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

Similar documents
ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

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

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

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

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

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

NE WEST KINGSTON ROAD CULVERT REPLACEMENT

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

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

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

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

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

On-Call Civil Construction Services Project No. MT-GN

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

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

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

PORT OF EVERETT SECTION Insert Project Name in CAPS

BID FORM. PROJECT: 2017 Water line replacement

BID TABULATION BID REQUEST NO

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

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

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

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

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

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

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

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

Addendum 1 13 TH Street Streetscape. September 1, 2017

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

RFB Addendum 3

Rock Chalk Park - Infrastructure Report. July 2013

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

BID TABULATION. Engineer's Estmated Opinion of Costs

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

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

City of Newnan, Georgia

Active Construction RV Associates Scarsella JR Hayes

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

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

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

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

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

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

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

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

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

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

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

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

LETTING : CALL : 056 COUNTIES : MILLE LACS

SUBDIVISION IMPROVEMENTS AGREEMENT

REPLACEMENT OF MERCER COUNTY BRIDGE

TOTAL QUANTITY UNIT COST UNIT

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

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

PART ONE BIDDING REQUIREMENTS

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

INSTRUCTIONS TO BIDDERS

BID TABULATION PAGE 1 OF 8

CONTRACT DOCUMENTS FOR. Lake Stevens Project No September Prepared for the City of Lake Stevens 1812 Main Street Lake Stevens, WA 98258

Department of Public Works Engineering

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

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

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

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

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

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

SAN RAFAEL CITY COUNCIL AGENDA REPORT

PART A ROADWAY - BASE BID

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

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

OKLAHOMA TURNPIKE AUTHORITY

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

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

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

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

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

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

CITY OF TAMPA ADDENDUM 2. April 18, 2018

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

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

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

MEANDER WAY RECONSTRUCTION

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

CITY OF SURREY (the Owner ) INVITATION TO TENDER (ITT)

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

PROPOSAL AND SPECIFICATIONS FOR HIGHWAY CONSTRUCTION COUNTY LOCAL ROAD SYSTEM

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

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

WAYNE COUNTY AIRPORT AIRPORT CAPITAL IMPROVEMENT PROGRAM (ACIP)

NOTICE TO BIDDERS H.M.A. PAVING

Transcription:

Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and tools necessary for the installation of this item, including, but not limited to, grading, placing and compacting the subgrade; furnishing, placing, grading and compacting crushed surfacing material to the compacted depth shown on the Plans, and testing. ITEM NO. 2: Pages 8-8, Special Provisions Section 8-12.2, Materials REVISE the section as shown below (deleted text is shown as strike out, added text is italicized): This Section is supplemented with the following: (August 3, 2009 WSDOT GSP) Coated Chain Link Fence Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 1.2 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall be gray, or be as approved by the Engineer. The Chain link fabric shall be 2-inch diamond mesh and 9-gauge wire. No additional vinyl coating will be required. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. Concrete Footings shall be constructed using concrete Class 3000. Page 2 of 2

ADDENDUM NO. 2 TRADER STREET RECONSTRUCTION AND FY 2017 ARTERIAL PRESERVATION PROJECT REBID PROPOSAL City of Wapato 205 E. Third Street Wapato, Washington 98951 The undersigned has examined the Work site(s), local conditions, the Contract, and all applicable laws and regulations covering the Work. The following unit and lump sum prices are tendered as an offer to perform the Work in accordance with all of the requirements set forth in the Contract and all applicable laws and regulations. As required by the Contract, a certified check, bank draft, cashier s check or Proposal bond made payable to the Owner is attached hereto. If this Proposal is accepted and the undersigned fail(s) or refuse(s) to enter into a contract and furnish the required performance bond, labor and material payment bond, special guarantee bonds (if required), required insurance and all other required documentation, the undersigned will forfeit to the Owner an amount equal to five percent of the amount bid. After the date and hour set for submitting the Proposals, no bidder may withdraw its Proposal, unless the Award of the contract is delayed for a period exceeding 60 consecutive calendar days. The undersigned agrees that in the event it is Awarded the contract for the Work, it shall employ only Contractors and Subcontractors that are duly licensed by the State of Washington and remain so at all times they are in any way involved with the Work. The undersigned agrees that the Owner reserves the right to reject any or all Proposals and to waive any minor irregularities and informalities in any Proposal. The undersigned agrees that the Owner reserves the right to Award the Contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the Owner. The basis of award shall be the lowest combined total of Schedules A and B or the lowest combined total of Schedules A, B and C. The Owner will determine at the time of Award of the Contract which schedules will be included in the Contract. P-1R

