AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

Similar documents
Sunnyside Valley Irrigation District

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

00400 BID FORMS AND SUPPLEMENTS

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Cherokee County Board of Commissioners

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

P. Concrete Slurry Backfill Removal

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

Proposal for Bidding Purposes

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

BOND FOR FAITHFUL PERFORMANCE

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

CONTRACT AND BOND FORMS FOR

BOND FOR FAITHFUL PERFORMANCE

FORM A: BID (See B9)

F O R M OF P R O P O S A L

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

SECTION INSTRUCTIONS TO BIDDERS

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

CITY OF RICHMOND PERFORMANCE BOND

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

Proposal for Bidding Purposes

BID: Escanaba WWTP Digester Roof Restoration

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Electronic Distribution Only Not For Bidding Purposes

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

OHIO DEPARTMENT OF TRANSPORTATION

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012

LAND IMPROVEMENT AGREEMENT

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

BID FORM FOR CONSTRUCTION CONTRACTS

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Administrative Report

Proposal for Bidding Purposes

CITY OF RIALTO, CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE:

Guarantor additionally represents and warrants to Obligee as

CONTRACT FORM CONTRACT #

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

EXHIBIT CONSTRUCTION CONTRACT BOND

Public Notice Advertisement for Bids

Coastal Carolina University Ingle Residence Hall Renovations

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

SECTION AGREEMENT

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

MAINTENANCE & WARRANTY BOND. Carroll County Board of Commissioners 423 College Street, Carrollton, Georgia, 30117

Proposal must provide warranty for all material and construction. See the specifications on the building.

Tulsa Community College

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Part VIII Material and Construction Specifications

Proposal for Bidding Purposes

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

APPLICATION FOR 2019 SEWER AND WATER BUILDER S LICENSE

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM

INSTRUCTIONS TO BIDDERS Medical Center

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.

LEGAL NOTICE - ADVERTISEMENT FOR BID

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

NORTH TEXAS MUNICIPAL WATER DISTRICT

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

E&S PERFORMANCE BOND

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

INFORMATION FOR BIDDERS

Transcription:

BIDDING & CONTRACT DOCUMENTS INVITATION TO BID 2 pages BID PROPOSAL & BID FORM 2 pages BIDDERS INFORMATION.. 3 pages AGREEMENT 4 pages SPECIFICATION 1 page LABOR & MATERIALS 4 pages PERFORMANCE BOND 4 pages DRAWINGS 10 pages

INVITATION TO BID WATER METER & BACKFLOW PREVENTER PROJECT Sealed bids will be received by the Port of Port Townsend, 2701 Jefferson Street, PO Box 1106, Port Townsend, WA 98368, snelson@portofpt.com, up to but no later than 2:00 PM Wednesday February 27, 2019 for the Water Meter & Backflow Preventer Installation Project. This project is the installation of 12 new water meters and 3 backflow preventers. The work includes: 3 meters east of the Administration Building 1 meter & 1 backflow preventer on the approach to A-B Dock 1 meter & 1 backflow preventer on the approach to C Dock 1 meter & 1 backflow preventer on the approach to D Dock 1 meter & 1 backflow preventer at Building #33 (former Moorage Office) 5 meters on the south side of Building 6 This work also includes excavation and backfill; pavement cutting, removal and replacement; installation of 4 heated enclosures on concrete slabs; re-sodding disturbed areas; connections to existing piping; installation of valve boxes; and other work as shown on the plans and specified herein. Questions should be directed to: Harold T. Andersen, PE Quadra Engineering, SP 360-379-9117 360-460-7311 (cell) htandersen@q.com Bidders may request a site visit prior to bid opening by contacting Harold Andersen. Bids shall be submitted in a sealed envelope in person by USPS mail, or by email to: INVITATION TO BID Page 1 of 2

Sue Nelson Executive Assistant Port of Port Townsend PO Box 1180 Port Townsend, WA 98368 360-385-0656 360-385-2323 snelson@portofpt.com Bidder will enter into an Agreement within 5 days after receipt of notification of intent to award. Bidders shall not withdraw their bid after the bid opening, or before award of the contract, unless award is delayed for more than 45 days. The contract will be awarded to the lowest responsible bidder. The Port of Port Townsend reserves the right to reject any and all bids and to waive any informalities or irregularities in the bidding, and to accept the bid deemed best for the Port. A Labor and Materials Payment Bond and a Performance Bond will be required. A Proposal Guaranty (Bid Bond) is not required. INVITATION TO BID Page 2 of 2

