BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

Similar documents
Engineer's Preliminary Estimate - 100% Submittal

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

BID TABULATION BID REQUEST NO

LETTING : CALL : 056 COUNTIES : MILLE LACS

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

SUBDIVISION IMPROVEMENTS AGREEMENT

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

REPLACEMENT OF MERCER COUNTY BRIDGE

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

PART A ROADWAY - BASE BID

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

OKLAHOMA TURNPIKE AUTHORITY

Department of Public Works Engineering

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

OKLAHOMA TURNPIKE AUTHORITY

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

TOTAL QUANTITY UNIT COST UNIT

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

ADDENDUM No. 1 January 29, Paving Program Village of Milford

OKLAHOMA TURNPIKE AUTHORITY

CITY OF TAMPA ADDENDUM 2. April 18, 2018

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

Pavlick, Kenneth - DEN Date: :26:57-07'00'

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

Addendum 1 13 TH Street Streetscape. September 1, 2017

Addendum 1 Downtown North CRA Sidewalks

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

CONTRACT TIME DETERMINATION

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

SAN RAFAEL CITY COUNCIL AGENDA REPORT

BID PROPOSAL ANNUAL PATHWAY & MINOR CONSTRUCTION CONTRACT PBC PROJECT #

BID TABULATION. Engineer's Estmated Opinion of Costs

Reviax Constracting Corp. DeSantis Construction

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST

Munilla Construction HOOD RD., E. OF FLORIDA'S TURNPIKE TO W. OF CENTRAL BLVD. AND HOOD RD. & CENTRAL

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

Rock Chalk Park - Infrastructure Report. July 2013

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

RFB Addendum 3

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

MEANDER WAY RECONSTRUCTION

CITY OF DEERFIELD BEACH Request for City Commission Agenda

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

CITY OF NEWCASTLE COUNCIL MEETING CITY HALL COUNCIL CHAMBERS NEWCASTLE WAY, SUITE 200 DECEMBER 18, CALL TO ORDER

City of Newnan, Georgia

Market Street Gateway Improvements Phase 1

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

Table of Contents. Section Section Title Page No. No. I. Introduction.. 1. Summary of Findings 2. Results of the Audit...9

A DESIGN-BUILD PROJECT

SILVER STREET PAVING

Tabulation of Bids. Counties: ROUTE 94 BLACK CREEK TRIBUTARY CULVERT REPLACEMENT

CITY OF SAN MARCOS ENGINEERING DIVISION

INSTRUCTIONS TO BIDDERS

NOTICE TO BIDDERS LETTING OF NOVEMBER 9, 2018 ADDENDUM NO. 1 CHANGES TO PROPOSAL OR PLANS

New Jersey Department of Transportation DATE : 06/22/10 PAGE : TABULATION OF BIDS

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

New Jersey Department of Transportation DATE : 11/16/10 PAGE : TABULATION OF BIDS

Town of Middleton Salt Storage Building Pioneer Road Pioneer Lands Town of Middleton Dane County, WI 53562

LETTER OF INTENT FOR: HERITAGE HILLS COMMUNITY

Utility Committee Meeting AGENDA. October 3, 2017

REPLACEMENT RESERVE REPORT FY 2011 VILLAGE GREEN HOA. Ravenel Associates, Inc. Community Management by: Chad Hammond, Property Manager

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

Sandalfoot Blvd. & SR 7 and SW 3rd St. & SR 7 Bridge Replacements WEEKLEY ASPHALT PAVING, INC. KIEWIT INFRASTRUCTURE CO. RUSSELL ENGINEERING

TABULATION OF BIDS 1 L.S. $ 5, $ 5, $ 27, $ 27,000.00


PART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

BID FORM. PROJECT: 2017 Water line replacement

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

Transcription:

Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project. Any proposal not complying with all these requirements may be rejected. TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Pursuant to the provisions of the plans, specifications and contract documents, the undersigned proposed to perform the work as described therein a manner satisfactory to the responsible City official. All material, equipment, tools, labor and services necessary to the work will be furnished. All laws and ordinances relating to the work will be complied with, and a business license to do business in the City will be obtained. The undersigned declares that the plans, specifications, contract documents and the site of the work have been thoroughly examined and that this proposal is made without collusion with any person, firm, or corporation. Execution of the proposal by the undersigned bidder shall become a binding contract on the parties when the award of a contract pursuant to said proposal is authorized by resolution of the City Council, where required by the Charter of the City by the City Manager, or an officer who is his/her authorized representative. The undersigned agrees that when his proposal is executed he will furnish specified bonds and insurance, and he will begin work within the time specified, and complete work within the contract period or agree to the assessment of liquidated damages, all as stipulated in the attached pages of the Bidder's Proposal. As a guaranty that the terms of this proposal will be complied with, the undersigned submits herewith a proposal guaranty for an amount equal to at least Ten Percent (10%) of his total bid. All subcontractors who will perform work for the bidder on this project in the amount in excess of one-half of one percent (0.5%) of the total bid, including labor, materials and equipment, or work specifically fabricated off the job site according to detailed drawings contained in the plans, shall be listed, pursuant to Sections 4100 to 4113, inclusive of the California Government Code. Page 1 of 10 [BIDDERS ADDENDUM NO. 1]

Name of Subcontractor and address: Subcontractor License No. Type of Work $ Amount Contractor s California License Number: License Expiration Date: I declare that representations made in this bid are under penalty of perjury. Signature Title Page 2 of 10 [BIDDERS ADDENDUM NO. 1]

BASE BID: ALL STREETS Item Estimated Unit Total No. Description* Quantity Unit Cost Cost 1 Mobilization 1 LS $ $ 2 Storm Water Pollution Prevention Plan 1 LS $ $ 3 Temporary Storm Drain Inlet Protection 26 EA $ $ 4 Traffic Control 1 LS $ $ 5 Construction Area Signs 16 EA $ $ 6 Contractor Information Sign 2 EA $ $ 7 Project Funding Identification Sign 2 EA $ $ 8 Portable Changeable Message Sign 2 EA $ $ 9 Trash Capture Screen Documentation 1 LS $ $ 10 Storm Drain Structure Cleaning 1 LS $ $ 11 Excavation Safety 1 LS $ $ 12 Clearing, Grubbing, Tree Protection, 1 LS $ $ And Root Pruning 13 Remove Tree 2 EA $ $ 14 Survey Monument Replacement 36 EA $ $ 15 Layout 1 LS $ $ 16 Remove Concrete Planting Strip 658 SF $ $ 17 Remove Brick Pavers 516 SF $ $ 18 Remove Concrete 6,008 SF $ $ 19 Remove PCC 4,359 SF $ $ 20 Remove Top 18" Of Existing Retaining Wall 19 CF $ $ Page 3 of 10 [BIDDERS ADDENDUM NO. 1]

21 Remove Curb 62 LF $ $ 22 Remove Curb and Gutter 1,451 LF $ $ 23 Remove Gutter 469 LF $ $ 24 Remove AC Dike 185 LF $ $ 25 Remove Cross Drain 425 LF $ $ 26 Remove Storm Drain Manhole 1 EA $ $ 27 Remove Drain Box 2 EA $ $ 28 Remove Catch Basin and Curb Inlet 3 EA $ $ 29 Remove Cross Drain Structure 6 EA $ $ 30 Remove Bollard 2 EA $ $ 31 Remove Post and Chain Link Fence 466 LF $ $ 32 Remove Surface Mounted Delineator 15 EA $ $ 33 Adjust Sanitary Sewer Manhole to Grade 32 EA $ $ 34 Adjust Storm Drain Manhole to Grade 3 EA $ $ 35** Adjust Gas Valve Cover to Grade 11 EA $ $ 36** Adjust Water Valve Cover to Grade 75 EA $ $ 37** Adjust Water Meter Box to Grade 19 EA $ $ 38 Adjust Cleanout Cover to Grade 10 EA $ $ 39 Adjust Traffic Signal Box to Grade 1 EA $ $ 40 Reset Roadside Sign 1 EA $ $ 41 Relocate Emergency Access Sign 1 EA $ $ 42 Relocate Mailbox 1 EA $ $ 43 8 Ductile Iron Pipe 52 LF $ $ Page 4 of 10 [BIDDERS ADDENDUM NO. 1]

