Project No. C0040-E. This Addendum addresses the following changes/additions/deletions for the above referenced project:

Size: px
Start display at page:

Download "Project No. C0040-E. This Addendum addresses the following changes/additions/deletions for the above referenced project:"

Transcription

1 SECTION ADDENDUM #1 PROJECT INFORMATION Project No. C0040-E Project Name: Levee Relief Well Construction Project Bid Due Date: Monday, October 17, 10:00 am (Local Time) ADDENDUM INFORMATION This Addendum addresses the following changes/additions/deletions for the above referenced project: ITEM DESCRIPTION 1 As a reminder, please ensure that you contain the following items with your Bid proposal: A. Required Bid security (10% of total Bid Proposal) in the form of: Bid Bond Form (EJCDC No. C-430); or 2. Certified Cashier's Check from Bank: Check to be made out to Tri-City Regional Port District as the awarding authority. If this proposal is accepted and the undersigned shall fail to execute the Agreement, which will be subject to proper Performance and Payment Bonds and Insurance Coverage, it is hereby agreed that the amount of the Bid security shall become the property of the awarding authority, and shall be considered as payment of damages due to delay and other causes suffered by the Owner because of the failure to execute said Agreement and Bonds. Otherwise, the Bid Bond shall become void or the Bid Security check shall be returned to the undersigned upon execution of an Agreement with the successful Bidder; and B Contractor Qualification Statement Form with all Supporting Data (e.g., references, evidence of authority to do business in the State of the Project, Copy of Contractor's License); and C Subcontractor Prequalification Form for all of the proposed Subcontractor(s) and Supplier(s) you intend to utilize as a part of this project. D Contractor Compliance Affidavit; and E A Bidder Certification Regarding Use of DBE(s); and F B DBE Subcontractor Participation Form for all the proposed DBE subcontractors and suppliers to be used on the Project; and G C DBE Utilization Plan; and H D Bidder Certification of Advertisement for DBE(s); and I. Signed Addenda which Bidder has identified within Article 3.01.A of this Bid Form. J. Any related product materials and brochures relevant to Bid Addendum to Bidding Requirements Page /4 Tri-City Regional Port District

2 SECTION ADDENDUM #1 2 Page Revise to include the following: g DBE Forms A, B, C, D as applicable. 3 Page & 5. Items 2, 3a, 3b, 4 and 5 have been revised on the Bid Schedule. A revised Bid Schedule is included in this addendum for your use. 4 Page Change reference from 30 diameter well holes to 24 diameter well holes and change reference from 10 diameter screens and casing to 8 diameter screens and casing in 2.01 C. Scope of Work. 5 Page Revise Contract Item No. 2 as follows: Contract Item No. 2 DRILL 24" DIAMETER WELL HOLE Well drilling a 24 diameter hole shall be paid for at the contract unit price for the actual footage of drilling completed from top of natural ground to depth indicated on the drawings. 6 Page Revise Contract Item No. 3a as follows: Contract Item No. 3a 8" STAINLESS STEEL WELL SCREEN INSTALLATION Payment for the well screen shall be at the contract unit price per foot for installation of the continuous slot well screen installed in each well. The price shall include furnishing all seals, couplings, welding and appurtenances necessary to complete the installation and attach the well screen to the casing. 7 Page Revise Contract Item No. 3b as follows: Contract Item No. 3b 8" STAINLESS STEEL WELL SCREEN MATERIAL Payment for the well screen shall be at the actual invoiced lump sum cost for the well screen material. The order for the well screen material will be placed by Tri City Regional Port District. The Contractor shall coordinate and arrange for the delivery and handling of the well screens on the site. 8 Page Revise Contract Item No. 4 as follows: Contract Item No. 4 8" STAINLESS STEEL CASING Payment for 8" Stainless Steel Casing shall be at the contract unit price per foot of the continuous slot well screen furnished and installed in each well. The price shall include all seals, couplings, welding and appurtenances necessary to complete the installation and attach the well screen to the casing. 9 Page Revise Contract Item No. 7 as follows: Contract Item No. 7 GROUTING AND CONCRETE FOUNDATION (9' DIA) Grouting shall be paid for at the lump sum price for each well which shall include 20 vertical feet installed as protection in the annular space between the well casing and the drilled hole, as measured from the top of the gravel pack to the top of the well cap. This contract item shall also include the reinforced concrete foundation as detailed on the plans. This contract price shall include the removal and replacement of the porous concrete paved ditch if necessary for construction of the well. Contractor shall be responsible for determining the quantity of paved ditch removal necessary for construction of the wells. Where existing surface is intact, contractor shall sawcut the existing concrete Addendum to Bidding Requirements Page /4 Tri-City Regional Port District