SCHEDULE A: TRADER STREET RECONSTRUCTION NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and Demobilization 1 LS $ $ 2. Project Temporary Traffic Control 1 LS $ $ 3. Removal of Structure and Obstruction 1 LS $ $ 4. Excavation, Embankment and Grading, Incl. Haul 470 CY $ $ 5. Unsuitable Foundation Excavation, Incl. Haul. 20 CY $ $ 6. Cement Treated Base 4,950 SY $ $ 7. Cement 180 TN $ $ 8. Controlled Density Fill 20 CY $ $ 9. Crushed Surfacing Top Course 250 TN $ $ 10. Crushed Surfacing Base Course 80 TN $ $ 11. Crushed Surfacing Repair 530 SY $ $ 12. Commercial HMA Class 1/2", PG 64-28 910 TN $ $ 13. Commercial HMA Pavement Repair 540 SY $ $ 14. Storm Sewer Pipe, 8-In. Diam., Incl. Bedding 420 LF $ $ 15. Catch Basin, Type 1 7 EA $ $ 16. Concrete Inlet 7 EA $ $ 17. Precast Concrete Drywell, 48-Inch Diam. 7 EA $ $ 18. Adjust Manhole 6 EA $ $ P-2R

NO. ITEM QUANTITY UNIT PRICE AMOUNT 19. Removal of Unsuitable Material (Trench) 10 CY $ $ 20. Trench Excavation Safety Systems 1 LS $ $ 21. Bank Run Gravel for Trench Backfill 10 TN $ $ 22. Adjust Valve Box 5 EA $ $ 23. PVC Sanitary Sewer Pipe, 6-In. Diam. 10 LF $ $ 24. Sewer Cleanout 1 EA $ $ 25. Cement Concrete Traffic Curb & Gutter 2,340 LF $ $ 26. Cement Concrete Pedestrian Curb 80 LF $ $ 27. Cement Concrete Driveway Entrance 80 SY $ $ 28. Cement Concrete Driveway Repair 20 SY $ $ 29. Chain Link Fence 60 LF $ $ 30. Chain Link Gate 20 LF $ $ 31. Cement Concrete Sidewalk 620 SY $ $ 32. Cement Concrete Sidewalk Ramp 6 EA $ $ 33. Traffic Signal System 1 LS $ $ 34. Illumination System 1 LS $ $ 35. Permanent Signing 1 LS $ $ 36. Paint Line 1,500 LF $ $ 37. Painted Stop Line 130 LF $ $ 38. Painted Crosswalk Line 660 SF $ $ 39. Painted Traffic Arrow 2 EA $ $ P-3R

NO. ITEM QUANTITY UNIT PRICE AMOUNT 40. Painted Access Parking Space Symbol. 2 EA $ $ Subtotal (Schedule A):... $ Washington State Sales Tax (0%)*:... $ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE A):... $ *Per Washington State Revenue Rule 171 (See Special Provisions Section 1-07.5(2) and WAC 458-20-171) SCHEDULE B: FY 2017 ARTERIAL PRESERVATION NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and Demobilization 1 LS $ $ 2. SPCC Plan 1 LS $ $ 3. Project Temporary Traffic Control. 1 LS $ $ 4. Removal of Structure and Obstruction 1 LS $ $ 5. Excavation, Embankment and Grading, Incl. Haul 80 CY $ $ 6. Unsuitable Foundation Excavation, Incl. Haul. 50 CY $ $ 7. Subgrade Repair, Type 1 920 SY $ $ 8. Subgrade Repair, Type 2 230 SY $ $ 9. Crushed Surfacing Repair 30 SY $ $ 10. Planing Bituminous Pavement 5,980 SY $ $ 11. Commercial HMA Class 1/2", PG 64-28 1,850 TN $ $ 12. Commercial HMA for Preleveling Cl. 3/8", PG 64-28 460 TN $ $ P-4R

