ADDENDUM 3. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

Similar documents
Health Science & Human Services Center 100% CONSTRUCTION DOCUMENTS RSA Project No September 1, 2017(REVISED 9/21/17)

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

DELETE first sentence of first paragraph that reads: REPLACE with the following:

PROPOSAL FORM 2014 FUEL BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

SPECIFICATIONS AND DOCUMENTS FOR PURCHASE OF ROAD MATERIALS AND RENTAL OF CERTAIN PIECES OF CONSTRUCTION EQUIPMENT

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

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

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

INDUSTRIAL HAUL AGREEMENT

District-Wide Prop 39, Interior LED Lighting Upgrades Pre-Conference Meeting Re-Bid No January 9 at 10:00 AM Las Positas College

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

BISCAYNE POINT ROW IMPROVEMENTS

May 11, 2018 On or before 2:00pm

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

Proposal, pages P-1 through P-8 of the Contract Documents and Specifications.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Town of South Windsor, Connecticut. Police Department

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

PURCHASING DEPARTMENT

INVITATION TO BID FUEL PRODUCTS

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

TOWN OF WINDSOR AGENDA REPORT

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

2018 Golf Cart Lease Sunset Valley Golf Club

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

(APPLICATIONS WILL NOT BE ACCEPTED WITHOUT ALL PAPERWORK):

CITY OF UNION CITY. County of Hudson State of New Jersey CORPORATION APPLICATION FOR LICENSE FOR BUSINESS OR OCCUPATION TOWING

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

PERSON any natural person, partnership, firm, association or corporation.

Hillsborough County Aviation Authority Solicitation Addendum. Airside F Boarding Bridges, PCA AHU and GPU

CITY OF SIMI VALLEY MEMORANDUM

CONTRA COSTA COMMUNITY COLLEGE DISTRICT

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

CHAPTER 21 STREETS, SIDEWALKS AND DRIVEWAYS. Part 1 Street Opening Permit. Part 2 Driveway Construction Permit

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

IC School bus driver driving summary Sec. 2. (a) Before a school corporation enters into a:

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

ORDINANCE NO

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

SECTION ROLLER WINDOW SHADES

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

Invitation for Bid # Tandem Axle Dump Truck

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

DRIVEWAY/SIDEWALK PERMIT APPLICATION

General Specifications

A. This Section includes ac, enclosed controllers rated 600 V and less, of the following types:

TOWN OF GRAND FALLS-WINDSOR

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT AFFIDAVITS

TOWNSHIP OF MONROE RESOLUTION NO. \c\

The cost estimation methodology used to update the charges and credits is the same methodology the Company utilized in the prior year s filing.

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

SECTION ENCLOSED SWITCHES AND CIRCUIT BREAKERS

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

SECTION ENCLOSED SWITCHES AND CIRCUIT BREAKERS

Revised DEC STATE OF OKLAHOMA GARFIELD COUNTY PUBLIC SERVICE/PIPELINE OWNER LINE INSTALLATION

Assembly Bill No CHAPTER 309. An act to amend Section of, and to add Section to, the Vehicle Code, relating to vehicles.

REQUEST FOR QUOTATION

ORDINANCE TOWN OF ALBANY. Revised 8/19/03 GREEN COUNTY WISCONSIN

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

PART A TENDER SUBMISSION

TOWNSHIP OF RARITAN COUNTY OF HUNTERDON, NEW JERSEY ORDINANCE #16-06 REVISED

As Introduced. 132nd General Assembly Regular Session S. B. No

UNLV Animal Care Facility. University of Nevada Las Vegas CAM 1513/PC ADDENDUM A August 5, 2016

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

Request for Quote # Armored Vehicle for Hammond Police Swat Team

DIVISION 311 MISCELLANEOUS ELECTRICAL RULES

Department of Finance Purchasing Department INVITATION TO BID

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

AIR QUALITY PERMIT. Vulcan Construction Materials, LLC-Gainesville RM

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

1. GENERAL BIDDING: For clarification, the sealed bids shall be marked as follows:

COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS

Transcription:

Network Operations Center Renovation 62 Swamp Road Newtown, PA 18940 ADDENDUM 3 To: For: Prepared For: ALL BIDDERS Network Operation Center Renovation 62 Swamp Road Newtown, PA 18940 Council Rock School District 30 N. Chancellor St Newtown, PA 18940 Date: July 10, 2015 Notice to all Contractors bidding the Network Operation Center Renovation at Council Rock High School North. This Addendum is to amend or clarify the Contract documents as follows: GENERAL A. This Addendum constitutes part of the Project Manual and Contract. Should conflict occur between the Project Manual and items in this Addendum or between Drawings and this Addendum, the Addendum shall govern. B. Work described in this Addendum shall be in accordance with Specifications for like items in remainder of building and complete with all labor and materials required. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession. D. Work affected by items in this Addendum shall be appropriately adjusted to accommodate these changes. E. Acknowledge receipt of this Addendum by inserting its number and date in the space provided in the Bid Form. Failure to do so may subject Bidder to disqualification. Council Rock School District Network Operation Center Renovation ADDENDUM 3-1 Philadelphia, Pennsylvania

Network Operations Center Renovation 62 Swamp Road Newtown, PA 18940 F. BID EXTENSION: Bids will be opened and read aloud (at 2:00 PM) at Council Rock School District, 30 N. Chancellor St., Newtown, PA 18940, on Wednesday July 15, 2015. SPECIFICATIONS: 3.01 Specification Section 004100 Bid Form for Contract 1 General Construction- DELETE in its entirety and REPLACE with the revised bid form attached. DRAWINGS: Architectural 3.02 Drawing Sheet A601: For existing doors D06-1 and D08-2, ADD matte translucent privacy film to all the existing glazing and side lights at these door locations. Basis of design: 3M, Privacy Series or approved equal, Final film selection to be selected from the series standard collection. Structural 3.03 Drawing S101: For base bidding purposes, the embedment length of the helical underpinning anchors is 20 feet below the bottom of the existing grade beam that is shown on Drawing 2/S101. Actual length to be determined based on verification of underlying soil conditions as required and indicated on Drawing S101. In addition, provide both ADD and DEDUCT linear foot prices to adjust base bid value based on final required embedment depth of helical underpinning anchors. See revised bid form, section 004100, attached to Addendum 3 to provide lineal foot values. Plumbing None this addendum Council Rock School District Network Operation Center Renovation ADDENDUM 3-2 Philadelphia, Pennsylvania

Network Operations Center Renovation 62 Swamp Road Newtown, PA 18940 Mechanical None this addendum Electrical None this addendum BIDDERS QUESTIONS: 3.04 Question: It says the insurance requirements are listed in the supplemental instruction but I do not see that information. Response: Reference specification section 007000 General Conditions of the Project for Construction AIA document A201-2007 under Article 11, Insurance and Bonds. ATTACHMENTS: Section 004100 Bid Form for Contract 1- General Construction Updated Table of Contents END OF ADDENDUM NO. 3 Council Rock School District Network Operation Center Renovation ADDENDUM 3-3 Philadelphia, Pennsylvania

Network Operations Center Renovation 62 Swamp Road Newtown, PA 18940 THIS PAGE IS LEFT INTENTIONALLY BLANK Council Rock School District Network Operation Center Renovation ADDENDUM 3-4 Philadelphia, Pennsylvania

SECTION 000010 TABLE OF CONTENTS (revised Addendum 03 07 10 15) VOLUME 1 DRAWING INDEX As Listed On Contract Drawings Cover Sheet DIVISION 00- PROCUREMENT AND CONTRACTING REQUIREMENTS Section 002000 - Section 002100 - Section 002110 - Section 004100 - Section 004200 - Section 004500 - Section 006100 - Section 006120 - Section 007000 - Section 008200 - Section 009000 - Instructions to Bidders AIA Document A701 Supplemental Instructions to Bidders Background Checks Bid Form (Contract 1- General Construction- revised Addendum 3) Bid Attachments Non-Collusion Affidavit of Contractor Performance Bond AIA A312 Payment Bond AIA A312 General Conditions of the Project for Construction AIA Document A201-2007 Prevailing Wages and Forms Construction Forms DIVISION 01 - GENERAL REQUIREMENTS Section 011100 - Section 011200 - Section 012300 - Section 012500 - Section 012900 - Section 013100 - Section 013110 - Section 013200 - Section 013300 - Section 013500 - Section 014100 - Section 014101 - Section 014200 - Section 014500 - Section 015100 - Section 016100 - Section 016300 - Section 017300 - Section 017320 - Section 017400 - Section 017700 - Section 017800 - Summary of Work Multiple Contract Summary Alternates Contract Modification Procedures Payment Procedures Coordination Project Meetings Construction Progress Documentation Submittal Procedures Safety Regulatory Requirements Special Inspections and Structural Testing Reference Standards and Definitions Quality Control Temp Utilities and Facilities Basic Product Requirements Products Substitution Procedures Cutting and Patching Selective Demolition Cleaning Closeout Procedures Project Record Documents TABLE OF CONTENTS Philadelphia, Pennsylvania 000010 - Page 1

