Proposal for Bidding Purposes

Similar documents
Proposal for Bidding Purposes

Proposal for Bidding Purposes

Proposal for Bidding Purposes

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

ADDENDUM No. 1. for. Runway 35 Approach Clearing Project Bid # FY at the Manchester Boston Regional Airport

Cherokee County Board of Commissioners

Sunnyside Valley Irrigation District

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

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

Alaska Railroad Corporation

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

RECEIVED AT WHICH TIME BIDS

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

00400 BID FORMS AND SUPPLEMENTS

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

CITY OF RICHMOND PERFORMANCE BOND

CONTRACT AND BOND FORMS FOR

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS

INVITATION TO BID (ITB) LARIMER COUNTYCOLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

CONTRACT FORM CONTRACT #

BID: Escanaba WWTP Digester Roof Restoration

LAND IMPROVEMENT AGREEMENT

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

STANDARD BID & SPECIFICATIONS PACKAGE

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

Public Notice Advertisement for Bids

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

FORM A: BID (See B9)

Electronic Distribution Only Not For Bidding Purposes

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

OHIO DEPARTMENT OF TRANSPORTATION

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

City of Malibu Stuart Ranch Road Malibu, California Phone (310) Fax (310)

BID FORM FOR CONSTRUCTION CONTRACTS

Part VIII Material and Construction Specifications

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

BOND FOR FAITHFUL PERFORMANCE

1995 Metric For Routine Maintenance Contracts Only SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

Bid Proposal Packet for:

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

ALASKA MORTGAGE LICENSEE SURETY BOND

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

BOND FOR FAITHFUL PERFORMANCE

Electronic Distribution Only

CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

DESIGN - BUILD PROPOSAL OF

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act

McCRACKEN COUNTY BOARD OF EDUCATION

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

BERRIEN COUNTY ROAD COMMISSION

CITY OF RIALTO, CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE:

Project No June 19, 2018 REQUEST FOR BIDS. Project: WWTP Lagoon Decommission, Swale Development, and Sinkhole Remediation Project

P. Concrete Slurry Backfill Removal

LAKE METROPARKS SPEAR ROAD CONCORD TWP., OHIO THE PRINTING OF LAKE METROPARKS PARKS PLUS! QUARTERLY PUBLICATION BID #

OSWEGO COUNTY PURCHASING DEPARTMENT

ROCK SALT FOR ICE CONTROL

Transcription:

Proposal for Bidding Purposes For Construction of: ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT (ROCKPORT CASCADE RD) #ES8700-1, SRFB Project No. 14-1246C SKAGIT COUNTY PUBLIC WORKS

SKAGIT COUNTY Public Works Department 1800 Continental Place Mount Vernon, WA 98273-5625 PROPOSAL FOR BIDDING PURPOSES ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT (ROCKPORT CASCADE RD) Skagit County Project #E8700-1 SRFB Project No. 14-1246C Skagit County, Washington 2018 All bid envelopes must be plainly marked on the outside, Sealed Bid, ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT (ROCKPORT CASCADE RD) #ES8700-1, SRFB Project #14-1246C. Sealed Bids will be received at the following location before the specified time: Bids may be hand delivered to: The Reception Desk of Skagit County Commissioners Office, located at 1800 Continental Place, Mount Vernon, WA. Bids may be mailed to: Skagit County Commissioners 1800 Continental Place, Suite 100 Mount Vernon, Washington, 98273 The bid opening date for this project has been scheduled for Monday, January 29, 2018 at 2:30 p.m. The bids will be publicly opened and read after 2:30 p.m. on this date. No late bid will be considered. Bid Advertisement: Skagit Valley Herald and Daily Journal of Commerce January 11, 18 and 25, 2018 ENTIRE PROPOSAL TO BE RETURNED AS YOUR BID PACKAGE FAILURE TO SIGN OR COMPLETE ALL INFORMATION CAN RESULT IN REJECTION OF THE PROPOSAL AS NON-RESPONSIVE

BOARD OF SKAGIT COUNTY COMMISSIONERS 1800 Continental Place, Suite MOUNT VERNON, WASHINGTON 98273 Gentlemen: P R O P O S A L This certifies that the undersigned has examined the location of PROJECT NAME: ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT IN SKAGIT COUNTY and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed wit hthe money available in accordance with the said plans, specifications, and contract, and the following schedule or rates and process: Note: Unit prices for all items, including sales tax, if any, all extensions, and total amount of bid, shall be shown. All entries must be typed or entered in ink. The Contractor shall include State Sales Tax with the bid, per Section APWA GSP 1-07.2(2) of the contract Special Provisions; Rule 171 applies. ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT Item No. Description Spec QTY Unit of Measure Unit Price Total Price 1 Mobilization 1-09.7 1.00 LS $. $. 2 Contractor Surveying 1-05.4-SP 1.00 LS $. $. 3 Record Drawings 1-05.4 1.00 LS $. $. 4 SPCC Plan 1-07.15 1.00 LS $. $. 5 Unanticipated Site Work 1-09.6-SP EST DOL $ 1. 00 $ 40,000. 00 6 Type B Progress Schedule 1-02.6-SP 1.00 LS $. $. 7 Removal of Structures and Obstructions 2-02.5 1.00 LS $. $.

