total of the bid prices shown. D. If the Work is specifically identified on the bid form as an Environmental Remediation Action or Rule 171 Public Road Construction, the Work does not constitute a retail sale to the Port and the Port will not pay state and local retail sales taxes on the total Contract Sum. Bidders are advised that they will be considered the consumer of all materials, equipment and supplies used or consumed in performing the Work and must pay state and local retail sales tax to their subcontractors and suppliers. Bidders who have questions regarding the applicable taxes should contact the Washington State Department of Revenue. 2.4 BIDDER S NAME AND SIGNATURE A. The Bid Form shall include the legal name and contractor registration number of the Bidder and shall indicate whether Bidder is a sole proprietor, a partnership, a corporation, joint venture, or other legal entity. The bid form shall be signed by a person legally authorized to bind the Bidder to a contract and shall indicate the Bidder s address. A bid form signed by an agent shall have a current power of attorney attached certifying agent s authority to bind the Bidder. Upon request of the Port, the Bidder shall provide corporate or partnership documentation evidencing the Bidder s legal status and showing the authority of the person signing the bid form to execute contracts on behalf of the Bidder. B. The bid form shall not become a part of the Contract Documents except by inclusion into the Agreement. 2.5 PROPOSED SUBCONTRACTORS A. The Port of Longview encourages and supports the use of M/WBE subcontractors and suppliers on all Work. B. In accordance with RCW 39.30.060, when the Work is estimated to cost $1,000,000 or more, the Bidder shall list on the bid form, or submit within one hour after the published bid submittal time, the name of each subcontractor to whom the Bidder proposes to directly subcontract HVAC (heating, ventilation and air conditioning), plumbing as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW, or name itself for the Work. The Bidder shall not list more than one subcontractor for each category of Work identified unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to list on the bid form the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same Work shall render the Bidder s Bid non-responsive and, therefore, void. The requirement of this section to name the Bidder s proposed heating, ventilation and air conditioning, plumbing, and electrical subcontractors applies only to proposed heating, ventilation and air conditioning, plumbing, and electrical subcontractors who will contract directly with the general contractor submitting the Bid to the public entity. For purposes of this paragraph, a subcontractor is defined as one who contracts directly with the Contractor to furnish materials and labor, or labor only for the performance of the Work. C. After bid opening, the Port may require the apparent low Bidder to identify any proposed subcontractors and major suppliers together with a statement of experience with references for each. Such information shall be submitted within 24 hours of request. 17-054-PWP 00100-5

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders 2.6 BID GUARANTY A. The bid shall be accompanied by a Bid Guaranty in an amount of at least 5% of the total bid (total of Base Bid plus WSST). B. The Bid Guaranty shall be in one of the following forms and made payable to the Port of Longview: a Bid Guaranty bond, in the form provided in Section 00320, duly completed by a guaranty company authorized to do business in the state of Washington; a U.S. postal money order; or a certified check or cashier s check drawn upon a banking institution. The surety signing the Bid Guaranty bond must appear on the U.S. Treasury Department s most current list (Circular 570 as amended), and the surety s name must appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner. Attorneys-in-fact who sign Bid Guaranty bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. 