BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

Similar documents
METRO PARKS TACOMA Request for Proposal RFP# Z2017(18)-01 Shuttle Transport Services May 11, 2017

City of Bellevue Request for Proposal Legal Notice

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

City of Lake Forest Park. REQUEST FOR PROPOSAL Low Impact Development/Green Building Program

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15

FIRE SUPPRESSION AND HYDRANT INSPECTION & TESTING Bid#P2017(18) - 17

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

GUILFORD COUNTY SCHOOLS Invitation for Bids

Suite 300 Tenant Improvement

ADVERTISEMENT FOR BIDS

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

The Housing Authority of the Township of Middletown

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

CITY OF CHELAN. REQUEST FOR PROPOSALS (RFP) Consultant for Solid Waste, Recycling, and Organics Collection Services

construction plans must be approved for construction by the City PBZ department.

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Sayreville Housing for Seniors Corporation Gillette Manor

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

Convert Six East/West Tennis Courts to a North/South Orientation

Request for Services Evaluate Cell Tower Lease Rates

Lockbox Services. Job No FA

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PORT OF EVERETT SECTION Insert Project Name in CAPS

PROPOSAL REQUIREMENTS AND CONDITIONS

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

Prior to 2:00 p.m., DECEMBER 8, 2016 Local time

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

Bids received after the appointed date set for receipt will be returned unopened.

5. BID FORMS TABLE OF CONTENTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

Finance & Technology Administrator (815) ext 223

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

GUILFORD COUNTY SCHOOLS Invitation for Bids

Request for Risk Management and Insurance Broker Services

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

Replace Transmission - Bulldozer

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

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

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

RETIREE HEALTH BENEFITS TRUST

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

PHASE 1 STAFF FACILITIES LOCKER ROOM

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CITY OF GAINESVILLE INVITATION TO BID

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

City of Forest Park Request for Proposals. Secure Access Control Systems

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

REQUEST FOR PROPOSAL

Town of Madison, Board of Education, Connecticut. Request for Bids. For: Turf Maintenance Program Madison Board of Education Sports Fields

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

ADDENDUM NO. 5. Bidders are hereby informed that all bids received on 03/20/2014 have been rejected.

Request for Proposals. Auditing Services For the Fiscal Years

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

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

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

ASBESTOS REMOVAL SPECIFICATION AND BID FORM DEMO HOUSE ON THE CHATHAM COUNTY PARKS DEPARTMENT S

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSALS

CITY OF SPOKANE VALLEY Public Works Department

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

San Juan County Public Works Department

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Office Janitorial Services at One Administration Building

City of Newnan, Georgia

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

2018 Recreation Center Dectron Unit - R22 Refrigerant

GRAND RAPIDS PUBLIC SCHOOLS

West Ridge Park Ballfield Light Pole Structural Assessment

Transcription:

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT Request for Proposals Information: Small Public Works Aquatic Center Locker Room Flooring Resurfacing Project Contact Person: Megan Pleli, Aquatic Program Manager Email Address: meganp@biparks.org Telephone: (206) 842-2302 ext. 102 Proposals Due: August 8, 2018 @ 5pm PST Submit Proposals to: Physical Address: Attn: Megan Pleli Bainbridge Island Metropolitan Park & Recreation District 7666 High School Rd NE Bainbridge Island, WA 98110 meganp@biparks.org 1.0 NOTICE: Notice is hereby given that proposals will be received by the Bainbridge Island Metropolitan Park & Recreation District (hereinafter, the "District"), for Aquatic Center Locker Room Flooring Resurfacing Project by filing with the District at the above location. 2.0 PURPOSE: Bainbridge Island Metropolitan Park & Recreation District is soliciting bids from qualified bidders to provide a durable, slip-resistant flooring solution for the Bainbridge Island Aquatic Center s locker room and hallways. The bids must also provide a slip-resistant solution that maintains a high coefficient of friction whether dry, damp or wet and provide a fair measure of comfort to bare feet. Safety is primary and durability (15-20 year) of high importance. 3.0 BRIEF SCOPE OF SERVICES (Additional detail listed in Exhibit A): The scope of services will include, but not be limited to: 3.1 Maintaining the flooring and draining are retained upon completion of the project. There may be areas of pooling water that may require correction prior to the application of the refinishing product. 3.2 Properly prepare the existing surface for long-term adhesion. Solutions must demonstrate proper surface preparation to ensure long-term adhesion either to the existing surface or to a lower layer of the existing flooring if a degree of