Section 017810 - Section 017820 - Section 018300 - Warranties and Bonds Spare Parts and Maintenance Manuals Operations and Maintenance Data VOLUME 2 DIVISIONS 02-14 DIVISION 2 EXISTING CONDITIONS N/A DIVISION 3 CONCRETE Section 033001 - Site Concrete Items DIVISION 4 MASONRY Section 042000 - Section 042113 - Unit Masonry Brick Masonry DIVISION 5 - METALS Section 055000 - Metal Fabrications DIVISION 6 WOOD, PLASTICS, COMPOSITES Section 061053 - Miscellaneous Rough Carpentry DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 072100 - Section 076200 - Section 078413 - Section 079200 - Thermal Insulation Sheet Metal Flashing and Trim Penetration Firestopping Joint Sealants DIVISION 8 - OPENINGS Section 081113 - Hollow Metal Doors and Frames Section 081416 - Flush Wood Doors Section 083110 - Overhead Coiling Doors Section 084413 - Aluminum Framed Entrances and Storefronts Section 087100 - Door Hardware (REVISED ADDENDUM 01) Section 088000 - Glazing DIVISION 9 - FINISHES Section 092900 - Section 095113 - Gypsum Board Acoustical Panel Ceilings TABLE OF CONTENTS Philadelphia, Pennsylvania 000010 - Page 2

Section 096513 - Section 096519 - Section 099610 - Section 099123 - Resilient Base and Accessories Resilient Tile Flooring Static-Control Resilient Flooring Interior Painting DIVISION 10 - SPECIALTIES Section 101100 - Visual Display Units Section 102219 - Office Partition Systems (ADDED ADDENDUM 01) Section 104320 - Plastic Signage Section 104413 - Fire Protection Cabinets Section 104416 - Fire Extinguishers DIVISION 11 EQUIPMENT N/A DIVISION 12 - FURNISHINGS Section 122413 - Section 123216 - Section 123623 - Roller Window Shades Manufactured Plastic-Laminate-Faced Casework Plastic-Laminate-Clad Countertops DIVISION 13 - SPECIAL CONSTRUCTION N/A DIVISION 14 - CONVEYING EQUIPMENT N/A VOLUME 3 DIVISION 21 34 DIVISION 21 FIRE SUPPRESSION N/A DIVISION 22 - PLUMBING Section 220010 - Section 220530 - Section 220540 - Section 220570 - Section 220700 - Section 221110 - Section 221310 - Section 221320 - Basic Requirements - Plumbing Construction Meters and Gages for Plumbing Piping General-duty Valves for Plumbing Piping Identification for Plumbing Systems Plumbing System Insulation Domestic Water Piping Sanitary Waste and Vent Piping Sanitary Waste Piping Specialties TABLE OF CONTENTS Philadelphia, Pennsylvania 000010 - Page 3