2.7 ALTERNATIVE BIDS Before the bid submittal deadline, any Bidder may submit an Alternative Bid based on plans and specifications provided by the Bidder which it considers to be in the interest of the Port. For purposes of this subparagraph, Alternative Bid means a statement and price submitted by a Bidder which accompanies a conforming Bid and proposes a different design, procedure, method, product or material than that specified, to be provided by the Bidder who assumes all responsibility therefore, and is intended to accomplish the same end result as that required by the Contract Documents. An Alternative Bid shall be accompanied by sufficient information to indicate the differences in approach to that specified. The information submitted with the Alternative Bid shall describe the various attributes in detail to allow the Port to evaluate the alternative in all respects and determine whether it accomplishes the same end result as that required by the Contract Documents. The Port may consider such Alternative Bids during the Bid evaluation process and shall be the sole judge as to whether or not such Alternative Bids are in its best interest. The receipt of Alternative Bids shall be announced at the bid opening. 2.8 BID SUBMITTAL A. All bids shall be addressed to the attention of Contracts Administrator, Port of Longview, 10 Port Way, Longview, Washington 98632, and placed in an envelope which clearly states the name and address of the bidder, the Port-designated project name and appropriate wording to definitely indicate the nature of the contents. B. Bids are to be mailed or delivered to the Port of Longview, Attn: Contracts Administrator, 10 Port Way, Longview, WA 98632. C. No Bid shall be considered which has not been received at the Port of Longview Administration Building, located at 10 Port Way, Longview, WA, before the Bid submittal deadline specified in the Invitation To Bid. The clock at the Reception Counter is the Port s official clock. Timeliness of bid submittals will be determined using only this clock. Bidder shall assume full responsibility for timely delivery of its Bid at the specified location. 2.9 WITHDRAWAL OR MODIFICATION OF BID A Bidder may withdraw or modify its Bid before the Bid submittal deadline by submitting written notice to the Port signed by the Bidder. After Bid opening no Bidder may withdraw its Bid unless Contract award is delayed beyond the time specified. 17-054-PWP 00100-6

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders 2.10 BID OPENING Bids will be opened in a public meeting on or shortly after the time and date the bids are due. No evaluation will be done at the time of opening other than reading the amounts bid and declaring the apparent low bidder. After bids are evaluated, a bid tally sheet will be compiled and posted to the Builders Exchange website for this project no later than 2 working days after the bid submittal due date. 2.11 BID VALIDITY All Bids submitted shall be valid and binding on the Bidder for a period of sixty days following the Bid submittal deadline and for any extension of time granted by the Bidder. The Port may, in its sole discretion, release any Bid and return the Bid security prior to that date. ARTICLE 3 BID EVALUATION 3.1 EVALUATION STANDARD Bids will be evaluated by the Port to determine which Bid is the lowest, responsive Bid by a responsible Bidder. The award will be based on the total Base Bid plus Additive Alternate(s) as required by the permit at the time of bid award. 3.2 VERIFICATION OF BID PRICES Prices set forth in the Bid will be reviewed by the Port for mathematical accuracy. The Port reserves the right to correct mathematical errors or complete mathematical calculations that are obvious on the face of the Bid. In the event of a discrepancy between a unit price and the extended amount for a bid item, the unit price will control. The prices, corrected for mathematical errors, shall be used as the amount of the bid items for evaluation and award purposes. 3.3 CLAIM OF ERROR A Bidder claiming error in its Bid must submit supporting evidence, including cost breakdown sheets, within 24 hours of Bid opening and provide any other supporting documentation requested by the Port. In the event the Bidder demonstrates an error in the Bid to the Port s satisfaction, the Port may allow the Bidder to withdraw its Bid. 3.4 RESPONSIVE BIDS The Port, in its sole discretion, reserves the right to determine Bid irregularities which render a Bid nonresponsive and to waive informalities and immaterial irregularities in the Bid. A Bid may be considered irregular and maybe rejected by the Port as non- responsive for reasons including, but not limited to: A. If the bid form furnished or authorized is not used or is altered; B. If the bid form or any required supplemental documents are incomplete, contain any additions, deletions, conditions, or otherwise fail to conform to the Port s requirements; C. If the Bidder adds any provisions reserving the right to reject or accept the award, or enter into the contract; D. If the Bid or Bid Guaranty is not properly executed, or shows an incorrect amount; 17-054-PWP 00100-7