removal is necessary. The new flooring shall be installed in accordance with manufacturers specifications. 3.3 All areas shall be cleaned up and work completed and cured in the agreed upon timeframe between the bidder and District. 3.4 Responsible for all permits and inspections required by the city, county, state and federal codes. 3.5 When installation is completed, an install representative will coordinate maintenance training with the District staff. 4.0 BUDGET: The District has budgeted $28,500 to complete the Aquatic Center Locker Room Resurfacing/Replacement Project. The District is open to additional fees (within reason) that will enhance the effectiveness of the project. 5.0 SITE OVERVIEW: Facility: Bainbridge Island Aquatic Center Address: 8521 Madison Ave N Bainbridge Island, WA, 98110 6.0 QUALIFICATIONS: The proposed Scope of Work is expected to include all work needed to fully address the resurfacing/replacement of the locker room flooring to create a slip-resistant, durable solution for an aquatics facility. Requirement of bid: Exhibit B - STATEMENT OF CONTRACTOR S QUALIFICATIONS 7.0 SUBMITTAL REQUIREMENTS: One (1).pdf format electronic file (either by email or on a USB drive) must be received by the date and time listed. No more than 50 pages (not including attachments), single-sided, will be accepted. The District, at its discretion, may make additional copies of the proposal for the purpose of evaluation only. The original proposal will include signatures by authorized personnel, on all documents that require an authorized signature. Proposals shall address all elements as set forth in Exhibit A. Bids must include signed copies of Exhibit B, C, & D. Optional: Any bound completed proposals provided shall be bound (8.5"x11") such that they lay flat when opened. 8.0 SIGNATURES: Proposals shall be signed by one of the legally authorized officers of organization. If awarded the contract, the contract shall also be so executed. 9.0 SELECTION PROCESS: Proposals will be selected based on information matching scope of work listed in Exhibit A, and total price of project.

10.0 QUESTIONS: Upon release of this RFP, all bidder communications should be directed in writing to the Project Manager's e-mail address listed below. Questions will be answered in writing and posted on the District's website at www.biparks.org by 5pm on August 9,2018. It is the responsibility of individual bidders to check the website for any amendments or Question & Answers to this RFP, or to contact the District General Manager (Project Manager). Unauthorized contact regarding this RFP with other District board members, employees or contractors may result in disqualification. Any oral communications will be considered unofficial and nonbinding on the District. 11.0 REJECTION OF PROPOSALS: The District reserves the right to reject any proposal and to waive irregularities and informalities in the submittal process in its sole discretion. This RFP does not obligate the District to pay any costs incurred by respondents in the preparation and submission of a proposal. Furthermore, the RFP does not obligate the District to accept or contract for any expressed or implied services, nor does it obligate the District to accept any of the submitted proposals. All submitted materials become the property of the Park District and materials are bound by Section 22.0, below. 12.0 CONTRACT AWARD: The District reserves the right to make an award without further discussion of the submittals. The bidder selected as the apparent successful bidder will be expected to enter into a contract with the District as required by statute. Following bidder selection, the successful bidder shall prepare a proposal and scope of work for review by the District. Once the District and bidder have reached an agreement on the scope of services, a final contract will be prepared by the District. The foregoing should not be interpreted to prohibit either party from proposing additional contract terms and conditions during the negotiations of the final contract. If the selected bidder fails to sign the contract within ten (10) business days of delivery of the final contract, the District may elect to negotiate a contract with another bidder. The District shall not be bound, or in any way obligated, until both parties have executed a contract. No party may incur any chargeable costs prior to the execution of the final contract. The District reserves the right to award multiple contracts to multiple bidders for this scope of service if it is in the best interest of the District. 13.0 CONTRACT NEGOTIATION: The District reserves the right to negotiate all elements of the submittals, proposals, terms and conditions, and/or scope of services as part of the contract negotiation process prior to any formal authorization of the contract by the District. All parties understand that if any adjustments are made to the original scope because of contract negotiations, a resulting change in price/cost may be necessary.

