Loading...
HomeMy WebLinkAboutCP1416 #20-10 F St SE Motorized Improvements * Memorandum CITY OF * * AUBURN WASHINGTON To: City Council, Mayor 06/04/2020 From: Ingrid Gaub, Public Works Director Signed Date CC: Ryan Vondrak, Capital & Construction Engineering Manager Jacob Sweeting, City Engineer/Assistant Director Engineering Services RE: Award of Public Works Contract 20-10, CP1416 F Street SE Non-Motorized Improvements As delegated by the Mayor to award public works contracts within the authorization limits of Auburn City Code 3.10.010, I hereby approve and award Contract No. 20-10 to the lowest responsible bidder, Sound Pacific Construction, LLC, on their low bid of$2,564,955.58 for Project No. CP1416, F Street SE Non-Motorized Improvements. The City received 11 responsive bids and the low bid was approximately 22% below the engineer's estimate. Staff performed reference checks and other verifications to determine that Sound Pacific Construction, LLC meets the responsible bidding criteria. The total estimated project costs are within the total project budget and is partially funded by a federal grant. The F Street SE Non-Motorized Improvements will reconstruct F St SE from 4th St SE to Auburn Way South, including adding new sidewalks, curb and gutter, bike lanes, wayfinding signage, street lighting, streetscape elements, safety improvements, bicycle boulevard components, and replacing sections of water and sewer lines. The project also includes undergrounding the aerial power and communication lines. Staff will provide construction status updates will be provided on the monthly Capital Project Status Report. Enclosure(s): Bid Tab Summary Sheet, Vicinity Map ENG-003, Revised 5/20 Bid Tabulation - Bid Totals Summary Project CP1416,F Street SE Non-Motorized Improvements,20-10 Prepared By:City of Auburn Bid Date:May 14,2020 W/O Tax Inc.Tax ENGINEER'S ESTIMATE $3,193,662.00 83,264,467.45 (not Including tax) AVERAGE BID AMOUNT: $2.706,475.66 02,786,612.13 Bask BID Amount Total BID Amount Total BID Spread$ Total BID Spread% LOW BIDDER: Sound Pacific Construction,LLC $2,496,353.80 $2,564,95558 4719,511.67 -21.91% Second Bidder SCI Infrastructure,LLC $2,550,509.85 $2,621,251.34 -8663,216.11 -20.19% Bask BID Total BID (Tax not Included) (Including tax) 1. Sound Pacific Construction,LLC 82.498,353.80 82.564,965.58 2. SCI Infrastructure,LLC $2,550,509.85 $2,621,251.34 3. Rodarte Construction,Inc. $2,557,663.55 $2,634,933.90 4. Tucci&Sons,Inc. $2,585,408.00 $2,655,972.36 5. Reed Trucking&Excavating,Inc. $2,637,651.25 $2,709,297.24 6. Active Construction,Inc. 62,660,353.47 $2,736,736.00 7. Marshbank Construction,Inc. 82,780,851.00 82,869,352.90 8. Johansen Construction Company $2813,975.40 $2,889,974.24 9. Ceccanti,Inc. $2,802,723.27 $2,891,942.62 10. Pivetta Brothers Construction,Inc. $2,828,680.70 $2,916,763.97 11. R.W.Scott Construction 83,055,062.00 $3,161,553.23 NOTE An evaluation of whether a bidder is responsible or non-responsible was only made for the low bidder.This does not indicate,one way or the other,how other bidders would be considered if they were the low bidder. 5/21/2020 F6ge 46146 �; �R 1i %- r`t= l ;`�( `. Auburn Medical .6, Center(Level ' ,,,,i ,r 3 Trauma Center) N _ " / ?. 7' Auburn High �.,,._ School City Hall ., �_ Washington Elem. School Auburn Station ' Z (1 Police Dept. and Court Grocery Store S•. 1 Regional Growth Center Road Reconstruction,New Ped and Bike Facilities, Utility Improvements Bike Blvd. Improvements Les Gove Community Campus VICINITY MAP CP1416, F Street SE Non-Motorized Improvements CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. #1 DATE: May 12, 2020 Project Number CP1416, Contract No. 20-10 F Street SE Non-motorized improvements Bid Opening Date: May 19, 2020 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID OPENING DATE: 1. REVISE the Bid Opening Date to May 14, 2020 May 19, 2020 at 11:00 AM PT. BID PROPOSAL PACKAGE: 1. REPLACE the entire Original Bid Proposal Package with the attached Revised Bid Proposal Package. The following is a summary of changes to the Original Bid Proposal Package: 1. Bid Item 62 (Cement Conc. Traffic Curb) on Page 5 of the Proposal Form is changed to read (Mountable Dual-Faced Cement Conc. Traffic Curb). 2. Bid Item 87 (Methyl Methacrylate Green Plastic Bike Crossing) on Page 7 of the Proposal Form is changed to read (Plastic Wide Lane Line). 3. The quantities have been revised on pages 4 and 6 of the Proposal Form for the following Bid Items: Bid Description Original Revised Unit Item Quantity Quantity 31 Colored Stamped Cement Concrete 280 265 SY 67 Precast Dual Faced Sloped Mountable 236 60 LF Curb 76 Rectangular Rapid Flashing Beacon 2 1 LS (RRFB) System Complete 78 Paint Line 3830 3400 LF 81 Plastic Traffic Arrow 14 5 EA 82 Plastic Bicycle Lane Symbol 17 10 EA 83 Plastic Shared Lane Symbol 90 64 EA 84 Methyl Methacrylate Bike Dot Symbol 13 2 EA PART 1: GENERAL SPECIAL PROVISIONS: 1. REVISE Section 1-02.9 (Delivery of Proposal) to read: (April 2020 City of Auburn GSP) Delete this section and replace it with the following: The City will not consider proposals it receives after the time fixed for opening bids as specified in Section 1-02.12 (Public Opening of Proposals). Executed "Bid Proposal Package" documents shall be submitted in a sealed envelope provided by the Bidder and hand delivered to the City's Drop Box located outside of the main entrance of City Hall at the following address: City of Auburn — Office of the City Clerk 25 West Main Street Auburn, WA 98001-4998 The Drop Box hours for Bid Proposal Submittals will be available from 8:00 am to 11:00 am the day of the bid opening. Bid proposals placed in the Drop Box after 11:00 am on the bid opening will be deemed non-responsive and will not be opened or considered. Any supplemental items identified in Section 1-02.9 (Delivery of Proposal) that may be submitted within 48 hours after delivery of the Bid Proposal will be collected at 11:00 am, two (2) working days following the bid opening. The Drop Box will have a sign on the top and front that is marked "CP1416, F Street SE Non-motorized improvements". The sealed Bid Proposal Package envelope shall be plainly marked with the Bidder's firm name, return address and telephone number, and in the lower left hand corner marked with "Sealed Bid for Project CP1416, F Street SE Non-motorized improvements; opening 11:00 AM PT on May 19, 2020". Proposals may also be sent by mail. Mailed proposals shall be sealed in a second envelope, also addressed and marked as stated above. If the mail option is chosen, it is the Contractor's sole responsibility to ensure that the City receives the Proposal prior to the specified Bid Opening date and time. Proposals received after the specified Bid Opening date and time will be deemed non- responsive and will not be opened or considered. 2. REVISE Section 1-02.12 (Public Opening of Proposals) to read: (April 2020 City of Auburn GSP) Supplement the Section with the following: Per the Governor's Emergency Proclamation 20-28, the City of Auburn is prohibited from holding in-person meetings at this time. City of Auburn Bid Openings will be held virtually and telephonically. To attend the Bid Opening virtually, please click the link or enter the Webinar ID into the Zoom app or call into the meeting at the phone number listed below. The link to the Virtual Meeting or phone number to listen to the Bid Opening for this project is: Please click the link below to join the webinar: https://zoom.us/j/96768650331 Or join by Telephone by dialing: 253 215 8782 or 888 475 4499 (Toll Free) Webinar ID: 967 6865 0331 International numbers available: https://zoom.us/u/adXOiSAFHf 3. REVISE the first paragraph of Section 1-07.4(2) (Health Hazards) to read: COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific comprehensive COVID-19 exposure control, mitigation, and recovery plan in accordance with the Phase 1 Construction Restart COVID-19 Job Site Requirements available at: https://www.governor.wa.gov/sites/default/files/proclamations/20- 25%20Addendum%201mplementation%20of%20Phase%201%20Construction% 20Restart%20Proclamation.pdf. The plan shall be prepared and submitted to the Engineer per Section 9-38 (Submittal Approval) prior to beginning physical Work. The plan submittal shall include the COVID-19 Exposure Control, Mitigation, and Recovery Plan Submittal Form available at: https://www.auburnwa.gov/UserFiles/Servers/Server 11470554/File/Cit0020HaIl /Documents/Forms/Health%20Safety%20PIan%20Submittal%20Form.pdf completed and signed by the Contractor. PART 2: TECHNICAL SPECIAL PROVISIONS: 1. ADD the following to Section 8-04.4 (Measurement): "Mountable Dual-Faced Cement Conc. Traffic Curb" will be measured by the linear foot. 2. ADD the following pay item to Section 8-04.5 (Payment): "Mountable Dual-Faced Cement Conc. Traffic Curb", per linear foot. 3. REVISE the first paragraph of Section 8-22.2 (Materials) to read: Methyl Methacrylate Green Bicycle Lane Treatment and Methyl Methacrylate Green Plastic Bike Crossing shall be Type D — liquid cold applied methyl methacrylate per Section 9-34.3(4) (Type D — Liquid Cold Applied Methyl Methacrylate). A minimum thirty percent (30%) intermix of anti-skid/anti-slip elements shall be including the top surface. The material shall be a minimum thickness of 90 mils. 4. REVISE Section 8-22.3 (Construction Requirements) to read: (May 2020, City of Auburn) Supplement this section with the following: Methyl Methacrylate Green Bicycle Lane Treatment and Methyl Methacrylate Green Plastic Bike Crossing shall be installed by a contractor approved by the manufacturer and shall have completed at least three installations. 