cw17025-1 highway materials and supplies web viewrip rap shall meet all requirements of section 713...

67
OKLAHOMA COUNTY INVITATION TO BID/ CENTRAL PURCHASING REQUEST FOR PROPOSAL Solicitation Number: CW17025-1 Highway Materials & Supplies Term of Contract: July 1, 2016 through December 31, 2016 Solicitation Type: RFP ITB Multi –Step Issue Date: May 11, 2016 Bid Due Date/Time: June 8, 2016 @ 9 a.m. CDT RETURN BIDS TO: Oklahoma County Central Purchasing 320 Robert S. Kerr, Suite 117 Oklahoma City, Oklahoma 73102 (See Submission Procedures Section D-1 of the Purchasing and Bid Regulations Section) Purchasing Officer/Agent: Linda Hollingsworth, CPO Phone Number: 405-713-1488 Email: [email protected] Bidder’s FEI/SSN:____________________________ Company:_________________________________ __ Address:_________________________________ ___ ____________________________________ Contact name : ______________________________ Phone Number: ____________Fax No.____________ Email Address: SHIP TO ADDRESS/PLACE OF PERFORMANCE: Highway District # 1, 7321 NE 23 rd , OKC, OK 73141 Highway District # 2, 7105 S. Anderson, OKC, OK 73150 Highway District # 3, 11500 N. Hudson, OKC, 73114

Upload: others

Post on 20-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

OKLAHOMA COUNTY INVITATION TO BID/CENTRAL PURCHASING REQUEST FOR PROPOSAL

Solicitation Number: CW17025-1 Highway Materials & SuppliesTerm of Contract: July 1, 2016 through December 31, 2016Solicitation Type: RFP ITB Multi –Step

Issue Date: May 11, 2016

Bid Due Date/Time: June 8, 2016 @ 9 a.m. CDT

RETURN BIDS TO:Oklahoma CountyCentral Purchasing

320 Robert S. Kerr, Suite 117Oklahoma City, Oklahoma 73102

(See Submission Procedures Section D-1 of the Purchasing and Bid Regulations Section)

Purchasing Officer/Agent: Linda Hollingsworth, CPO

Phone Number: 405-713-1488 Email: [email protected]

Bidder’s FEI/SSN:____________________________

Company:___________________________________

Address:____________________________________

____________________________________

Contact name : ______________________________

Phone Number: ____________Fax No.____________

Email Address: _______________________________

SHIP TO ADDRESS/PLACE OF PERFORMANCE:

Highway District # 1, 7321 NE 23rd, OKC, OK 73141

Highway District # 2, 7105 S. Anderson, OKC, OK 73150

Highway District # 3, 11500 N. Hudson, OKC, 73114

THIS AFFIDAVIT MUST BE EXECUTED FOR THE BID TO BE CONSIDEREDAFFIDAVIT: I, the undersigned of lawful age, being first duly sworn on oath say that he (she) is the agent authorized by the bidder to submit the attached bid. Affiant further states that the bidder has not been a party to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; or with any County Official or employee as to quantity, quality or price in the prospective contract or any other terms of said prospective contract; or in any discussions between bidders and any County Official concerning exchange of money or thing of value for special consideration in the letting of a contract; that the bidder/contractor has not paid, given or donated or agreed to pay, give or donate to any officer or employee of Oklahoma County (or other entity) any money or other thing of value, either directly or indirectly in the procuring of the award of a contract pursuant to this bid.

No person, firm or corporation who is convicted of or pleads guilty to a felony involving fraud, bribery, corruption or sales to the State or to any of its political subdivisions may make sale of real or personal property to Oklahoma County.

Affiant further states that full payment shall be made of all indebtedness incurred by such contractor or his subcontractor who performs work in performance of any contract using labor, and or materials or repairs to and parts for equipment used and consumed in performance of a contract with Oklahoma County. False execution of this affidavit shall constitute perjury and is punishable as provided by law.

Bidder’s Name (Type or Print): ___________________________________________

Bidder’s Signature: ________________________________________ Date: ______________

Subscribed and sworn before me this ________ day of ____________________, 20 ____.

My Commission Expires NOTARY PUBLIC (CLERK)

OKLAHOMA COUNTYGENERAL TERMS AND CONDITIONS

INVITATION TO BID & REQUEST FOR PROPOSAL

1. Explanation to Bidders.Bidders who need clarification shall contact the Central Purchasing officer or agent shown on the ITB/RFP. Oral explanations or instructions given before award of a contract will not be binding. Any information given a bidder concerning a solicitation will be provided promptly to all other bidders as an amendment, if that information is necessary in submitting bids or if the lack of it would preclude other bidders.

2. Type of Contract.This is a firm fixed price contract for the supplies/services specified.

3. Preparation of Bids.a. Bidders are expected to examine the solicitation, statement of work, instructions, and all amendments. Failure to do so

will be at the bidder’s risk.b. Each bidder shall provide the information required by the solicitation. Bids shall be typewritten or written in ink,

notarized with original signatures. Penciled bids, faxed or emailed bids will not be accepted. The person signing the bid shall initial erasures or other changes.

c. Unit price shall be entered on the form provided or a copy thereof.d. If supplier wishes to bid “all or none” this must be clearly shown on the bid.e. Recipients of this solicitation not responding with a bid shall return only the front sheet annotated with “no bid”, their

company name and address.4. FOB Destination and Shipping Instructions.

a. Unless otherwise specified, all goods are to be shipped pre-paid, F.O.B. Destination. F.O.B. Destination shall mean delivered to the receiving dock or other point specified in the purchase order. The County assumes no responsibility for goods until accepted at the receiving point in good condition. Title and risk of loss or damage to all items shall be the responsibility of the contract supplier until accepted by the ordering agency. The successful supplier shall be responsible for filing, processing and collecting all damage claims.

5. Delivery.0. For any exception to the delivery date as specified on this order, vendor shall give prior notification and obtain written

approval thereto from the Purchasing Agent or appropriate buyer with respect to delivery under this contract. Time is of the essence and the order is subject to termination for failure to deliver as specified and/or appropriate damages.

6. Changes.No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification of this order will be effective without written consent of the Purchasing Agent or appropriate Purchasing Officer.

7. Amendments to Invitation to Bid.a. If this solicitation is amended, then all terms and conditions, which are not modified, remain unchanged.b. Bidders shall acknowledge receipt of any amendment to this solicitation by signing and returning the amendment form.

Central Purchasing must receive the acknowledgement by the opening time and date specified for receipt of bids.8. Rejection.

All goods or materials purchased herein are subject to approval by the end user. Any rejection of goods or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the end user or returned, will be at the Vendor’s risk and expense.

9. Oral Agreements.No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in the solicitation or the resultant contract. All modifications to the contract must be made in writing by the Central Purchasing Department.

10. Bid Compliance.The County reserves the right to reject any bid that does not comply with the requirements and specifications of the solicitation. A bid shall be rejected when the bidder imposes terms or conditions that would modify requirements of the solicitation or limit the bidder’s liability to the County.

2

OKLAHOMA COUNTYGENERAL TERMS AND CONDITIONS

INVITATION TO BID & REQUEST FOR PROPOSALCONTINUED

11. Evaluation and Award.a. The County shall evaluate bids in response to this solicitation and will award a contract based on lowest and best

criteria in accordance with Oklahoma Statute Title 19, Section 1505.b. Acquisition based on lowest and best criteria which includes but not limited to the operational cost the County, quality

and/or technical competency, delivery and/or implementation schedule, maximum facilitation, data exchange and/or integration, warranties, guarantees, return policy, vendor stability, best solution to proposed planning documents and/or strategic program, vendor experience, vendor prior performance, vendor expertise with similar scope, extent and quality of proposed participation and acceptance of all user groups, proven methodology and tools, innovative use of current technologies and quality results by vendor.

c. The County may (1) reject any or all bids, (2) accept other than the lowest bid, and (3) waive informalities or minor irregularities in bids received.

d. The County reserves the right to accept by item, group of items or by the total bid.e. The County may award multiple contracts for the same or similar supplies to two or more sources under this

solicitation. 12. Notice of Award.

A notice of award letter signed by the Oklahoma County Commissioners will be furnished to each successful bidder and shall result in a binding contract. The award notice is ONLY a notice to the successful bidder(s). The bidder must contact the Department listed for order information. No order may be placed without a purchase order being issued by Oklahoma County.

13. Invoicing Instructions.a. The invoice shall state the name and address of the vendor and must be sufficiently itemized to clearly describe each

item purchase, the unit price when applicable, the number or volume of each item purchased, the total price, the total purchase price, purchase order number, and the date of the purchase.

b. The vendor shall be paid upon submission of proper invoices to the ordering department at the prices stipulated on the bid/contract. Invoices shall contain the purchase order number. Failure to follow these instructions may result in delay of processing invoices for payment.

c. Oklahoma County payment terms are Net 30 days from receipt of invoice.14. Identification.

All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this order shall contain the applicable purchase order number.

15. Prompt Payment Discounts.Discounts for prompt payment will not be considered in the evaluation of bids. However, any discount offered will be annotated on the award and may be taken if payment is made with the discount period.

16. State and Federal Taxes.Purchases by the County are not subject to any sales tax or federal excise tax. Exemption certificates will be furnished upon request.

17. Warranty.a. The successful bidder agrees that the supplies or services furnished under this contract shall be covered by the most

favorable commercial warranties the Contractor gives to any customer for such supplies or services; and rights and remedies provided herein are in addition to and do not limit any rights afforded to Oklahoma County by any other term of this contract.

b. Vendor warrants that articles supplied under this order conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed except that if a particular purpose is stated, the material must then be fit for that particular purpose.

18. Brand Name or EquivalentWhen a brand is named in the solicitation it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired, unless the term “Brand Name Only” is used in conjunction with the line item(s) in which case only that brand name will be accepted. Brands of equal quality, performance, and use shall be considered, provided vendor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand, which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to reject the bid.

19. Usage Reports: Awarded vendors must submit quarterly usage reports. Reports shall provide the total dollar amounts sold to all Oklahoma County departments. Reports shall be submitted quarterly regardless of quantity. Usage reports shall be delivered to Oklahoma County Purchasing Department, 320 Robert S. Kerr, Suite 117, Oklahoma City, OK 73102, within

3

30 calendar days upon completion of performance quarter period cited below. Contract quarterly reporting periods shall be as follows:

OKLAHOMA COUNTYGENERAL TERMS AND CONDITIONS

INVITATION TO BID & REQUEST FOR PROPOSALCONTINUED

January 1 through March 31April 1 through June 30

July 1 through September 30October 1 through December 31

Failure to provide usage reports may result in cancellation or suspension of contract. ***Usage reports apply only to county-wide contracts.