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders E. If the Bid fails to include a price for every bid item; F. If the Port reasonably deems the Bid Guaranty inadequate; or G. If the Port deems any of the bid prices to be excessively unbalanced either above or below the amount of a reasonable bid price for the item of Work to be performed, to the potential detriment of the Port. 3.5 BIDDER QUALIFICATIONS A. The Port, in its sole discretion, will determine whether the Bidder is a responsible Bidder based on the following qualifications criteria: 1. The ability, capacity and skill of the Bidder to perform the contract or provide the service or Work within the time required; 2. The character, integrity, reputation, and efficiency of the Bidder; 3. The quality and timeliness of performance by the Bidder of previous contracts with the Port or other entities; 4. The previous and existing compliance by the Bidder with laws relating to public contracts; and 5. Such other information having a bearing on whether the Bidder is responsible. 6. A Bidder must not have violated the Off-Site Prefabricated Non-Standard Project Specific Item reporting requirements more than one time as determined by the Department of Labor & Industries. 7. The Port may direct the contractor, at no additional cost to the Port, to remove and substitute any subcontractor(s) found to be out of compliance with the Off-Site Prefabricated Non-Standard Project Specific Item reporting requirements more than one time as determined by the Department of Labor & Industries. B. At the Port s request, the Bidder shall submit qualifications information regarding the Bidder, its key personnel, and subcontractors and suppliers as requested by the Port. In the event a Bidder refuses to provide requested additional qualifications information, the Bidder s Bid Guaranty may be subject to forfeiture and the Bid may be determined to be non-responsive. C. The Port reserves the right to investigate the qualifications of any Bidder, including but not limited to, contacting any reference or any financial institution to verify that the Bidder is qualified to successfully complete the Work. D. In order to verify that the Bidder has adequately incorporated all elements of the Work and the requirements of the Contract Documents in its bid prices, the Bidder will make available for the Port s review a complete itemization of its Bid and clearly define all phases of its Work, if requested by the Port. E. Prior to award, if requested by the Port, the Bidder and selected proposed subcontractors or suppliers shall attend a bid evaluation conference and shall bring to the conference any documents requested by the Port to evaluate the Bid and the Bidder s qualifications. 17-054-PWP 00100-8

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders 3.6 COLLUSION If the Port determines that collusion has occurred among the Bidders, none of the Bids of the participants in such collusion will be considered. The Port s determination of collusion shall be conclusive. 3.7 RETURN OF BID GUARANTY As soon as the bid prices have been compared, the Port will return the Bid Guaranty accompanying any Bids which, in the Port s judgment, would not be considered for award. All other Bid Guaranties will be held until the Contract and bonds have been executed, after which all remaining Bid Guaranties, except which as have been forfeited, will be returned. 3.8 SINGLE BID RECEIVED If the Port receives a single responsive, responsible Bid, the Port shall have the right, in its sole discretion, to conduct a price or cost analysis on such Bid. The Bidder shall promptly provide all cost or pricing data, documentation and explanation requested by the Port to assist in such analysis. By conducting such analysis, the Port shall not be obligated to accept the single Bid; the Port reserves the right to reject such Bid or any portion thereof. 