5. REVISE the second paragraph of Section 8-22.4 (Measurement) to read: Methyl methacrylate green bicycle lane treatment and methyl methacrylate green plac#ic-bike crorsing will be measured by the square foot of marking installed. 6. DELETE the following pay item from Section 8-22.5 (Payment): - • . - •. • .to Green Plastic Bike Crossing," per square--feat 7. REVISE the last paragraph of Section 9-29.10 (Luminaires) to read: All LED roadway luminaires supplied to the project shall be of the same manufacturer and model line and shall be per the City of Auburn Street Lighting Lamp Schedule shown in the Plans. the following luminaires that have been preapproved for the lighting layout shown in the Plans: Leotek Line: GreenCobra, GCJ Model: GCJ2-20H-MV-NW-2R-GY-1A S WL Contact: 206-708-8067 earisto(a�seataclightinq.com 8. REVISE the first paragraph of Section 9-29.11(2) (Photoelectric Controls) to read: The photoelectric control shall be VantagePoint Lighting Control Module manufactured by Sensus USA Inc. SST IES or approved equivalent. 9. REVISE the first paragraph of Section 9-29.19 (Pedestrian Push Buttons) to read: The Pedestrian Push Button Assembly shall be an Advisor Guardian AGPS manufactured by H.D. Campbell Company, 1486 NW 70th Street, Seattle, WA 98117 and shall be black in color with a white button. 10. REVISE the second paragraph of Section 9-29.22 (Rectangular Rapid Flashing Beacon (RRFB)) to read: Pedestrian push buttons to be used with the RRFB system shall be per Section 9-29.19 (Pedestrian Push Buttons) WSDOT Standard Plan J 20.26 01 and RFB Details IS 22. CONTRACT PLANS: REPLACE Plan Sheet Nos. 6 and 44 — 60 with the attached Plan Sheets. The following is a summary of changes to the original Plan Sheets: 1. Sheet number 6 (STREET PLAN AND PROFILE): a. REVISE the following Street Note: Install Mountable Cement Concrete Traffic Curb — Dual Faced Per WSDOT Std. Plan F-10.12-03 marked with raised pavement markers and flexible tubular delineators per Auburn Std. Detail T-32.2. All Mountable Curb shall be painted yellow. 2. Sheet number 44 (CHANNELIZATION AND SIGNING PLAN): a. REVISE the location of the bicycle shared lane markings to 250' spacing. 3. Sheet number 45 (CHANNELIZATION AND SIGNING PLAN): a. REVISE the location of the bicycle guide sign on the east side F St SE just south of 4th St SE. b. DELETE many of the bicycle pavement markings at the intersection of F St SE and 4th St SE. 4. Sheet number 46 (STRIPING AND SIGNAGE PLAN): a. REVISE the location of the bicycle guide sign on W Main St just east of B St SW, the pavement markings for the bicycle left turn pocket on W Main St near the BNSF Railroad crossing, and the location of the bicycle detector pavement markings on W Main St at the intersection of A St NW/SW. b. DELETE the median island on W Main St near the BNSF Railroad crossing and the bicycle guide sign on W Main St near the intersection of C St NW/SW. c. ADD the removal, partial reinstallation, and salvage of the existing Kwick Kurb on W Main St near the BNSF Railroad crossing. 5. Sheet numbers 47 and 48 (STRIPING AND SIGNAGE PLAN): a. DELETE all the bicycle guide signs. 6. Sheet number 49 (STRIPING AND SIGNAGE PLAN): a. DELETE all the bicycle guide signs, green bicycle crosswalk pavement markings, green backed shared lane marking, green backed bicycle lane symbols, and new vehicle turn arrows. b. REVISE the location of the shared lane markings. 7. Sheet number 50 (STRIPING AND SIGNAGE PLAN): a. DELETE all the green bicycle crosswalk pavement markings and green backed bicycle lane symbols. b. DELETE all the new pavement markings and pre-cast curb associated with bicycle left turn pocket at E Main St and F St SE. c. REVISE the location of the bicycle shared lane markings on F St SE and pavement markings around the existing median island on E Main St just east of F St SE. 8. Sheet number 51 (STRIPING AND SIGNAGE PLAN): a. REVISE the location of the bicycle shared lane markings to 250' spacing. 9. Sheet number 52 (STRIPING AND SIGNAGE PLAN): a. REVISE the location of the bicycle shared lane markings to 250' spacing and the location of bicycle detector pavement marking. 10.Sheet numbers 53 through 56 (STRIPING AND SIGNAGE PLAN): a. REVISE the location of the bicycle shared lane markings to 250' spacing. 11.Sheet number 57 (DETAILS): a. DELETE the Green Backed Shared Lane Marking detail. 12.Sheet number 58 (DETAILS): a. DELETE the Crossbike and Vehicle Turn Arrow details. 13.Sheet number 59 (DETAILS): a. DELETE some of the bicycle guide signs in accordance with the Plan changes described above. b. REVISE the type of bicycle guide signs and content of the signs. 14.Sheet number 60 (INTERSECTION DETAIL): a. DELETE the median island on W Main St near the BNSF Railroad crossing in accordance with the changes to Sheet 46 described above. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. _1 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: 5/12/20 C5/13/2020 Project Manager Date Engineer of Record Date Approved By: lh` 1,; 05/13/2020 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services PROPOSAL FORM Page 1 of14 CITY OF AUBURN F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Bid Opening: May 19, 2020 Bids received after this time will be returned to sender unopened in accordance with Section 1-02.9 (Delivery of Proposal) of the Specifications. The undersigned hereby certifies that: 1. The project site has been inspected. 2. The Bid Documents governing the work have been read and are thoroughly understood. 3. The bidder is willing and able to execute the Contract, provide a Contract Bond and Evidence of Insurance within 7 calendar days following the receipt of the dated "Notice of Award". 4. The "Contractor Certification Wage Law Compliance", "Responsible Bidder Information" and "Proposed Equipment and Manpower Schedule" forms have been completed and are enclosed with this Bid Proposal. 5. A "Local Agency Subcontractor List" per Section 1-02.6 (Preparation of Proposal) of the specifications has been completed and is enclosed with this Bid Proposal if applicable. 6. By signing this Bid Proposal, I am deemed to have signed and have agreed to the provisions of the "Non-collusion Declaration" included in this package of Bid Documents. 7. A 5% Bid Deposit has been enclosed with this Bid Proposal. 8. All addendums have been acknowledged in the space provided in this Bid Proposal. 9. The bidder will promptly undertake the work upon receipt of the dated "Notice to Proceed" that will be issued within 5 working days of the contract execution date and complete the work embraced in this improvement in accordance with the Contract Documents at the following schedule of rates and prices, and it is understood that failure to complete the work within the time stated in Section 1-08.5 (Time for Completion) of the Specifications will be cause for assessment of liquidated damages in accordance with Section 1-08.9 (Liquidated Damages) of the Specifications. 10. The City may choose to include additive and/or alternate bid items or bid schedules on the Proposal Form and, if included, the City has the right to select any or all of the additive and/or alternate bid items or bid schedules. The additive and/or alternate bid items or bid schedules selected shall be added to the basic bid and the Contract award will be made based on the lowest and most acceptable total bid including selected additives and/or alternates. 