44 10 Ductile Iron Pipe 67 LF $ $ 45 12 Ductile Iron Pipe 46 LF $ $ 46 12 HDPE Pipe (Type S) 161 LF $ $ 47 14 x 6 Structural Steel Tubing 84 LF $ $ 48 Double 14 x 6 Structural Steel Tubing 18 LF $ $ 49 Double 10 x 10 Structural Steel Tubing 86 LF $ $ 50 20 x 8 Structural Steel Tubing 42 LF $ $ 51 8 Corrugated Steel Pipe 6 LF $ $ 52 Cross Drain Outlet 7 EA $ $ 53 Cross Drain Inlet 2 EA $ $ 54 Catch Basin and Curb Inlet 3 EA $ $ 55 Field Inlet 3 EA $ $ 56 Modified Field Inlet 1 EA $ $ 57 Storm Drain Manhole 1 EA $ $ 58 Drainage Inlet (Caltrans Type GOL, L=10 ) 1 EA $ $ 59 Curb 45 LF $ $ 60 Curb and Gutter 1,564 LF $ $ 61 Valley Gutter 30 LF $ $ 62 Gutter 432 LF $ $ 63 Spill Gutter 7 LF $ $ 64 Curb and Gutter at Stair Railing and Column 1 LS $ $ 65 Welded Wire Reinforcement 3 SY $ $ 66 Sidewalk 5,720 SF $ $ 67 Driveway 899 SF $ $ Page 5 of 10 [BIDDERS ADDENDUM NO. 1]

68 Curb Ramp 13 EA $ $ 69 Concrete Platform and Retaining Curb 1 LS $ $ 70 PCC Pavement 7,999 SF $ $ 71 Reconstruct Sidewalk Underdrain 5 EA $ $ 72 Grind Sidewalk 1 LS $ $ 73 Reset Pavers 20 SF $ $ 74 Shoulder with AC Grindings 1,780 SF $ $ 75 AC Low Dike (1 or 2 ) 241 LF $ $ 76 AC Dike (Type A) 60 LF $ $ 77 AC Dike (Type E) 227 LF $ $ 78 Structure Concrete (F) 1.4 CY $ $ 79 Bar Reinforcing Steel (F) 324 LB $ $ 80 Drill and Bond Dowels 3 LF $ $ 81 16 Cast-In-Drilled-Hole Pile (F) 780 LF $ $ 82 24 Cast-In-Drilled-Hole Pile (F) 340 LF $ $ 83 Reinforced Concrete Bond Beam 471 LF $ $ 84 Soldier Piles (F) 292 LF $ $ 85 Drilling Setting of Soldier Piles (F) 220 LF $ $ 86 Timber Lagging (F) 400 SF $ $ 87 Stainless Steel Cable Railings 67 LF $ $ 88 Furnish and Install Steel Railings 67 LF $ $ 89 Single Thrie Beam Barrier (STBB) 344 LF $ $ 90 Single Thrie Beam Barrier Transition (25-0 ) 2 EA $ $ Page 6 of 10 [BIDDERS ADDENDUM NO. 1]

91 Asymmetrical Transition (6-3 ) 2 EA $ $ 92 In Line Terminal System 2 EA $ $ 93 Remove Pavement Marking 142 SF $ $ 94 Traffic Striping (Detail 2) 404 LF $ $ 96 Traffic Striping (Detail 22) 598 LF $ $ 96 Traffic Striping (Detail 41A) 63 LF $ $ 97 Traffic Striping 6 White 174 LF $ $ 98 Pavement Marking (Thermoplastic) 784 SF $ $ 99 Blue Retroreflective Fire Hydrant Marker 16 EA $ $ 100 Traffic Channelizer 0 EA $ $ 0.00 101 Curb Paint 4,230 LF $ $ 102 Supplemental Work 1 LS $100,000 $ 100,000.00 TOTAL COST OF SUBTOTAL A IN WORDS AND FIGURES: Dollars Cents/($ ). and BASE BID: FULL DEPTH RECLAMATION (FDR): PROSPECT ST., BANCROFT WAY, AND CANYON RD. 103 Cold Plane Asphalt Concrete (2.5 ) 1,240 SY $ $ 104 Cold Plane Asphalt Concrete (3 ) 2,950 SY $ $ 105 Cold Plane Asphalt Concrete (3.5 ) 1,475 SY $ $ 106 Cold Plane Asphalt Concrete (3.5 to 5 Max) 0 SY $ $ 0.00 107 Full Depth Reclamation (FDR) 1 LS $ $ Preconstruction Laboratory Testing 108 Full Depth Reclamation (8.5 ) 1,240 SY $ $ 109 Full Depth Reclamation (11 ) 2,950 SY $ $ Page 7 of 10 [BIDDERS ADDENDUM NO. 1]