20. No Conflicts Provision: The Contractor, by signing this bid/proposal, hereby represents and warrants that the Contractor is in compliance with Resolution No. 279-99 adopted by the Board of County Commissioners of Oklahoma County (the "Board") on October 4, 1999, which provides that no officer or employee of Oklahoma County, whether hired, elected or appointed, shall be interested, directly or indirectly, in any contract for services, work, materials, supplies or equipment, or the profits thereof, or in any purchase made for or sales made by, to or with Oklahoma County, AND ALL SUCH CONTRACTS IN VIOLATION OF SUCH RESOLUTION SHALL BE ABSOLUTELY VOID; provided, however, the following shall not be in violation of such Resolution: (a) contracts entered into by the Board with publicly held corporations; or (b) contracts entered into by the Board that arise from settlements or arrangements of claims or lawsuits brought by or against Oklahoma County that are being prosecuted or defended by the office of the District Attorney; (c) the depositing of funds or contracts for the depositing of funds in a bank or other depository; or (d) contracts entered into by the Board with an individual or organization that is the only reasonably available source for the work, services, or materials sought by the Board.

21. Construction Project Bid Requirements: (Construction Contracts Only) The Contractor, by signing this bid/proposal

hereby represents and warrants that the Contractor is in compliance with Oklahoma State Statute Title 61 Section 107 paragraphs A-D.

A. A bidder on a public construction contract exceeding Fifty Thousand Dollars ($50,000.00) shall accompany the bid with:

1. A certified check, cashier's check or bid bond equal to five percent (5%) of the bid, which shall be deposited with the awarding public agency as a guaranty; or

2. An irrevocable letter of credit containing terms the Construction and Properties Division of the Department of Central Services prescribes, issued by a financial institution insured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation for the benefit of the state, on behalf of the awarding public agency, in an amount equal to five percent (5%) of the bid. The awarding public agency shall deposit the irrevocable letter of credit with the Division.

B. The cost of republication of the notice to bidders, actual expenses incurred by reason of the bidder's default and the difference between the low bid of the defaulting bidder and the amount of the bid of the bidder to whom the contract is subsequently awarded, but not to exceed the amount of the certified check, cashier's check, bid bond or irrevocable letter of credit may, at the discretion of the awarding public agency, be forfeited to the awarding public agency in the event the apparently successful bidder fails to execute the contract or fails to provide the required bonds or irrevocable letters of credit and insurance to the awarding public agency.

C. The public agency shall, upon receipt of notice from the awarding public agency, return a certified or cashier's check, bid bond, or irrevocable letter of credit to the successful bidder on execution and delivery of the contract and required bonds or irrevocable letters of credit and insurance. Checks of unsuccessful bidders shall be returned to them in accordance with the terms of the bid solicitation.

D. Nothing contained herein shall be construed so as to prevent the awarding public agency or the courts from exonerating the bidder and other parties to the bid security document from liability upon a timely showing that the

4

bidder committed what the courts have determined under the common law to be an excusable bidding error and for that reason it would not be equitable to enforce the bid security.

22. Execution of Contract (Construction Contracts Only as required by law):

A. Except as otherwise provided by law, within the period of time, not to exceed sixty (60) days, specified in the bid notice by the awarding public agency, a contract embodying the terms set forth in the bidding documents shall be executed by the awarding public agency and the successful bidder. No bidder shall obtain any property right in a contract awarded under the provisions of the Public Competitive Bidding Act of 1974 until the contract has been fully executed by both the bidder and the awarding public agency.

B. Except as otherwise provided by law, within the period of time specified in subsection A of this section, the following shall be provided by the contractor to the awarding public agency for contracts exceeding Fifty

Thousand Dollars ($50,000.00):

1. A bond or irrevocable letter of credit complying with the provisions of Section 1 of this title;

2. A bond in a sum equal to the contract price, with adequate surety, or an irrevocable letter of credit containing terms prescribed by the Construction and Properties Division of the Department of Central Services issued by a financial institution insured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation for the benefit of the state, on behalf of the awarding public agency, in a sum equal to the contract price, to ensure the proper and prompt completion of the work in accordance with the provisions of the contract and bidding documents;

3. A bond in a sum equal to the contract price or an irrevocable letter of credit containing terms as prescribed by the Division issued by a financial institution insured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation for the benefit of the state, on behalf of the awarding public agency, in a sum equal to the contract price, to protect the awarding public agency against defective workmanship and materials for a period of one (1) year after acceptance of the project; and

4. Public liability and workers' compensation insurance during construction in reasonable amounts. A public agency may require the contractor to name the public agency and its architects or engineers, or both, as an additional assured under the public liability insurance, which requirement, if made, shall be specifically set forth in the bidding documents.

C. A single irrevocable letter of credit may be used to satisfy paragraphs 1, 2 and 3 of subsection B of this section, provided such single irrevocable letter of credit meets all applicable requirements of subsection B of this section.

If the contractor needs additional time in which to obtain the bond required pursuant to subsection B of this section, the contractor may request and the awarding agency may allow the contractor an additional sixty (60) days in which to obtain the bond.

D. 1. After the award of a contract, but prior to its execution, an awarding public agency, upon discovery of an administrative error in the award process that would void an otherwise valid award, may suspend the time of execution of the contract. The agency may rescind the award and readvertise for bids, or may direct correction of the error and award the contract to the lowest responsible bidder, whichever shall be in the best interests of the state.

2. If the awarding public agency has a governing body, the agency shall, at the next regularly scheduled public business meeting of the governing body of the agency, upon the record, present to the governing body that an error has been made in the award process and shall state the nature of the error. The governing body, upon presentation of the facts of the error, may rescind the award and readvertise for bids, or may direct correction of the error and award the contract to the lowest responsible bidder, whichever shall be in the best interests of the state.

E. No public agency shall require for any public construction project, nor shall any general contractor submit a project bid based on acquiring or participating in, any wrap-up, wrap-around, or controlled insurance program. For the purposes of this subsection, "wrap-up, wrap-around, or controlled insurance program" means any insurance

5

program that has the effect of disabling or rendering inapplicable any workers' compensation, commercial general liability, builders' risk, completed operations, or excess liability insurance coverage carried by a subcontractor that is engaged or to be engaged on a public construction project.

F. This act shall not apply to the public construction projects of constitutional agencies which had authorized a wrap-up, wrap-around, or controlled insurance program on or before April 11, 2000.

PURCHASING AND BID REGULATIONS

A Vendors wishing to do business with the County should be included on the “Bidders List” maintained by the Purchasing Dept. All vendors are eligible for consideration.

B Vendors wishing to be added to Oklahoma County’s “Bidders List” can subscribe via e-mail at www.oklahomacounty.org.C Removal from “Bidders List”

1 Removal or Suspension. The Purchasing Agent may remove any vendor on the “Bidders List” for such period of time as is deemed necessary by the Purchasing Agent.

2 Cause for Removal or Suspension. The following shall be deemed sufficient grounds for removal, suspension or cancellation of contract.--a-- Three (3) consecutive failures to respond to the Notice to Bid.--b-- Failure to post satisfactory performance bond when required.--c-- Consistent failure to conform to contract specifications.--d-- Failure to make timely delivery.--e-- Failure to keep bid firm for the time specified on the Notice to Bid.--f-- Collusion with others to restrain competitive bidding.--g-- Bankruptcy or other evidence of insolvency of the bidder.--h-- Giving false or misleading information to register or to submit a bid.--i-- Any violation of these rules and regulations or other evidence indicating the vendor is no longer

qualified to do business with the County.3 Notice of removal or suspension may be appealed in writing within five (5) working days after notice of removal or suspension.

BID PROCEDURESA Bid selection. If no bids are received and a new bid is not issued, the County Purchasing Agent may solicit telephone quotes from

three or more vendors selected at random and select the lowest and best bid.B Formal requirements on bid form.

--1-- Submitted bids shall be in strict conformity with the instructions to bidders and shall be submitted on the approved form. All bids, quotations, and contracts shall be typewritten or written in ink. Any corrections to this instrument shall be initialed in ink.

--2-- This form must be made out in the name of the bidder and must be properly executed by an authorized person, in ink, and notarized with full knowledge and acceptance of all its provisions.

--3-- Bids and any bid amendments thereto shall be submitted in a single envelope, package, or container and shall be sealed. The name and address of the bidder shall be inserted in the upper left corner of the single envelope, package, or container. BID NUMBER AND BID OPENING DATE MUST APPEAR ON THE FACE OF THE SINGLE ENVELOPE, PACKAGE, OR CONTAINER.

C Bid contents - Terms and Conditions1 Entire Agreement. The General Terms & Conditions of this solicitation, together with the specifications and any other

documents made a part of the bid package, shall constitute the entire agreement between the parties.2 Amendments. An amendment will be issued for any changes or waivers of specifications, terms, or conditions of a bid. This

amendment must be issued by the County Purchasing Department.3 Offer Firm for Thirty Days. Bid prices will be firm until approved by the Board of County Commissioners or for 30 calendar

days from the bid opening date. 4 Unit and Total Prices. Prices per unit should be clearly shown and extended. Bidder guarantees the unit price to be correct.5 Items to be New. Unless otherwise stated with the solicitation, goods, materials or equipment offered are to be new and of

current design.5 Alternate Bids. Alternate bids may be considered if accompanied by complete specifications and pertinent information.6 Non-Acceptance of Split Award - “All or None Bid”. The Board reserves the right to make an award to items or groups of

items listed on a bid. If the vendor wishes to bid All or None this must be stated on the bid.8 Title and Risk or Loss. Title to goods shall not pass from the vendor until such goods are received by the requesting departments

receiving officer. Risk of loss prior to such receipt shall be borne by the vendor.

6

9 Shipping Instruction. Firm price should be F.O.B. destination unless otherwise specified. The bidder shall prepay all packaging, handling, shipping & delivery charges.

10 Inspection and Rejection. All goods and materials shall be subject to inspection by the receiving officer. Any goods not in complete conformance with the contract specifications, defective in material or workmanship, or found to contain latent defects, may be rejected. Such goods are to be removed and replaced by and at the cost of the vendor promptly after notification. The costs of inspection and risk of loss shall be borne by the vendor.

12 Payment. Payment by the County for goods received shall not constitute acceptance if subsequent events reveals latent defects or a failure to meet contract specification. Payment for a partial delivery shall not be deemed acceptance of undelivered goods.

