HomeMy WebLinkAboutAlbina Asphalt, Inc. - 021317PURCHASE AND SALE AGREEMENT
This AGREEMENT, made and entered into this 'e`1 day of hi j CGL{ v' 2017, between the
COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and tU 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.
WITNESSETH:
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
reliance 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 Supply of Liquid Asphalt Products Page 1 of 5 Purchase and Sale 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
security 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 co -extensive with the
manufacturer's warranty, whichever is shorter.
10. RIGHT OF INSPECTION/REJECTION
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 Rejection 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 31St 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 Supply of Liquid Asphalt Products Page 2 of 5 Purchase and Sale 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 policies 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 ($1,000,000)
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
limitations on the scope of the protection provided and indicate on the certificate of insurance the following
coverage:
1. 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 minimum limit per occurrence of $1,000,000 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 of Liquid Asphalt Products Page 3 of 5 Purchase and Sale Agreement
1. 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 insurance 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 third party liability claims provided to the County by a "Risk Pool" created pursuant to
Ch. 48.62 RCW shall be non-contributory 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 Supply of Liquid Asphalt Products Page 4 of 5 Purchase and Sale 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 l2/zO/z0/C
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.
ALP>cpjX As_c'aA'Lx_-
Name of Vendor
— 4L�r eN ad
Vendor Representative (Please print)
(Si ture)
sus
Title
/ /3-6//7
Date
----------------------------------
SEAL
ATTEST:
Carolyn Avery
Deputy Clerk of the Board
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Kathleen Kler, Member
Approved as to form only this 13-1z'
day of (,( j t-1 , 20 1-7
Michael Haas
D e
Prosecuting Attorney
Mont'nd D to
Public Works Director/County Engineer
2017 Supply of Liquid Asphalt Products Page 5 of 5 Purchase and Sale Agreement
NG:
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. Travelers 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 President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -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 name and seal with the
Company's seal bonds, recognizances, 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 President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President 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 Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, 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 Attorneys -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 Attorneys -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 true 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 day of 20 Ll•
Kevin E. Hughes, Assistant Sec tary
Ya GA °U��T vn.�. F\RE yc "4��. p \*�11-�� �� ,..Y �N� S�q`••.. TY 4N0 � TY
SWR try SFJ
~� '°(1 � IlC°RPOA��•yi Q" "". (+- nP 9 wtt �O�
1952 0 1a�lMPORATED v_ s- !�; ... F'm ;w;ccacoggtF:,,�_ s �k'D
1„SEAL coven. j� N 1896
y a d � ,Mn� gHmts gx �r1S ...NdaAi a a sae yys f '+� oaf <
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
IS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
i
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
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 ineligible, 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 fraud 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.
ALRr,-JA, ASJ*A&Lr
Name of Contractor
tl2NT SbN — J F
Name and Title of Authorized Representative
Authorize Representative
I am unable to certify to the above statement. An explanation is attached.
2017 Supply of Liquid Asphalt Products Certification
Bond Number: 106665568
CONTRACT BOND
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
Principal, and Travelers Casualty and Surety Company of America as Surety, are jointly and severally held and bound unto
the COUNTY OF JEFFERSON, the penal sum of One Hundred Thousand Dollars ($ 100 000), 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 terms, conditions and provisions of which contract the said Albina Holdings Inc DBA: Albina Asphalt
Principal herewith, agrees to fiunish 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 Division bituminous surface treatment (BST) prom -am in quantities and by dates indicated in
the General Contract Provisions in calendar year 2017 in Jefferson County, 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 faithfully 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 materiahnen, 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 full
force and effect.
WITNESS our hands this 24th day of January __92017
Albina Holdings Inc DW: Albina Asphalt
PRIM ,
f�
By: {
Travelers Casualty and Surety Company of America
COMP
B.
By: Jenifer McCormick
Attomey-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
2017 Supply of Liquid Asphalt Products Contract Bond
BID PROPOSAL FORM
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:
Plant Location: V,a acn�.c�/Ert�
FOB Delivery Point: -T�- a -'WS IIJA
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
$ 9,666 Lump Sum
r Orgy T a�s,Pae�-
2017 Supply of Liquid Asphalt Products Page 2 of 6 Bid 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
$i per ton
4r�—
$ 6 per ton
o
CSS -1 (50% Dilute)
125 Tons
60
$ 2.2 Z per ton is
76,ae— per ton
• 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
$ 9,666 Lump Sum
r Orgy T a�s,Pae�-
2017 Supply of Liquid Asphalt Products Page 2 of 6 Bid Proposal
Department 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 Ft 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 Ft 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
Reviewed By:
l F
r Morley, ou ty Administrator
385-9353
'tllC17
Date
CONTRACT REVIEW FORM
r
CONTRACT WITH: TRn-
(Contractor/CdnsulfdAt)
CONTRACT FOR: Supply of BST Asphalt Products for 2017 TERM:
COUNTY DEPARTMENT: Public Works
For More Information Contact:
Contact Phone #:
RETS TO: Tina
in
December, 31, 2017
AMOUNT: $228,850.00 (Estimated) PROCESS: Exempt from Bid Process
Consultant Selection Process
Revenue: .31110.00 (Roads) Cooperative Purchase
Expenditure: .54200.31 (Roads) X Competitive Sealed Bid
Matching Funds Required: None Small Works Roster
Sources(s) of Matching Funds Vendor List Bid
RFP or RFQ
Other
Step 1: REVIEWBY NT
Review by: 1,
Date Reviewed:
APPROVED FORM ❑ Returned for revision (See Comments)
Comments
Step 2: REVIEW BY
Review by:
`t71 Date Reviewed: _
APPROVED AS TO FORM
Comments 11D/UJ a I,1 Ys - dc,,
❑ Returned for kvision (See Comments)
Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK MANAGEMENT AND
PROSECUTING ATTORNEY
Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINALS
Step 5: SUBMIT TO BOCC FOR APPROVAL
Submit originals and 6 copies of Contract and Review Form with Agenda Bill to BOCC Office.
Place "Sign Here" markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday's agenda.
(This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.)
Michael Haas
\\CASTLEHILL\Group\Publicworks\PW_ROADS\2-BST CHIPSEAL\2016 (&-17) CHIPSEAL PROGRAM\BST Oil 2017\B-BOCC & Contract\2-Contract Review
Form 2017.docx rev. 12/10/2014
rf