Section 224000 - Section 229110 - Plumbing Fixtures Clean-Agent Fire Extinguishing Systems DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING (HVAC) Section 230010 - Section 230540 - Section 230600 - Section 230700 - Section 230900 - Section 232110 - Section 233110 - Section 233710 - Section 238140 - Section 238210 - Basic Requirements - HVAC Construction General Duty Valves for HVAC Piping HVAC System Testing, Adjusting, and Balancing HVAC System Insulation HVAC System Controls Hydronic Piping Metal Ducts Diffusers, Registers, and Grilles Computer Room Units Fan Coil Units DIVISION 25 INTEGRATED AUTOMATION N/A DIVISION 26 - ELECTRICAL Section 260010 - Section 260500 - Section 260519 - Section 260526 - Section 260529 - Section 260533 - Section 260535 - Section 260536 - Section 260553 - Section 262200 - Section 262616 - Section 262726 - Section 262813 - Section 262816 - Section 263213 - Section 264313 - Section 265100 - Basic Electrical Requirements Common Requirements Electrical Wires and Cables 600V and Below Grounding Supporting Devices Raceways Electrical Boxes and Fittings Cable Trays Electrical Identification Low-Voltage Dry-Type Transformers Panelboards Wiring Devices Fuses Disconnect Switches Generator Set Transient Voltage Surge Suppression Lighting DIVISION 27 COMMUNICATIONS Section 271500 - Communications Cabling TABLE OF CONTENTS Philadelphia, Pennsylvania 000010 - Page 4

DIVISION 28 ELECTRONIC SAFETY AND SECURITY Network Operation Center Renovation Section 281300 - Section 281600 - Section 282300 - Section 283111 - Access Control System Security System CCTV System Fire Alarm and Detection System DIVISION 31 EARTHWORK Section 312316 - Trenching Backfilling Compaction DIVISION 32 EXTERIOR IMPROVEMENTS Section 321216 - Hot-Mix Asphalt Paving DIVISION 33 UTILITIES N/A DIVISION 34 TRANSPORTATION N/A END OF TABLE OF CONTENTS TABLE OF CONTENTS Philadelphia, Pennsylvania 000010 - Page 5

SECTION 004100 - (revised Addendum 3) FOR CONTRACT NUMBER: 1 CONTRACT NAME: General Construction FOR NETWORK OPERATION CENTER RENOVATION AT COUNCIL ROCK HIGH SCHOOL NORTH Newtown, PA 18940 Proposal of: (Name) (Address) (Telephone) (Contact Person) Council Rock School District 30 North Chancellor Street Newtown, PA 18940 In conformity with the Plans and Specifications as prepared by Schrader Group Architecture LLC, 161 Leverington Ave, Ste 105, Philadelphia PA 19127, after an examination of the site and the Bidding and Contract Documents, the undersigned submits this proposal and enclosed herewith a bond in an amount of not less than ten percent (10%) of the total of the hereinafter stated Base Bid and inclusive of Alternate(s), made payable to or indemnifying the Council Rock School District, 30 N. Chancellor Street, Newtown, PA. 18940, which it is understood will be held by the Owner, as security as provided in the Instructions to Bidders, if this proposal or any part thereof is accepted by the Owner, and the undersigned shall fail to furnish approved bonds and execute the Agreement within ten (10) days from the date of issuance of the award. Should the Owner fail to make an award on this project through no fault or failure on the part of the Bidder, then the Owner shall return said bid security. Philadelphia, Pennsylvania 004100 - Page 1

It is hereby certified that the undersigned is the only person(s) interested in this proposal as principal, and that the proposal is made without collusion with any person, firm or corporation. The Bidder submits herewith, as such, a Non-Collusion Affidavit in accordance with the provisions of the Pennsylvania Anti-bid-Rigging Act of October 28, 1983. Bidder hereby agrees to execute the Agreement and furnish surety company bonds in the amount of one hundred percent (100%) of the Contract Price for the Performance Bond and Labor and Material Payment Bond, within ten (10) days after mailing by the Owner of notice of award, and to begin work with ten (10) days after date of Notice to Proceed. Bidder guarantees that, if awarded contract, he will furnish and deliver all materials, tools, equipment, tests transportation, secure all permits and licenses, do and perform all labor, supervision and all means of construction, pay all fees and do all incidental work, and to execute, construct and finish, in an expeditious, substantial and workmanlike manner, in accordance with the plans and specifications, to the complete satisfaction and acceptance of the Owner, for the Work of this Contract for the Network Operation Center Renovation at Council Rock High School North. It is understood that the Owner, reserves the right to reject any or all proposals, or part thereof, or items therein and to waive technicalities required for the best interest of the Owner. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. A certified copy of the Contractor s Qualification Statement, AIA Document A-305 will be submitted as part of this bid. Bidders submit this proposal with the understanding that the work shall be substantially complete by the dates indicated in Supplemental Instruction to Bidders, Item 17, Time for Completion. The time for completion of the work of all contracts shall be considered as of the essence of this Contract The Contractor understands and agrees the TIME IS OF THE ESSENCE and that all schedule dates are minimum performance dates, notwithstanding anything to the contrary contained in the Contract Documents, should the progress of the Project be ahead of schedule dates, the Contractor agrees to coordinate and complete its Work in accordance with the actual Project Progress and the actual pace of the Project without additional compensation. The bidder agrees that he will not assign his bid or any of his rights or interests thereunder without the written consent of the Owner. In the event of a discrepancy between the verbiage (words) and numbers entered here below, the verbiage shall govern. Bid Withdrawal This proposal is submitted with the definite understanding that it will not be withdrawn for a period of sixty (60) days after Bids are due, or any authorized postponement thereof, except as provided by law (73 P.S. 1602, as amended). Philadelphia, Pennsylvania 004100 - Page 2