3.9 RIGHTS OF THE PORT The Port reserves the right to accept the Bid of the lowest responsive, responsible Bidder, an Alternative Bid based upon plans and specifications prepared by the Bidder, to reject any or all Bids, republish the Invitation To Bid, revise or cancel the Work to be performed, or to do the Work otherwise, if in the judgment of the Port, the best interests of the Port is served thereby. ARTICLE 4 AWARD OF CONTRACT 4.1 NOTICE OF AWARD A. The acceptance of a Bid will be evidenced by a written Notice of Award delivered to the Bidder whose Bid is accepted. The Port reserves the right to request extensions of the Bid acceptance period. B. Within ten days after issuance of the Notice of Award, the Agreement form set forth in Section 00500 shall be executed and returned, together with the performance and payment bonds, the certificates of insurance with endorsements as required by the Contract Documents, and any other documents requested by the Port. C. The Bidder shall not commence physical modification of the Work site until the Port has issued its Notice of Award, Notice to Proceed, and the Port has received the executed Agreement form and bonds and certificates of insurance meeting the requirements of the Contract Documents. 4.2 PERFORMANCE AND PAYMENT BONDS A. The Bidder awarded this Contract shall furnish a 100% performance bond and a 100% payment bond on forms acceptable to the Port in the amount of 100% of the total Contract Sum as security for the faithful performance and completion of the Work. Such bonds shall be executed and sealed by a duly licensed surety registered with the Washington State Insurance Commissioner, and the surety s name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the 17-054-PWP 00100-9

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders Insurance Commissioner. Attorneys-in-fact who sign bonds must file with each bond a certified and effectively dated copy of their Power of Attorney. B. The scope of the performance and payment bonds shall not affect or alter the liabilities of the Contractor to the Port under the terms of the Contract Documents. C. The Port may require the surety to appear and qualify itself upon the bond. If at any time the Port determines, in its sole judgment, that the surety is insufficient, the Port may require the Contractor to furnish additional surety in form and arrangement satisfactory to the Port and in an amount not exceeding that originally required. Payments will not be made on the Contract until sufficient surety as required is furnished. D. The person signing the performance and payment bonds on behalf of the Contractor shall be appropriately authorized to do so. 4.3 EXTENSION OF TIME If the Agreement form is not executed or not submitted to the Port within the time required and, in the Port s discretion, circumstances warrant an extension of time, it may extend the time for execution of the Agreement form or for furnishing bonds and insurance certificates. 4.4 FAILURE TO EXECUTE CONTRACT If the Bidder awarded the Contract fails to execute the Agreement form and furnish the required bonds and insurance certificates within ten days from delivery of the Notice of Award, or declares in writing its intent not to execute the Contract, its Bid Guaranty shall be forfeited to the Port and the Port may issue Notice of Award to the second lowest responsible Bidder, and in like manner until the Agreement form and bonds are executed by a responsible Bidder to whom award is made, or further Bids are rejected. Forfeiture of the Bid Guaranty shall not limit the Port s right to recover damages from the Bidder caused by the Bidder s failure to execute the Contract. 4.5 CANCELLATION OF AWARD The Port reserves the right to cancel the award of any Contract at any time before the execution of said Contract by all parties without liability to the Port. ARTICLE 5 SUMMARY INFORMATION PORT S OFFICE ADDRESS Port of Longview 10 Port Way Longview, WA 98632 (360) 425-3305 (360) 425-8650 Fax PORT S MAILING ADDRESS Port of Longview 10 Port Way Longview, WA 98632 BID SECURITY 17-054-PWP 00100-10

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00100 Instructions to Bidders 5% of Total Bid (Base Bid Plus WSST) PERFORMANCE BOND 100% of Total Contract Price PAYMENT BOND 100% of Total Contract Price OBTAIN BID DOCUMENT Port of Longview Website http://www.portoflongview.com/bids.aspx END OF SECTION 17-054-PWP 00100-11