13 Exemption from Taxes. Purchases made by the County are exempt from State Sales Taxes (68 Okla. Stat. 71&23532) and from Federal Excise Taxes (Chapter #32 of the Internal Revenue Code). These taxes should not be included in price quotation.

14 Payment Terms. Terms are to be such as to allow a minimum of net thirty (30) days for payments.15 Bid Security. When a deposit is made by the bidder it is a guarantee that, should they be the successful bidder, they will enter

into a contract in accordance with the terms and conditions specified.--a-- This security may be in the form of a certified check or cashiers check, a bid bond or performance bond.--b-- Bid security may be required for out-of-state bidders, service contract bidders and other special

circumstances as needed by the County.--c-- When bids requiring security are opened, money will be deposited and a record will be kept by the

Board of County Commissioners. All bidders will receive their deposit back after compliance bythe successful bidder.

D Submission Procedures1 Sealed Envelope. Bids must be submitted in a sealed envelope with the name and address of the vendor, the bid number and date

and time of closing clearly marked on the outside of the envelope. See illustration.

2 Where to Submit. Bids are to be mailed or submitted to the Oklahoma County Purchasing Department, Suite 117, 320 Robert S. Kerr, Oklahoma City, OK 73102 between the hours of 8:00 AM and 5:00 PM (Central Local Time) Monday through Friday excluding County observed holidays.

3 Change or Withdrawal of Bid. A bid may not be changed or withdrawn after is has been received unless changes are to be made by submission of a substitute bid or a letter may be submitted to the Purchasing Agent withdrawing a bid before the bid due date which will be returned to the vendor.

4 Late Bids. By definition local time is the time clock located in the Purchasing Department and is synchronized with the County’s Computer System. The time/date stamp clock in the Oklahoma County Purchasing Department shall be the official time of receipt. Bids received after the due date & time listed on the solicitation will be rejected. Late bids shall not be accepted. Late bids will be returned to the vendor unopened.

E Grounds for Rejection1 Any bid which does not meet the requirements or specifications of the solicitation or is unsuitable for the intended use, or does not

comply with these rules and regulations may be rejected. The County Commissioners reserve the right to reject any or all bids when such is deemed in the best interest of the County.

TERMINATIONSubject to the provisions below, the contract award derived from this Invitation to Bid or Request For Proposal may be terminated by either party upon thirty (30) days advance written notice to the other party; but if any work or service hereunder is in progress, but not completed as of the date of termination, then this contract may be extended upon written approval of the County until said work or services are completed and accepted.1. Termination of Convenience

This contract award shall be considered to be in force until the expiration date or until 30 days after notice has been given by either party of its desire to terminate the contract.

2. Termination for DefaultTermination by the County for cause, default, or negligence on the part of the Bidder shall be excluded from the foregoing provision; termination costs, if any, shall not apply. The thirty (30) days advance notice requirement is waived in the event of Termination for Cause.

________________

OK County Purchasing 320 Robert S. KerrBid #___________ Suite 117, OKC 73102Date______Time_______

7

3. Termination Due to Unavailability of Funds in Succeeding Fiscal YearsWhen funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, the Contract shall be canceled, and the County will not be obligated to pay the Contractor for any amount past the date of notification of termination. The County shall have sole discretion to cancel said Contract base on non-appropriation of funds for whatever reason.

4. Immediate Termination,Immediate termination shall be administered when violations are found to be an impediment to the function of the County and detrimental to its cause, or when conditions preclude the 30 day notice.

Based on S.A&I. Form 1-4001 (2002)Revised form for Oklahoma County approved by S.A&I. August 19, 2002

AFFIDAVIT FOR CONTRACTS AND PAYMENTS

STATE OF OKLAHOMA ) ) SS

COUNTY OF OKLAHOMA )

The Undersigned (Architect, Contractor, Supplier or Engineer), of lawful age, being first duly sworn, on oath states that this contract is true and correct, and that the Affiant is the _____________________(title) for _____________________________(name of contractor), and that the affiant is authorized by the Contractor to sign this Affidavit and thereby bind both the Affiant and the Contractor.

Affiant further states that the (work, services or materials) will be (completed or supplied) in accordance with the plans, specifications, orders or requests furnished the Affiant. Affiant further states that (s)he has made no payment directly or indirectly to any elected official, officer or employee of the State of Oklahoma, any county or local subdivision of the state, of money or any other thing of value to obtain or procure the contract or purchase order.

That the Affiant understands and agrees that the Affiant, by signing this Affidavit under oath, hereby represents and warrants that the Contractor is in compliance with Resolution No. 279-99 adopted by the Board of County Commissioners of Oklahoma County [(the “Board”)] on 10-4-99, which provides that no officer or employee of Oklahoma County, whether hired, elected or appointed, shall be interested, directly or indirectly, in any contract for services, work materials, supplies or equipment, or the profits thereof, or in any purchase made for or sales made by, to or with Oklahoma County, AND ALL SUCH CONTRACTS IN VIOLATION OF SUCH RESOLUTION SHALL BE ABSOLUTELY VOID; provided, however, the following shall not be in violation of such resolution: (a) contracts entered into by the Board with publicly held corporations; or (b) contracts entered into by the Board that arise from settlements or arrangements of claims or lawsuits brought by or against Oklahoma County that are being prosecuted or defended by the office of the District Attorney; (c) the depositing of funds or contracts for the depositing of funds in a bank or other depository; or (d) contracts entered into by the Board with an individual or organization that is the only reasonably available source for the work, services, or materials sought by the Board.

_______________________________________________ Business name of Contractor, Architect, Supplier or Engineer

By______________________________________________ Printed Name of Affiant: ____________________________

Individually and on behalf of the Contractor

Attested to before me this _______day of___________________, 20____

By_______________________________________________

Note: 62 OKL.ST.ANN. §§ 310.9 (A & B), require counties executing contracts with an Architect, Contractor, Engineer or Supplier of Materials of Fifty Thousand Dollars ($50,000.00) or more to complete the statement required by Section 3109 of Title 74.

8

CW17025-1 Highway Materials and SupplyContract Period: July 1, 2016 through December 31, 2016

WASHEDCOVER AGGREGATE FOR BITUMINOUS SURFACE TREATMENT

#1, #2, and #3 AGGREGATES shall comply with Section 703-2(b)2009 Oklahoma State Highway Specifications as A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

PRICE PER TON

#2 AGGREGATE(3/8")

A. PRICE AT THE PLANT $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES BELLY DUMP DELIVERY END DUMP DELIVERYEDMOND ZONE 1 ONLY

- Oklahoma City 1 $

- Luther $

- Arcadia $

- Jones $

- Dewey $

- Choctaw $

- Midwest City $

- Oklahoma City 2 $

- Harrah $

- Del City $

- Pottawatomie $

- Mustang $

- Bethany $

- Oklahoma City 3 $

- Edmond 1 $ $_______

- Edmond 2 $

- Warr Acres $

- Village $

- Spring Creek $

- Deer Creek $

9

VENDOR'S PRODUCT NAME:

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

10

COURSE AGGREGATE FOR BASE Not to include recycled concrete

COURSE AGGREGATE FOR BASE shall comply with Section 703 Oklahoma State Highway Specifications, 2009 Edition and Supplement. Please bid A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul Zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

PRICE PER TON

TYPE A Non-Spec 703.01 1 ½” Crusher Run

A. PRICE AT THE PLANT $ $________

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONESOklahoma City 1 $ $_______

Luther $ $_______

Arcadia $ $_______

Jones $ $_______

Dewey $ $_______

Choctaw $ $_______

Midwest City $ $_______

Oklahoma City 2 $ $_______

Harrah $ $_______

Del City $ $_______

Pottawatomie $ $_______

Mustang $ $_______

Bethany $ $_______

Oklahoma City 3 $ $_______

Edmond 1 Belly Dump Delivery $ $_______

Edmond 1 End Dump Delivery $ $_______

Edmond 2 $ $______

Warr Acres $ $_______

Village $ $_______

Spring Creek $ $_______

Deer Creek $ $_______

VENDOR'S PRODUCT NAMES: A B_______

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

11

# 4 ASPHALT SCREENING AGGREGATE

Please bid A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

#4 100% passing, #200 0 - 15% passing

SCREENING AGGREGATE

PRICE PER TON

A. PRICE AT THE PLANT $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONE BELLY DUMP DELIVERY END DUMP DELIVERYEDMOND ZONE 1 ONLY

Oklahoma City 1 $

Luther $

Arcadia $

Jones $

Dewey $

Choctaw $

Midwest City $

Oklahoma City 2 $

Harrah $

Del City $

Pottawatomie $

Mustang $

Bethany $

Oklahoma City 3 $

Edmond 1 $ $________________

Edmond 2 $

Warr Acres $

Village $

Spring Creek $

Deer Creek $

VENDOR'S PRODUCT NAME:

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

12

SPECIAL 1 1/2 SCREENED COURSE AGGREGATE FOR DRAINAGE

Oklahoma County is receiving bids for special 1 ½” coarse aggregate. The bid price shall be per ton furnished A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

1 1/2 inch screened course aggregate. 1 1/2 inch 100% passing, 1/2 inch 0-15% passing.

.

SPECIAL 1 1/2 SCREENED COURSE AGGREGATE

PRICE PER TON

A. PRICE AT THE PLANT $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES BELLY DUMP DELIVERY END DUMP DELIVERYEDMOND ZONE 1 ONLY

Oklahoma City 1 $

Luther $

Arcadia $

Jones $

Dewey $

Choctaw $

Midwest City $

Oklahoma City 2 $

Harrah $

Del City $

Pottawatomie $

Mustang $

Bethany $

Oklahoma City 3 $

Edmond 1 $ $____________

Edmond 2 $

Warr Acres $

Village $

Spring Creek $

Deer Creek $

VENDOR'S PRODUCT NAME:

13

SPECIAL 3" SCREENED COARSE AGGREGATE FOR DRAINAGE

Oklahoma County is receiving bids for special 3” coarse aggregate. The bid price shall be per ton furnished A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

3 inch screened course aggregate. 3 inch 100% passing, 2" inch 25 - 75% passing, 3/4 inch 0 - 5% passing.

Payment shall be at the contract unit price bid per ton picked up at the bidders’ plant.