BID PROPOSAL & BID FORM WATER METER & BACKFLOW PREVENTER PROJECT BID PROPOSAL 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Port of Port Townsend, in the form included in the Contract Documents, to perform the work as specified or indicated in Contract Documents entitled Water Meter & BFP Project. 2. Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Invitation to Bid and Bidders Information. 3. This Bid will remain open for the period stated in the invitation to Bid unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Invitation to Bid, and will furnish the insurance certificates, Payment Bond, and Performance Bond required by the Contract Documents. 4. Bidder has examined copies of all Contract Documents including the following addenda (receipt of all of which is hereby acknowledged): 5. Bidder has familiarized itself with the nature and extent of the Contract Documents work, site, locality where the work is to be performed, legal requirements (federal, state and local laws, ordinances, rule and regulations), and the conditions affecting cost, progress or performance of the work and has made such independent investigations a Bidder deems necessary. BID PROPOSAL BID FORM Page 1 of 2

6. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the Port of Port Townsend. 7. Bidder agrees not to withdraw the bid for a period of thirty (30) calendar days after the bid opening date. BID FORM Contractor lump sum bid amounts, to be filled in below, shall include all work required as described in the Project Plans and the Specification which are part of these Contract Documents. Lump sum amounts shall include 9% WSST. Lump Sum Amounts 3 meters east of the Administration Building $ 1 meter & 1 backflow preventer on the approach $ to C Dock 1 meter & 1 backflow preventer on the approach $ to A-B Dock 1 meter & 1 backflow preventer on the approach $ to D Dock 1 meter & 1 backflow preventer at Building #33 $ (former Moorage Office) 5 meters on the south side of Building #6 $ TOTAL $ BID PROPOSAL & BID FORM Page 2 of 3

Bidder further agrees to complete the work required under the Contract Documents within the Contract Time stipulated and to accept in full payment the Total Project Bid Price submitted herewith. Dated: Bidder: By: Title: BID PROPOSAL & BID FORM Page 3 of 3

BIDDERS INFORMATION WATER METER & BACKFLOW PREVENTER PROJECT PROPOSED SUBCONTRACTORS: The following is a complete list of Subcontractors that will be used in the work if the Bidder is awarded the Contract. This information shall be provided to the Port of Port Townsend within three days of the bid opening. Work To Be Performed Proposed Subcontractor ADDENDA RECEIVED The Bidder hereby acknowledges receipt of Addenda issued for this project. Addendum No. Date Received Name of Recipient TIME FOR COMPLETION Subject to delays granted due to conditions entitling the Contactor to an extension of time under the Contract Documents, the undersigned agrees to complete all work under this Contract within 45 calendar days beginning with the tenth calendar day after the date of written notice to proceed with the work. BIDDERS INFORMATION Page 1 of 3

BIDDER S GENERAL INFORMATION: The Bidder shall furnish the following information. Additional sheets shall be attached as required. Failure to complete Items 1, 3, 5 and 8 shall cause the bid to be non-responsive and may cause its rejection. In any event, no award will be made until all of the Bidder s General Information (i.e., Items 1 through 8, inclusive) is delivered to the Owner. 1. Contractor s name and address; 2. Contractor s telephone number; 3. Contractor s license: Primary classification; State License Number and Expiration Date; Supplemental classifications held, if any; Name of Licensee, if different from No. 1 above; 4. Name of person who inspected site of proposed work from your firm: Name(s): Date(s) of Inspection: 5. Surety Company AM BEST rating: 6. Attach to this bid the experience resume of the person who will be designated chief construction superintendent or on-site construction manager. 7. Attach to this bid a list of at least three construction contracts completed by the Contractor during the last five years involving the work of similar type and comparable value. The list shall include the following information as a minimum: BIDDERS INFORMATION Page 2 of 3

Name, address and telephone number of owner. Name of project. Brief description the work involved. Contract amount. Date of completion of contract. Name, address and telephone number of architect or engineer. Name of owner s project engineer. BIDDERS INFORMATION Page 3 of 3