NO. ITEM QUANTITY UNIT PRICE AMOUNT 13. Crack Sealing 1,500 LF $ $ 14. Adjust Manhole 7 EA $ $ 15. Replace Frame and Grate 1 EA $ $ 16. Adjust Valve Box 41 EA $ $ 17. Erosion/Water Pollution Control 1 LS $ $ 18. Landscape Repair 50 SY $ $ 19. Cement Concrete Traffic Curb & Gutter 650 LF $ $ 20. Cement Concrete Pedestrian Curb 260 LF $ $ 21. Cast-In-Place Monument 2 EA $ $ 22. Adjust Monument Case and Cover 3 EA $ $ 23. Cement Concrete Sidewalk 240 SY $ $ 24. Cement Concrete Sidewalk Ramp 15 EA $ $ 25. Traffic Signal System 1 LS $ $ 26. Paint Line 4,520 LF $ $ 27. Painted Stop Line 350 LF $ $ 28. Painted Traffic Arrow 26 EA $ $ 29. Painted Crosswalk Line 3,330 SF $ $ Subtotal (Schedule B):... $ Washington State Sales Tax (0%)*:... $ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE B):... $ *Per Washington State Revenue Rule 171 (See Special Provisions Section 1-07.5(2) and WAC 458-20-171) P-5R

SCHEDULE C: 1ST STREET (OPTIONAL WITH OWNER) NO. ITEM QUANTITY UNIT PRICE AMOUNT 1. Mobilization, Cleanup, and Demobilization 1 LS $ $ 2. Project Temporary Traffic Control 1 LS $ $ 3. Removal of Structure and Obstruction 1 LS $ $ 4. Excavation, Backfill, Compaction and Grading for Roadway, Incl. Haul 40 CY $ $ 5. Unsuitable Foundation Excavation, Incl. Haul 10 CY $ $ 6. Subgrade Repair, Type 1 150 SY $ $ 7. Crushed Surfacing Repair 10 SY $ $ 8. Planing Bituminous Pavement 2,510 SY $ $ 9. Commercial HMA Class 1/2", PG 64-28 700 TN $ $ 10. Commercial HMA for Preleveling C1. 3/8", PG 64-28 90 TN $ $ 11. Commercial HMA Pavement Repair 40 SY $ $ 12. Adjust Valve Box 7 EA $ $ 13. Erosion/Water Pollution Control 1 LS $ $ 14. Cement Concrete Pedestrian Curb 110 LF $ $ 15. Cement Concrete Driveway Entrance 20 SY $ $ 16. Cement Conc. Sidewalk 100 SY $ $ 17. Cement Concrete Sidewalk Ramps 7 EA $ $ 18. Paint Line 2,200 LF $ $ 19. Painted Stop Line 50 LF $ $ P-6R

NO. ITEM QUANTITY UNIT PRICE AMOUNT 20. Painted Traffic Arrow 24 EA $ $ 21. Painted Crosswalk Line 660 SF $ $ Subtotal (Schedule C):... $ Washington State Sales Tax (0%)*:... $ 0.00 TOTAL CONSTRUCTION COST (SCHEDULE C):... $ *Per Washington State Revenue Rule 171 (See Special Provisions Section 1-07.5(2) and WAC 458-20-171) BID SUMMARY 1. TOTAL CONSTRUCTION COST (SCHEDULE A from page P-4):... $ 2. TOTAL CONSTRUCTION COST (SCHEDULE B from page P-5):... $ 3. TOTAL CONSTRUCTION COST (SCHEDULE C from above)... $ 4. TOTAL CONSTRUCTION COST (SCHEDULES A & B COMBINED)... $ 5. TOTAL CONSTRUCTION COST (SCHEDULES A, B, & C COMBINED)... $ Note: A bid must be received on all items. P-7R

ALTERNATES TO BID ITEMS Bidders shall use this page to submit proposals on any alternate types of equipment or materials that bidders recommend the Owner consider using. Contract Award will be made on the basis of equipment and materials that are specified. After Award, the Owner may consider any proposal alternates that, in the opinion of the Owner, will be equivalent to or better than the item specified and/or used as the basis of contract Award. The Owner shall have complete discretion on whether to use any alternates, and the Owner s decision shall not be subject to challenge. Alternate to Bid Item No. Schedule Item Manufacturer Amount Bid P-8R