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00300 Bid Form BIDDER S NAME PROJECT TITLE: 2017 Maintenance Dredging 17-054-PWP THIS BID SUBMITTED TO: Port of Longview Attn: Contracts Administrator 10 Port Way Longview, Washington 98632 The undersigned bidder declares that it has read the specifications, understands the conditions, and has determined for itself all situations affecting the work herein bid upon. And, bidder proposes and agrees, if this proposal is accepted, to provide at bidder s own expense, all labor, machinery, tools, materials, etc., including all work incidental to, or described or implied as incidental to such items, according to the Contract Documents of the Port of Longview, and that the bidder will complete the work within the time stated, and that bidder will accept in full payment therefore the unit price(s) and/or lump sum price as set forth in the bid below: (Note: Show price in figures only) SCHEDULE OF UNIT PRICES Item Quantity Unit Description Unit Price Amount 1 1 LS Mobilization and Demobilization 2 16,198 CY 3 3,802 CY Dredging of Berths 5, 8, and 9 to - 43 +2 CRD. Transportation, and In- River Placement at Barlow Point Dredging of Berths 6 and 7 to -40 +2 CRD. Transportation, and In-River Placement at Barlow Point 4 1 DAY Stand-by Time Subtotal 7.8% WSST Base Bid Total Receipt of Addendum No(s). is (are) hereby acknowledged. The Bidder agrees that all dredging will be complete on or before December 16, 2017 and all work under this Agreement shall be complete on or before December 31, 2017. The bidder agrees that liquidated damages as specified hereinafter shall be levied for each and every calendar day by which the completion of the work is delayed beyond the time fixed for completion or extension thereof. The bidder further agrees that all work under this Agreement shall be complete, having gained a successful final inspection and received final acceptance from the Port, within 30 days after substantial completion, but in no case later than December 31, 2017. Bid security in the amount of, accompanies this proposal. 17-054-PWP 00300-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00300 Bid Form Bidder certifies that the Bidder has a current certificate of registration is on file with the State of Washington at the time of Bid and is in compliance with RCW 18.27 Bidder certifies that the Bidder is in compliance with Industrial Insurance coverage requirements in accordance with RCW Title 51. Bidder acknowledges that the Bidder will be responsible to verify responsibility criteria of subcontractors in accordance with RCW 39.06. Bidder certifies that costs associated with the Port providing Port approved security escorts for the Bidder's personnel, subcontractors and suppliers will be billed and paid by the Bidder at the rate detailed in the Instructions to Bidders. Name of Firm Signature By (type or print) Title Business Address Mailing Address City State Zip Code Telephone Number Fax number Contact Person Email Address Washington State Contractor s License No. Date of Issue Expiration Date Unified Business ID No. Employment Security Department No. The following forms, in the format as provided in the bid documents, are required to be completed and returned as part of each bid: Bid Form Bid security of 5% of the total amount of bid (base bid plus Washington State sales tax) in the form of a certified check, cashier s check, postal money order or Bid Bond using Port of Longview Bid Bond Form Non-Collusion Form Hold Harmless Form Responsible Bidder Criteria Certification of Compliance with Wage Payment Statutes 17-054-PWP 00300-2

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00300 Bid Form 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: At the time of Proposal submittal, have a certificate of registration in compliance with chapter 18.27 RCW; A. Have a current state unified business identifier (UBI) number; B. If applicable, have industrial insurance coverage for Bidder s employees working in Washington as required in Title 51 RCW; C. If applicable, have employment security department number as required in Title 50 RCW; D. If applicable, have a state excise tax registration number as required in Title 82 RCW; and E. Not be disqualified from Proposing 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 hire 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 contractors 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 the information may disqualify your Proposal 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. Is the payment of Worker s Compensation Premiums current? If your business does not have a Worker s Comp account with the WA State Department of Labor & Industries, please explain why. 5. [ ] Yes [ ] No (If No, you are not eligible to Bid on this project) [ ] No Account Explain why: re 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 17-054-PWP 00300-3