AGREEMENT WATER METER & BACKFLOW PREVENTER PROJECT THIS AGREEMENT is dated this day, in the year 2019, by and between the Port of Port Townsend (hereinafter Port), 2701 Jefferson Street, PO Box 1180, Port Townsend, WA 98368; and hereinafter called Contractor. Port and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK Work under this project is described by the Plans and these Contract Documents. This project is the installation of 12 new water meters and 3 backflow preventers. The work includes: 3 meters east of the Administration Building. 1 meter & 1 backflow preventer on the approach to A-B Dock. 1 meter & 1 backflow preventer on the approach to C Dock. 1 meter & 1 backflow preventer on the approach to D Dock. 1 meter & 1 backflow preventer at Building No. 33 (former Moorage Office). 5 meters on the south side of Building 6. This work also includes excavation and backfill; pavement cutting; removal and replacement; installation of 4 heated enclosures on concrete slabs; re-sodding disturbed areas; connections to existing piping; installation of valve boxes; and other work as shown on the plans and specified herein. ARTICLE 2. CONTRACT TIME Subject to delays granted due to conditions entitling the Contractor to an AGREEMENT Page 1 of 4

extension of time under the Contract Documents, the undersigned agrees to complete all work under this Contract within 45 calendar days beginning with the tenth calendar day after the date of written notice to proceed with the work. ARTICLE 3. CONTRACT PRICE Owner shall pay Contractor for completion of the work in accordance with the amounts set forth in the Bid Schedule, including Washington State sales tax, as summarized below: Total Agreement Amount $ (Page 2 Bid Proposal & Bid Form) ARTICLE 4. PAYMENT PROCEDURES. Contractor shall submit Applications for Payment upon completion and Port acceptance of all work required for the Water Meter & Backflow Preventer project. ARTICLE 5. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between Owner and Contractor concerning the work consist of this Agreement and the following attachments to this Agreement: Advertisement for Bids. Bidders Information. Bid Proposal & Bid Form, Bidders Information, and all required certificates and affidavits. AGREEMENT Page 2 of 4

Performance and Payment Bonds. Scope of Work. Drawings consisting of 10 pages. Addenda numbers inclusive. Change Orders which may be delivered or issued after Effective Date of the Agreement and are not attached hereto. There are no Contract Documents other than those listed in this Article. The Contract Documents may only be amended by Change Order mutually agreed upon by Port and Contractor. ARTICLE 6. MISCELLANEOUS An assignment by a party hereto of any rights under or interests in the Contract Documents will not be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) and unless specifically stated to the contrary in any written consent to an assignment, an assignment will not release or discharge the assignor from any duty or responsibility under the Contract Documents. Port and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors assigns, and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. AGREEMENT Page 3 of 4

IN WITNESS WHEREOF, Port and Contractor have caused this Agreement to be executed the day and year first above written. OWNER: By: Jim Pivarnik Executive Director Port of Port Townsend CONTRACTOR: By: License No. AGREEMENT Page 4 of 4

SPECIFICATON WATER METER & BACKFLOW PREVENTER PROJECT Product specifications: Meters: ¾ or 1 Sensus SR11, or approved equal with remote reading head Meter Boxes: PVC or concrete meter box 16 x 22 x 12. Meter Boxes at Building 6 may need to be 12 x 22 x 12. Backflow Preventer: 1 Watts Series 009, Reduced Pressure Zone Assembly. Heated Enclosure: Hubbell HF013047028, Hot Box Enclosure. Service Pipes: WSDOT 9-30.6(3); 3/4 or 1 (larger if necessary) Type (K) copper, or polyethylene tubing per AWWA C901, or black iron pipe per ASTM A53. Concrete: Patching Mortar Extended with Aggregate WSDOT 9-20 and 9-20.2(2). Asphalt: WSDOT 9-02. All pipes, valves, service connections, and appurtenances shall be flushed and disinfected in accordance with the standards of the DOH, AWWA C601-68 and D105-80, and WSDOT 7-09.3(24) and 7-09.3(24)A. Disinfection water must be dechlorinated before discharging to water bodies, wetlands or storm sewers. Such discharges must meet all federal and state requirements. SPECIFICATION Page 1 of 1

LABOR AND MATERIAL PAYMENT BOND INFORMATION ONLY The following form must be executed and submitted by the successful Bidder within ten (10) days following notice of award. LABOR AND MATERIALS PAYMENT BOND Page 1 of 4