SPECIAL 3" SCREENED COURSE AGGREGATE

PRICE PER TON

A. PRICE AT THE PLANT $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES BELLY DUMP DELIVERY END DUMP DELIVERY EDMOND ZONE 1 ONLY

Oklahoma City 1 $

Luther $

Arcadia $

Jones $

Dewey $

Choctaw $

Midwest City $

Oklahoma City 2 $

Harrah $

Del City $

Pottawatomie $

Mustang $

Bethany $

Oklahoma City 3 $

Edmond 1 $ $_______________

Edmond 2 $

Warr Acres $

Village $

Spring Creek $

Deer Creek $

VENDOR'S PRODUCT NAME:

14

3" SURGE ROCK

Oklahoma County is receiving bids for 3” surge rock. The bid price shall be per ton furnished A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

Payment shall be at the contract unit price bid per ton picked up at the bidders’ plant.

3" SURGE ROCK

PRICE PER TON

A. PRICE AT THE PLANT $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES BELLY DUMP DELIVERY END DUMP DELIVERY EDMOND ZONE 1 ONLY

Oklahoma City 1 $

Luther $

Arcadia $

Jones $

Dewey $

Choctaw $

Midwest City $

Oklahoma City 2 $

Harrah $

Del City $

Pottawatomie $

Mustang $

Bethany $

Oklahoma City 3 $

Edmond 1 $ $_______________

Edmond 2 $

Warr Acres $

Village $

Spring Creek $

Deer Creek $

VENDOR'S PRODUCT NAME:

6" SURGE ROCK

15

Oklahoma County is receiving bids for 6” surge rock. The bid price shall be per ton furnished A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated.

Payment shall be at the contract unit price bid per ton picked up at the bidders’ plant.

6" SURGE ROCK

PRICE PER TON

A. PRICE AT THE PLANT $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES BELLY DUMP DELIVERY END DUMP DELIVERY EDMOND ZONE 1 ONLY

Oklahoma City 1 $

Luther $

Arcadia $

Jones $

Dewey $

Choctaw $

Midwest City $

Oklahoma City 2 $

Harrah $

Del City $

Pottawatomie $

Mustang $

Bethany $

Oklahoma City 3 $

Edmond 1 $ $_______________

Edmond 2 $

Warr Acres $

Village $

Spring Creek $

Deer Creek $

VENDOR'S PRODUCT NAME:

16

RIP RAP

Rip Rap shall meet all requirements of Section 713 of the Oklahoma State Highway Specifications. Please bid A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. All delivered materials are to be belly dump unless otherwise stated.

8” 12" 18" 24” 36”

PRICE PER TONA. PRICE AT THE PLANT $ $ $ $ $

VENDOR'S PLANT LOCATION: MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES

Oklahoma City 1 $ $ $ $ $

Luther $ $ $ $ $ ________

Arcadia $ $ $ $ $

Jones $ $ $ $ $

Dewey $ $ $ $ $

Choctaw $ $ $ $ $

Midwest City $ $ $ $ $

Oklahoma City 2 $ $ $ $ $

Harrah $ $ $ $ $

Del City $ $ $ $ $

Pottawatomie $ $ $ $ $

Mustang $ $ $ $ $

Bethany $ $ $ $ $

Oklahoma City 3 $ $ $ $ $

Edmond 1 Belly Dump Delivery $ $ $ $ $ ________

Edmond 1 End Dump Delivery $ $ $ $ $

Edmond 2 $ $ $ $ $

Warr Acres $ $ $ $ $

Village $ $ $ $ $

Spring Creek $ $ $ $ $

Deer Creek $ $ $ $ $

VENDOR'S PRODUCT NAME:

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

17

FILL SAND, WASHED CONCRETE SAND

Oklahoma County is receiving bids for the following sand. The bid price shall be per ton furnished A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated

1) Fill Sand

2) Washed Concrete Sand

PRICE PER TON

FILL SAND WASHED CONCRETE SCREENED FILLSAND SAND

A. PRICE AT THE PLANT $_______ $________ $____________

VENDOR'S PLANT LOCATION: MILES TO OKALHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES

- Oklahoma City 1 $ $ $_________- Luther $ $ $_________- Arcadia $ $ $_________- Jones $ $ $_________- Dewey $ $ $_________- Choctaw $ $ $_________- Midwest City $ $ $_________- Oklahoma City 2 $ $ $_________ - Harrah $ $ $_________ - Del City $ $ $_________- Pottawatomie $ $ $_________- Mustang $ $ $_________ - Bethany $ $ $_________- Oklahoma City 3 $ $ $_________- Edmond 1 Belly Dump Delivery $ $ $_________ - Edmond 1 End Dump Delivery $ $ $_________ - Edmond 2 $ $ $_________ - Warr Acres $ $ $_________- Village $ $ $_________ - Spring Creek $ $ $_________- Deer Creek $ $ $_________

VENDOR'S PRODUCT NAMES: 1 2 3_________

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

TOP SOIL

Oklahoma County is receiving bids for a moderately fine textured sandy loam soil consisting of 20 to 30% clay and 70-80% sand with a neutral pH (6.6 – 7.3) that is suitable for growing vegetation. The price shall be per ton furnished order picked up at the plant.

TOP SOIL PRICE PER TON

A. PRICE AT THE PLANT $ ____

VENDOR'S PLANT LOCATION: _____ ____________ MILES TO OKALHOMA COUNTY LINE FROM VENDOR'S PLANT:

18

HYDRATED LIME MATERIAL

Oklahoma County is receiving bids for the following lime. The bid price shall be per ton furnished A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. All delivered materials are to be belly dump unless otherwise stated. The material shall comply with Section 706.01 Oklahoma State Highway Specifications, 2009 Edition and Supplements.

Material: 1. Definition: Hydrated lime for stabilization shall consist essentially of a calcium hydroxide with a lesser amount of calcium oxide, magnesium oxide and magnesium hydroxide made from a dry powder obtained by treating quick-lime with enough water to satisfy its chemical affinity for water under the conditions of its hydration..

2. Chemical Composition: When tested under the appropriate sections of ASTM C 25, the lime shall conform to the following requirements:

Available calcium hydroxide.Available lime index (as is basis) expressed as CaO - not less

Than 90 percent.

3. Fineness: When tested under the appropriate sections of ASTM C 110, the lime shall conform to the following requirements:

Percent passing no. 20 sieve 99 or morePercent passing no. 200 sieve 80 or more

Rate of Delivery:

Anticipated from thirty (30) tons to five hundred (500) tons per delivery day. County forces will inform supplier of need at least forty-eight (48) hours in advance.

A. PRICE AT THE PLANT $ COST PER TON

VENDOR'S PLANT LOCATION:

MILES TO OKLAHOMA COUNTY LINE FROM VENDOR'S PLANT:

B. DELIVERY ZONES COST PER TON:

- Oklahoma City 1 $ - Luther $ - Arcadia $ - Jones $ - Dewey $ - Choctaw $ - Midwest City $ - Oklahoma City 2 $ - Harrah $ - Del City $ - Pottawatomie $ - Mustang $ - Bethany $ - Oklahoma City 3 $ - Edmond 1 Belly Dump Delivery $______ - Edmond 1 End Dump Delivery $ - Edmond 2 $ - Warr Acres $ - Village $ - Spring Creek $ - Deer Creek $

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

VENDOR'S PRODUCT NAMES:

19

Cement Kiln DustCement kiln dust is a by-product of the manufacture of Portland cement. This material is comprised of the fines gathered by dust collection systems during the cement manufacturing process. It is a very fine material with a particle size between 6 and 100 microns, specific gravity of approximately 2.75 and consisting of a particulate mixture of partially calcined and untreated raw feed, clinker dust, and fuel ash, enriched with alkali sulfates, halides and other volatiles.

Cement kiln dust will be tested under the appropriate sections of ASTM C 25 and AASHTO T 105 to determine the total calcium oxide (CaO), the total alkalies (K²O + Na²O), the total sulfates (SO³), and the loss on ignition. In addition the hydration modulus is calculated as CaO/ (Al²O³ +SiO² + FeO³).

PROPERTY LIMITS Total Calcium Oxide, %, minimum 35Total Alkalies, % maximum 10Total Sulfates, %, maximum 10Loss on Ignition, %, maximum 30Hydration Modulus 2.0 to 2.6

The product of only one plant shall be used on the project, unless otherwise approved by the County Engineer. The Contractor shall provide suitable means of storing and protecting the cement kiln dust against contamination and dampness. Cement kiln dust which has become partially set, contains lumps of caked cement kiln dust, or has been contaminated will be rejected. All methods of sampling and testing shall be in accordance with the above requirements.

B. DELIVERY ZONES COST PER TON

- Oklahoma City 1 $

- Luther $

Arcadia $

- Jones $

- Dewey $

- Choctaw $

- Midwest City $

- Oklahoma City 2 $

- Harrah $

- Del City $

- Pottawatomie $

- Mustang $

- Bethany $

- Oklahoma City 3 $

- Edmond 1 Belly Dump Delivery $ ____________________________ - Edmond 1 End Dump Delivery $ _____________

- Edmond 2 $

- Warr Acres $

- Village $

- Spring Creek $

- Deer Creek $

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County. VENDOR’S PRODUCT NAMES:

FLY ASH

20

Oklahoma County is receiving bids for the following Fly Ash. The bid price shall be per ton furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. The material shall comply with Section 702.01 Oklahoma State Highway Specifications, 2009 Edition and Supplements.

DELIVERY ZONES COST PER TON Price for Pneumatic Dump Price for End Dump- Oklahoma City 1 $ $ - Luther $ $ - Arcadia $ $ - Jones $ $ - Dewey $ $ - Choctaw $ $ - Midwest City $ $ - Oklahoma City 2 $ $ - Harrah $ $ - Del City $ $ - Pottawatomie $ $ - Mustang $ $ - Bethany $ $ - Oklahoma City 3 $ $ - Edmond 1 $ $ - Edmond 2 $ $ - Warr Acres $ $ - Village $ $ - Spring Creek $ $ - Deer Creek $ $

Bidder agrees to deliver said materials in truck load lots F.O.B. shipping points designated within days after notice of the order from the County.