14.0 EQUAL OPPORTUNITY EMPLOYMENT: The successful bidder or bidders must comply with the District equal opportunity requirements. The District is committed to a program of equal employment opportunity with respect to the review, consideration and selection of bidders, and will comply with all applicable equal opportunity and anti-discrimination laws and regulations. 15.0 INSURANCE REQUIREMENTS: The selected bidder or bidders shall maintain insurance sufficient to protect the firm's business against all applicable risks. 16.0 NON-ENDORSEMENT: As a result of the selection of a Bidder to supply products and/or services to the District, Bidder agrees to make no reference to the District in any literature, promotional material, brochure, sales presentation or the like without the express written consent of the District. 17.0 NON-COLLUSION: Submittal and signature of a proposal swears that the document is genuine and not a sham or collusive, and not made in the interest of any person not named, and that the firm has not induced or solicited others to submit a sham offer, or to refrain from proposing. 18.0 COMPLIANCE WITH LAWS AND REGULATIONS: The Bidder or Bidders ultimately awarded a contract shall comply with federal, state and local laws, statutes, regulations and ordinances relative to the execution of the work. This requirement includes, but is not limited to, protection of public and employee safety and health: environmental protection; waste reduction and recycling; the protection of natural resources; permits; fees; taxes; and similar subjects. Reference Exhibit D 19.0 PREVAILING WAGE RATES: This project requires the payment of prevailing wages. Applicable Prevailing Wage Rates can be found at: http://www.lni.wa.gov/tradeslicensing/prevwage/wagerates/default.asp Bidders shall use the Kitsap County wage rates in effect for the year the work will be performed. 20.0 PUBLIC RECORDS: Under Washington state law, the documents (including but not limited to written, printed, graphic, electronic, photographic or voice mail materials and/or transcriptions, recordings or reproductions thereof) submitted in response to this RFP (the "Submitted Materials") become a public record upon submission to the District, subject to disclosure in response to a public records request, unless the documents are exempted from disclosure by a specific provision of law. If the District receives a public records request that encompasses the Submitted Materials, the District will promptly notify the Bidder

of such request so that the Bidder has an opportunity to take any action it deems appropriate with respect to the request. 21.0 EVALUATION CRITERIA & PROCESS: The objective is to select the bidder most qualified to provide the services outlined in this request. The District may request clarification or additional information from a bidder in order to assist in the District s evaluation of a proposal. Finally, the District, in its sole discretion, may require changes in the scope of services before execution of the contract, or cancel the project and terminate the RFP. PROPOSED TIMELINE: Below is the anticipated timeline for the project. Site Visit #1: Site Visit #2: Bid Documents Due: August 1, 2018 @ 10:00am August 6, 2018 @ 5:00pm August 10, 2018 @ 5:00pm Bidder Selection: August 16, 2018 Anticipated Project Start: TBD All dates are subject to change by the District

EXHIBIT A SCOPE OF WORK The Don Nakata addition to the Bainbridge Island Aquatic Center was built in 2001. The pool deck flooring is a brushed and sealed concreate finish with expansion joints. There is approximately 3,273 square feet of flooring in the designated work space. Project locations: 1) Female Locker Room 1300 sq. ft. 2) Male Locker Room 850 sq. ft. 3) Family Changing Rooms and Hallway 520 sq. ft. 4) Family Changing Room Hallway 435 sq. ft. 5) Locker Room Hallway 168 sq. ft. All square footage listed is approximated and will be verified by prospective bidders during site visits for accuracy. The Contractor will provide a durable solution, to provide a high level of slip-resistance (a high coefficient of friction) whether dry, damp or wet; and a fair measure of comfort to bare feet. Safety is primary, and durability (15-20 years) of high importance. The Contractor will provide a reliable way to properly prepare the existing surface for long-term adhesion. All Project locations have PVC flooring drains, metal drains and gutter systems incorporated into the flooring. Aluminum door thresholds and bench fixtures that will need to be accounted for within the project. All must be retained in working condition and be accessible after the project is complete. The Contractor will ensure that the floor slope and drainage are retained upon completion of the project. There are some areas of pooling water that may require correction prior to the application of the refinishing product. All flooring expansion joints will be cleaned and refilled with an industry standard expansion joint material. Solutions must demonstrate proper surface preparation to ensure long-term adhesion either to the existing surface, or to a lower layer of existing flooring if a degree of removal is necessary. The new flooring must be installed in accordance with manufacturers specifications. The time frame in which the flooring replacement, curing and cleanup is to occur will be mutually agreed upon between the Contractor and District. The Contractor will be responsible for all clean up associated the project and all dust and leftover material removed upon completion. A 12 X 12 sample of the proposed flooring will be provided to the Owner with the initial Bid. The sample must be approved prior to installation of the product. The contractor is responsible for all permits and inspections required by the city, county, state and federal codes. The installation will be coordinated with the Bainbridge Island Metro Park & Recreation District Staff and will not disrupt regular activities.