LABOR AND MATERIAL PAYMENT BOND We as principal, and as Surety, jointly and severally bind ourselves, our heirs, successors and assigns as set forth herein to the Port of Port Townsend (hereinafter called the Owner) for payment of the penal sum of Dollars ($ ), lawful money of the United States in connection with the owner s award to the Contractor of a contract for construction of the following project: Port of Port Townsend WATER METER & BACKFLOW PREVENTER PROJECT THE CONDITON OF THIS OBLICATION IS SUCH that if the Contractor shall in all respects faithfully perform all obligations and provisions in the said Contract, and pay all laborers, mechanics, and subcontractors and materialmen, taxing authorities and all persons who supply such person or persons or subcontractors with material, equipment and supplies for carrying of such work, this obligation shall become null and void; otherwise, it shall remain in full force and effect, and Surety shall defend and indemnify the Owner against any loss or damage due to the failure of the Principal to strictly perform all obligations of the Contract. This bond shall be in force until completion of the Project and acceptance by the Port, and also for such period thereafter during which the law allows claims to be filed and sued upon. This bond is provided pursuant to and in compliance with RCW Chapter 39.08, the terms and requirements of which statute are incorporated herein as though fully set forth herein. LABOR AND MATERIALS PAYMENT BOND Page 2 of 4

Surety agrees that no change, extension of time, modifications, or addition to the terms of the Contract, or the work to be performed thereunder, or to the specifications shall in any way affect its obligation on this bond, and it hereby waives notice thereof. The Contractor and Surety agree that if the Port is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay the Port reasonable attorney s fees incurred, with or without suit, in addition to the penal sum. Surety certifies that it is an authorized surety bond issuer, properly authorized to transact surety business in Washington, Surety agrees to be bound by the laws of the State of Washington and subject itself to the jurisdiction of the courts of the State of Washington. Executed in four original counterparts on, 2019. CONTRACTOR: BY: TITLE: (Attach acknowledgement of authorized representative of contractor). Any claims under this bond made in accordance with RCW 39.08 may be addressed to: (Name and address of Surety) (Name and address of Surety s agent for service of process in Washington if different from above). LABOR AND MATERIAL PAYMENT BOND Page 3 of 4

(Telephone No. of Surety s Washington agent): Notice: Sureties must be authorized to conduct surety business in Washington and have an agent for service of process in Washington. Certified copy of Power of Attorney must be attached. LABOR AND MATERIALS PAYMENT BOND Page 4 of 4

PERFORMANCE BOND INFORMATION ONLY The following form must be executed and submitted by the successful bidder within ten (10) days following notice of award. PERFORMANCE BOND Page 1 of 4

PERFORMANCE BOND We as principal, and as Surety jointly and severally bind ourselves, our heirs, successors and assigns as set forth herein to the Port of Port Townsend (hereinafter called the Owner) for payment of the penal sum of Dollars ($ ), lawful money of the United States in connection with the owner s award to the Contractor of a contract for construction of the following project: Port of Port Townsend WATER METER & BACKFLOW PREVENTER PROJECT THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor shall in all respects faithfully perform all obligations and provisions in said Contract, this obligation shall become null and void; otherwise, it shall remain in full force and effect, and Surety shall defend and indemnify Port against any loss or damage due to the failure of the Principal to strictly perform all obligations of the Contract. This bond shall remain in force for a period of at least two (2) years after Substantial Completion, with respect to defective workmanship and materials, and shall otherwise secure all other obligations of the Contractor throughout any other periods of limitation. This bond is provided pursuant to and in compliance with RCW Chapter 39.08, the terms and requirements of the Contract, or the work to be performed thereunder, or to the specifications shall in any way affect its obligation in this bond, and it hereby waives notice thereof. Surety agrees that no change, extension of time, modification, or addition to the terms of the Contract, or the work to be performed thereunder, or to the PERFORMANCE BOND Page 2 of 4

specifications shall in any way affect its obligation on this bond, and it hereby waives notice thereof. The Contractor and Surety agree that if the Port is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay the Port reasonable attorney s fees incurred, with or without suit, in addition to the penal sum. Surety certified that it is an authorized surety bond issuer, properly authorized to transact surety business in Washington. Surety agrees to be bound by the laws of the State of Washington and subject itself to the jurisdiction of the courts of the State of Washington. Executed in four original counterparts on, 2019. CONTRACTOR: BY: TITLE: (Attach acknowledgement of authorized representative of Contractor). Any claims under this bond made in accordance with RCW 39.08 may be addressed to: (Name and address of Surety) (Name and address of Surety s agent for service of process in Washington if different from above) PERFORMANCE BOND Page 3 of 4

(Telephone No. of Surety s Washington agent): (Attach acknowledgment) Surety By: Its Attorney-in-Fact: Notice: Sureties must be authorized to conduct surety business in Washington and have an agent for service of process in Washington. Certified copy of Power of Attorney must be attached. PERFORMANCE BOND Page 4 of 4