Proposal for Bidding Purposes

Similar documents
Proposal for Bidding Purposes

Proposal for Bidding Purposes

Proposal for Bidding Purposes

Sunnyside Valley Irrigation District

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

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

Cherokee County Board of Commissioners

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

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

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

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

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

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

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

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

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

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

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

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

FORM A: BID (See B9)

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

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

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

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

Alaska Railroad Corporation

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

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

00400 BID FORMS AND SUPPLEMENTS

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

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

RECEIVED AT WHICH TIME BIDS

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

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

CITY OF RICHMOND PERFORMANCE BOND

CONTRACT AND BOND FORMS FOR

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

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

LAND IMPROVEMENT AGREEMENT

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

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

CONTRACT FORM CONTRACT #

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

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

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

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

BOND FOR FAITHFUL PERFORMANCE

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

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

STANDARD BID & SPECIFICATIONS PACKAGE

OHIO DEPARTMENT OF TRANSPORTATION

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

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

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

PROPOSAL FOR THE CONSTRUCTION OF [INSERT PROJECT NAME]

BID FORM FOR CONSTRUCTION CONTRACTS

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

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

BID: Escanaba WWTP Digester Roof Restoration

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

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

HIGHWAY TRAFFIC ACT DEALER S TRADE LICENSE REGULATIONS

BOND FOR FAITHFUL PERFORMANCE

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

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

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

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

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Part VIII Material and Construction Specifications

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

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

ALASKA MORTGAGE LICENSEE SURETY BOND

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

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

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

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

Electronic Distribution Only Not For Bidding Purposes

DESIGN - BUILD PROPOSAL OF

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

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

P. Concrete Slurry Backfill Removal

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

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

ATHENS-CLARKE COUNTY BUILDING RELOCATION PERMIT APPLICATION

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

COMMERCIAL DRIVEWAYS AND PRIVATE STREET ENTRANCES ON COUNTY ROADS

Protest Procedures. Any issues raised by the protesting party after the seven (7) calendar day period shall not be considered as part of the protest.

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

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

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

Guidelines for Submittals for Land Disturbance Permits

McCRACKEN COUNTY BOARD OF EDUCATION

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

Transcription:

Proposal for Bidding Purposes For Construction of: SAMISH ISLAND ROAD SLIDE REPAIR PROJECT #ES30910-3 SKAGIT COUNTY PUBLIC WORKS

SKAGIT COUNTY Public Works Department 1800 Continental Place Mount Vernon, WA 98273 PROPOSAL SAMISH ISLAND TOAD SLIDE REPAIR PROJECT #ES30910-3 Skagit County, Washington 2018 All bid envelopes must be plainly marked on the outside, Sealed Bid, Samish Isalnd Road Slide Repair Project. 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 will be Monday, April 16, 2018. The bids will be publicly opened and read after 2:30 p.m. on this date. Bid Advertisement: Skagit Valley Herald March 29, and April 5, 2018 Daily Journal of Commerce March 29, and April 5, 2018 ENTIRE PROPOSAL TO BE RETURNED AS YOUR BID PACKAGE FAILURE TO SIGN OR COMPLETE ALL INFORMATION ON THE FORMS PROVIDED CAN RESULT IN REJECTION OF THE PROPOSAL AS NON-RESPONSIVE 1 of 9

PROPOSAL BOARD OF SKAGIT COUNTY COMMISSIONERS MOUNT VERNON, WASHINGTON 98273 Attention: This certifies that the undersigned has examined the location of: SAMISH ISLAND ROAD SLIDE REPAIR PROJECT #ES30910-3 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 with the money available in accordance with the said plans, specifications, and contract, and the following schedule of rates and prices: Note: For work performed on this project the contractor should refer to Section 1-07.2(1) of the contract provisions and Department of Revenue Rule #171. (Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. All entries must be typed or entered in ink.) SAMISH ISLAND ROAD SLIDE REPAIR PROJECT Item No. Description Spec QTY Unit of Measure Unit Price Total Price 1 Structure Surveying 1-05.4 SP 1.00 LS 2 SPCC 1-07.15(1) 1.00 LS 3 Mobilization 1-09.7 1.00 LS 4 Unanticipated Site Work 1-09.6 EST DOL $ 1.00_ $ 2,000.00_ 5 Project Temporary Traffic Control 1-10.5 1.00 LS 6 Clearing and Grubbing 2-01.5 1.00 LS 2 of 9

Item No. Description Spec QTY Unit of Measure Unit Price Total Price 7 Removing Existing Pavement 2-02.5 SP 150.00 SY 8 Structure Excavation, Class A 2-09.5 100.00 CY 9 Shoring or Extra Excavation Class A 2-09.5 1.00 LS 10 Trimming and Cleanup 2-11.5 1.00 LS 11 Crushed Surfacing Top Course 4-04.5 10.00 CY 12 HMA Cl. 1/2 PG 64-22 5-04.5 SP 18.00 TN 13 2.5 x 2.5 x 5 Standard Wall Block 6-11.5 SP 12.00 EA 14 2.5 x 2.5 x 7x5 Beam Block 6-11.5 SP 1.00 EA 15 Permeable Ballast 6-11.5 SP 70.00 CY 16 Crushed Surfacing Base Course 6-11.5 SP 30.00 CY 17 Corrugated Polyethylene Storm Sewer Pipe 12 In. Diam. 7-04.5 170.00 LF 18 High-Density Polyethylene (HDPE) Pipe 12 In. Diam. 7-04.5 160.00 LF 19 Diffuser Tee 7-04.5 SP 1.00 EA 20 Catch Basin, Type 1 w/solid Cover 7-05.5 1.00 EA 3 of 9

Item No. Description Spec QTY Unit of Measure Unit Price Total Price 21 Catch Basin, Type 1 w/grated Cover 7-05.5 3.00 EA 22 Erosion Control and Water Pollution Prevention 8-01.5 SP 1.00 LS 23 Seeding, Fertilizing and Mulching 8-01.5 SP 100.00 SY Total Bid Amount FOR WORK PERFORMED ON THIS PROJECT THE CONTRACTOR SHOULD REFER TO SECTION 1-07.2(1) OF THE CONTRACT PROVISIONS AND DEPARTMENT OF REVENUE RULE #171. 4 of 9

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: 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. 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. BID PROPOSAL MUST BE SIGNED. FAILURE TO SIGN OR COMPLETE ALL INFORMATION CAN RESULT IN REJECTION OF T HE PROPOSAL AS NON-RESPONSIVE 5 of 9

SUBMIT THE ENCLOSED PROPOSAL BOND FORM WITH YOUR PROPOSAL USE OF OTHER FORMS MAY SUBJECT YOUR BID TO REJECTION 6 of 9

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: SAMISH ISALND ROAD SLIDE REPAIR PROJECT #ES30910-3 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) _ 7 of 9

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 8 of 9 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 (March 29, 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. 9 of 9