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00300 Bid Form Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (September 13, 2017), the bidder is not a willful violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder s Business Name Signature of Authorized Official* Printed Name Title Date Location or Place Executed (City, State) Check One: Sole Proprietorship Partnership Joint Venture Corporation State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. UNSIGNED BIDS WILL BE DECLARED NONRESPONSIVE AND REJECTED 17-054-PWP 00300-4

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00320 Bid Bond Form Name of Bidder: The bidder named above hereby submits its bid deposit in the form of a certified check, cashier's check, cash or bid bond in the amount of $, (use figures) which amount is not less than five percent of the total bid. KNOW ALL MEN BY THESE PRESENTS, that we,, as Principal and,, as surety, a corporation duly organized under the laws of the state of, and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the Port of Longview as Obligee, in the full and penal sum of five (5) percent of the total amount of the bid of said Principal for the work hereinafter described, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The Condition of this obligation is such that if the Obligee shall make any award to the Principal for the 2017 Maintenance Dredging Project, Port of Longview, Washington, according to the terms of the proposal or bid made by the Principal therefore and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or, if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain, in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. The Surety, for value received, hereby stipulates and agrees, that the obligation of said Surety and this bond shall be in no way impaired or affected by any extension of the time within which the Port of Longview may accept such bid, and said Surety does hereby waive notice of any such extension. If more than one Surety is on this bond, each Surety hereby agrees that it is jointly and severally liable for the full amount of all obligations on this bond. Signed, Sealed, and Dated this day of, 2017. Name of Bidder Name of Surety Authorized Signature Authorized Signature * Title Date Title *Attach Power of Attorney END OF SECTION 17-054-PWP 00320-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00330 Non-Collusion Affidavit Project: 2017 Maintenance Dredging 17-054-PWP The undersigned bidder or agent, being duly sworn on oath, says that he/she has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He/She further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated this of, 2017 (Name of Organization) (Title of Person Signing) (Signature) STATE OF ) COUNTY OF ) ACKNOWLEDGEMENT )SS Before me, a Notary Public, personally appeared the above named and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to me this day of, 2017 Notary Public Signature My Commission Expires: 17-054-PWP 00330-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00500 Agreement THIS AGREEMENT entered into this day of, 2017, by and between the Port of Longview, a municipal corporation of Cowlitz County, Washington, hereinafter called the Port, and hereinafter called the Contractor. WITNESSETH: That the Port, by authority in it vested, has awarded the Contractor a contract for furnishing all the labor, equipment, and materials necessary for the 2017 Maintenance Dredging 17-054-PWP Project. This work will be accomplished as bid, including 7.8% Washington State Sales Tax, in the amount of ($ ) as the total of prices according to the Proposal Bid Form. This work will be performed in accordance with the Contract Documents and the bid of the Contractor and subject to additions and deletions by change order as provided in the General Conditions. The Contractor has accepted such award, and that said Contract Documents, and bid are made a part hereof as though fully set out herein. IN WITNESS WHEREOF, the Port of Longview has authorized these presents to be signed by the Chief Executive Officer of the Port of Longview and the Contractor has hereunto set his hand and seal this day of 2017. PORT OF LONGVIEW CONTRACTOR Norman G. Krehbiel Chief Executive Officer ATTEST: Name, Title ATTEST: Port of Longview, Executive Assistant Name, Title Date Date END OF SECTION 17-054-PWP 00500-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00550 