Item No. Description Spec QTY Unit of Measure Unit Price Total Price 8 Clearing and Grubbing 2-01.5 1.00 AC $. $. 9 Removing Guardrail 8-11.5 304 LF $. $. 10 Roadway Excavation Inc. Haul 2-03.5 195 CY $. $. 11 Gravel Borrow Inc. Haul 2-03.5 5,852 TON $. $. 12 Embankment Compaction 2-03.5 3,164 CY $. $. 13 Channel Excavation Incl. Haul 2-03.5 2,118 CY $. $. 14 Quarry Spalls 8-15.5 24 TON $. $. 15 16 Structure Excavation Class A Incl. Haul Shoring or Extra Excavation Cl. A 2-09.5 910 CY $. $. 2-09.5 1.00 LS $. $. 17 St. Reinf. Bar 6-02.5 75,627 LB $. $. 18 Epoxy-Coated St. Reinf. Bar 6-02.5 3,249 LB $. $. 19 Gravel Backfill For Wall 6-02.5 515 CY $. $. 20 21 Deficient Strength Conc. Price Adjustment Prestressed Conc. Girder (WF 39DG) 6-02.5 1.00 CALC $ 1.00 $ 1.00 6-02.5 1,020 LF $. $. 22 Elastomeric Bearing 6-02.5-SP 20 EA $. $. 23 Bridge Railing Type 3-Tube 6-06.5 408 LF $. $.

Item No. Description Spec QTY Unit of Measure Unit Price Total Price 24 Conc. Class 4000 for Bridge 6-02.5 464 CY $. $. 25 Waterproof Membrane 6-08.5 218 SY $. $. 26 Heavy Loose Riprap 8-15.5 390 CY $. $. 27 28 Crushed Surfacing Base Course Crushed Surfacing Top Course 4-04.5 1,230 TON $. $. 4-04.5 188 TON $. $. 29 HMA Class 1/2: PG 64-22 5-04.5-SP 284 TON $. $. 30 ESC Lead 8-01.5 65 DAY $. $. 31 Stabilized Construction Entrance 8-01.5 335 SY $. $. 32 Wattle 8-01.5 1,060 LF $. $. 33 Seeding, Fertilizing, Mulching 8-01.5 1.00 AC $. $. 34 Construction Geotextile for Permanent Erosion Control 2.12.5 38.00 SY $. $. 35 Beam Guardrail Type 31 8-11.5 196 LF $. $. 36 37 38 Beam Guardrail Transition Section Type 21 Beam Guardrail Transition Section Type 23 Beam Guardrail Non-Flared Terminal 8-11.5 8 EA $. $. 8-11.5 2 EA $. $. 8-11.5 2 EA $. $. 39 Paint Line 8-22.5 2238 LF $. $.

Item No. Description Spec QTY Unit of Measure Unit Price Total Price 40 Plastic Stop Line 8-22.5 24 LF $. $. 41 42 Portable Temporary Traffic Control Signal Project Temporary Traffic Control 1-10.5 1.00 LS $. $. 1-10.5 1.00 LS $. $. 43 Construction Sign Class A 1-10.5 101 SF $. $. TOTAL BID $.

PROPOSAL Signature Page The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. The undersigned hereby agrees to pay labor not less than the prevailing rates of wages in accordance with the requirements of the special provisions for this project. A proposal guaranty in an amount of five percent (5%) of the total bid based upon the approximate estimate of quantities at the above prices and in the form as indicated below is attached hereto: D D D CASHIER S CHECK CERTIFIED CHECK (Payable to Skagit County) PROPOSAL BOND In the amount of $ Dollars In the amount of $ Dollars In the amount five percent (5%) of the total bid. Receipt is hereby acknowledged of Addendum(s) No.(s), & Proposal Must Be Signed Signature of Authorized Officials(s): Firm Name: Address: PRINT NAME E-mail: Telephone No.: State of Washington Contractor s License No. Federal ID No. UBI No. Employment Security Department No. Note: (1) This proposal form is not transferable and any alteration of the firm s name entered hereon without prior permission from the Skagit County will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02.6 of the Standard Specifications, Preparation of Proposal, or Article 4 of the Instruction to Bidders for building construction jobs. PROPOSAL MUST BE SIGNED. FAILURE TO SIGN OR COMPLETE ALL INFORMATION CAN RESULT IN REJECTION OF THE PROPOSAL AS NON-RESPONSIVE.

SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL USE OF OTHER FORMS MAY SUBJECT YOUR BID TO REJECTION

PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, of as principal, and the 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 Skagit County in the full and penal sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter described for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following highway construction, to wit: ILLABOT CREEK ALLUVIAL FAN RESTORATION PROJECT (ROCKPORT CASCADE RD) #ES8700-1, SRFB Project No. 14-1246C said bid and proposal, by reference thereto, being made a part hereof. NOW THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said contract and shall furnish bond as required by Skagit County within a period of twenty (20) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this day of, 2018. (Principal) (Surety) (Attorney-in-fact) _

Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 272-036I EF 07/2011

Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three year period immediately preceding the bid solicitation date January 11, 2018 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 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 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.