3 SECTION ADDENDUM #1 10 Page & 4. Revise as follows: Filter varies per well as indicated on Table 1 following this section and below: For MIP C80 U.S. Standard Sieve No. Percent by Weight Passing No No No No No No No No For MIP U.S. Standard Sieve No. Percent by Weight Passing 11 Page Add the following: No No No No No No No ACCESS MANHOLES The relief well access manholes shall conform to the lines, grades, and dimensions as shown on the drawings. The top elevation of the manhole cover shall be flush with the surrounding ground surface. The manhole sections shall conform to the dimensions indicated on the plans for precast reinforced concrete manhole sections. The precast concrete manhole sections shall conform to ASTM C 478. The finish floor of the manholes shall be constructed of cast-in-place concrete conforming to SECTION CAST-IN-PLACE CONCRETE as shown on the drawings. Manhole sections shall be complete with risers, tapered risers, adapter rings, precast concrete manhole covers and shall be designed and manufactured in accordance with ASTM C 478. The manhole cover opening frame and bronze survey marker shall be cast into each manhole cover at the time of manufacture. Manhole steps shall be embedded into the wall a minimum of 3.0 inches but shall not be extended on the outside of the structure. Manhole steps shall be cast into the reinforced concrete manhole wall at locations as shown on the drawings. Flexible watertight preformed butyl mastic joint sealants shall be used conforming to ASTM C 990. Prior to placing the butyl mastic joint sealants, the concrete joint surfaces shall be clean and dry. Double rings, coils, or ropes of butyl mastic joint sealants shall be applied to each concrete joint per the manufacturer's product instructions. The oversized pipe openings shall be cast into the manhole sections to allow for field adjustments Relief Well Manhole Frames and Hinged Lids. The relief well access manhole frames and hinged lids shall be heavy duty, constructed of cast gray iron conforming to ASTM A 48, Class 35B, and shall have a minimum tensile strength of 35,000 pounds per square inch. The frames and hinged lids shall be designed for AASHTO H-20 loadings. The relief well manhole frames shall have clear Addendum to Bidding Requirements Page /4 Tri-City Regional Port District

4 SECTION ADDENDUM #1 square openings of 29 inches X 29 inches with hinged lids. The lids shall be constructed with stainless steel butt hinges and waterproof lift handles. The frames shall be embedded into the precast manhole covers in accordance with manufacturer's recommendations. 12 Page Add the following: 3.7 PIPE AND MANHOLE PLACEMENT All pipe and manhole components shall conform to the requirements specified. Each relief well access manhole section, pipe section, riser, cover, and all other components shall be carefully examined before being permanently placed and secured. Defective or damaged components and sections shall not be used. The collector pipes and lateral pipes shall be laid to the lines and grades as shown on the drawings. Proper facilities and equipment shall be provided for lowering sections of pipe into trenches. Under no circumstances shall pipe be laid in water, and no pipe shall be laid when trench conditions or weather are unsuitable for such work. Dewatering and diversion of drainage during construction shall be provided as necessary and the cost shall be incidental to the construction. All pipe sections placed shall be inspected before the pipe is installed and if damaged during placement shall be removed and replaced. Concrete pipe ends shall be protected to assure sand backfill does not enter pipe during backfill operations. All manhole and pipe joints shall be wrapped with nonwoven geotextile and secured. The Contractor shall secure the in-place pipe sections to maintain pipe alignment. 13 Page , Remove Article 08 Signage Requirements in its entirety. 14 Plan Sheet C3.0 has been revised. A revised Plan Sheet #3 is included in this addendum for your use. 15 Please be advised that any questions regarding this Project MUST be submitted via to engineering@americascentralport.com for review and consideration for an additional Addendum. 16 Revised documents can be obtained online at A signed copy of this Addendum is to be included with the Bid Proposal indicating that Bidder has read and understood the modifications made to the Bidding Documents. Bidder shall also indicate this Addendum within Article 3.01.A of the Bid Form. BIDDER CERTIFICATION STATEMENT I hereby attest that I have read and understood the changes listed in this Addendum for the above referenced Project and have submitted a Bid Proposal that reflects these changes. Signature: Date: Addendum to Bidding Requirements Page /4 Tri-City Regional Port District

