Loading...
HomeMy WebLinkAbout021317_ca01Department of Public Works O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, PE, Public Works Director/County Engineer Agenda Date: February 13, 2017 Subject: Execution of Purchase Er Sale Agreement for 2017 Supply of Liquid Asphalt Products for Bituminous Surface Treatment Program. Statement of Issue: Execution of a Purchase ft Sale Agreement with Albina Asphalt, Inc. of Vancouver, WA for supply of liquid asphalt products to be used in the Public Works Department Road Operations' Annual Bituminous Surface Treatment (BST) Program. Analysis/Strategic Goals/Pro's £t Con's: The Board awarded a bid to the above party on January 17, 2017 for supply of liquid asphalt products in calendar year 2017. This program is consistent with County goals in that it provides for preservation of roadway pavement and infrastructure. The Contractor has provided the required contract bond and insurance certificate, which are on file at the office of the Department of Public Works. Fiscal Impact/Cost Benefit Analysis: Purchase of liquid asphalt products is accounted for in the 2017 Road Operations Budget. The estimated purchase amount is $170,475.00 plus Washington State Sales Tax. Recommendation: Public Works recommends the Board approve the Purchase Et Sale Agreement with Albina Asphalt, Inc., and requests the Board to sign the three (3) Agreements where indicated, and return two (2) signed Agreements to Public Works for final processing. Department Contact: Dale Seward, Project Manager 385-9353 Reviewed By: ` Ph} Morley, Cou ty Administrator Date PURCHASE AND SALE AGREEMENT This AGREEMENT made and entered into this day of '2017 between the COUNTY OF JEFFERSON acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of RCW Title 36 as amended hereinafter referred to as BUYER and Albina Asphalt Inc of Vancouver WA hereinafter referred to as SELLER W VM 10 For good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, the parties hereto do agree as follows GENERAL PROVISION This Agreement contains the entire Agreement and understanding concerning the subject matter hereof between the parties and supersedes and replaces all prior negotiations proposed agreements and agreements written or oral Each of the parties hereto acknowledges that no other party hereto or any agent or attorney of such party has made any promise expressed or implied not contained in this Agreement to induce it to execute this Agreement Each of the parties further acknowledges that it is not executing this Agreement in rehance on any promise representation or warranty not contained in this Agreement This Agreement is to be construed as if it were prepared and reviewed by both parties 1 SALE OF GOODS SELLER shall manufacture for BUYER the following described products Liquid Asphalt Products for use by the Jefferson County Department of Public Works Road Operations Division for their bituminous surface treatment (BST) program in quantities and by dates indicated in the General Contract Provisions documents The Agreement is for supply of liquid asphalt products in calendar year 2017 2 CONSIDERATION BUYER shall accept the goods and pay unit prices in accordance with the Proposal dated December 20 2016 and the General Contract Provisions 3 IDENTIFICATION OF GOODS Identification of the goods to this agreement shall not be deemed to have been made until both BUYER and SELLER have specified that the goods in question are as prescribed in the performance of this Agreement 4 PAYMENT BUYER shall make payment for received goods after inspection and approval by the BUYER BUYER shall make payment within approximately 30 days after receiving invoice and approval of goods as per the referenced Minimum Specifications and General Contract Provisions 5 RECEIPT CONSTRUED AS DELIVERY Goods shall be deemed received by BUYER when delivered to and installed for the BUYER per the referenced Minimum Specifications and General Contract Provisions Receipt does not equal acceptance for the purpose of this Agreement 2017 S pply f Liq d A phalt Pmd t P g I f 5 P=has and S I Agreement 6 RISK OF LOSS The risk of loss from any casualty to the goods regardless of cause shall be on the SELLER until the goods have been delivered and accepted by the BUYER 7 WARRANTY OF NO ENCUMBRANCES SELLER warrants that the goods are now free and that at the time of delivery shall be free from any secunty interest or other lien or encumbrance 8 WARRANTY OF TITLE Furthermore SELLER warrants that at the time of signing this Agreement SELLER neither knows nor has reason to know of the existence of any outstanding title or claim of title hostile to the rights of SELLER in the goods 9 WARRANTY OF MERCHANTABILITY Further SELLER warrants that the goods which are the subject of this Agreement are merchantable and are fit and suited for their intended purpose This warranty shall survive past the Date of Acceptance by the BUYER and shall survive for one (1) year past the Date of Acceptance or for a time coextensive with the manufacturer s warranty whichever is shorter 10 RIGHT OF INSPECTIONIREdECTION BUYER shall have the right to inspect the goods on arrival and within 30 calendar days after delivery BUYER must give notice to SELLER of any claim for damages on account of condition quality or grade of the goods and BUYER must specify the basis of the claim of BUYER in detail 11 ACCEPTANCE Unless BUYER notifies SELLER of either Acceptance of the goods or Refection of the goods in accordance with Section 10 above before 30 calendar days have passed since the delivery date of the goods the Date of Acceptance for purposes of this Agreement shall automatically be the 31 calendar day after the date of