VENDOR'S PRODUCT NAMES:

21

BITUMINOUS MATERIALSEMULSIFIED ASPHALTS

The Emulsified Asphalt to be furnished under this bid shall comply with Section 708, Oklahoma State Highway Specifications, 2009 Edition and Supplements. Please bid A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. STATE LABORATORY CERTIFICATION SHALL BE SUBMITTED WITH BID. Material must be metered at the plant when loaded. Bidder agrees to deliver said materials in truck tank lots F.O.B. shipping points designated within two (2) days after notice from the County. For deliveries less than truckloads, freight may be charged. THE MATERIAL SHALL BE MAINTAINED at satisfactory temperature until it is loaded into County equipment. DEMURRAGE OR DELIVERY CHARGES WILL BE ALLOWED IN CASE OF DELAY OR FAILURE OF THE COUNTY TO ACCEPT THE MATERIAL BECAUSE OF BREAK DOWN OF COUNTY EQUIPMENT OR WEATHER CONDITIONS. PLACE OF COUNTY DELIVERY (SECTION LINE LOCATION) SHALL BE LISTED ON INVOICE. Bid price shall include Freight Charges based on established Common Carrier Freight Rates. FAILURE BY THE SUPPLIER TO DELIVER ASPHALT AT THE PROPER TIME AND PLACE AS ORDERED BY COUNTY CAN RESULT IN LOSS OF TIME CHARGE EFFECTED BY COUNTY ON SUPPLIER.

SS-1(c) CRS-1S & CRS-2SA. PRICE AT THE PLANT $ $_________ VENDOR'S PLANT LOCATION:

B. DELIVERY ZONES

Oklahoma City 1 $ $________

Luther $ $________

Arcadia $ $________

Jones $ $________

Dewey $ $________

Choctaw $ $________

Midwest City $ $________

Oklahoma City 2 $ $________

Harrah $ $________

Del City $ $________

Pottawatomie $ $________

Mustang $ $________

Bethany $ $________

Oklahoma City 3 $ $________

Edmond 1 $ $________

Edmond 2 $ $________

Warr Acres $ $________

Village $ $________

Spring Creek $ $________

Deer Creek $ $________

VENDORS PRODUCT NAMES:

22

BITUMINOUS MATERIALS

ASPHALT EMULSIFIED PRIME (AEP)The Asphalt Emulsified Prime to be furnished under this bid shall comply with the following specifications. :

Tests on Emulsion Minimum MaximumViscosity, SSF @ 77o F 20Sieve Test, 20 mesh, % 0.10

Tests on Residue from Distillation (D)Penetration, 77o F 300Residue 45

Please bid A. ordered picked up at the plant and B. furnished F.O.B. to the haul zone requested. Limits of Haul zones are defined on the attached ZONE DESCRIPTION SHEET. Bidder agrees to deliver said materials in truck tank lots F.O.B. shipping points designated within two (2) days after notice from the County. For deliveries less than truckloads, freight may be charged. THE MATERIAL SHALL BE MAINTAINED at satisfactory temperature until it is loaded into County equipment. DEMURRAGE OR DELIVERY CHARGES WILL BE ALLOWED IN CASE OF DELAY OR FAILURE OF THE COUNTY TO ACCEPT THE MATERIAL BECAUSE OF BREAK DOWN OF COUNTY EQUIPMENT OR WEATHER CONDITIONS. PLACE OF COUNTY DELIVERY (SECTION LINE LOCATION) SHALL BE LISTED ON INVOICE. Bid price shall include Freight Charges based on established Common Carrier Freight Rates. FAILURE BY THE SUPPLIER TO DELIVER ASPHALT AT THE PROPER TIME AND PLACE AS ORDERED BY COUNTY CAN RESULT IN LOSS OF TIME CHARGE EFFECTED BY COUNTY ON SUPPLIER.

PRICE PER GALLONAEP

A. PRICE AT THE PLANT $ VENDOR'S PLANT LOCATION:

B. DELIVERY ZONES (Minimum 3,000 gal.)

Oklahoma City 1 $

Luther $

Arcadia $

Jones $

Dewey $

Choctaw $

Midwest City $

Oklahoma City 2 $

Harrah $

Del City $

Pottawatomie $

Mustang $

Bethany $

Oklahoma City 3 $

Edmond 1 $

Edmond 2 $

Warr Acres $

Village $

Spring Creek $

Deer Creek $

VENDORS PRODUCT NAMES:

23

HIGH PERFORMANCE COLD LAY ASPHALTASPHALT PATCHING MATERIAL

The High Performance Cold Lay Asphalt to be furnished under this bid shall comply with the following specifications and the Oklahoma State Highway Standard Specifications for Highways:

GENERAL:

This bituminous patching mix is designed to be applied in the ambient temperature range of 0oF to 100oF. The mixture will provide satisfactory coating, workability and adhesion characteristics while functioning during cool to hot or wet to dry climatic conditions. Once in place and compacted, must be virtually unaffected by changes in weather conditions.

LIQUID ASPHALT BLEND:

The liquid asphalt component used shall be capable of passing AASHTO T182 as modified herein.

AGGREGATE:

The gradation should comply with the following limits except in the case where other studied and approved aggregates should be required by the agency.

PERCENT PASSING

SIEVE HOT WEATHER MIX COLD WEATHER MIX

¾ 100 100½ 100 1003/8” 86-100 86-100No. 4 69-83 69-83No. 10 21-31 21-31No. 40 1-11 1-11No. 80 2-8 2-8No. 200 1.5-3.5 1.5-3.5

Extraction ASTM D2172 0.5%Gradation AASHTO T-30Resistance to Water Damage AASHTO T-182 modified* +95%Outdoor Shelf Life Visual One Year, 50 ton min. @ 6’ height *Note #1: The modification of T-182 consists of immersion of sample at 140oF for 24 hours.

SHELF LIFE:

Can be stored outdoors for extended periods of up to one year while still retaining its performance characteristics.

PERFORMANCE:

Material is guaranteed to perform adequately under normal circumstances in its intended use for a minimum period of six (6) months.

HOT WEATHER HOT WEATHER COLD WEATHER COLD WEATHERPRICE PER PRICE PER PRICE PER PRICE PER50# BAG TON 50 # BAG TON

A. PRICE AT THE PLANT: $ $ $ $ _________

B. PRICE DELIVERIED IN OKLAHOMA COUNTY: $ $ $ $ _________

VENDOR’S PRODUCT NAMES: $ $ _________

24

HAULING CRUSHED MATERIALS

It is the intent of this specification to provide for freight rates to transport crushed materials from various quarries to each of the zones or locations listed for Oklahoma County. The bid price shall be per ton, representing total cost of loading, transporting and unloading crushed materials at the job location specified by Oklahoma County. AMOUNTS: The estimated order per job will require approximately 4,000 to 8,000 tons of crushed material. Bidders should have equipment necessary to deliver no less than 1,000 tons per day as required. INSURANCE: Successful bidder will be required to provide assurance to indemnify and save harmless the County from any liability or damage to private or public property or life sustained in the process of transporting. HAULING CRUSHED MATERIALS: Furnished F.O.B. to the zones specified. Limits of the zones are defined on the attached ZONE DESCRIPTION SHEET.

PRICE PER TON DELIVERED

OTHERLOCATIONS

QUARRIES: DAVIS

B. DELIVERY ZONES

Oklahoma City 1 $ $

Luther $ $

Arcadia $ $

Jones $ $

Dewey $ $

Choctaw $ $

Midwest City $ $

Oklahoma City 2 $ $

Harrah $ $

Del City $ $

Pottawatomie $ $

Mustang $ $

Bethany $ $

Oklahoma City 3 $ $

Edmond 1 $ $

Edmond 2 $ $

Warr Acres $ $

Village $ $

Spring Creek $ $

Deer Creek $ $

We agree to deliver said materials to the shipping points designated within days after notice of the order from the County.

25

LIGHT WEIGHT & CONCRETE BLOCKS; CONCRETE BRICKS

F.O.B. to specified locations in Oklahoma County - Light Weight and Concrete Blocks; and Concrete Bricks.

DESCRIPTION PRICE EACH

- Light Weight Blocks:

- 6" x 8" x 16" $

- 8" x 8" x 16" $

- Light Weight Blocks L:

- 6" x 8" x 16" $

- 8" x 8" x 16" $

- Concrete Blocks:

- 6" x 8" x 16" $

- 8" x 8" x 16" $

- 2" x 8" x 16" $

- Concrete Blocks Solid:

- 4" x 8" x 16" $

- Concrete Brick:

- 4" x 2¼" x 8" $

Bidder agrees to deliver said materials to locations designated within days after notice of the order from the County.

26

USED STEEL BEAMS, H BEAM PILE and CIRCULAR PIPE PILE

F.O.B. Oklahoma County departments.

USED STEEL BEAMS:

Grade A-36W ShapedVarious SizesPrice per Pound

H BEAM PILE:

Grade A-36Various Sizes Including 10" & 12"Price per Pound

Circular Pipe Pile:Pipe piling-12” ODMin. wall thickness of 0.172”Steel materials shall conform to the req. of ASTM Spec. A-252 Grade 2

Vendor's Price Per Pound for: PRICE PER POUND

USED STEEL BEAMS:Grade A-36, W Shaped, Various Sizes

Quantity Ordered:

1 Through 5,000 Pounds: $ 5,001 Through 10,000 Pounds: $ 10,001 Through 20,000 Pounds: $ 20,001 Through 30,000 Pounds: $ 30,001 or More Pounds: $

H BEAM PILE:Grade A-36, Various Sizes Including 10" and 12"

Quantity Ordered:

1 Through 5,000 Pounds: $ 5,001 Through 10,000 Pounds: $ 10,001 Through 20,000 Pounds: $ 20,001 Through 30,000 Pounds: $ 30,001 or More Pounds: $

CIRCULAR PIPE PILE (NEW):12” OD w/min. wall thickness of 0.172”

Quantity Ordered:

1 Through 5,000 Pounds: $ 5,001 Through 10,000 Pounds: $ 10,001 Through 20,000 Pounds: $ 20,001 Through 30,000 Pounds: $

30,001 or More Pounds: $

CIRCULAR PIPE PILE (USED):12” OD w/min. wall thickness of 0.172”

Quantity Ordered:

1 Through 5,000 Pounds: $ 5,001 Through 10,000 Pounds: $ 10,001 Through 20,000 Pounds: $ 20,001 Through 30,000 Pounds: $

30,001 or More Pounds: $

We agree to deliver said materials F.O.B. Oklahoma County within days after notice of the order from the County.

27

GALVANIZED AND BLACK INTERLOCKING SHEETING

Oklahoma County is receiving bids for the following interlocking sheeting:

- Galvanized Interlocking Sheeting:- 7 Gauge- 8 Gauge- 10 Gauge- 12 Gauge

- Black Interlocking Sheeting:

- 7 Gauge- 8 Gauge- 10 Gauge- 12 Gauge

Galvanized and Black Interlocking Sheeting shall meet the following specifications:

1. ASTM A857 Grade 36 for 7, 8, 10, and 12 Gauge Steel. Pre-Galvanized Steel is available only in 8, 10, and 12 Gauge and Conform to ASTM A446 Grade A (Yield is 33 KSI) and Galvanized per ASTM A525 with a Class G210 Coating.