5 Project No. C0040-E BID FORM FOR CONSTRUCTION CONTRACTS Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE

6 Copyright 2007 National Society of Professional Engineers 1420 King Street, Alexandria, VA (703) American Council of Engineering Companies th Street N.W., Washington, DC (202) American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA (800) Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA (703) The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE.

7 SCOPE OF WORK SUMMARY PROJECT IDENTIFICATION C0040-E South Harbor Levee Relief Wells The scope of work described herein is for the drilling and installation of gravel pack relief wells including: the removal and replacement of existing chain link fence, removal and replacement of existing pervious concrete collection ditch and the construction of three new relief well access manholes. TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article 4 Bidder s Certification... 2 Article 5 Basis of Bid... 4 Article 6 Time of Completion... 6 Article 7 Attachments to This Bid... 6 Article 8 Defined Terms... 7 Article 9 Bid Submittal... 8 EJCDC C-410 Suggested Bid Form for Construction Contracts Page i Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

8 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: Tri-City Regional Port District ATTN: C0040-E 1635 West First Street Granite City, Illinois Phone: (618) The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged: Addendum No. Addendum Date / / / / / / / / / / B. Bidder has visited the Site on / / and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

9 to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the construction plans. E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs. F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the State where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 BIDDER S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; and B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; and EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

10 C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; and 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; and 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract; and E. Bidder and any of its prospective lower tier Subcontractors certifies, by submission of this Bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this Project by any Federal, State or Local Agency; and F. Bidder and any of its prospective lower tier Subcontractors certifies, by submission of this Bid, that neither it nor its principals to the best of its knowledge will use any of the funds from this Project to influence or attempt to influence a public official, of any level or agency, as a part to further the Contractor's involvement within this Project; and G. Bidder has thoroughly read, understands and shall comply with the requirements of this Project as stated within the following Sections of the Bidding Requirements: 1. Section Current Davis-Bacon Wage Rates; and 2. Section Affirmative Action Requirement Notice; and 3. Section Project Labor Agreement; and 4. Section Agreement; and 5. Section Standard General Conditions; and 6. Section Special Provisions for ARRA 2009 Funded Projects; and H. Bidder will abide by all applicable prevailing wage laws for all labor in all tiers of the Contract; and I. Bidder will enter into a Project Labor Agreement if awarded the Contract and prior to issuance of the Notice to Proceed; and J. Bidder will provide a Performance Bond (on the form provided in Section 00610) for one hundred percent (100%) of the Contract Price if awarded the Contract and prior to issuance of the Notice to Proceed; and EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

11 K. Bidder will provide a Payment Bond (on the form provided in Section 00615) for one hundred percent (100%) of the Contract Price if awarded the Contract and prior to issuance of the Notice to Proceed; and L. Bidder will does not nor will it permit, maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Furthermore, Bidder warrants that, if awarded the Contract and prior to issuance of the Notice to Proceed, it will serve notice to Labor Unions of other organization of workers that it will adhere to the provisions of Executive Order regarding nondiscrimination of employment including, but not limited to, the following: Hiring, Placement, Upgrading, Transfer or Demotion, Recruitment, Advertising, or Solicitation for Employment, Training During Employment, Rates of Pay or Other Forms of Compensation, Selection for Training Including Apprenticeship, Layoff or Termination; and M. Bidder will ensure that it will maintain a drug-free workplace at any of its establishments, including the Project Site. ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the Unit Prices as shown in Paragraph 5.02, as provided as a part of the Bidding Requirements or as amended and provided by Addendum. [REST OF PAGE LEFT BLANK INTENTIONALLY] EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Revised 10/4/2011 Per Addendum No. 1