delivery of the goods 12 RIGHT OF CANCELLATION BUYER shall have the right to cancel this Agreement on giving 30 days prior written notice of the intent to do so 13 APPLICABLE LAW All questions with respect to the construction of this Agreement and the rights and liabilities of the parties hereto shall be brought only in the State of Washington and the parties hereto consent to jurisdiction and venue in such State 14 ATTORNEYS FEES In the event of any dispute under this Agreement the prevailing party shall be entitled to recover its reasonable attorney s fee and costs in addition to all other relief to which it may be entitled 2017 S pply f L q d Asphalt Products P g 2 f5 Purchase and S I Agreement 15 AMENDMENTS This Agreement shall not be deemed or construed to be modified amended rescinded canceled, or waived in whole or in part except by written amendment signed by the parties hereto 16 SEVERABILITY If any provisions of this Agreement shall be held to be invalid illegal or unenforceable the validity legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby 17 INSURANCE Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from companies licensed in the State with a Best s rating of no less than A VII The Contractor shall provide to the County Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the commencement of work to be performed The insurance pohcies required shall provide that thirty (30) days prior to cancellation, suspension reduction or material change in the policy notice of same shall be given to the County Risk Manager by registered mail return receipt requested for all of the following stated insurance policies If any of the insurance requirements are not complied with at the renewal date of the insurance policy payments to the Contractor shall be withheld until all such requirements have been met or at the option of the County the County may pay the renewal premium and withhold such payments from the moneys due The Contractor All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected A Workers Compensation and Employers Liability Insurance The Contractor shall procure and maintain for the life of the contract Workers Compensation Insurance including Employers Liability Coverage in accordance with the laws of the State of Washington B General Liability (1) with a minimum limit per occurrence of one million dollars ($1000 000) and an aggregate of not less than two million dollars ($2 000 000) for bodily injury death and property damage unless otherwise specified in the contract specifications This insurance coverage shall contain no linutations on the scope of the protection provided and indicate on the certificate of insurance the following coverage I Broad Form Property Damage with no employee exclusion 2 Personal Injury Liability including extended bodily injury 3 Broad Form Contractual/Commercial Liability including completed operations (contractors only) 4 Premises Operations Liability (M&C) 5 Independent Contractors and Subcontractors and 6 Blanket Contractual Liability C Automobile (2) with a mtmmum limit per occurrence of $1000 000 for bodily injury death and property damage unless otherwise specified in the contract specifications This insurance shall indicate on the certificate of insurance the following coverage 2017 Supply f liquid Asphalt Prod is P g 3 f5 Pumhas and Sal Agreement I Owned automobiles 2 Hired automobiles and 3 Non -owned automobiles Any deductibles or self insured retention shall be declared to and approved by the County prior to the approval of the contract by the County At the option of the County the insurer shall reduce or eliminate deductibles or self insured retention or the Contractor shall procure a bond guaranteeing payment of losses and related investigations claim administration and defense expenses The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor All insurance provisions for subcontractors shall be subject to all of the requirements stated herein Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability under the Agreement nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning indemnification It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its employees and other agents and agencies) it being the intention of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance It is further agreed by the parties that msurance companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy It is further agreed by the parties that any and all deductibles in the above-described insurance policies shall be assumed by and be at the sole risk of The Contractor It is agreed by the parties that Judgments for which the County may be liable in excess of insured amounts provided herein or any portion thereof may be withheld from payment due or to become due to The Contractor until such time as The Contractor shall furnish additional security covering such Judgment as may be determined by the County The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements Any coverage for thud party liability claims provided to the County by a Risk Pool created pursuant to Ch 48 62 RCW shall be noncontributory with respect to any policy of insurance the Contractor must provide in order to comply with this Agreement If the proof of insurance or certificate indicating the County is an additional insured to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not provide the full text of that endorsement then it shall be the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the County The County may upon the Contractor s failure to comply with all provisions of this contract relating to insurance withhold payment or compensation that would otherwise be due to the Contractor 18 CONTRACT