Delivered F.O.B. to specified locations in Oklahoma County.

GALVANIZED INTERLOCKING SHEETING:

7 GAUGE - PRICE PER SQUARE FOOT: $

8 GAUGE - PRICE PER SQUARE FOOT: $

10 GAUGE - PRICE PER SQUARE FOOT: $

12 GAUGE - PRICE PER SQUARE FOOT: $

BLACK INTERLOCKING SHEETING:

7 GAUGE - PRICE PER SQUARE FOOT: $

8 GAUGE - PRICE PER SQUARE FOOT: $

10 GAUGE - PRICE PER SQUARE FOOT: $

12 GAUGE - PRICE PER SQUARE FOOT: $

Bidder agrees to deliver said materials to locations designated within days after notice of the order from the County.

28

REINFORCED CONCRETE PIPE AND END SECTIONS

F.O.B. Oklahoma County Districts 1, 2, and 3:

Reinforced Concrete Pipe (RCP)Cl. III, ASTM C-76Tongue and Grove Joints

Size Price per Linear Foot

18" dia. $

24" dia. $

30" dia. $

36" dia. $

42" dia. $

48" dia. $

RCP End Sections

Size Price Each

For 18" RCP $

For 24" RCP $

For 30" RCP $

For 36" RCP $

For 42" RCP $

For 48" RCP $

VENDOR'S TIME FOR DELIVERY ONCE ORDER IS PLACED:

29

REINFORCED CONCRETE BOX

All prices must include Joint Sealant.

1. Precast Reinforced Design Concrete Box Sections for Culverts, Storm Drains and Sewers with Less Than Two (2) Feet of Cover Subjected to Highway Loading ASTM C-789

Fill Price perSize Wt/Lf Hght. Jt/Lt Linear Foot

3 x 2 605 2' - 20' 8' $

3 x 3 705 2' - 20' 8' $

4 x 2 905 2' - 18' 8' $

4 x 3 1025 2' - 18' 8' $

4 x 4 1155 2' - 18' 8' $

5 x 3 1425 2' - 16' 8' $

5 x 4 1575 2' - 18' 8' $

5 x 5 1725 2' - 18' 8' $

6 x 3 1885 2' - 16' 6' $

6 x 4 2060 2' - 16' 6' $

6 x 5 2235 2' - 16' 6' $

6 x 6 2415 2' - 16' 6' $

7 x 4 2595 2' - 14' 6' $

7 x 5 2795 2' - 14' 6' $

7 x 6 2995 2' - 14' 6' $

7 x 7 3195 2' - 14' 6' $

8 x 4 2795 2' - 14' 6' $

8 x 5 2995 2' - 12' 6' $

8 x 6 3195 2' - 12' 6' $

8 x 7 3395 2' - 12' 6' $

8 x 8 3595 2' - 12' 6' $

9 x 5 3655 2' - 12' 6' $

9 x 6 3885 2' - 10' 6' $

9 x 7 4105 2' - 10' 6' $

9 x 8 4335 2' - 10' 6' $

9 x 9 4555 2' - 10' 6' $

10 x 5 4385 2' - 8' 6' $

10 x 6 4635 2' - 8' 6' $

10 x 7 4885 2' - 8' 6' $

10 x 8 5135 2' - 8' 6' $

10 x 9 5385 2' - 8' 6' $

10 x 10 5635 2' - 8' 6' $

Vendor's time for delivery once order has been placed:

30

REINFORCED CONCRETE BOX

All prices must include Joint Sealant.

1. Precast Reinforced Concrete Box Sections for Culverts, Storm Drains and Sewers with Less Than Two (2) Feet of Cover Subjected to Highway Loading ASTM C-850

Price perSize Wt/Lf Jt/Lt Linear Foot

3 x 2 605 8' $

3 x 3 705 8' $

4 x 2 905 8' $

4 x 3 1025 8' $

4 x 4 1155 8' $

5 x 3 1425 8' $

5 x 4 1575 8' $

5 x 5 1725 8' $

6 x 3 1885 6' $

6 x 4 2060 6' $

6 x 5 2235 6' $

6 x 6 2415 6' $

7 x 4 2595 6' $

7 x 5 2795 6' $

7 x 6 2995 6' $

7 x 7 3195 6' $

8 x 4 2795 6' $

8 x 5 2995 6' $

8 x 6 3195 6' $

8 x 7 3395 6' $

8 x 8 3595 6' $

9 x 5 3655 6' $

9 x 6 3885 6' $

9 x 7 4105 6' $

9 x 8 4335 6' $

9 x 9 4555 6' $

10 x 5 4385 6' $

10 x 6 4635 6' $

10 x 7 4885 6' $

10 x 8 5135 6' $

10 x 9 5385 6' $

10 x 10 5635 6' $

Vendor's time for delivery once order has been placed:

31

REINFORCING STEEL BARS

F.O.B. Oklahoma County Districts 1, 2, and 3 - Reinforcing Steel Bars, Grade 40 and Grade 60, NO import. The delivery locations are as follows:

Oklahoma County Highway District #1: 7321 N.E. 23rd, OKC.Oklahoma County Highway District #2: 7105 S.E. Anderson Rd., OKC.Oklahoma County Highway District #3: 115th and North Hudson, OKC.

It is the intent that this material shall meet all requirements of Section 723 Oklahoma State Highway Specifications.

PRICE PER 20 FT. LENGTHS:

Reinforcing Steel Bars, Grade 40:

Bar Size #3: $

Bar Size #4: $

Bar Size #5: $

Bar Size #6: $

Reinforcing Steel Bars, Grade 60:

Bar Size #3: $

Bar Size #4: $

Bar Size #5: $

Bar Size #6: $

We agree to deliver said materials F.O.B. within days after notice of the order from the County.

32

STEEL GRADER BLADES

To conform with this specification, steel grader blades shall be curved, double beveled, standard 12" punching, square ends, no bolts, unpolished, and unpainted. The chemical and physical requirements shall be as indicated below:

Carbon 0.80 to 1.00 PercentManganese 0.50 to 1.00 PercentSulfurs 0.5 Percent MaximumPhosphorus 0.5 Percent MaximumSilicon 0.3 Percent MaximumBrinell hardness 250 - 325Diameter of Indentation Brinell 3.4 to 3.8 mm

Material to be purchased under this bid shall be delivered F.O.B. County Warehouse(s) within five working days of order by the County at the following unit prices:

PRICE PER PRICE PERLINEAR FOOT LINEAR FOOT

DESCRIPTION 5/8” BOLT HOLE 3/4” BOLT HOLE

6" x 1/2" blades $ $

6" x 5/8" blades $ $

6" x 3/4" blades $ $

8" x 1/2" blades $ $

8" x 5/8" blades $ $

8" x 3/4" blades $ $

We agree to deliver said materials F.O.B. within days after notice of the order from the County.

33

33

HEAT TREATED GRADER BLADES

To conform to this specification, heat treated grader blades shall be curved, double beveled, standard 6" punching, square ends, no bolts, unpolished, and unpainted. The chemical and physical requirements shall be as indicated below:

Manufactured from a 15B30 Boron Steel.

Material to be purchased under this bid shall be delivered F.O.B. County Warehouse(s) within five working days of order by the County at the following unit prices:

PRICE PER PRICE PERLINEAR FOOT LINEAR FOOT

DESCRIPTION 5/8” BOLT HOLE 3/4” BOLT HOLE

6" x 1/2" blades $ $

6" x 5/8" blades $ $

6" x 3/4" blades $ $

8" x 1/2" blades $ $

8" x 5/8" blades $ $

8" x 3/4" blades $ $

We agree to deliver said materials F.O.B. within days after notice of the order from the County.

34

34

BULLET TEETH, PADDLES AND HOLDERS

Oklahoma County is receiving bids for the following Bullet Teeth and Holders to fit drums on the following asphalt reclamation/soil stabilization machines.

1. Bomag MPH 100 Recycler2. Bros Recycler3. Caterpillar RR250B Recycler

The teeth must have knock-in, knock-out shank, enabling quick tool changes. The vendor must provide specification sheet if bidding other than brands listed below. The teeth and holders must meet the following specifications:

Bomag MPH 100 Recycler/Bros Recycler

Kennametal #C 10 HD OR EQUIVALENT, small tooth holder.Kennametal #KB 250 OR EQUIVALENT, large tooth.Kennametal #KBD 250 OR EQUIVALENT, socket.Kennametal #C387BF OR EQUIVALENT, large tooth.Kennametal #C87HDS OR EQUIVALENT, block.Kennametal #RZ4-03P OR EQUIVALENT, grinder tooth.Sollami #76BLK-001, block small holeSollami 76-BLK-2003, blocksSollami 76813-043, small toothSollami 76-538-023, small tooth w/grooveSollami 87-BLK-001, large tooth holderSollami 87512-025, large toothNew Holland Alitec CP16HF

Caterpillar RR250B Recycler

Cat #8E 9087, Fansteel #78-2059-01 OR EQUIVALENT, small tooth.Kennametal #QC 110 H OR EQUIVALENT, slotted block.Kennametal #QC 110 B OR EQUIVALENT, T-holder.

35

35

BULLET TEETH, PADDLES AND HOLDERS

Vendors Brand & Model No. of Tooth for the Bomag MPH 100 Recycler/Bros Recycler:

Vendors Brand & Model No. of Tooth Holders for the Bomag MPH 100 Recycler/Bros Recycler:

Vendors Brand & Model No. of Tooth for the Caterpillar RR250B Recycler:

Vendors Brand & Model No. of Slotted Block for the Caterpillar RR250B Recycler:

Vendors Brand & Model No. of T-Holder for the Caterpillar RR250B Recycler:

Vendors Brand & Model No. of Tooth for the Bros Reclaimer

Vendors Time for Deliver once order is placed:

Price Per EACH 1-50 51-100 101-150 151 or More

One (1) Fansteel #78-2059-01 OR EQUIVALENT, Small tooth $ $ $ $

One (1) Kennametal #C 10 HD OR EQUIVALENT, Small tooth holder $ $ $ $

One (1) Fansteel #78-1633-01 OR EQUIVALENT, Large tooth $ $ $ $

One (1) Fansteel #78-5103-00 OR EQUIVALENT, Large tooth holder $ $ $ $

One (1) Kennametal #KB 250 OR EQUIVALENT, Large tooth $ $ $ $

One (1) Kennametal #KBB 250 OR EQUIVALENT,Socket $ $ $ $

One (1) Kennametal #C387B OR EQUIVALENT,Large tooth $ $ $ $

One (1) Kennametal #C87HDS OR EQUIVALENT,Block $ $ $ $

One (1) Kennametal #RZ4-03P OR EQUIVALENT,Grinder tooth $ $ $ $

One (1) Cat #8E 9087 OR EQUIVALENT, Small tooth $ $ $ $

One (1) Kennametal #QC 110 H OR EQUIVALENT, Slotted block $ $ $ $

One (1) Kennametal #QC 110 B OR EQUIVALENT, T-Holder $ $ $ $

One (1) Fansteel #781-62301 OR EQUIVALENT, Small tooth $ $ $ $

36

36

CORRUGATED GALVANIZED METAL PIPE

This proposal for furnishing Corrugated Galvanized Metal Pipe as per Oklahoma State Highway Specifications, Section 726, 2009 Edition and Supplements, delivered F.O.B. to specified locations in Oklahoma County. All bands for C.G.M.P. from 12" to 30" diameter inclusive shall be 8" wide.All bands for C.G.M.P. from 36" to 54" diameter inclusive shall be 12" wide.All bands for C.G.M.P. from 60" and up diameter shall be 24" wide.