11. The method of payment will be made only on the unit prices for items appearing on this Bid Proposal form. 12. The bidders must bid all items in the bid proposal. If any items are left blank or represent $0.00, the bid may be disqualified. NOTE: Unit prices for all items, all extensions and the total amount of bid must be shown. All proposals shall be typed or written in ink. FIRM NAME PROPOSAL FORM Page 2of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule A: Not FHWA Eligible Improvements Bid od r Sec. Description Quantity Unit Unit Total Price ItemSP No. Price 1 SP 1-05 One Year Warranty Bond 1 LS $ $ Subtotal Schedule A $ FIRM NAME PROPOSAL FORM Page 3of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid Sotd Sec. Description Quantity Unit Unit Total Price Item SP No. Price 2 SP 1-05 Record Drawings(Minimum Bid $2,000) 1 LS $ $ 3 Std 1-07 SPCC Plan 1 LS $ $ 4 SP 1-07 Utility Potholing 20 EA $ $ 5 SP 1-07 COVID-19 Health and Safety Plan 1 LS $ $ 6 SP 1-08 Training 400 HR $ $ 7 Std 1-09 Mobilization 1 LS $ $ 8 SP 1-10 Traffic Control Supervisor 1 LS $ $ 9 SP 1-10 Traffic Control Labor(Min. Bid $46.10 per 1600 HR $ $ hour) 10 SP 1-10 Construction Site Sign(s) 2 EA $ $ 11 SP 1-10 Portable Changeable Message Sign 140 DAY $ $ 12 SP 1-10 Outside Agency Uniformed Police 1500 EST $1.00 $1,500.00 Flagging Labor 13 Std 2-01 Roadside Cleanup 1 LS $ $ 14 Std 2-02 Removal of Structures and Obstructions 1 LS $ $ 15 SP 2-02 Remove Catch Basin or Manhole 27 EA $ $ 16 SP 2-02 Removal of Cement Concrete Flatwork 1340 SY $ $ 17 SP 2-02 Removal of Curb and Gutter 1200 LF $ $ 18 Std 2-03 Roadway Excavation, Including Haul 2820 CY $ $ 19 SP 2-03 Gravel Backfill for Roadway Subgrade 590 TON $ $ 20 Std 2-12 Construction Geotextile for Soil 7270 SY $ $ Stabilization 21 Std 4-04 Crushed Surfacing Top Course 210 TON $ $ 22 Std 4-04 Crushed Surfacing Base Course 1780 TON $ $ FIRM NAME PROPOSAL FORM Page 4of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid Unit Sec. Description Quantity Unit or Total Price Item SP No. Price 23 Std 4-04 Permeable Ballast 300 TON $ $ 24 SP 5-04 HMA Cl. 1/2-inch PG 64-22 570 TON $ $ 25 SP 5-04 HMA Cl. 1-inch PG 64-22 1080 TON $ $ 26 SP 5-04 Asphalt Cold Patch 30 TON $ $ 27 SP 5-04 Commercial HMA 10 TON $ $ 28 SP 5-04 Planing Bituminous Pavement 305 SY $ $ 29 SP 5-05 Cement Concrete Speed Table Approach 180 SY $ $ 30 SP 5-06 Pervious Concrete Pavement-Sidewalk 970 SY $ $ 31 SP 5-08 Colored Stamped Cement Concrete 265 SY $ $ 32 SP 7-04 Solid Wall PVC Storm Pipe, SDR-35, 12 230 LF $ $ inch Diam. _ __ _ _ 33 SP 7-04 Solid Wall PVC Storm Pipe, SDR-21, 12 61 LF $ $ inch Diam. 34 SP 7-04 Ductile Iron Storm Pipe, Special Class 52, 700 LF $ $ 12 In. Diam. 35 SP 7-04 Solid Wall PVC Storm Pipe, SDR-35, 8 30 LF $ $ inch Diam. 36 SP 7-04 Ductile Iron Storm Pipe, Special Class 52, 10 LF $ $ 8 In. Diam. 37 SP 7-04 Storm Sewer Television Inspection 1031 LF $ $ 38 Std 7-05 Catch Basin Type 1 24 EA $ $ 39 Std 7-05 Catch Basin Type 1L 1 EA $ $ 40 Std 7-05 Catch Basin Type 2, 48 In Diam 9 EA $ $ 41 Std 7-05 Catch Basin Type 2, 84 In Diam 1 EA $ $ 42 Std 7-05 Concrete Inlet 4 EA $ $ 43 Std 7-05 Adjust Manhole 8 EA $ $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page 5of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements d Bid St Sec. Description Quantity Unit Unit Total Price Item SP No. Price 44 SP 7-06 Manhole Ring and Solid Cover 1 EA $ $ 45 Std 7-05 Adjust Catch Basin 5 EA $ $ 46 SP 7-05 Connect to Existing Catch Basin 4 EA $ $ 47 SP 7-08 Pipe Zone Bedding 450 TON $ $ 48 SP 7-08 Select Pipe Trench Backfill 230 TON $ $ 49 SP 7-08 Imported Pipe Trench Backfill 140 TON $ $ 50 SP 7-08 Copnerolled Density Fill (CDF)for Filling 20 CY $ $ 51 Std 7-08 Shoring or Extra Excavation Class B 4250 SF $ $ 52 Std 8-01 Erosion/Water Pollution Control 15000 FA $1.00 $15,000.00 53 Std 8-01 ESC Lead 1 LS $ $ 54 SP 8-01 TESC Plan 1 LS $ $ 55 SP 8-01 General Permit Documentation 1 LS $ $ Compliance 56 Std 8-01 Inlet Protection 25 EA $ $ 57 SP 8-02 Topsoil Type A 500 CY $ $ 58 Std 8-02 Sod Installation 990 SY $ $ 59 Std 8.02 PSIPE Kinnikinnick Bearberry 490 EA $ $ 'Arctostaphylos Una-Ursi' 60 SP 8-02 Roadside Restoration 10000 FA $1.00 $10,000.00 61 Std 8-04 Cement Conc. Traffic Curb and Gutter 3880 LF $ $ 62 SP 8-04 Mountable Dual-Faced Cement Conc. 135 LF $ $ Traffic Curb 63 Std 8-04 Cement Conc. Pedestrian Curb 133 LF $ $ 64 SP 8-06 Residential Driveway Apron 110 SY $ $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page 6of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid Soo Sec. Description Quantity Unit Unit Total Price Item SP No. Price 65 SP 8-06 Industrial or Commercial Driveway Apron 360 SY $ $ 66 SP 8-06 Cement Concrete Driveway Approach 20 SY $ $ 67 Std 8-07 Precast Dual Faced Sloped Mountable 60 LF $ $ Curb 68 SP 8-09 Raised Pavement Markers Type 2 40 EA $ $ 69 SP 8-13 Monument Type B (Modified) 7 EA $ $ 70 SP 8-14 Cement Conc. Sidewalk 1370 SY $ $ 71 SP 8-14 Special 2x2 Scored Cement Concrete 70 SY $ $ Sidewalk 72 SP 8-14 Cement Conc, Curb Ramp 23 EA $ $ 73 SP 8-18 Relocate Mailbox Support w/boxes 1 EA $ $ 74 SP 8-20 Illumination System 1 LS $ $ 75 SP 8-20 Traffic Signal System Modifications 1 LS $ $ 76 SP 8-20 Rectangular Rapid Flashing Beacon 1 LS $ $ (RRFB) System Complete 77 Std 8-21 Permanent Signing 1 LS $ $ 78 Std 8-22 Paint Line 3,400 LF $ $ 79 Std 8-22 Double Yellow Center Line 930 LF $ $ 80 Std 8-22 Plastic Crosswalk Line 1480 SF $ $ 81 Std 8-22 Plastic Traffic Arrow 5 EA $ $ 82 Std 8-22 Plastic Bicycle Lane Symbol 10 EA $ $ 83 SP 8-22 Plastic Shared Lane Symbol 64 EA $ $ 84 SP 8-22 Methyl Methacrylate Bike Dot Symbol 2 EA $ $ 85 SP 8-22 Plastic Bicycle Detector Symbol 9 EA $ $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page 7of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid oUnit Sec. Description Quantity Unit r Total Price Item SP No. Price 86 SP 8-22 Methyl Methacrylate Green Bicycle Lane 1500 SF $ $ Treatment 87 Std 8-22 Plastic Wide Lane Line 430 LF $ $ 88 Std 8-23 Temporary Pavement Marking—Short 100 LF $ $ Duration 89 SP 8-24 Gravity Block Wall 390 SF $ $ 90 Std i 8-30 Wood Fence 70 LF $ $ Subtotal Schedule B $ FIRM NAME ADDENDUM NO. 1 PROPOSAL FORM Page 8of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule C: Sewer Improvements Bid od r Sec. Description Quantity Unit Unit Total Price Item SP No. Price 91 SP 1-07 Utility Potholing 5 EA $ $ 92 Std 1-09 Mobilization 1 LS $ $ 93 SP 1-10 Traffic Control Supervisor 1 LS $ $ 94 SP 1-10 Traffic Control Labor(Min. Bid $46.10 per 120 HR $ $ hour) 95 SP 1-10 Outside Agency Uniformed Police 500 EST $1.00 $500.00 Flagging Labor 96 SP 2-02 Remove Catch Basin or Manhole 2 EA $ $ 97 Std 4-04 Crushed Surfacing Base Course 60 TON $ $ 98 SP 5-04 HMA Cl. 1/2-inch PG 64-22 30 TON $ $ 99 SP 5-04 HMA Cl. 1-inch PG 64-22 50 TON $ $ 100 Std 7-05 Manhole Type 1 60" Diameter 1 EA $ $ 101 SP 7-05 Re-Channel Existing Manhole 1 EA $ $ 102 SP 7-06 Manhole Ring and Solid Cover 7 EA $ $ 103 SP 7-08 Pipe Zone Bedding 260 TON $ $ 104 SP 7-08 Imported Pipe Trench Backfill 90 TON $ $ 105 SP 7-08 Controlled Pe rolled Density Fill (CDF)for Filling 50 CY $ $ 106 Std 7-08 Shoring or Extra Excavation Class B 3856 SF $ $ 107 SP 7-17 PVC Sanitary Sewer Pipe, SDR-21, 21 In. 407 LF $ $ Diam. 108 SP 7-17 Sanitary Sewer Television Inspection 407 LF $ $ Subtotal Schedule C $ FIRM NAME PROPOSAL FORM Page 9of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule D: Water Improvements Bid Std Sec. Description Quantity Unit Unit Total Price Item SP No. Price 109 SP 1-07 Utility Potholing 10 EA $ $ 110 Std 1-09 Mobilization 1 LS $ $ 111 SP 1-10 Traffic Control Supervisor 1 LS $ $ 112 SP 1-10 Traffic Control Labor(Min. Bid $46.10 per 160 HR $ $ hour) 113 SP 1-10 Outside Agency Uniformed Police 1000 EST $1.00 $1,000.00 Flagging Labor 114 Std 4-04 Crushed Surfacing Base Course 110 TON $ $ 115 SP 5-04 HMA Cl. 1/2-inch PG 64-22 120 TON $ $ 116 SP 5-04 HMA Cl. 1-inch PG 64-22 80 TON $ $ 117 SP 5-04 Planing Bituminous Pavement 745 SY $ $ 118 SP 7-08 Shoring or Extra Excavation Class B 5022 SF $ $ 119 SP 7-08 Pipe Zone Bedding 350 TON $ $ 120 SP 7-08 Select Pipe Trench Backfill 120 TON $ $ 121 SP 7-08 Imported Pipe Trench Backfill 110 TON $ $ 122 SP 7-08 Controlled Pe rolled Density Fill (CDF)for Filling 20 CY $ $ 123 SP 7-09 Connect to Existing Water Main 8 EA $ $ 124 SP 7-09 Special Class 52 Ductile Iron Pipe for 15 LF $ $ Water Main, 4 In. Diam. 125 SP 7-09 Special Class 52 Ductile Iron Pipe for 390 LF $ $ Water Main, 8 In. Diam. 126 SP 7-09 Special Class 52 Ductile Iron Pipe for 420 LF $ $ Water Main, 12 In. Diam. 127 SP 7-09 2-inch Blowoff Asssembly 1 EA $ $ 128 Std 7-12 Combination Air Release/Air Vacuum 1 EA $ $ Valve Assembly 129 Std 7-12 Gate Valve, 8 In. Diam. 7 EA $ $ FIRM NAME PROPOSAL FORM Page 10of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule D: Water Improvements Bid Std Unit Sec. Description Quantity Unit r Total Price Item SP No. Price 130 Std 7-12 Butterfly Valve, 16 In. Diam. 2 EA $ $ 131 SP 7-12 Adjust Valve Box 18 EA $ $ 132 SP 7-14 Hydrant Assembly 1 EA $ $ 133 SP 7-15 Water Service Connection'/In. Meter 6 EA $ $ with 1 In. Diam. Service Line 134 SP 7-15 Water Service Connection, 1 In. Diam 1 EA $ $ 135 SP 7-15 Water Service Connection, 1.5 In. Diam 1 EA $ $ Subtotal Schedule D $ FIRM NAME PROPOSAL FORM Page 11of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule E: Joint Utility Trench Bid Sot. Sec. Description Quantity Unit Unit Total Price Item SP No. Price 136 SP 1-07 Utility Potholing 10 EA $ $ 137 Std 1-09 Mobilization 1 LS $ $ 138 SP 1-10 Portable Changeable Message Sign 9 DAY $ $ 139 SP 1-10 Traffic Control Supervisor 1 LS $ $ 140 SP 1-10 Traffic Control Labor(Min. Bid $46.10 per 400 HR $ $ hour) 141 Std 4-04 Crushed Surfacing Top Course 2 TON $ $ 142 SP 5-04 Asphalt Cold Patch 10 TON $ $ 143 SP 7-08 Imported Pipe Trench Backfill 1,754 TON $ $ 144 SP 7-08 Select Pipe Trench Backfill 438 TON $ $ 145 SP 8-02 Topsoil Type A 20 CY $ $ 146 Std 8-02 Sod Installation 50 SY $ $ 147 SP 8-02 Bark Mulch 10 CY $ $ 148 SP 8-14 Cement Conc. Sidewalk 10 SY $ $ 149 SP 8-32 Structure Excavation Class B Incl. Haul for 1,615 CY $ $ Joint Trench 150 SP 8-32 Shoring or Extra Excavation Class B for 13,330 SF $ $ Joint Trench 151 SP 8-32 Joint Utility Trench Variations 15,000 EST $1.00 $15,000.00 152 SP 8-32 Joint Trench Pipe Zone Bedding Incl. Haul 360 TON $ $ 153 SP 8-32 FTB for Joint Trench 20 CY $ $ 154 SP 8-32 Install 2-inch Diameter Conduit—PSE 740 LF $ $ 155 SP 8-32 Install 3-inch diameter conduit—PSE 857 LF $ $ 156 SP 8-32 Install 4-inch diameter