When installation is completed, an install representative will coordinate maintenance training with the Bainbridge Island Metro Park & Recreation District Staff.

EXHIBIT B - STATEMENT OF CONTRACTOR S QUALIFICATIONS Each Contractor submitting a Bid for this Project shall submit, as part of its Bid, the following information: 1. Project Name: 2. Project Number: 3. Contractor s Business Name: 4. Business address: 5. Business phone: Fax: 6. Contractor Registration- Washington State License Number Status: Active Yes: No: 7. How many years have you been engaged in the contracting business under the present firm name? 8. Describe the general character of work performed by your company: 9. List major contracts completed by your company, including contracting agency, type of work and approximate costs: (Provide at least three contract references with phone numbers- Provide additional pages if needed) a) b) 10. Bank references: 11. State of Washington Excise Tax Registration No.: 12. Industrial Insurance Account No.: Account Current: Yes No 13. Current UBI Number: Account: Open Closed 14. Employment Security Department (ESD) Number: Documentation available from ESD: Yes No 15. Is your company or any company with which the bidder is affiliated, listed on the Contractors Not Allowed to Bid list of the Department of Labor and Industries? Yes No 16. I certify that other contracts now in progress or hereafter obtained will not interfere with timely performance of this project should I be awarded the contract Company: Authorized Signature: Print Name and Title:

EXHIBIT C QUOTE FORM Project Name: Project No.: Name of Firm: In compliance with the contract documents, the following Quote is submitted: 1) BASE QUOTE Washington State Tax (9%) $ Total Project Cost $ $ Additional hourly rate for any ad-hoc work requested outside the Scope of Work $ 2) Outline of work to be completed addressing the Scope of Work: (attach separate sheet if necessary) 3) Outline of major Equipment, materials and supplies: (attach separate sheet if necessary) 7.9.18

4) ALTERNATES (Specify whether additive or deductive) Include WA State Tax (1) $ (2) $ (3) $ (4) $. (5) $ (6) $ Time for Completion The undersigned hereby agrees to complete all the work under the Base Quote (and accepted alternates) within after the date of Notice to Proceed. 7.9.18

UNIT PRICES (Where applicable) (include Washington State Sales Tax) Item No. Unit Description Estimated Quantities Additive Unit Price Deductive Unit Price Per Measurement 1. $ $ 2. $ $ 3. $ $ 4. $ $ 5. $ $ The above unit prices shall be for any additive and deductive work within 15% of the above estimated quantities. The unit price shall include full compensation for the cost of labor, materials, equipment, overhead, profit and any additional costs associated with the unit bid. PROPOSED SUBCONTRACTORS (Per RCW 39.30.060) The following is a list of the Subcontractors that will be used on the work if the Bidder is awarded the Contract. 0BWork to be Performed Subcontractor 7.9.18

Bid Signature. The Bid shall be signed by the Bidder, as follows: Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" in the Official Capacity line. Partnership: Signature of all partners in the presence of a witness who will also sign. Insert the word "Partner" in the Official Capacity line. Corporation: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer's capacity in which the signing officer acts, under each signature. If the Bid is signed by officials other than the president and secretary of the company, or the president / secretary / treasurer of the company, a copy of the by-law resolution of their board of directors authorizing them to do so, must also be submitted with the Bid. Joint Venture: Each party of the joint venture shall sign in a manner appropriate to such party as described above, similar to the requirements of a Partnership. Name of Firm Signed by, Official Capacity Print Name Signed by, Official Capacity Print Name Signed by, Official Capacity Print Name Address City State Zip Code Date Telephone FAX State of Washington Contractor's License No. UBI No. Federal Tax ID # e-mail address: 7.9.18

EXHIBIT D COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing Quote, and that such Quote is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other individual or entity to put in a sham quote, or to refrain from submitting a quote, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. NAME OF BIDDER S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me this day of, 2010. Notary Public in and for the State of Washington, residing at.