The last 6 inches of seam on both ends on spiral pipe shall be welded. Both ends shall be rerolled to form annular corrugations. All burrs and/or ragged edges resulting from saw cuts shall be ground smooth.Galvanized Band Bolts must be included in bid price.

FURNISHING CORRUGATED SPIRAL GALVANIZED METAL PIPE

A CORRUGATION: 2 2/3" x 1/2"DIAMETERIN INCHES GAUGE PRICE PER LINEAR FOOT END SECTIONS PRICE EACH BANDS PRICE EACH

12 16 $ $ $

15 16 $ $ $

18 16 $ $ $

24 16 $ $ $

14 $ $ $

30 16 $ $ $

14 $ $ $

36 16 $ $ $

12 $ $ $

42 16 $ $ $

12 $ $ $

48 14 $ $ $

12 $ $ $

54 14 $ $ $

12 $ $ $

60 12 $ $ $

10 $ $ $

72 10 $ $ $

37

37

12 $ $ $

14 $ $ $

84 8 $ $ $

B CORRUGATION: 3" x 1" (Must Meet State Specifications Except Gauge.)

36 16 $ $ $

42 16 $ $ $

48 16 $ $ $

54 16 $ $ $

60 16 $ $ $

72 12 $ $ $

14 $ $ $

16 $ $ $

84 16 $ $ $

We agree to deliver said material within days after notice of order from the County.

38

38

CORRUGATED GALVANIZED METAL PIPE ARCHES

This proposal for furnishing Corrugated Galvanized Metal Pipe Arches as per Oklahoma State Highway Specifications, Section 726, 2009 Edition and Supplements, delivered F.O.B. to specified locations in Oklahoma County.

All bands for C.G.M.P. from 15" to 30" diameter inclusive shall be 8" wide.All bands for C.G.M.P. from 36" to 54" diameter inclusive shall be 12" wide.All bands for C.G.M.P. from 60" and up diameter shall be 24" wide.

The last 6 inches of seam on both ends on spiral pipe shall be welded. Both ends shall be rerolled to form annular corrugations. All burrs and/or ragged edges resulting from saw cuts shall be ground smooth.

Galvanized Band Bolts must be included in bid price.

FURNISHING CORRUGATED ARCHED GAVANIZED METAL PIPE

A CORRUGATION: 2 2/3" X 1/2"

SIZEIN INCHES GAUGE PRICE PER LINEAR FOOT END SECTIONS PRICE EACH BANDS PRICE EACH

17 x 13 16 $ $ $

21 x 15 16 $ $ $

24 x 18 16 $ $ $

28 x 20 16 $ $ $

14 $ $ $

35 x 24 16 $ $ $

14 $ $ $

42 x 29 14 $ $ $

12 $ $ $

49 x 33 14 $ $ $

12 $ $ $

57 x 38 12 $ $ $

64 x 43 12 $ $ $

71 x 47 10 $ $ $

12 $ $ $

14 $ $ $

B CORRUGATION: 3" X 1" (Must Meet State Specifications Except Gauge.)

40 x 31 14 $ $ $

39

39

46 x 36 14 $ $ $

53 x 41 14 $ $ $

60 x 46 14 $ $ $

66 x 51 12 $ $ $

14 $ $ $

16 $ $ $

We agree to deliver said material within days after notice of order from the County.

Corrugated Polypropylene PipeAASHTO 330 Highway Specification

20’ & 13’ Lengths Available – All Pipe Watertight

Size Price ($ / LF)

12” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF12” Coupler $___________ / EA

15” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF15” Coupler $___________ / EA

18” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF18” Couple $___________ / EA

21” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF21” Coupler $___________ / EA

24” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF24” Coupler $___________ / EA

30” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF30” Coupler $___________ / EA

36” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF36” Coupler $___________ / EA

42” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF42” Coupler $___________ / EA

48” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF48” Coupler $___________ / EA

60” Corrugated Polypropylene Pipe (AASHTO M330) $___________ / LF60” Coupler $___________ / EA

DUAL WALL POLYPROPYLENE PIPEAll Polypropylene pipe is AASHTO (Highway) rated under spec M330 for use under roadway applications capable of H-25 traffic loads (per

manufacturers recommended installation procedures).

40

40

We agree to deliver said material within days after notice of order from the County.

41

41

TREATED BRIDGE LUMBER- FIR OR PINE

ALL TREATED LUMBER AND PILES: The methods used for the seasoning, preparation, preservative, and treatment of lumber and timber piling where Treated Material is specified shall use a Creosote Oil meeting the requirements of A.S.T.M. Designation D 390-49 and meet all other requirements of Section 731 (Timber Preservative and Treatment "Creosote Oil") of the Standard Specifications for Highway Construction of Oklahoma Highway Commission. The seasoning, preparation, preservative and Treatment of lumber and timber piling shall be specified in Section 731 Timber Preservative and Treatment (Creosote Oil) of the Standard Specifications for Highway Construction of the Oklahoma County Highway Commission or Federal Specifications TT-W-549 and TT-W-5711. All treated bridge lumber shall be dressed rough. All treated bridge lumber and piling shall be inspected immediately prior to treatment for grade and size as specified in Section 727, Timber and lumber of the Standard Specifications for Highway Construction, Oklahoma State Highway Commission. All Treated Bridge Lumber shall be inspected at the plant immediately after treatment for penetration and retention of preservative oils. Incising shall be required on all Douglas Fir Lumber 3-inches or more in thickness. Inspection shall be made by testing laboratory approved by the Board of County Commissioners and the cost of the testing shall be included in the price bid for furnishing the treated bridge lumber and piles. Each piece of treated bridge lumber and piling shall carry the inspector's hammer brand and test reports shall be furnished the County for each shipment of lumber and piling.

SPECIFICATIONS FOR ROUGH OAK BRIDGE PLANK1. GRADES. These specifications cover sound oak bridge plank.2. MANUFACTURE. Standard size. All materials shall be well manufactured. Standard size shall be interpreted to mean that variation in sawing shall be

permitted up to 1/4 inch for normal dimensions of 2 to 7 inches and for dimensions above 8 inches, the normal dimension shall not be exceeded by more than 1/3 inch. In any one shipment ninety (90) per cent of the material shall be within the normal dimensions.

3. WEIGHT. No piece of exceptionally light weight is permitted.4. DECAY. Only pieces of sound wood are acceptable.

5. HOLES. Knot holes from causes other than knots are measured and limited as provided for knots exception that holes from any cause measuring more than one-half (1/2) inch in diameter when measured as provided for the measurement of knots and which extends through the piece are not permitted.

6. CLUSTER KNOTS. Cluster knots and knots in groups are not permitted.7. KNOT MEASUREMENT:

(a) Knots on Narrow Faces. Size of knot on narrow faces is taken as width between lines enclosing knot and parallel to edges of piece. The only knots measured on narrow faces, except spike knots which cross the corners of side out pieces, are those that do not show on wide faces.

(b) Knots on Wide Faces. Size of knot on wide face is the average of its largest and smallest diameter. A spike knot which crossed a corner of a side out piece and contains the intersection of the adjacent faces, or which extends entirely across the face of a piece, shall be measured only on its end or ends between lines paralleled to the edge of the piece.

(c) Permissible Increase in Knot Sizes. Sizes of knots on narrow faces and edges of wide faces may increase proportionately from size permitted in middle third of length to twice that size at end of piece. Size of knots on wide face may increase proportionately from size permitted at edge to size permitted along the center line.

(d) Sum of Knots. Sum of all knots within middle half of length of any face measured as specified by paragraph (a) or (b) for the face under consideration, shall not exceed four and one-half times the size of the largest knot allowed on that face.

(e) Maximum Knots Permissible:TREATED BRIDGE LUMBER- FIR OR PINE

On Narrow Face At Center Lineor at Wide Face Edge of

Nominal width of face middle third of length wide face

2" 7/8" on3" 1 3/8" Narrow4" 1 3/4" Face 1 3/4"6" 1 1/2" at 2 5/8"8" 2" Edge 3 1/2"10" 2 1/2" of 4 3/8"12" 3" Wide Face 5 1/4"

8. SHAKES, CHECKS, AND SPLITS:(a) Shakes, Checks, and Splits, where permitted in the grade specified later in these specifications, are measured at ends of piece. Only those within the middle

half of height are considered. (Height equals width of wide face). Size of shake is distance between lines enclosing shake and paralleled to wide faces of piece. Permissible size is determined by width of narrow face of piece.

(b) Checks and splits are measured and limited in the same way as shakes. The following limitations apply to both ends but only with middle half of height of piece and within three times height from end. (Height equals width of wide face). Size of check within this portion of piece shall be taken as their estimated area, a long horizontal section showing maximum area, divided by three times height of piece. When checks on two parallel faces are opposite or approximately so, sum of their sizes is taken. Sum of sizes of shakes, checks and/or splits shall not exceed permissible size of shake.

(c) Checks extending entirely across and within middle half of height shall not extend into piece at center of width of end a distance greater than size of allowable shake.

(d) Maximum shakes, check, and/or splits expressed in terms of width of narrow face :(e) When Green4/10When seasoned4/9

9. WANE. Wane is permitted on no more than one corner of any piece and not more than twenty (20) percent of the pieces of a given size of a given length up to and including the following amount:

1/4 width of any face.

All oak lumber proposed for shipment under these specifications shall be inspected prior to delivery by an inspection or testing agency approved by the County Commissioners. A test report shall accompany each shipment and only lumber complying with said specifications shall be hammer marked for delivery to the County. The cost of such inspection and testing shall be included in the price bid for Oak Bridge Plank.