conduit—PSE 3,611 LF $ $ FIRM NAME PROPOSAL FORM Page 12 of 14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule E: Joint Utility Trench Bid Sotd Sec. Description Quantity Unit Unit Total Price Item SP No. Price 157 SP 8-32 Install 6-inch diameter conduit—PSE 2,416 LF $ $ 158 SP 8-32 Install Handhole—PSE 3 EA $ $ 159 SP 8-32 Install 4' 8"x 4' 8"Vault—PSE 1 EA $ $ 160 SP 8-32 Install 4' 8" x 7'Vault—PSE 5 EA $ $ 161 SP 8-32 Install 5'x 11'Vault—PSE 1 EA $ $ 162 SP 8-32 Install 2-inch diameter conduit—Comcast 4,395 LF $ $ 163 SP 8-32 Install Handhole—Comcast 3 EA $ $ 164 SP 8-32 Install 30"x 48"Vault—Comcast 2 EA $ $ 165 SP 8-32 Weatherhead to Weatherhead Connection 5 EA $ $ Subtotal Schedule E $ FIRM NAME PROPOSAL FORM Page 13of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Bid Summary: Subtotal Schedule A $ Subtotal Schedule B $ Subtotal Schedule C $ WA State Sales Tax Schedule C (10.0%) $ Subtotal Schedule D $ WA State Sales Tax Schedule D (10.0%) $ Subtotal Schedule E $ WA State Sales Tax Schedule E (10.0%) $ Total Sales Tax $ Total Basic Bid $ Total Gross Bid (Total Basic Bid plus Total Sales Tax) $ If sales tax is shown for a schedule above sales tax should not be included in bid item prices for that schedule (Rule 170). If sales tax is not identified above Contractor shall include appropriate sales tax in each bid item price as applicable (Rule 171). RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following Addenda to the Bid Documents and that due consideration thereof has been used in preparing and submitting this Bid Proposal. Addendum Date of Receipt Signed No. of Addendum Acknowledgment 1 2 3 4 (NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal.) FIRM NAME PROPOSAL FORM Page 14 of 14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this Bid Proposal on behalf of: FIRM NAME: Address: Phone #: Email: Authorized Official: Title: (Please print name) Date: (Signature) Authorized Official: Title: (Please print name) Date: (Signature) Place of Execution: City and State NOTE: 1. Bidder is a(n):[ ] Corporation [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Other 2. If the bidder is a corporation, its duly authorized officials must execute this proposal. Incorporated in the State of State Contractor State Contractor License #: License Expiration Date: State Unified Business Employment Security Identifier (UBI) #: Department#: State Excise Tax Registration #: Federal Tax ID #: Construction Contractors: Please use the following City of Auburn Tax Code Numbers on retail sales where the labor and services are primarily performed in Auburn; 1. Number 1702 when the work is performed in King County 2. Number 2724 when the work is performed in Pierce County Submit Bid Proposal to: Office of City Clerk City of Auburn 25 West Main Street Auburn, WA. 98001-4998 B2 STREET NOTES. w.i� O w,»rr alL p.00 1 ma,mann[114.10 OM MO 00 10 PR MOT m SEE DWG CR561 8 O(a n .a Si. . ss 320 11Dm C-3\ .w.111.11-0 un a..x®r woCLOW.w.M 0.000 CR502 FOR AUBURN e0 ,! n \ a OmUM,.x 030T50.3.11.umas-nm r.®xP101mam PLAN.101.03 M.Q.5 .xam aYonr MMnINTERSECTION DETAILS ',. ' WAYS 50 rH 00L 110.1(11.0011 01101013 4•UMAN m OFT.T-310 e0. O am SOL rms. nx O O m •11M..Ma m.MAL El1.,r 010 50 ` O o„ 0 MULL 10 OFFIR�:: mar-x.. , CO �3' wENI OW OWN FOR01 wRAM 0001110 •150110“.5 1100101. P \� r v NI v .,,.r,m mo. x..,.555.,+. yW p KT.0.011 031000 100.0 P.Crrr 0 0000 MO 0111.0_ PT-131 011 T-15.1.L•015 0 WOW WM 100110115 0000 J.Q> ('!�(`11�8 .. a 5.e.•......•r r,n 1111.x.WOK VALL.,.. it'fiFAI1 r �F S RE-1 g►� a: o 0 xa/TO 000.00 000.o n o.01000.1005. i. Y _ - ®•(rte .00000 .e. 5 oIFi Ni Y. �., o 0 0 I.N O�m"�K1�ar..M� R+(r.r . Oo I wt_ 1 �` •0003 Mr MOM 0 mrtraa M000 MIR 00.0015 55100 00 T LW 011005 m 0,.,»,.»Mar m ROAPM OLT.M,.,_...M1n..n.E.MAW C055 KOK .,.r mr f 616 F ®.ten a O(:V•1 rx.i �`'e{ 1 O �fiw,STS WT.'111 -,n,�oL n+ortx rm0mw aw r0 mor��� I I ll ®wax I;:1 I. 1. .. .1 m x0 OR 5 0.101 50.r.&T-0111 •• ...1 ®.u50.11030.1103 m15.E r s 5 ,...x0. 0 x..WY 0. '�"y Q +00•.am ORAL 1-ALE 930 AUBURN WAYS - rr 0 _._ 0 0570.1-..L ,01..E n.0 r.OW Or M,..,m ,r_ _110 ®011..0 1.0000 00 TALVE Mr,50...1100,00,-ALL 10.•x.1 r.n x.n.5 U ® 0 1010. x0 n5.5r n x05.0 010005515.n COMO 0301 0. _ -- _. _ en LEGEND. 10•00 • c00.0050.. 5 0 01...1‘01151%....„......., 1x,.rx.M.,..Y...Y © A= mar,, . AMBSMI. Z owa..r r: Q16 15 LS EF. 2 0 1n 1.01 500� - Q. ® r10000n ' I.s M u •MDT•0031I^r 0150 I• ' ¢_ FL LT 0 Dn.C0510 MU xam g� ®,a n.. MO MUG W. WYrtl r,. n5 nn .7 72 ill •Tu x. .70CM-104.(002) ! W. Rwrm. WO T10mamba.scoaz 0 ,x.r .01001 Ply75 10.00.W500I0 F STREET SE $ ® M11ma 0awr5.=MY 0010.•r C PROJECT DATE CP1416 �� NON-MOTORIZED IMPROVEMENTS w5r 0.05 NOTED e7 77ZURN TT 1wT �C11-100'� S12ae FSTREET SE(AUBURN WAY S TO 4TH STREET SE) �� //KIT p^ y'll Ifitekke. lit.. L W it lJ lw.vl INGT ill`I x0.:...01 STREET PLAN AND PROFILE Grttm &.01000.PE5.101 030. �!7 STA 9+60 TO 12*50 1 r n CNONNEUZASON NOTES' 4; 0 1'i 10.0.•DAS L 1'w 11.53a(,11a Ln O 0 STA 13.1.V1 IS.L O MULL PIM 111-1110-0A x d ISM pN�na ISM,a SPIT as LOOP SCHEDULE 0 1'w 10440 1,1 L 1'A 11.531'SIP L O 0 n -- O.N M;WIC if 1'a WN SW.,•KR MOT On NM PF:1l11 iLL.�f ii J 926 .17Q9f T'I6S09H AUBURN 808 F ST SE �n a(1'.a'L IT i�r;oc0i0 400 0'' nu WAY 5 ,a, O "1 �'".e `, �' mou=mg.l r. ,wu.mmol,..w,,,..,,1x101.a.,,.�., . .�[ IFCT'I51 ,5EML.. tar Pro moor Fro Ourd V-10.10-01 10 Y 00 + .iM ar L ' ...rt w¢v.r u.rt11 moor sro.rum 1,-m,wm `� L�1\ A O ' T..!."..!4".` O 00' �� `� O O ontraL.ET..'r rums ow To oa...c...w Tv DoT oo--zo, pili .'/• '11.10_0_1_= . d,®�._ n _�� 1 I I ciSm 0 y o >, ' -• .. A O \_i_r 0...1L o.. 10.1., .,` . • KAM Y.a TIMM MOM -WSW.,.. 0 51A 1wx»x53 0 WAIL V AWN MOO.0010014110:1 1T011011T TM T TWAT 5^ �-— an mr Ln/ N... -o n a,.1'. I rz re, a..-. a r F STREET SE 001.00101 Of MOT 00 PAIS 14-0211,-01 I*to-S1120-00 ,e- ISI, 1 '�� ii A�� ®ter amN rHN�..a ,., Ei ,�� STA,wax x1'.rt`-. , /•( ar O .n00 T60w` art om �/) A g, N ®wy1 mrtua m wC L.rt.Wear.m w PIM OZ: ST SE ? SIGNAL znnoN NOTES SE a:Q© 1'w u.«s(1'.r m 0 a1.m...1'x1Ta 04W.T1 A110..1, 2WW Q 10-01 �iawmsn,.r0 (I,MST.YAW 1 111100/101 UAW Tv TO 816 F 0 STA 11401'(3.Y.0 F Ct NLev TM orm 531 coaxal aal.11x OST11.mN(x.,m SL SE n xN L F uNr N ea a 4/101pew men LOCO SSA ©.r.,1.mx 1 .w p SS VAT O0 606 8TH ST t ''ro.-r Vl STA 12.07 Mk. L1 0 ,n'a°m', -:-.7.-4,-„.,-.1-3,..... SIGNAGE NOTES'. I- o,W W O 1'w 1s. (aa m .M ` rcT5 Q 1N1uu pens NNW m fpr w1'.o 0111 NNe.am. 910 AUBURN wars I-N , ▪rax. a Car.n CO O STA OM.M 0 fQ oxo on1.m r CD o w MULL err T-aa.W' a (af. ')MEW!PR an or.w11e SEE DWG CM 111 ED mumAWN Imo s rte a as tom. Cr 0 .r Fart la CM arw 1.1111.an 1 0MALL 1'I Nr.ar)o.—'la o7 or um. V.14.07.$Oa.11'O `,16 1,0 m..u h, O 819 F ST SE 601 F,ST SE se.WSW Fara 715 F T»a.r NAT.n® 1'N 1, U c O MULL Ms e-1 rte! fn barn. W WaN(19l Ln Ir.Yl roe am 53-e fel(x'. 0.0 w �+ an r Par sew envy.r m err.',sat O N.(1 DO ' e•WOO.Tr•MrFd T I " �: r 144.1.6„e Oa'.e:1.1 a,K r,.sum. / ' Il t1 • • : ! pa W •4,16.1 or a aVIlm Nr Cu Fm to w * 1/� N.a. �'1�in N.. _ n... F STREET SE Nr NO N 410 a-101 WORM r1 ON KW MI 557171717 0 -\\ — 1 1 0 tz 1«i jaOr n 00. 0 o.r»aur en { 40 ar Ln• STA.e.em(6r m z m 0 M.•••01.taw r1)..; F 1'.1» (to 1110,1Mw OAW.n U & 1C-.1 602 7TH ST SE ,. =W W � 1'w lwa»(xr. (D 6TH 652 SE 0 '¢ _ PLEASE .woo f 2 601 F ST SE ,»1. CC CO 1'w 1w.1.(a»'.1 2 7'w"r a azro.i MN O 1'w N(aar 51) N 620 FST SE 610 F 5T SE MOW W NS CM-1091(002) g Art, ors 7"03" c"°"'»91 H. D^TE REVIEA.rD e. F STREET SE CMOM 18 30 al� ywisarr nnle.,a aer.N., Am' � u PROJECT MANAGER DATE NON-MOTORIZED IMPROVEMENTS IMMO& 20,0 a• SCALE AS NOTED *m,* J .f47 -, — arca. F STREET SE(AUBURN WAV S TO ITH STREET SE) MOO EL '3 ...sc. 'roomer s^ � `-�! _ Set Wrboan.FE..Rop W CHANNEUZATION AND SIGNING PLAN GM1m p..'y"y'q,� 1'..,e 3 STA 9+60 TO 18.50 •26 CHANNELIZATION NOTES' am,�o y m n O KK.w�il-,wYs Sr IMO wx 4ar,rs s KS,mor sm. rt., [ Ln�� 579' rt rwm(1...11•1.11 F- pi WALL TS Sr SOLO MCI.m.VA PER.mor Sm.N.. FSP ' 517 F ST SE =Ill w SE, 505 F•ST SE W to ISM L O 0 A n.un ou...•L 0' MOO. aor con.Lod sm.ow F.cm w AMA% 1 O • .505 F Q rt.rwr(Oar Ln N SU.11• , r' O 3 pi MALL,worm Loa n.,mot PO RAS.1s.,rvm. 1 /� Mf + IST SE rtA r.4Lr...D•L _ 10 OAT L O O UI. O 3 I_ O �. m N '® rv.I. MISI Z « ~ ©"'i.r RAM Ten 'Rom Nam Fu®or sm.xA. 311-70 WINE as vets.sr ins moms on,•L W: �I �1 em s®•. -_ , I I , N N r r.a oR..o roma N ®m tsrLnt mOO I..,- r- F STREET SE TAIL >e fa -- <. f mra m 0' 0, IT&.......ISIS L rta r«r.n tam'Ln I p.m.xm na•Ln [`+ ,i Qi w Q pe SIGNAGE NOTES. W 'mi " « '. W U _ Mkt '. _ ":Z m WALL WV n-.mtm w.w..oT.rw nn w.rmow„o w p,, i ! �a.:-r• wn it .n mm Ir-012.r'ae-.m Co.m,TR o,s or NAL. _ rta...s..(MO.3.„00 •... j on U Q. .L.r.. rta�s-t .., or. U ` a s.a testi O ORA SILOS?*ROW.n 'I• \rt ' MI o a umml mid SON nr.,n ml POST F n[xv m .o • a 21.92.1.1(.1.>m ¢ SA OMR T-.4.a 2 ( =W ) m nwrr.war O 5,, p rt a(31.04,,q CD 2 Moo NN n HOMO[4Fr• (� ST SE r QS STr.na4(H.t.m ,[fmw4 OF r m pK trOLO11110 MIMS Cr INN wror r�,�s�wf I— �S 520 STF• SF r..r.0(MU WO _ CO .wT.m(xx.n 0 �rt �a.F ALM.m mtrT-14.2.v®IOW w POW RR ,f,/ tti'tN.aw(C.!m©. Cr 44.r r.ort r-,r Fa Ors of V MOO r�wt mm041 •U 0-It 1 OW OW. (� ®ria[ moa cIx foo wuno OM ISOle AP ok I,a wuL S am. nssssn'ln �i0 r�i x 040404 -.w fn frtrr co FOSS r mro n o. v m[ xLn Or ,(1 sL I52t F57 SE [��r' r/A O sr am O 526 4M ST"SE 6 SU as.n.m(ItI�© O.m mo On.i wS-,r Fa MOO idabora to OM Mos (0 TM=UMW �, ',T 4TN T SE A o WOOL ran a-rot fn OM f..Or FOSS rt.mr.r.o- FOS OMB. Q _ e ilk r.,w r L �, m COM N 0 NM.a.mr ZOO L 0 rta aw.sr ar L O-rta r.m.m Tin'L !