110 Full Depth Reclamation (11.5 ) 1,475 SY $ $ 111 Portland Cement 141 TON $ $ 112 Hot Mix Asphalt (Type A) 994 TON $ $ TOTAL COST OF SUBTOTAL B IN WORDS AND FIGURES: Dollars Cents/($ ). and BASE BID: FULL DEPTH RECLAMATION (FDR): PANORAMIC WAY, PANORAMIC PLACE, MOSSWOOD RD, ARDEN RD, & DWIGHT WAY 113 Remove PCC (Roadway) 713 SF $ $ 114 Cold Plane Asphalt Concrete (2.5 ) 7,829 SY $ $ 115 Roadway Excavation (F) 179 CY $ $ 116 Full Depth Reclamation (FDR) 1 LS $ $ Preconstruction Laboratory Testing 117 Full Depth Reclamation (8.5 ) 7,829 SY $ $ 118 Portland Cement 156 TON $ $ 119 Hot Mix Asphalt (Type A) 1,138 TON $ $ 120 Hot Mix Asphalt (Type A) (7 Full Depth) 375 TON $ $ TOTAL COST OF SUBTOTAL C IN WORDS AND FIGURES: Dollars Cents/($ ). and ALTERNATE BID: FULL DEPTH HMA (TYPE A): PANORAMIC WAY, PANORAMIC PLACE, MOSSWOOD RD, ARDEN RD, & DWIGHT WAY 121 Roadway Excavation (F) 1,351 CY $ $ 122 Hot Mix Asphalt (Type A) (7 Full Depth) 2,652 TON $ $ TOTAL COST OF SUBTOTAL D IN WORDS AND FIGURES: Dollars Cents/($ ). and Page 8 of 10 [BIDDERS ADDENDUM NO. 1]

BASIS OF AWARD IS THE LOWEST OF EITHER SUM OF SUBTOTALS A+B+C OR SUM OF SUBTOTALS A+B+D. SUM OF SUBTOTALS A+B+C IN WORDS AND FIGURES: Dollars Cents/($ ). and SUM OF SUBTOTALS A+B+D IN WORDS AND FIGURES: Dollars Cents/($ ). and Notes: * Refer to Project Plans and/or Description of Bid Items section in Special Provisions section of specifications for description of work included in bid items. ** Bid Items 35, 36, and 37 are revocable bid items. The City reserves the right to delete these bid items prior to award of contract or during construction at its own discretion. No compensation will be allowed the Contractor by reason of such omission. (F) FINAL PAY Page 9 of 10 [BIDDERS ADDENDUM NO. 1]