DOCUMENTS The Contract Documents consist of this Agreement all conditions of the Jefferson County bid documents (general special and supplementary and other conditions drawings specifications and addenda) and other documents listed below issued prior to the execution of this Agreement and all modifications and change orders 2017 S pply f L q d Asphalt Products P g 4 1`5 P rchase and S I Agreement issued subsequent thereto. These form a contract and all are as fully a part of the contract as if attached to this agreement or repeated herein. An enumeration of the contract documents is set forth below: 1. This Agreement; and 2. The General and Contract Provisions of the Jefferson County bid documents 3. The Bid Proposal of the contractor herein dated!2/Zo/ZO/6 19. CONFLICT BETWEEN DOCUMENTS In the event of a conflict or discrepancy between the Provisions of the Jefferson County bid documents and the Provisions of this Agreement, the Provisions of the Jefferson County bid documents shall be controlling. IN WITNESS WHEREOF, the parties here -to have executed this Agreement to be effective on the date of its signing by the BUYER. Al-e"k sw1L-i_— Name of Vendor Vendor Representative (Please print) (Si ure) &10 S Title 1 1561/7 Date ---------------------------------- SEAL ATTEST: Carolyn Avery Deputy Clerk of the Board JEFFERSON COUNTY BOARD OF COMMISSIONERS Kathleen Kier, Member Kate Dean, Member David W. Sullivan, Member Approved as to form only this day of 20 42 Michael Haas, Date Prosecuting Attorney i Mon n to Public Works Director/County Engineer 2017 Supply of Liquid Asphalt Products Page 5 of 5 Purchase and Sale Agreement CERTIFICATION REGARDING DEBARMENT SUSPENSION INELIGIBILITY AND VOLUNTARY The Contractor certifies to the best of its knowledge and belief that it and its principals (1) Are not presently debarred suspended proposed for debarment declared meligible or voluntarily excluded from covered transactions by any Federal State or local department or agency (2) Have not within a 3 year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of laud or a criminal offense in connection with obtaining attempting to obtain, or performing a public (Federal State or local) transaction or contract under a public transaction, violation of Federal or State antitrust statutes or commission of embezzlement theft forgery bribery falsification or destruction of records making false statements or receiving stolen property (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal State or local) with commission of any of the offenses enumerated in paragraph (2) of this certification, and (4) Have not within a 3 year period preceding this contract had one or more public transactions (Federal State or local) terminated for cause or default Where the Contractor is unable to certify to any of the statements in this certification, such Contractor shall attach an explanation ALr3Lr![k A%two -r— Name Name of Contractor -115,L E /42M7 SON — J f Name and Title of Authorized Representative Authorize Representative ❑ I am unable to certify to the above statement An explanation is attached 2017 S pply f Ltq d Asphalt Pmdwts Ceruficah Bond Number: 106665568 CONTRACTBOND JEFFERSON COUNTY, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: COPY That Albina Holdings Inc DBA: Albina Asphalt of 801 Main St, Vancouver, WA 98660 _ as PrinCipa1 and TraN &s Casuany and sureq Company M Amenia as S.urety, are jointly and severally held and bound unto the COUNTY OF JEFFERSON, the penal sum of One Hundred Thousand Dollars ($ 100.W0), for the payment of which we jointly and severally bind ourselves, or heirs, executors, administrators, and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such that WHEREAS, on the _ day of A.D., 20� the said Albina Holdings Inc DBA Albina Asphalt Principal herein, executed a certain contract with the County of Jefferson, by the [errs, conditions and provisions of which contract the said Abn. Hwd. inn DBA Nan. Asps. Principal herewith, agrees to furnish all materials and do certain work, to -wit: That the said Principal herein will undertake and complete the following described work: Deliver liquid asphalt Products for use by the Jefferson County Department of Public Works Road Operations Divisionaiimminou_s surface treatment (BST) vroeam in quantities and by dates indicated in the General Contract Provisions in calendar year 2017 in Jefferson Country, Washington, as per specifications made a part of said contract, which contract as so executed, is hereunto attached, and is now referred to and by this reference is incorporated herein and made a part hereof as full for all purposes as if here set forth at length NOW THEREFORE, if the Principal herein shall faithfiilly and truly observe and comply with the terms, conditions and provisions of said contract, in all respects and shall well and truly and fully do and perform all matters and things by the said Principal undertaken to be performed under said contract, upon the terms proposed therein, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in fill force and effect. WITNESS our hands this 26th day of January 2017 Albina Holdings Inc D : Albina Asphalt PRINCIPAL rFi__�� mmofti� 2017 Supply of liquid Asphalt Products Travelers Casualty and Surety Company of America COMP B. By: Jenifer McCormick Aaomry-in-fact Address of local office and agent of Surety Company: Elliott, Powell, Baden & Baker Inc James Ewald 1521 SW Salmon ST Portland. OR 97205 Connor Band dmk POWER OF ATTORNEY TRAVELERSJ Farmington Casually Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and Surely Company Fidelity and Guaranty Insurance Underwriters, Inc Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United Slates Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fart No. 224045 COPY Certificate No.0 0 6 9 0 412 8 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaramy Insurance Company is a corporation duly organized under the laws of the Slate of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the Stare of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint Kathy Cefkoney, Wolter Van Doominck, Coralee Aho, James S. Ewald, Jenifer McCormick, and Dave Van Cordon of the City of Portland , State of Oregon , their true and lawful Atiorncy(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds. recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of July 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Sl. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 22nd St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United Slates Fidelity and Guaranty Company �� eTtsy�ry •_ Y.' sac r � � � � r ;,=60 19 anlauNiFa SEALj' a. r' a NarlrEm. ���- r7 yiTt;SBdL;`i State of Connecticut City of Hartford ss. f L BV' Robert L. Raney. Senior Vice Resident On this the 22nd day of July 2016 More me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. � T!T In Witness Whereof, I hereunto set my hand and official sea[. TAA My Commission expires the 30th day of lune, 2021. #t AfllLIGS C�' 58440-5-16 Printed in U.S.A. WARNING. `coag c. j Marie C Terreaulr. Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters. Inc.. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Tmvelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED. that the Chairman, the President. any Vice Chairman, any Executive Vice Resident, any Senior Vice President. any Vice President. any Second Vice Resident, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's time and seal with the Company's seal bonds, recogniumes, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance. or conditional undertaking. and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman. the Resident. any Vice Chairman, any Executive Vice Resident. any Senior Vice President or any Vice Resident may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary: and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond. recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chabman, any Executive Vice Resident. any Senior Vice President or any Vice Resident, any Second Vice President, the Treasurer. any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED. that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Avomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a me and correct copy of the Power of Attorney executed by said Companies. which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF- I have hereunto set my hand and affixed the seals of said Companies this 14-- day of /J , N) Kevin E. Hughes, Assistant Sec tary pyS.ro34t, SS ryS Y a 1` 6 1977 araroarm �?�••_ r,T. tan,,,,,e.�/'� a ssa: g 7951 &A L�'o; Y mOaDr.' 3"srJ)e rasa 7 To verify the authenticity of this Power of Attorney, call 1-NO421-3880 or contact us at www.trivelenhond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID BID PROPOSAL FORM COPY Please read all pages of this `Bid Proposal Form', complete pages 2 through 5, and return this original form to Public Works. You may keep a copy for your files. To be accepted, bids must be signed and submitted on these original document forms using ink or typed and supplying all of the information requested, and shall be accompanied by a surety bond, postal money order, cash, cashiers check, or certified check payable to the Treasurer of Jefferson County in the sum of five (5%) percent of the bid amount, to be forfeited to Jefferson County by the successful bidder if he/she fails to enter into a contract and file an acceptable surety bond in the amount of 100% of the contract price within ten (10) calendar days of the award. Deliver Bids to: County Commissioners, Jefferson County Courthouse; Basement Level, 1820 Jefferson Street, P.O. Box 1220, Port Townsend, WA 98368 Deadline is: 9:30 A.M. TUESDAY, JANUARY 3.2017 We, the undersigned, are offering to supply the following items in full accordance with bid specifications: Vendor: AL,Ja, AcpAALr- Plant Location: VA&><-n1AVE2 V,)A FOB Delivery Point: r E2cw� C�kNrY l WrA Prices Guaranteed From: Date of Award To: December 31, 2017 EAST JEFFERSON COUNTY • Price quoted in U.S. Dollars per U.S. Ton (2,000 lbs). • Prices do not include Washington State sales tax or "use tax," but do include all other applicable taxes, permits, environmental fees, and other fees. 1. Date County's Product will be in Storage at Plant 2. Bidder's expense to procure $100,000.00 Performance Bond 3. Maximum Delivery Time after Firm Order 4. Demurrage Rate after 3 -Hour Unloading Period 5. Number of Trucks Available Per Day 6. Name of Trucking Firm t $_� 600 , Lump Sum 24 Noua3 2017 Supply of Liquid Asphalt Products Page 2 of gid Proposal ESTIMATED USE PRICE PER US TON PRICE PER US TON EMULSION TYPE F.O.B. PLANT TRANSPORTATION US Tons US Dollars US Dollars CRS -2P 325 Tons $ 132 � 0 per ton $ 6 per ton 0 CSS -I (50%Dilute) 125 Tons $ Z2. Z r per ton w— as — $ 7(o per tan • Price quoted in U.S. Dollars per U.S. Ton (2,000 lbs). • Prices do not include Washington State sales tax or "use tax," but do include all other applicable taxes, permits, environmental fees, and other fees. 1. Date County's Product will be in Storage at Plant 2. Bidder's expense to procure $100,000.00 Performance Bond 3. Maximum Delivery Time after Firm Order 4. Demurrage Rate after 3 -Hour Unloading Period 5. Number of Trucks Available Per Day 6. Name of Trucking Firm t $_� 600 , Lump Sum 24 Noua3 2017 Supply of Liquid Asphalt Products Page 2 of gid Proposal