Name of Firm: Address: STATEMENT OF BIDDER'S QUALIFICATIONS Telephone No. Fax No. Contact Person for this Project: E-mail: Number of years the Contractor has been engaged in the construction business under the present firm name, as indicated above: Gross dollar amount of work currently under contract: Gross dollar amount of contracts currently not completed: General character of work performed by firm: List of five major projects of a similar nature which have been completed by the Contractor within the last five years and the gross dollar amount of each project, together with the Owner's name and telephone number, and the Engineer s name: Project Name Amount Owner Phone Engineer s Name P-9R

List five major pieces of equipment which are anticipated to be used on this project by the Contractor and note which items are owned by the Contractor and which are to be leased or rented from others: Bank Reference: How many general superintendents or other responsible employees in a supervisory position do you have at this time, and how long have they been with the firm? Identify who will be the general superintendent and/or project superintendent on this project. Also, list the number of years each person identified has been with firm. Have you changed bonding companies within the last three years? If so, why? Have you ever been a party to a lawsuit or an arbitration proceeding in any way relating to a construction project? Identify the proceeding and parties and describe the claims asserted by all parties. What was the disposition of the case? Do you have any outstanding payments due to the Department of Revenue? If yes, explain. Bidder agrees that the Owner shall have the right to obtain credit reports. Yes No P-10R

WORK COMPLETED BY CONTRACTOR List the Work and the dollar amount thereof that the Contractor will complete with its forces, if awarded the contract. Work to be Performed Dollar Amount PROPOSED SUBCONTRACTORS (Per RCW 39.30.060) For Proposals exceeding one million dollars, indicate who (either the Contractor submitting this bid or a subcontractor) will be completing the work for each of the three categories listed below. Information shall include their Washington State Department of Licensing Contractor's Registration No. This information shall be provided with the Proposal or within one hour after the published Proposal submittal time in accordance with RCW 39.30.060. Work to be Performed Heating, Ventilation and Air Conditioning Subcontractor or Prime (Name and Registration Number) Plumbing Electrical P-11R

ADDENDA RECEIVED Addendum No. Date Received Name of Recipient NOTE: Bidder shall acknowledge receipt of all addenda. Bidder is responsible for verifying the actual number of addenda issued prior to submitting a Proposal. Subject to any extensions of the Contract time granted under the Contract, the undersigned agrees to substantially complete the Work required under this Contract within 85 working days (the Substantial Completion Date) and to physically complete the Work required under this contract within 90 working days (the Physical Completion Date) from when Contract Time begins. The undersigned has reviewed and fully understands the provisions in the Contract regarding liquidated damages and agrees that liquidated damages shall be $500.00 per day for each and every working day beyond the Contract time allowed for substantial completion until the Substantial Completion Date is achieved and $500.00 for each and every working day required beyond the Contract Time for physical completion until the Physical Completion Date is achieved. The undersigned is in, and will remain in, full compliance with all Washington State Department of Licensing requirements for contractors, including but not limited to requirements for bond, proof of insurance and annual registration fee. The undersigned's Washington State: Dept. of Labor and Industries Workman's Compensation Account No. is ; Dept. of Licensing Contractor's Registration No. is ; Unified Business Identifier Number is ; Excise Tax Registration Number is ; and Employment Security Account Number is. The undersigned has reviewed all insurance requirements contained in the Contract and has verified the availability of and the undersigned s eligibility for all required insurance. The undersigned verifies that the cost for all required insurance, has been included in this Proposal. The undersigned waives any immunity granted under the State Industrial Insurance Law, RCW Title 51. This waiver has been specially negotiated by the parties, which is acknowledged by the undersigned in signing this Proposal. By signing the proposal, the undersigned declares, under penalty of perjury under the laws of the United States and the State of Washington, that the following statements are true and correct: P-12R

1. That the undersigned person(s) or entity(ies) has(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this Bid is submitted. 2. That by signing the signature page of this Bid, I am deemed to have signed and to have agreed to the provisions of this declaration. The undersigned agrees that the Owner is authorized to obtain information from all references included herein. Very truly yours, Print Company Name By: Print Name Sign Name Title Date Amount of bid deposit: $ Check No., or bid bond in the amount of $, issued through Name of Bank/Bonding Company located at Mailing Address Telephone Number of Bank/Bonding Company P-13R