\l IR LIM alie I. SEE DWG CM110 N . ... .,,. �':: ..- -.,•�®►� - F STREET SE .... 4�a c .� 1,-IS, �'y Z s•rtarrm.W, •r \rt,3.1.40..0t,, N c 0%,r St7S0 a�:m Al W 316 F ST SE 2 >HMfltI F-ST 0 320 F Sr SE �__ ..o-_ @ 0 r 4ISr,..r 0 0 rt. m N PtEASE CA,BE.F.DIRE war, Orta m.nn(aveilMOabfa 0,10.,002) Renown Complead a4n, Sly. CP1416 9 m vnia.r r re4r •Tw DATE: " fes: F STREET SE § ® v„�o�wu�wrr.,� .mr�T � !2 _ wTE NON-MOTORIZED IMPROVEMENTS WOOF OS ii TM/am.fe..r.w.,m r .mm�r e.AS NOTED JAC011er AUBURN -----Or @.• n„G^ F STREET SE(AUBURN WAYS TO 4TH STREET SE) �. wT ,wn �. WASNINGION """"®' CHANNELIZATION AND SIGNING PLAN cum<1 Bra....fn F.E.Pre,.Wraps, STA IR+50T027+00 NUT 45 ii FE n GEIEML NOTES' r I.N.MOOR MOO AM APPO011iAlli. MON CY OM Mei-MO.NOM NALL ZZ (7, N m Q :la. ..I j I. '' SALVAGE REMAINING K1NCK KURB TO THE GTY OF AUBURN. EXOSTING STOP BAR 3 TO REMAIN 0 DASHED BIKE O BICYCLE DETECTOR O LANE ® . .. .. . .r,... ®PAVEMENT MARKING,TMP. O w VIP SIGN MARKING.TYPE. ©BIKE LEFT = W MAIN STu � ®TURN SYMBOL WM GREEN PAINT "4$.8 ht rA. • ,. . . : ,,.....,4 I. ' -, –'.SEE INTERSECTION DETAIL ON DWG CMi17 • e 0 H . I , : . .P��.:� I III PER WSDOT STD PLAN F-45.10-02 'moi CURB RAMP PER WSDOT STD PLAN F-40.15-03 FACED SLOPED MOUNTABLE SEE INTERSECTION DETAIL CN DWG CM117 CURB RETROFIT PER COA � SID DETAIL T-32.2 KEY PLAN x17C +s RAMP AND - CROSSWALK PRECAST CONCRETE DUAL FACED SLOPED MOUNTABLE CURB TO REMAIN RETROFIT PER COA SID DETAIL T-32.2 FASTING CURR • ` -a; I. :. _. RAMP TO REMAIN SEE INTERSECTION DETAIL ON DWG C14117in y m PER WSDOT STD PLAN M-15.10-01 in ' rrlY1 m < Tlom PER WSDOT STD.PLAN M-24.60-04 SURIEDDTLIDESINAPEA PLEASE Oa BEFORE YOU DO VI INN.r in 4 F CH1094(002) 3 °"TM"ya �v DAT Ate^ F STREET SE .1—A—...........NAM NN MOW , .°"*.... n,: '4'rs'+A 416 Pao c.MaH..cea DATE Cie,. �II\WW1 s .p n NON-MOTORIZED IMPROVEMENTS s we a ••w r..e r1 `"terx a,� 'A URN .M�� �W — " =,:::,`,71.='................... -SEE DWG CM1_ F I 0 k I , k | § )! 2 0 |} \) Sm _ ) .j\ .mom_ 11$\G; ...# 6 �� | • ■ ii ■` _ cLi 40 I., §Ri ` )o ; F. | )K ! n 40 § . { 1, ) . 0. i | F | | . Ar a 11 z ) § y ! ; e .14,&a 0 ~ °© _ !m . ( ) )� | • |P( i '3' § ƒ , |ito§ ƒ ; I , } " _ |! | |ƒ { |§k ! 1§ }z61 | qi 21 , .l|. f |I 1146 ) __�-�_aa _&a� � _l ___/ _. __NE-SEE DWG a_ I I | a B ST SE |f . f | !. iii ! t =#r ! !$ \; . \ \ a » .e NE E / \ ; 0 i ■ 1 t 'N || . { I c 2. ; !; ;. | . � \_ IP ' 410 | (3. | \ j }/ PAI __, i I:) f . 4 _�_-� as / Fal II / 11$ |! SAA: §■,|§ till � K z; _ | , .`|i | .. IA ! ' YA , ,2, ;' MATCHLINE-SEE DWG CM105 AUBURN WAY N ;o ii S I PA E i t 0 a m1uu S .T P8 8 a.e.. aniiV An m n. Zs TA'JyS.�o �m g I ®© N r+t m 8 2 tq ? ra' y /� 0 A 8 B i vc. DST SE DST NE m n d t0 i m � 1 w ilk , ,a Z ... N Z ti D m ? m 47 NA m 0. = - :6); m m-Na ice— m o i yz yNm D mto ; m m WI Om �t1m m otl z tl < 40 etli m 3 g isa Y z lii t 4 $ ¢fi, ay . 8 x 4 MATCHLINE-SEE DWG CM107 GENERAL NOTES. 1.AIL MOW!Wan=WL APIIIMIMIIVI MGM LOCA1101 OF Mai MAIIRINOL. EXISTING MEDIAN TO REMAIN ®GUIDE WI SIGN Alk BIKE LANE SYMBOL,TYP. 1{ k « .4 (t I---- .41. $ E MAIN ST >H It irk DASHED BIKE LANE ENKEeSOLM4EWIITE LINE IGN V 0 STRIPING,TYP. Sw o ®GDE UIDE GUIDE SIGN N w DOUBLE YELLOW CENTER UNE,TYP. cT rn w N REMOVE EXISTING DOUBLE YELLOW UNE W ? = NO NO LL U w a KEY PLAN ®SHARED LANE MARKING,TYP. y. s WOO 46 cam r,n ...ns b L MATCHLINE-SEE DWG CM108 nr'Vai`nJUD`aERrowi a,uo ear.e M. CM-109410021 t 0A. a«rv� o ..a B, oarE EVIEAEO BY FSTREET SE �EL @1 No MOON w..m.rezrmu.srue.ae no mo se.C . PROJECT MANAGER Dare NON-MOTORIZED IMPROVEMENTS Ce,.,ir141,� 3 - S���p� e7 TRT URN .M�� R..NA. z!cL MAIN STREET(AT F STREET SE) P141 B j SCALE as rvoreo 1fJ it V IHGIO amnia �=,= Sg aw. CM10] ;; wAtuonmoe STRIPING AND SIGNAGE PLAN nw,ameN<ow.xan „. Sem Wcketrae PE.Pre,M 9 OW 5 5i rw .nris.n GENERAL NOTES: Oar OF 0019 DOW-011111 FFONFOER MILL FOIGX LOGOS.OF MM.OFFVONOL W H fD Z ©SHARED LANE MARKING, TYP. 0 8 U o 5 3 O 0 O W 3 y 0 IR k • FST SE (41Z N W p y 2 2 F J 2 2 UU h KEY PLAN PP fie R/ �; i. par.vozyr. IF=1116.OS Oa 9Y DATE REVIEWED EY 9 V ® "rr MOONY.' a RRDsr YMNaFR COTE F STREET SE PIMEg 3I - ow NON-MOTORIZED IMPROVEMENTS coma la S) SCALE.V NOTED `+ o A7�TTVmm1�1N�T � 2� F STREET SE(4TH STREET SE TO 5TH STREET SE) ��� SEE m^ Wi5IW laN "'� a.a�vAmEon Re m STRIPING AND SIGNAGE PLAN CM10B d.1 n o..rowc O79 GENERAL NOTES'. t.911.PAVININI 10,1110.10 An••••011111.11, FOWL=AIM Of.0110.1141.06. w elk GUIDE SIGN N N SHARED LANE Y ®MARKING.TYP. • F U si U0 3 ®I% 413 FSTSE Z W lb% 71,1 12U H N ignik BICYCLE DETECTOR ®PAVEMENT MARKING KEY PLAN • Ii!!! I MEAN MEM.WU CM Irk— 111 MMnRINIL F, 1` 1 cM-1091(952) 'No v.N 9www Completed 1..a..w aar>t.r� 9Y R EMED BMawWE9: Mare F STREET SE CP~t/c18 ® MIy snow f°.0 gamma m` mJessoPROJECTT0. '�. NON-MOTORIZED IMPROVEMENTS �w8 i ® �swag�p..r�� �..~• �" ox 9CAAP NOTED B���7 .IAS: v""° F STREET SE(4TH STREET SE TO 5TH STREET SE) �� ;g w �^ y WASHINGTON save nom, STRIPING AND SIGNAGE PLAN CM109 P.E.Prow.Manager NSE 52 N 79 I GENERAL NOTES. IDIOM Cot 0•11 MAD-01111 DIRMIll MAI MAWR 1.1.1101 Cr SAAR lanitaall W L) 6TH ST SE K U 1 1" NAI GUIDE SIGN ©SHARED LANE IZIF MARKING,TYP. KEY PLAN V Iomulcanoicurasianotionwl Doan LY Im N V, i-c S c.o., oNnlaiiol _ 1E10131 -I A S:I. tAt I. St• .. FOR NEW EAST/WEST STOP CONTROL 7TH ST SE ,WHITE STOP BAR PLEME Cal WPM room PER WSDOT SID.PLAN • MATCHUNE-SEE DWG CM111 M-24.50-04 IMIW.AOlift c991021(002) :� R �Er,EDBY I� 0 sm�Rw,.m..,......A..rne No�n sun r Septa �� TE F STREET SE MINIM _ ,ECT r.Mw,cER. CP1410M y`�`9 NON-MOTORIZED IMPROVEMENTS �ir� SCALE AS„mEo - eT 1R7 TRN ILL.,. 5 STREET SE(F STREET SE TO H STREET SE) = €3 1 w asWASHINGTON STRIPING AND SIGNAGE PLAN CMHO ,nr...,..,mo,en P.TRA A•,�,o., lY i .w.n.»,�,00.,o r MATCHLINE-SEE DWGCM110 GENERAL NOTES 1.0 100101,0•1000 00 APP100010vMGM 1.0.110 CI MOM k0/1006. s a u 3 -_ o w ® N W N xi 2 o 0 GUIDE SIGN M 1 .:1 L 11111 MARKING, TYP.Illp W W N N 4. <t 8TH ST SE WI UM) >h KEY PLAN ICM.o.CMpo4 o]Ionoe onm n —.no cnm D cunt _ Icun3I Pun.unciPESNAPEA CABEpPRE . M.� dMSECML09C( 1ROM O do 0 OM a«.p, zornowed er. E. anoiEv.Eo er F STREET SE /10011 e ® Vets..ns Mary w.o+ea*.o.• eur.T . � -' * aEc*MUMCEa. gi ,,,,,, •�' DATE. NON-MOTORIZED IMPROVEMENTS mP1416 jejhuRisi -moms xrm- H STREET SE(7TH STREET SE TO 8TH STREET SE) 20-10 !;5{ 1tlIp�10lON "" s.m w.aw.c e STRIPING AND SIGNAGE PLAN mom 0111. co"' I g `ww..amu..rrwo..sn ,o O 79 GENERAL NOTES: PA O.?Ween AIL APNA reAT OEM OP 01.NOY-NMI MOM MALL MEAN NMI.Or Man MAINNOL W N I- N Y U 1 ©SHARED LANE MP MARKING.TYP. W W N W 2 2 U 8TH ST SE Cit 110 31.80 KEY PLAN Icu+olonw4C08 +aelanoel once once ae FUTURE PARK PATH.BY OTHERS V--\ —cwno N.1 1 ana+cum cw,1— REARM.a eN A e 1 MI 1 I MEW NM" , iI I CM+ I ® vas Ms me weer sumoe am CONAMT� 9 MA amo. x ano.E E M.e`iucea. DATE F STREET SE CP�118 e 4"s2r AUBURN NON-MOTORIZED IMPROVEMENTS : �; . 5 4. +41TL 8TH STREET(H STREET SE TO K STREET SE) `� e d scALAS WOOHINGTGN "'',":°'.. "" �� STRIPING AND SIGNAGE PLAN CMI(_ v wr x..s.«��n „ PE,Noma Wm." \O35 li SI 79 MATCHLINE-SEE DWG CM111 GENERAL NOTESI. . molorr MM.MC MOMMILLT Man Man.Cr MIR 16.01.1 ® w N W I— ®viip GUIDE SIGN ©SHARED LANE MARKING,TYP. L___ r-- I 1 9TH ST SE FUTURE PARK PATH. y BY OTHERS KEY PLAN V wits A at* �R "717#otH2 W CM-10941002) ..on Coma. MUM NI. 6 ® N.M.Rre um Me MIMI tr as*MO C.C.M. «lcPROJECTo ev F STREET R da °�T OW"'� PROJECT MN.. DATE NON-MOTORIZED IMPROVEMENTS SE mom cCP141�e i treema .� AUBURN � 91290 9TH STREET SE(H STREET SE TO LES GOVE) zo-m ai row n � .,, 1.1 °'"'"" ..........e.wei.4 M.�'.w STRIPING AND SIGNAGE PLAN CMI13 t • 4111) . _, ,.. A , . LJ J L :q. kJ OSHARED LANE MARKING / I 01110 1 O BIKE LANE SYMBOL O BIKE LEFT 9.7011111222ix AREA A RAM 01112.210221/01,10 CM4I994(092) competed 41, eui. A+- DATE. cao.�.°ECT M�ivaEn F STREET SE 1r� 9@ ® "II"M.""`�0"'�'�0. ,°iq..°0„`°;, m,,;�ADVE A9 NOTED y��� AN �7 R NON-MOTORIZED IMPROVEMENTS Cie18 a 1 pn r. v L-1LJ 1)Ul�l`I JACOBS DETAILS �I� C 8114 roirerAnADAcars DNA VAdetrorn.v.E.vmMM haver 8757 dR.o.w...w 1 I 79 -00 2'-0'— :01.1.--.3 4'WHITE SKIP(TYP)-....711111111 ]0' O DASHED BIKE LINE 1 HITE METHYL n Or' METHACRYLATE CONTRAST BASE. �� � BLACK THERMOPLASTI 20.26. d Oti 4o O BIKE DOT O BICYCLE DETECTOR PAVEMENT MARKING PLOW CALL BEFORE YOU DO CM-1094(002) �" 9Y. SEEP EEREOKOBO F STREET SE MAW NO PROJECT MANAGED: SEEK CP1416 ® Meiwo pnom•aP.B re e 9e ewe ww) r MM ee 1f�:I.. T���CRY Or NON-MOTORIZED IMPROVEMENTS MIMI NO %v«E.sro,Eo A j V 1V�I •M � s)2a� DETAILS xi10 d s.r,wKauem v e r-- 5. ^L Vim! WASHINGTON CMI IS p, .eo .v,ow M.�.9., .ea ee 9, 79 r y T 3c G Lr r .�, y��} LL--"--+"" -2:J 1 24 4+—.1 I �2a.—.I1 L24.---SI a L �2a�.1 1 DO-'MDR D11-1c MOD 011.1 MOD D11-1 MOD D11-1 D11-18 MOD 011-1 MOD D11-1 MOD Doll EON C.00 W N WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN C / . 