Washington Law on Public Port District Contracts The Port, being a political subdivision of the State of Washington, subject to all of the statutes of the State of Washington relating to a public works contract, which statutes are incorporated herein by reference as a part of these Contract Documents, all of the statutes of the State of Washington relating to public port districts, but not limited to: A. RCW Ch. 39.12 concerning the prevailing wage rates to be paid to labor on works, the certificates required by the State, the arbitration of disputes wages, and penalties. B. RCW Ch. 49.28 concerning the definition of a working day, emergency provisions and penalties. C. RCW Ch. 51.12.050 and 51.12.070 relating to industrial insurance premiums, contractors, sub-contractors and contractor licensing on work for public port districts. D. RCW Ch. 39.04.140 dealing with the prevention of environmental pollution and the preservation of public natural resources that affect or are affected by the project. E. RCW Ch. 60.28 relating to labor and material liens and taxes and retainage. F. RCW Ch. 39.30.060 relating to identification of subcontractors when a contract is expected to cost in excess of $1,000,000.00. END OF SECTION 17-054-PWP 00500-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00600 Hold Harmless Agreement Project: 2017 Maintenance Dredging 17-054-PWP (Contractor) shall protect indemnify, and save the Port of Longview harmless and defend the Port of Longview from all liability and expense for loss, damage, death, or injury to persons or property excepting only such liability as results from the sole negligence of the Port of Longview or its employees arising out of, or incident to, the performance of this contract, Port of Longview 2017 Maintenance Dredging 17-054-PWP Project. Name of Firm By Title Business Address City State Zip Telephone Number Fax Number Date END OF SECTION 17-054-PWP 00600-1

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00700 General Conditions Table of Contents A. GENERAL PROVISIONS... 1 G-1 CONTRACT DOCUMENTS... 1 G-2 INTENT OF CONTRACT... 1 G-3 CORRELATION OF CONTRACT DOCUMENTS... 1 G-4 DEFINITIONS... 2 G-5 OWNERSHIP OF DRAWINGS... 3 B. CONTRACTOR... 3 G-6 MINIMUM WAGES ON PUBLIC WORK... 3 G-7 STATE SALES AND OTHER TAXES... 3 G-8 EQUAL OPPORTUNITY:... 4 G-9 SUPERINTENDENT: Supervision... 4 G-10 MATERIALS, APPLIANCES, EMPLOYEES... 4 G-11 EXAMINATION OF SITE OF WORK... 4 G-12 SURVEYS, PERMITS AND REGULATIONS... 5 G-13 CLEAN-UP... 5 G-14 TOOLS... 5 G-15 WARRANTY... 5 G-16 CONSTRUCTION MEANS AND METHODS... 6 G-17 DOCUMENTS ON SITE... 6 G-18 ROYALTIES AND LICENSES... 6 C. PORT... 6 G-19 USE OF COMPLETED PORTIONS... 6 G-20 PORT S STATUS... 6 G-21 PORT S DECISIONS... 6 G-22 PORT S DUTY TO INFORM THE CONTRACTOR... 7 D. TIME... 7 G-23 TIME LIMITS... 7 G-24 CONSTRUCTION SCHEDULE... 7 G-25 DELAYS AND EXTENSIONS OF TIME... 7 G-26 LIQUIDATED DAMAGES... 7 E. PAYMENTS... 8 G-27 PROGRESS PAYMENTS... 8 G-28 FINAL ACCEPTANCE AND PAYMENT... 8 G-29 PAYMENTS WITHHELD... 9 F. PROTECTION OF PERSONS AND PROPERTY... 9 G-30 PROJECT SAFETY PLAN... 9 G-31 SAFETY SYSTEMS... 10 G-32 NO WORK RELATING TO HAZARDOUS SUBSTANCES... 11 G-33 EROSION CONTROL/WATER POLLUTION PLAN... 11 G-34 PRIVATE/PUBLIC PROPERTY... 11 G-35 UTILITIES AND SIMILAR FACILITIES... 11 G. INSURANCE... 12 G-36 LIABILITY COVERAGE REQUIREMENTS... 12 G-37 INSURANCE - GENERAL CONDITIONS... 13 H. CHANGES IN THE WORK... 13 G-38 CLAIMS... 13 G-39 CHANGE ORDERS... 13 I. INSPECTION AND CORRECTION OF WORK... 14 17-054-PWP 00700-i

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section 00700 General Conditions G-40 INSPECTION OF WORK... 14 G-41 CORRECTION OF NON-CONFORMING WORK... 14 G-42 THE PORT S RIGHT TO STOP OR CORRECT WORK... 14 J. ARBITRATION... 15 G-43 ARBITRATION... 15 K. TERMINATION... 15 G-44 THE PORT S RIGHT TO TERMINATE CONTRACT... 15 G-45 CONTRACTOR S RIGHT TO STOP WORK OR TERMINATE CONTRACT... 15 G-46 REMOVAL OF EQUIPMENT... 16 L. MISCELLANEOUS... 16 G-47 RESTRICTION OF PARKING... 16 G-48 TRAFFIC CONTROL WITHIN AND ABUTTING THE PROJECT... 16 G-49 SIGNING AND TRAFFIC CONTROL... 16 G-50 PRESENCE AND USE OF HAZARDOUS SUBSTANCES... 18 G-51 INDEMNITY... 18 G-52 LIST OF SUBCONTRACTORS AND SUPPLIERS... 19 G-53 GOVERNING LAW... 19 G-54 ATTORNEY FEES... 19 G-55 APPLICABLE LAW & VENUE... 19 G-56 WORK BY THE PORT OR ITS CONTRACTORS... 19 G-57 SUCCESSORS AND ASSIGNS... 19 G-58 APPRENTICESHIP PROGRAMS... 19 G-59 MEETINGS... 20 17-054-PWP 00700-ii