The undersigned bidder agrees to accept payment in full for the work at the price set forth above in accordance with provisions of the specifications and agrees to start within Fifteen (15) WORKING days following issuance of the Notice to Proceed and to complete all work specified in the contract documents in accordance with the plans and specifications within One Hundred and Ninety Five (195) WORKING days. The Notice to Proceed will be issued when the contract is full executed. The contract construction time is inclusive of the time for delivery of materials. By execution of this contract the City and the Bidder do hereby agree that the value of damage associated with the delay of the work is difficult to ascertain. Therefore the Bidder agrees further to the assessment of liquidated damages in the amount of Two Thousand Dollars ($2,000.00) for each working day that the construction work remains incomplete beyond the above construction time. The term of the contract is Two Hundred Fifteen (215) WORKING days which includes an additional Twenty (20) WORKING days for project closeout beyond the above construction time. Company Address By Title Phone ( ) Taxpayer I.D. No. Date Corporation Yes [ ] No [ ] (The following spaces to be used by the City) Pursuant to City of Berkeley Council Resolution No. N.S. adopted on, the City of Berkeley agrees to pay the prices set forth above for the Total Bid Items in the amount of ($ ), in accordance with the terms and conditions set forth in Specification No. 18-11180-C (Re-Issued). The contractor shall complete all work specified in the contract documents in accordance with the plans and specifications within two hundred and fifteen (215) working days from the date established in the Notice to Proceed. Dated: By: Registered By: Attested By: CITY OF BERKELEY City Manager Auditor City Clerk Page 10 of 10 [BIDDERS ADDENDUM NO. 1]

The undersigned bidder agrees to accept payment in full for the work at the price set forth above in accordance with provisions of the specifications and agrees to start within Fifteen (15) WORKING days following issuance of the Notice to Proceed and to complete all work specified in the contract documents in accordance with the plans and specifications within One Hundred and Ninety Five (195) WORKING days. The Notice to Proceed will be issued when the contract is full executed. The contract construction time is inclusive of the time for delivery of materials. By execution of this contract the City and the Bidder do hereby agree that the value of damage associated with the delay of the work is difficult to ascertain. Therefore the Bidder agrees further to the assessment of liquidated damages in the amount of Two Thousand Dollars ($2,000.00) for each working day that the construction work remains incomplete beyond the above construction time. The term of the contract is Two Hundred Fifteen (215) WORKING days which includes an additional Twenty (20) WORKING days for project closeout beyond the above construction time. Company Address By Title Phone ( ) Taxpayer I.D. No. Date Corporation Yes [ ] No [ ] (The following spaces to be used by the City) Pursuant to City of Berkeley Council Resolution No. N.S. adopted on, the City of Berkeley agrees to pay the prices set forth above for the Total Bid Items in the amount of ($ ), in accordance with the terms and conditions set forth in Specification No. 18-11180-C (Re-Issued). The contractor shall complete all work specified in the contract documents in accordance with the plans and specifications within two hundred and fifteen (215) working days from the date established in the Notice to Proceed. Dated: By: Registered By: Attested By: CITY OF BERKELEY City Manager Auditor City Clerk Page 10 of 10 [BIDDERS ADDENDUM NO. 1]

The undersigned bidder agrees to accept payment in full for the work at the price set forth above in accordance with provisions of the specifications and agrees to start within Fifteen (15) WORKING days following issuance of the Notice to Proceed and to complete all work specified in the contract documents in accordance with the plans and specifications within One Hundred and Ninety Five (195) WORKING days. The Notice to Proceed will be issued when the contract is full executed. The contract construction time is inclusive of the time for delivery of materials. By execution of this contract the City and the Bidder do hereby agree that the value of damage associated with the delay of the work is difficult to ascertain. Therefore the Bidder agrees further to the assessment of liquidated damages in the amount of Two Thousand Dollars ($2,000.00) for each working day that the construction work remains incomplete beyond the above construction time. The term of the contract is Two Hundred Fifteen (215) WORKING days which includes an additional Twenty (20) WORKING days for project closeout beyond the above construction time. Company Address By Title Phone ( ) Taxpayer I.D. No. Date Corporation Yes [ ] No [ ] (The following spaces to be used by the City) Pursuant to City of Berkeley Council Resolution No. N.S. adopted on, the City of Berkeley agrees to pay the prices set forth above for the Total Bid Items in the amount of ($ ), in accordance with the terms and conditions set forth in Specification No. 18-11180-C (Re-Issued). The contractor shall complete all work specified in the contract documents in accordance with the plans and specifications within two hundred and fifteen (215) working days from the date established in the Notice to Proceed. Dated: By: Registered By: Attested By: CITY OF BERKELEY City Manager Auditor City Clerk Page 10 of 10 [BIDDERS ADDENDUM NO. 1]