1t` 1� j�,y^� }3� e. �L-12•-1 1-12-17 L-1s...1 Lir—I Lir-If Lir—I L-12J1 ® M6-1 M6-I M6-1 MG-1 ME, M&1 M5-1WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN 10 GUIDE SIGN J}ty 16 GUIDE SIGN 23 GUIDE SIGN 25 GUIDE SIGN j" 33 GUIDE SIGN ‘,.."hL•12-1 •)''' ¢fit. `' L-12.J I-12-17 r M6-3 / M63 MR-H J 6•c WHITE ON GREEN •1 3.0 C WHITE ON GREEN WHITE ON GREEN /-3..G C J� 13 GUIDE SIGN 2a,J- 11-24.--14;'" LI-2a— -� 28 GUIDE SIGN 37 GUIDE SIGN 2a 2a'J 011-16 MOD y� 011-166100 D11-1 MOD 0161c MOD .?ll. WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN ME-1 M6-1 T M6-1 ¢^' D11-1G MOD WHITE ON GREEN D11-1 WHITE ON GREEN MN WHITE ON GREEN / WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN GUIDE SIGN 17 GUIDE SIGN z-D\ 2 26 GUIDE SIGN $ate, •c 14 0 f 'CI-24--1+-4" zs 1. .12..11 p1Y 1.16.2 01k 01-1 MOD .�1. D11-1 MOO M6-1 / WHITE ON GREEN / WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN E 11-L2-4L----jr —S►,9 .. 14 GUIDE SIGN /3'c 24 GUIDE SIGN 32 r �RE r GUIDE SIGN 1• za L L—_29--11 za-J-1 t.l'•12..J1 011-I MOO D11-14 MOO D11-1 MOD 618-1 WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN LL-12,-I LLHzJ LL12^J 1-12,—It GENOTE M6-1 M6-1 M6-1 M6-3 I. d.e hart 1w Oms AWN VW WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN WHITE ON GREEN MiM T-142.I rtuSF raps 12 GUIDE SIGN 22 GUIDE SIGN 27 GUIDE SIGN 29 GUIDE SIGN .,PL 999r cM-109ac0021� leted ® ......ma Rmama woe a sae pow ea....r� PROJECT MANAGER TwTE. FSTREET SE CP1416 r _AUBURN c., rn�T NON-MOTORIZED IMPROVEMENTS 20-10 I, XO.. q AV L V l�l`I •M�■/ sato DETAILS er M. 41 WASHINGTON ft....� �Mn6 E,Ra1M Wear 59 4 b.. ..w, a wcuuart rt )9 W Nsr I .-". N:111111IM d ° ` i:,.;;;,;;;;,...,,.;,_::, -' -- A' 'e WittrrilL un.mr 21,3.4 00 -L:'- 5.5 . .e . a 3 .oT.STA,INC IXT[nAwe WM. .±,s, . •7.11r A 'a d• A:I : CO sun,v. SSW. lEr 'i Muse C51.1 BEFFAVIC55no 4Tmasr 1 Cu-ioval l 9r DATE " £ SYCT I SATE F STREET SE C�mem ii ,n, .n��sw�noe�+� =MAc �. r� ,® p�� '. A�=rp DA7 - ��^u� NON-MOTORIZED IMPROVEMENTS iso awE...TES �& J IJ J +`A- MAIN STREET(C STREET SW TO A STREET NW) �AO wA o I INTERSECTION DETAIL cwTi7 OWS �•s'I�+�. v.E.PmM Mans. �QBO ''`"'A'n'a^ '� "'° s.mw �. W MAIN ST AND B ST SW ri CITY OF AUBURN PUBLIC WORKS DEPARTMENT ADDENDUM NO. #2 DATE: May 15, 2020 Project Number CP1416, Contract No. 20-10 F Street SE Non-motorized improvements Bid Opening Date: May 19, 2020 11:00 AM PT The following revisions, additions, and/or deletions are hereby made a part of the specifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting their bid: BID PROPOSAL PACKAGE: 1. REPLACE the entire Original Bid Proposal Package with the attached Revised Bid Proposal Package. The following is a summary of changes to the Original Bid Proposal Package: A. The following items have been DELETED from the Proposal Form and the subsequent Bid Item numbers have been revised: • Bid Item 9, Traffic Control Labor (Min. Bid $46.10 per hour) • Bid Item 94, Traffic Control Labor (Min. Bid $46.10 per hour) • Bid Item 107, PVC Sanitary Sewer Pipe, SDR-21 , 21 In. Diam. • Bid Item 112, Traffic Control Labor (Min. Bid $46.10 per hour) • Bid Item 140, Traffic Control Labor (Min. Bid $46.10 per hour) B. The following items have been ADDED to the Proposal Form and the subsequent Bid Item numbers have been revised: • Bid Item 9, Flaggers (Min. Bid $43.11 per hour) • Bid Item 10, Other Temporary Traffic Control • Bid Item 89, Removing Paint Line • Bid Item 96, Flaggers (Min. Bid $43.11 per hour) • Bid Item 97, Other Temporary Traffic Control • Bid Item 110, PVC Sanitary Sewer Pipe, C900, 24 In. Diam. • Bid Item 115, Flaggers (Min. Bid $43.11 per hour) • Bid Item 116, Other Temporary Traffic Control • Bid Item 144, Flaggers (Min. Bid $43.11 per hour) • Bid Item 145, Other Temporary Traffic Control C. The following items have been REVISED in the Proposal Form: • Bid Item 14, Roadside Cleanup, per LS EST • Bid Item 85, - • - •. . - Plastic Bike Dot Symbol, per EA PART 1: GENERAL SPECIAL PROVISIONS: 1. ADD the following to Section 1-10.4(2) (Item Bids with Lump Sum for Incidentals): "Other Temporary Traffic Control" will be measured as a lump sum. 2. DELETE the following pay item from Section 1-10.5 (Payment) "Traffic Control Labor (Min. Bid $46.10 per hour)", Per Hour The "Traffic Control Labor" unit contract price per hour, at the minimum price or for performing those construction operations described in Section 1 10.3 (Traffic Control Labor, Procedures and Devices) and as authorized by the Engineer. performing the work. Should the Contractor determine that he cost for this work 3. ADD the following pay item to Section 1-10.5 (Payment): "Flaggers (Min. Bid $43.11 per hour)", Per Hour The "Flaggers" unit contract price per hour, at the minimum price or more stated in the bid form, shall be full pay for all costs incurred by the Contractor in performing the Work defined in Section 1-10.3(1)A (Flaggers). Payment under this item will be measured by the hour for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is staffed on an intermittent basis, no deduction will be made in measured hours provided that the person staffing the station is in a standby mode and is not performing other duties. 4. ADD the following pay item to Section 1-10.5 (Payment): "Other Temporary Traffic Control", Per Lump Sum The lump sum contract price for "Other Temporary Traffic Control" shall be full compensation for all costs incurred by the Contractor in performing the contract work described in Section 1-10 (Temporary Traffic Control), and which costs are not compensated by one of the above-listed items including pedestrian traffic control. PART 2: TECHNICAL SPECIAL PROVISIONS: 5. ADD the following pay item to Section 7-17.5 (Payment): "PVC Sanitary Sewer Pipe, C900, In. Diam.", Per Linear Foot 6. DELETE the following pay item from Section 7-17.5 (Payment): "PVC Sanitary Sewer Pipe, SDR 21 , In. Diam.", Per Linear Foot 7. REVISE the first paragraph of Section 8-22.2 (Materials) to read: Methyl Methacrylate Green Bicycle Lane Treatment and Methyl Methacrylate Green Plastic Bike Crossing shall be 98:2 Formulation Type D — liquid cold applied methyl methacrylate per Section 9-34.3(4) (Type D — Liquid Cold Applied Methyl Methacrylate). A minimum thirty percent (30%) intermix of anti skid/anti slip elements shall be including the top surface. The material shall be a minimum thickness of 60 90 mils. Plastic Bike Dot Symbol shall be Type B — pre-formed fused thermoplastic per 9-34.3(2) (Type B — Pre-Formed Fused Thermoplastic). 8. REVISE the first paragraph of Section 8-22.4 (Measurement) to read: Plastic shared lane symbol, ••- • •• . • . - plastic bike dot symbol, and plastic bicycle detector symbol will be measured per each. 9. REVISE the following pay item in Section 8-22.5 (Payment): "Methyl Methacrylate Plastic Bike Dot Symbol," per each. 10. ADD the following new Section: 8-20.3(14)1 Video Detection System When video detection is shown in the Plans, the Contractor shall provide and install a fully functional Trafficon video detection camera system auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring per Section 9-29.23 (Video Detection Cameras). The Contractor shall allow two weeks to schedule a Kar-Gor representative to assist with the system installation and turn on. The representative from Kar-Gor will terminate all video wiring in the traffic cabinet and install and program the VIP units. Final adjustment of the cameras shall be done by the Contractor in the presence and at the direction of the City of Auburn Traffic Signal Technician. 11. ADD the following new Section: 9-29.23 Video Detection Cameras The Video Detection System shall be Trafficon by Kargor the presence detector boards shall be Trafficon VIP3D.2, which monitors only two cameras. The cameras shall be installed where indicated on the Plans. Cameras shall be mounted on signal mast arms as shown in the Plans utilizing Pelco Extended Tilt & Pan pole mount, for installation on the signal arm with cable mount and 72- inch tube or approved equivalent. The cable mount shall be suitable for the mast arm diameter at each camera installation location. The camera housings and internal cameras shall be the latest approved models supplied by Trafficon. The Contractor shall provide a VIP set-up keypad and video monitor with a minimum of a 9-inch LCD. The Coaxial cable shall be 5 conductor cable ISDTEC X341667-00. CONTRACT PLANS: 1. REVISE the pipe size and type to read 21" SS, PVC SDR 21 24" SS, PVC C900 on sheet numbers 21 and 22 (SANITARY SEWER PLAN AND PROFILE). 2. CLARIFICATION: The bike left turn pocket shown on Sheet 46 (STRIPING AND SIGNAGE PLAN) shall be with green methyl methacrylate as stated in the Special Provisions and this Addendum; not green paint as stated in the Plans. 3. CLARIFICATION: The bike dot detail shown on Sheet 56 (DETAILS) shall be with Type B — Pre-Formed Fused Thermoplastic as stated in this Addendum; not methyl methacrylate as stated in the Plans. By signing the space provided in the "Receipt of Addenda" section of the "Bid Proposal", bidders certify and acknowledge receipt of Addendum No. _2 and to due consideration thereof in preparing and submitting the "Bid Proposal". Failure to acknowledge receipt of this Addendum on the "Bid Proposal" may be considered an irregularity in the "Bid Proposal". Prepared By: Reviewed By: 5/15/2020 5/15/2020 Project Manager Date Engineer of Record Date Approved By: 05/15/2020 Jacob Sweeting, P.E. Date City Engineer/Asst. Director of Engineering Services PROPOSAL FORM Page 1 of14 CITY OF AUBURN F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Bid Opening: May 19, 2020 Bids received after this time will be returned to sender unopened in accordance with Section 1-02.9 (Delivery of Proposal) of the Specifications. The undersigned hereby certifies that: 1. The project site has been inspected. 