THE BID, as called for, is submitted as follows: Item A. BASE BID: For all General, and Site Construction Work, complete, for the Network Operation Center Renovation at project, as shown and specified in the Contract Documents, for the lump sum of: Dollars ($ ) Item B. ALTERNATES: See Section 012300 for Full Description Alternates left blank or indicated as Not Applicable (N/A) shall be considered the same as No Change in Cost. Alternate No GC 1 New Entry at Network Operations Center ADD/DEDUCT Dollars ($ ) Item C. UNIT PRICES Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidental necessary to complete the specified operation. Unit Prices will be used to ADD/DEDUCT the contract where appropriate. Schedule of Unit Prices: Unit Price #G1 Provide a Laborer (Class 03) at the following Unit Price $ per hour Unit Price #G2 $ per foot Provide a lineal foot for helical underpinning at the following Unit Price (this unit price will be used to add to or deduct from the lineal footage described) Item D. ALLOWANCES Bidder agrees to include in the Base Bid Price, in addition to the Work shown on the Drawings and Specifications the following: Quantity Allowance 1: Eighty (80) hours of Unit Price G1 work $ Philadelphia, Pennsylvania 004100 - Page 3

TOTAL ALLOWANCE (INCLUDE IN BASE BID PRICE): $ Name of Contractor ATTACHMENTS: The following Documents are attached and are made a condition of this Bid: a. Non-collusion Affidavit b. Bid Bond c. Contractor Qualification Statement ACCEPTANCE OF ADDENDA: In submitting this proposal, I have received and included in this bid, the instructions and information contained in the following Addenda: Addendum No. Dated SIGNATURES The Undersigned here certifies that this Proposal is genuine and not a sham, collusive or fraudulent or made in the interest of or in behalf of any person, firm or corporation not herein named; and that the Undersigned has not, directly or indirectly, inducted or solicited any bidder to submit a sham bid, or any other person, firm or corporation from bidding, and that the Undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. (Individual Bidder) Seal WITNESS Philadelphia, Pennsylvania 004100 - Page 4

Trading and doing business as Business Address: ** If a fictitious trade name is employed in the conduct of business, insert such name and complete appropriate, by deletion, the following sentence: The foregoing fictitious trade name (has) (has not) been registered under Pennsylvania Law. (Partnership Bidder) Seal WITNESS Seal Partner Seal Partner Seal Partner Business Address: ** If a fictitious or trade name is employed in the conduct of business, insert such name and complete, as appropriate, by deletion, the following statement: The foregoing fictitious or trade name (has) (has not) been registered under Pennsylvania law. Philadelphia, Pennsylvania 004100 - Page 5

Complete, as appropriate, the following statement: The Partners constituting the Partnership are: (Corporate Bidder) *** (Name of Corporation) By: (Vice) President ATTEST: (Asst.) Secretary (Corporate Seal) Business Address: OR (If appropriate) (Name of Corporation) WITNESS Philadelphia, Pennsylvania 004100 - Page 6

***By: Authorized Representative Business Address: *** Complete, as appropriate, the following statement: The Corporation has been organized and is existing under the laws of the of (state/commonwealth) (state) END OF Philadelphia, Pennsylvania 004100 - Page 7

THIS PAGE LEFT BLANK INTENTIONALLY Philadelphia, Pennsylvania 004100 - Page 8