42

42

TREATED BRIDGE LUMBER- FIR OR PINETIMBER AND LUMBER

AS APPROVED BY WEST COAST LUMBER INSPECTION BUREAUJANUARY 1, 1956

TIMBER PRESERVATIVE AND TREATMENTSTATE HIGHWAY SPECIFICATIONS, SECTION 731

OR FEDERAL SPECIFICATIONS TT-W-549 AND TT-W-5711

SIZE IN INCHES LENGTH IN FEET PRICE PER BOARD FOOT

2 x 12 14 to 24 $

3 x 4 14 to 24 $

3 x 6 8 to 24 $

3 x 12 8 to 24 $

4 x 12 16 to 24 $

4 x 14 16 to 24 $

10 x 10 18 to 26 $

12 x 12 18 to 26 $

8 x 16 24 to 40 $

Oak Bridge Plank in Standard3" and 4" thickness sizes $

We agree to deliver said materials within days after notice from the County.

TREATED PILING TIMBER PILES TIMBER PRESERVATIVE AND TREATMENT (CREOSOTE OILS)

The piling proposed to be purchased under this bid shall comply with Oklahoma State Highway Specifications, Section Numbers 728 and 731, 1976 Edition and Supplement to Standard Specifications for Highway Construction, 2009 Edition.

PILE IN FEET PRICE EACH

12 $

14 $

16 $

18 $

20 $

25 $

30 $

35 $

40 $

45 $

We agree to deliver said material F.O.B. Oklahoma County within days after notice of the order from the County.

43

43

GALVANIZED GUARD RAILS, ENDS ANDRELATED ITEMS

This proposal for furnishing Galvanized Guard Rail and End as per Section 623 & Section 732, 2009 Edition, Oklahoma State Highway Specifications.

Guard Rails, Single Beam: Price per Linear Foot

25' $ 12½' $

Guard Rails, Radius Rails: Price per Linear Foot

25' $ 15' $

Ends: Price per Each

Special End Shoe: $ Type 1 End: $ Type 4 End: $

Anchor Units:

Anchor Unit Type A $ Anchor Unit Type B $______Anchor Unit Type D (BF) $

Guard Rail Hardware and Related Items: Price per Each

5/8" 1-Unit Plain Anchor $ 5/8" 1-Unit Threaded Anchor $ 3/4" 1-Unit Plain Anchor $ 3/4" 1-Unit Threaded Anchor $ 7/8" 1-Unit Plain Anchor $ 7/8" 1-Unit Threaded Anchor $ 1" 1-Unit Plain Anchor $ 1" 1-Unit Threaded Anchor $ 3/16" x 1 3/4" x 3" Rectangular Washer $ 3/8" x 18" Threaded Rod with 2 Nuts, 2 Washers $ 3/8" Fender Washer for 3/8" Threaded Rod $ 5/8" x 1 1/4" Splice Bolts Button Head $ 5/8" Hex Nuts $ 5/8" Flat Galv. Washer $ 5/8" x 2" Post Bolts Button Head $ 5/8" x 10" Post Bolts Button Head $ 5/8" x 12" Post Bolts Button Head $ 5/8" x 15" Post Bolts Button Head $ 5/8" x 18" Post Bolts Button Head $ 5/8" x 1 1/4" Bolt Hex Head with Nut $ 5/8" x 1 1/2" Bolt Hex Head with Nut and Lock Washer $ 5/8" x 10" Bolt Hex Head with Nut $ 5/8” x 14” Bolt Hex Head with Nut $_______ 7/8" x 12" Bolt Hex Head with Nut $ 7/8" x 18" Bolt Hex Head with Nut $ 7/8" Flat Washer $ 1" Flat Galv. Washer $ 1" x 8" Bolt Hex Head with Nut $ 1" x 13" Bolt Hex Head with Nut $ Fastening Clip 3/16" x 1" x 12" $ Steel Guardrail Plate 6" $ 6" x 8" x 6' Wood Post $ 6" x 8" x 14" Wood Blocks $ 6" x 8" x 6' Wood Post Breakaway 2" Hole $ 7" Top Round Domed Post 6' Long $ W 6" x 8.5" 6' Long Steel Post $ W 6” x 8.5” 12” Spacer Block $_______ W 6" x 8.5" 14" Spacer Block $ W 6” x 4” 6’ Long Steel Post $ W 6” x 4” 14” Spacer Block $

W 6” x 4” 12” Spacer Block $ ______

44

44

Vendor's time for delivery once order has been placed:

CONCRETE AND FLOWABLE FILL CONCRETE MIX, FURNISHED AND UNLOADED:Prices are to be firm for the entire six month period.Furnishing concrete and unloading at the job site in Oklahoma County.The bid price shall be per cubic yard representing total cost of concrete and unloading at the job location specified by Oklahoma County.

I. CONCRETE FURNISHED AND UNLOADED PSI Strengths for: 2500, 3000, 3500, 3500 High Early, 4000, 4500 and 5000.

II. FLOWABLE FILL CONCRETE MIX: 3.7 sack mix, 4.3 sack mix, and 5.2 sack mix must be EQUIVALENT to the Flowable Fill Concrete Mix

INSURANCE: Successful bidder will be required to provide assurance to indemnify and save harmless the County from any liability or damage to private or public property or life sustained in the process of transporting.

CONCRETE AND FLOWABLE FILL CONCRETE MIX, FURNISHED AND UNLOADED :

VENDOR'S PRICE PER HOUR OF HOLDING TIME: $

WHEN DOES HOLDING TIME BEGIN?

IS THERE A MINIMUM ORDER AMOUNT TO PREVENT FREIGHT CHARGES? YES NO

WHAT IS THE FREIGHT COST OF ORDER LESS THAN MINIMUM?

WHAT IS THE MINIMUM ORDER AMOUNT?

VENDOR'S TIME FOR DELIVERY ONCE ORDER IS PLACED?

I. CONCRETE, FURNISHED AND UNLOADED: PRICE PER CUBIC YARD:

0”-4” 5” MAX 7” MAX 9” Max 1% 2% SLUMP SLUMP SLUMP SLUMP NCA * NCA*

2500 PSI $ $ $ $ $ $

3000 PSI $ $ $ $ $ $

3500 PSI $ $ $ $ $ $

3500 HIGH $ $ $ $ $ $ EARLY

4000 PSI $__________ $__________ $_________ $______ $____________ $___________

4500 PSI $__________ $__________ $_________ $______ $____________ $___________

5000 PSI $__________ $__________ $_________ $______ $____________ $___________

Add for #67 Stone: $ 45

45

Add for 3/8” Stone $ Add for Pump Mix: $

Add for Heated Water: $ Add for Coolant (90 degree spec) $ Add for Calcium Chloride (1%) $ Add for Calcium Chloride (2%) $ Add for Water Repellant $ Fibrilater Fiber (1.5 lbs) $ Monofilament Fiber (1.0 lbs) $

II. FLOWABLE FILL CONCRETE MIX BID: PRICE PER CUBIC YARD:

3.7 4.3 5.2SACK MIX SACK MIX SACK MIX

$ _________ $ _________ $ _________

46

46

OKLAHOMA COUNTY ZONE DESCRIPTION SHEET

Oklahoma City 2 From S. 89th street to S. 29th between Sooner Road and Indian Meridian Road and from S. 29th to Reno between Anderson Road and Indian Meridian Road.

Oklahoma City 3 From N. Wilshire Blvd. to N. 108th between Bryant Avenue and Post Road and from N. 108th to Memorial Road between Western Avenue and Post Road.

Harrah From Reno to Britton Road between Indian Meridian and Lincoln County Line.

Choctaw From S. 29th to Reno between Post Road and Anderson Road and from Reno to N. Wilshire Blvd. between Post Road and Indian Meridian.

Jones From N. Wilshire Blvd. N. 164th between Post Road and Indian Meridian.

Luther From N. 164th to Logan County Line between Indian Meridian and Lincoln County Line.

Arcadia From N. 164th to Logan County Line between Post Road and Indian Meridian.

Midwest City From S. 29th to Reno between Sooner and Post Road and from Reno to N. Wilshire Blvd. between Bryant Avenue and Post Road.

Edmond 1 From N. 192nd to Logan County Line between Western Avenue and Post Road.

Edmond 2 From Memorial Road to N. 192nd between Western Avenue and Post Road.

Deer Creek From N. 192nd to Logan County Line between West County Line and Western Avenue.

Dewey From Britton Road to N. 164th between Indian Meridian and Lincoln County Line.

Pottawatomie From S. 89th to Reno between Indian Meridian and Pottawatomie County Line.

Mustang From S. 89th to S. 29th between West County Line and May Avenue.

Del City From S. 89th to S. 29th between May Avenue and Sooner Road and from S. 29th to Reno between Bryant Avenue and Sooner Road.

Village From N. 63rd to N. 108th between Meridian Avenue and Western Avenue and from N. 108th to N. 192nd between Portland and Western Avenue

Spring Creek From N. 108th to N. 192nd between West County Line and Portland Avenue.

Oklahoma City 1 See attached Map.

Bethany See attached Map.

Warr Acres See attached Map.

When delivery is to a section line which borders a bid district, the price will be the cheaper of the two.

47

47

VENDOR MUST LIST ANY EXCEPTIONS TO BID SPECIFICATIONS:

48

48

It is the County's intent that this Invitation to Bid (ITB)/Request for Proposal (RFP) permit competition. It shall be the bidder's responsibility to advise the Purchasing Agent in writing if any language, requirement, specification, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this solicitation to a single source. Such notification must be received by the Purchasing Agent not later than fifteen (15) days prior to the date set for bids to close

While Oklahoma County intends to make an award to the lowest and best bidder(s), the various county departments will compare pricing as awarded on this bid to the Oklahoma Statewide contracts. If pricing and availability is determined to be of greater advantage to the department, the county reserves the right to purchase from that statewide vendor under the provisions of Oklahoma Statute Title 19 Section 1501. A. 3.para. l & m. Proper justification will be provided by the end user to the County Purchasing Department before issuance of the purchase order. *** Questions and Answers: Any questions pertaining to this bid must be submitted no later than 5:00 p.m. Central Daylight Time on May 27, 2016 via fax, email, or mail. Send questions to:

Oklahoma County Central PurchasingAttention: Linda Hollingsworth, CPO320 Robert S Kerr, Suite 117Oklahoma City, OK 73102Fax Number: 405-713-1491Email: [email protected]

49

49