2. The Bid Documents governing the work have been read and are thoroughly understood. 3. The bidder is willing and able to execute the Contract, provide a Contract Bond and Evidence of Insurance within 7 calendar days following the receipt of the dated "Notice of Award". 4. The "Contractor Certification Wage Law Compliance", "Responsible Bidder Information" and "Proposed Equipment and Manpower Schedule" forms have been completed and are enclosed with this Bid Proposal. 5. A "Local Agency Subcontractor List" per Section 1-02.6 (Preparation of Proposal) of the specifications has been completed and is enclosed with this Bid Proposal if applicable. 6. By signing this Bid Proposal, I am deemed to have signed and have agreed to the provisions of the "Non-collusion Declaration" included in this package of Bid Documents. 7. A 5% Bid Deposit has been enclosed with this Bid Proposal. 8. All addendums have been acknowledged in the space provided in this Bid Proposal. 9. The bidder will promptly undertake the work upon receipt of the dated "Notice to Proceed" that will be issued within 5 working days of the contract execution date and complete the work embraced in this improvement in accordance with the Contract Documents at the following schedule of rates and prices, and it is understood that failure to complete the work within the time stated in Section 1-08.5 (Time for Completion) of the Specifications will be cause for assessment of liquidated damages in accordance with Section 1-08.9 (Liquidated Damages) of the Specifications. 10. The City may choose to include additive and/or alternate bid items or bid schedules on the Proposal Form and, if included, the City has the right to select any or all of the additive and/or alternate bid items or bid schedules. The additive and/or alternate bid items or bid schedules selected shall be added to the basic bid and the Contract award will be made based on the lowest and most acceptable total bid including selected additives and/or alternates. 11. The method of payment will be made only on the unit prices for items appearing on this Bid Proposal form. 12. The bidders must bid all items in the bid proposal. If any items are left blank or represent $0.00, the bid may be disqualified. NOTE: Unit prices for all items, all extensions and the total amount of bid must be shown. All proposals shall be typed or written in ink. FIRM NAME PROPOSAL FORM Page 2of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule A: Not FHWA Eligible Improvements Bid Std Sec. Description Quantity Unit Unit Total Price Item SP No. Price 1 SP 1-05 One Year Warranty Bond 1 LS $ $ Subtotal Schedule A $ FIRM NAME PROPOSAL FORM Page 3of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid Std oo Sec. Description Quantity Unit Unit Total Price Item SP No. Price 2 SP 1-05 Record Drawings (Minimum Bid 1 LS $ $ $2,000) 3 Std 1-07 SPCC Plan 1 LS $ $ 4 SP 1-07 Utility Potholing 20 EA $ $ 5 SP 1-07 COVID-19 Health and Safety Plan 1 LS $ $ 6 SP 1-08 Training 400 HR $ $ 7 Std 1-09 Mobilization 1 LS $ $ 8 SP 1-10 Traffic Control Supervisor 1 LS $ $ 9 SP 1-10 Flaggers (Min. Bid$43.11 per hour) 1300 HR $ $ 10 SP 1-10 Other Temporary Traffic Control 1 LS $ $ 11 SP 1-10 Construction Site Sign(s) 2 EA $ $ 12 SP 1-10 Portable Changeable Message Sign 140 DAY $ $ 13 SP 1-10 Outside Agency Uniformed Police 1500 EST $1.00 $1,500.00 Flagging Labor 14 Std 2-01 Roadside Cleanup 1 EST $1.00 $15,000.00 15 Std 2-02 Removal of Structures and 1 LS $ $ Obstructions 16 SP 2-02 Remove Catch Basin or Manhole 27 EA $ $ 17 SP 2-02 Removal of Cement Concrete Flatwork 1340 SY $ $ 18 SP 2-02 Removal of Curb and Gutter 1200 LF $ $ 19 Std 2-03 Roadway Excavation, Including Haul 2820 CY $ $ 20 SP 2-03 Gravel Backfill for Roadway Subgrade 590 TON $ $ 21 Std 2-12 Construction Geotextile for Soil 7270 SY $ $ Stabilization 22 Std 4-04 Crushed Surfacing Top Course 210 TON $ $ 23 Std 4-04 Crushed Surfacing Base Course 1780 TON $ $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 4of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid od r Sec. Description Quantity Unit Unit Total Price Item SP No. Price 24 Std 4-04 Permeable Ballast 300 TON $ $ 25 SP 5-04 HMA Cl. 1/2-inch PG 64-22 570 TON $ $ 26 SP 5-04 HMA Cl. 1-inch PG 64-22 1080 TON $ $ 27 SP 5-04 Asphalt Cold Patch 30 TON $ $ 28 SP 5-04 Commercial HMA 10 TON $ $ 29 SP 5-04 Planing Bituminous Pavement 305 SY $ $ 30 SP 5-05 Cement Concrete Speed Table Approach 180 SY $ $ 31 SP 5-06 Pervious Concrete Pavement-Sidewalk 970 SY $ $ 32 SP 5-08 Colored Stamped Cement Concrete 265 SY $ $ 33 SP 7-04 Solid Wall PVC Storm Pipe, SDR-35, 12 230 LF $ $ inch Diam. 34 SP 7-04 Solid Wall PVC Storm Pipe, SDR-21, 12 61 LF $ $ inch Diam. 35 SP 7-04 Ductile Iron Storm Pipe, Special Class 52, 700 LF $ $ 12 In. Diam. 36 SP 7-04 Solid Wall PVC Storm Pipe, SDR-35, 8 30 LF $ $ inch Diam. 37 SP 7-04 Ductile Iron Storm Pipe, Special Class 52, 10 LF $ $ 8 In. Diam. 38 SP 7-04 Storm Sewer Television Inspection 1031 LF $ $ 39 Std 7-05 Catch Basin Type 1 24 EA $ $ 40 Std 7-05 Catch Basin Type 1L 1 EA $ $ 41 Std 7-05 Catch Basin Type 2, 48 In Diam 9 EA $ $ 42 Std 7-05 Catch Basin Type 2, 84 In Diam 1 EA $ $ 43 Std 7-05 Concrete Inlet 4 EA $ $ 44 Std 7-05 Adjust Manhole 8 EA $ $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 5of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements d Bid St Sec. Description Quantity Unit Unit Total Price Item SP No. Price 45 SP 7-06 Manhole Ring and Solid Cover 1 EA $ $ 46 Std 7-05 Adjust Catch Basin 5 EA $ $ 47 SP 7-05 Connect to Existing Catch Basin 4 EA $ $ 48 SP 7-08 Pipe Zone Bedding 450 TON $ $ 49 SP 7-08 Select Pipe Trench Backfill 230 TON $ $ 50 SP 7-08 Imported Pipe Trench Backfill 140 TON $ $ 51 SP 7-08 Controlled n rolled Density Fill (CDF)for Filling 20 CY $ $ pe 52 Std 7-08 Shoring or Extra Excavation Class B 4250 SF $ $ 53 Std 8-01 Erosion/Water Pollution Control 15000 FA $1.00 $15,000.00 54 Std 8-01 ESC Lead 1 LS $ $ 55 SP 8-01 TESC Plan 1 LS $ $ 56 SP 8-01 General Permit Documentation 1 LS $ $ Compliance 57 Std 8-01 Inlet Protection 25 EA $ $ 58 SP 8-02 Topsoil Type A 500 CY $ $ 59 Std 8-02 Sod Installation 990 SY $ $ 60 Std 8-02 PSIPE Kinnikinnick Bearberry 490 EA $ $ 'Arctostaphylos Una-Ursi' 61 SP 8-02 Roadside Restoration 10000 FA $1.00 $10,000.00 62 Std 8-04 Cement Conc. Traffic Curb and Gutter 3880 LF $ $ 63 SP 8-04 Mountable Dual-Faced Cement Conc. 135 LF $ $ Traffic Curb 64 Std 8-04 Cement Conc. Pedestrian Curb 133 LF $ $ 65 SP 8-06 Residential Driveway Apron 110 SY $ $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 6of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid Stdr Sec. Description Quantity Unit Unit Total Price Item SP No. Price 66 SP 8-06 Industrial or Commercial Driveway Apron 360 SY $ $ 67 SP 8-06 Cement Concrete Driveway Approach 20 SY $ $ 68 Std 8-07 Precast Dual Faced Sloped Mountable 60 LF $ $ Curb 69 SP 8-09 Raised Pavement Markers Type 2 40 EA $ $ 70 SP 8-13 Monument Type B (Modified) 7 EA $ $ 71 SP 8-14 Cement Conc. Sidewalk 1370 SY $ $ 72 SP 8-14 Special 2x2 Scored Cement Concrete 70 SY $ $ Sidewalk 73 SP 8-14 Cement Conc, Curb Ramp 23 EA $ $ 74 SP 8-18 Relocate Mailbox Support w/boxes 1 EA $ $ 75 SP 8-20 Illumination System 1 LS $ $ 76 SP 8-20 Traffic Signal System Modifications 1 LS $ $ 77 SP 8-20 Rectangular Rapid Flashing Beacon 1 LS $ $ (RRFB) System Complete 78 Std 8-21 Permanent Signing 1 LS $ $ 79 Std 8-22 Paint Line 3,400 LF $ $ 80 Std 8-22 Double Yellow Center Line 930 LF $ $ 81 Std 8-22 Plastic Crosswalk Line 1480 SF $ $ 82 Std 8-22 Plastic Traffic Arrow 5 EA $ $ 83 Std 8-22 Plastic Bicycle Lane Symbol 10 EA $ $ 84 SP 8-22 Plastic Shared Lane Symbol 64 EA $ $ 85 SP 8-22 Plastic Bike Dot Symbol 2 EA $ $ 86 SP 8-22 Plastic Bicycle Detector Symbol 9 EA $ $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 7of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule B: Street Improvements Bid Std Sec. Description Quantity Unit Unit Total Price ItemSP No. Price 87 SP 8-22 Methyl Methacrylate Green Bicycle Lane 1500 SF $ $ Treatment 88 Std 8-22 Plastic Wide Lane Line 430 LF $ $ 89 Std 8-22 Removing Paint Line 600 LF $ $ 90 Std 8-23 Temporary Pavement Marking—Short 100 LF $ $ Duration 91 SP 8-24 Gravity Block Wall 390 SF $ $ 92 Std 8-30 Wood Fence 70 LF $ $ Subtotal Schedule B $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 8of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule C: Sewer Improvements Bid Sotd Sec. Description Quantity Unit Unit Total Price Item SP No. Price 93 SP 1-07 Utility Potholing 5 EA $ $ 94 Std 1-09 Mobilization 1 LS $ $ 95 SP 1-10 Traffic Control Supervisor 1 LS $ $ 96 SP 1-10 Flaggers (Min. Bid $43.11 per hour) 100 HR $ $ 97 SP 1-10 Other Temporary Traffic Control 1 LS $ $ 98 SP 1-10 Outside Agency Uniformed Police 500 EST $1.00 $500.00 Flagging Labor 99 SP 2-02 Remove Catch Basin or Manhole 2 EA $ $ 100 Std 4-04 Crushed Surfacing Base Course 60 TON $ $ 101 SP 5-04 HMA Cl. 1/2-inch PG 64-22 30 TON $ $ 102 SP 5-04 HMA Cl. 1-inch PG 64-22 50 TON $ $ 103 Std 7-05 Manhole Type 1 60" Diameter 1 EA $ $ 104 SP 7-05 Re-Channel Existing Manhole 1 EA $ $ 105 SP 7-06 Manhole Ring and Solid Cover 7 EA $ $ 106 SP 7-08 Pipe Zone Bedding 260 TON $ $ 107 SP 7-08 Imported Pipe Trench Backfill 90 TON $ $ 108 SP 7-08 Copnerolled Density Fill (CDF)for Filling 50 CY $ $ 109 Std 7-08 Shoring or Extra Excavation Class B 3856 SF $ $ 110 SP 7-17 PVC Sanitary Sewer Pipe, C900, 24 In. 407 LF $ $ Diam. 111 SP 7-17 Sanitary Sewer Television Inspection 407 LF $ $ Subtotal Schedule C $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 9of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule D: Water Improvements Bid Std Sec. Description Quantity Unit Unit Total Price ItemSP No. Price 112 SP 1-07 Utility Potholing 10 EA $ $ 113 Std 1-09 Mobilization 1 LS $ $ 114 SP 1-10 Traffic Control Supervisor 1 LS $ $ 115 SP 1-10 Flaggers(Min. Bid$43.11 per hour) 150 HR $ $ 116 SP 1-10 Other Temporary Traffic Control 1 LS $ $ 117 SP 1-10 Outside Agency Uniformed Police 1000 EST $1.00 $1,000.00 Flagging Labor 118 Std 4-04 Crushed Surfacing Base Course 110 TON $ $ 119 SP 5-04 HMA Cl. 1/2-inch PG 64-22 120 TON $ $ 120 SP 5-04 HMA Cl. 1-inch PG 64-22 80 TON $ $ 121 SP 5-04 Planing Bituminous Pavement 745 SY $ $ 122 SP 7-08 Shoring or Extra Excavation Class B 5022 SF $ $ 123 SP 7-08 Pipe Zone Bedding 350 TON $ $ 124 SP 7-08 Select Pipe Trench Backfill 120 TON $ $ 125 SP 7-08 Imported Pipe Trench Backfill 110 TON $ $ 126 SP 7-08 Controlled Pe rolled Density Fill (CDF)for Filling 20 CY $ $ 127 SP 7-09 Connect to Existing Water Main 8 EA $ $ 128 SP 7-09 Special Class 52 Ductile Iron Pipe for 15 LF $ $ Water Main,4 In. Diam. 129 SP 7-09 Special Class 52 Ductile Iron Pipe for 390 LF $ $ Water Main, 8 In. Diam. 130 SP 7-09 Special Class 52 Ductile Iron Pipe for 420 LF $ $ Water Main, 12 In. Diam. 131 SP 7-09 2-inch Blowoff Asssembly 1 EA $ $ 132 Std 7-12 Combination Air Release/Air Vacuum 1 EA $ $ Valve Assembly 133 Std 7-12 Gate Valve, 8 In. Diam. 7 EA $ $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 10 of 14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule D: Water Improvements Bid Std Sec. Description Quantity Unit Unit Total Price Item SP No. Price 134 Std 7-12 Butterfly Valve, 16 In. Diam. 2 EA $ $ 135 SP 7-12 Adjust Valve Box 18 EA $ $ 136 SP 7-14 Hydrant Assembly 1 EA $ $ 137 SP 7-15 Water Service Connection 3/4 In. Meter 6 EA $ $ with 1 In. Diam. Service Line 138 SP 7-15 Water Service Connection, 1 In. Diam 1 EA $ $ 139 SP 7-15 Water Service Connection, 1.5 In. Diam 1 EA $ $ Subtotal Schedule D $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 11 of 14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule E: Joint Utility Trench Bid Sotd Sec. Description Quantity Unit Unit Total Price Item SP No. Price 140 SP 1-07 Utility Potholing 10 EA $ $ 141 Std 1-09 Mobilization 1 LS $ $ 142 SP 1-10 Portable Changeable Message Sign 9 DAY $ $ 143 SP 1-10 Traffic Control Supervisor 1 LS $ $ 144 SP 1-10 Flaggers (Min. Bid $43.11 per hour) 400 HR $ $ 145 SP 1-10 Other Temporary Traffic Control 1 LS $ $ 146 Std 4-04 Crushed Surfacing Top Course 2 TON $ $ 147 SP 5-04 Asphalt Cold Patch 10 TON $ $ 148 SP 7-08 Imported Pipe Trench Backfill 1,754 TON $ $ 149 SP 7-08 Select Pipe Trench Backfill 438 TON $ $ 150 SP 8-02 Topsoil Type A 20 CY $ $ 151 Std 8-02 Sod Installation 50 SY $ $ 152 SP 8-02 Bark Mulch 10 CY $ $ 153 SP 8-14 Cement Conc. Sidewalk 10 SY $ $ 154 SP 8-32 Structure Excavation Class B Incl. Haul 1,615 CY $ $ for Joint Trench 155 SP 8-32 Shoring or Extra Excavation Class B for 13,330 SF $ $ Joint Trench 156 SP 8-32 Joint Utility Trench Variations 15,000 EST $1.00 $15,000.00 157 SP 8-32 Joint Trench Pipe Zone Bedding Incl. 360 TON $ $ Haul 158 SP 8-32 FTB for Joint Trench 20 CY $ $ 159 SP 8-32 Install 2-inch Diameter Conduit—PSE 740 LF $ $ 160 SP 8-32 Install 3-inch diameter conduit—PSE 857 LF $ $ 161 SP 8-32 Install 4-inch diameter conduit—PSE 3,611 LF $ $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 12 of 14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Schedule E: Joint Utility Trench Bid Std Sec. Description Quantity Unit Unit Total Price Item SP No. Price 162 SP 8-32 Install 6-inch diameter conduit—PSE 2,416 LF $ $ 163 SP 8-32 Install Handhole—PSE 3 EA $ $ 164 SP 8-32 Install 4' 8"x 4' 8"Vault—PSE 1 EA $ $ 165 SP 8-32 Install 4' 8"x 7'Vault—PSE 5 EA $ $ 166 SP 8-32 Install 5' x 11'Vault—PSE 1 EA $ $ 167 SP 8-32 Install 2-inch diameter conduit— 4,395 LF $ $ Comcast 168 SP 8-32 Install Handhole—Comcast 3 EA $ $ 169 SP 8-32 Install 30"x 48"Vault—Comcast 2 EA $ $ 170 SP 8-32 Weatherhead to Weatherhead 5 EA $ $ Connection Subtotal Schedule E $ FIRM NAME ADDENDUM NO. 2 PROPOSAL FORM Page 13 of 14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Bid Summary: Subtotal Schedule A $ Subtotal Schedule B $ Subtotal Schedule C $ WA State Sales Tax Schedule C (10.0%) $ Subtotal Schedule D $ WA State Sales Tax Schedule D (10.0%) $ Subtotal Schedule E $ WA State Sales Tax Schedule E (10.0%) $ Total Sales Tax $ Total Basic Bid $ Total Gross Bid (Total Basic Bid plus Total Sales Tax) $ If sales tax is shown for a schedule above sales tax should not be included in bid item prices for that schedule (Rule 170). If sales tax is not identified above Contractor shall include appropriate sales tax in each bid item price as applicable (Rule 171). RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following Addenda to the Bid Documents and that due consideration thereof has been used in preparing and submitting this Bid Proposal. Addendum Date of Receipt Signed No. of Addendum Acknowledgment 1 2 3 4 (NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal.) FIRM NAME PROPOSAL FORM Page 14of14 F Street SE Non-motorized improvements Contract No. 20-10 Project No. CP1416 Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this Bid Proposal on behalf of: FIRM NAME: Address: Phone #: Email: Authorized Official: Title: (Please print name) Date: (Signature) Authorized Official: Title: (Please print name) Date: (Signature) Place of Execution: City and State NOTE: 1. Bidder is a(n):[ ] Corporation [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Other 2. If the bidder is a corporation, its duly authorized officials must execute this proposal. Incorporated in the State of . State Contractor State Contractor License #: License Expiration Date: State Unified Business Employment Security Identifier (UBI) #: Department#: State Excise Tax Registration #: Federal Tax ID #: Construction Contractors: Please use the following City of Auburn Tax Code Numbers on retail sales where the labor and services are primarily performed in Auburn; 1. Number 1702 when the work is performed in King County 2. Number 2724 when the work is performed in Pierce County Submit Bid Proposal to: Office of City Clerk City of Auburn 25 West Main Street Auburn, WA. 98001-4998 See CONTRACT Contract No. 20-10 THIS AGREEMENT AND CONTRACT, made and entered into, in duplicate, at Auburn, Washington, this ,‘"_ day o , 20z ,Q, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and SOUND PACIFIC CONSTRUCTION, LLC, hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled "CP1416, F Street SE Non-Motorized Improvements," which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1416, F Street SE Non-Motorized Improvements — constructing approximately 1,700 linear feet of roadway widening and reconstruction, storm drainage, sewer, and water main improvements — including excavation of existing roadway pavement and subgrade; 1,500 linear feet of new asphalt concrete roadway pavement and subgrade; 250 linear feet of street grind and overlay; new cement concrete curb and gutter construction; driveway reconstruction; new sidewalk construction; curb ramp reconstruction; storm drainage collection and conveyance construction; water main construction and residential service replacement; sanitary sewer construction; utility underground construction; illumination and traffic improvements; 6,600 linear feet of new bicycle boulevard (striping and signing) improvements; and other appurtenances for a unit bid price of $2,498,353.80 (two million, four hundred ninety-eight thousand, three hundred fifty-three dollars and eighty cents) and Washington State Sales Tax of $66,601.78 (sixty-six thousand, six hundred and one dollars and seventy-eight cents) for a total contract value of $2,564,955.58 (two million, five hundred sixty-four thousand, nine hundred fifty-five dollars and fifty-eight cents) in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within seven (7) calendar days after the receipt of the dated notification of award and the Contract time shall commence within five (5) working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 120 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY OF AUBURN, WASHINGTON --) By ' I _ so-6_ ...., a Icy Backus, Mayor Countersigned: this .,s?e.-day of 'S.,.,.gx__ , 201-0 APPROVED AS TO FORM: S ? DA.Ir s.---.04.- en ra Comeau, City Attorney CONTRACTOR By Au horized • icial Signature