12 5.02 Bidder will complete the Work in accordance with the Contract Documents for the Unit Prices as shown in the table below: Item Description Unit Est. Quantity Bid Unit Price Amount 1. Mobilization and Demobilization L. Sum 1 $. $. 2. Drill 24" Diameter Well Hole Lin. Ft. 650 $. $. 3a. 8" Stainless Steel Well Screen Installation Lin. Ft. 300 $. $. 3b. 8" Stainless Steel Well Screen Material L. Sum 1 $. $. 4. 8" Stainless Steel Casing Lin. Ft. 420 $. $. 5. Filter Pack Lin. Ft. 440 $. $. 6. Grouting and Concrete Foundation (4' x 4') Each 6 $. $. 7. Grouting and Concrete Foundation (9' Dia) Each 4 $. $. 8. Well Development Hours 160 $. $. 9. Test Pumping Hours 80 $. $. 10. Well Outlet Check Valve Assembly Each 10 $. $. 11. Access Manhole Each 3 $. $. 12. Metal Well Guard Each 7 $. $. Total of Bid $. Total of Bid Unit Prices $ Dollars and Cents A. Unit Prices have been computed in accordance with Paragraph B of Section Standard General Conditions. B. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined by the Engineer as described within Article 9 of Section Standard General Conditions. EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Revised 10/4/2011 Per Addendum No. 1

13 C. Bidder's security, as defined in Paragraph 8.01 of Section Instructions to Bidders shall be computed by multiplying each unit price with its respective estimated quantity as shown in the table above to determine the units subtotal then adding together each subtotal to obtain the total estimated project cost. The Bid security shall be provided to cover against the calculated total estimated project cost Bidder will complete the Work in accordance with the Contract Documents and submits the following information in support of the reporting requirements set forth in Section Special Provisions of ARRA 2009 Funded Projects: A. Bidder anticipates: 1. creating a total of ( ) construction jobs during the duration of the Project; and 2. retaining a total of ( ) construction jobs during the duration of the Project. ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement Bidder acknowledges and accepts that this Project has placed certain time constraints and financial obligations upon Owner and that failure to complete the Project within the above Contract Times will be subject to Section 4.03 of the Agreement regarding liquidated damages. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security (10% of total Bid Proposal) in the form of: Bid Bond Form (EJCDC No. C-430); or 2. Certified Cashier's Check from Bank: Check to be made out to Tri-City Regional Port District as the awarding authority. If this proposal is accepted and the undersigned shall fail to execute the Agreement, which will be subject to proper Performance and Payment Bonds and Insurance Coverage, it is hereby agreed that the amount of the Bid security shall become the property of the awarding authority, and shall be considered as payment of damages due to delay and other causes suffered by the Owner because of the failure to execute said Agreement and Bonds. Otherwise, the Bid Bond shall become void or the Bid Security check shall be returned to the undersigned upon execution of an Agreement with the successful Bidder; and EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Revised 10/4/2011 Per Addendum No. 1

14 B Contractor Qualification Statement Form with all Supporting Data (e.g., references, evidence of authority to do business in the State of the Project, Copy of Contractor's License); and C Subcontractor Prequalification Form for all of the proposed Subcontractor(s) and Supplier(s) listed below: 1. ( ) - 2. ( ) - 3. ( ) - 4. ( ) - 5. ( ) - 6. ( ) - D Contractor Compliance Affidavit; and E A Bidder Certification Regarding Use of DBE(s); and F B DBE Subcontractor Participation Form for all the proposed DBE subcontractors and suppliers to be used on the Project; and G C DBE Utilization Plan; and H D Bidder Certification of Advertisement for DBE(s); and I. Signed Addenda which Bidder has identified within Article 3.01.A of this Bid Form. J. Any related product materials and brochures relevant to Bid. ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. [REST OF PAGE LEFT BLANK INTENTIONALLY] EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Revised 10/4/2011 Per Addendum No. 1

15 ARTICLE 9 BID SUBMITTAL 9.01 This Bid submitted by: An Individual Name (typed or printed): If Bidder is: By: (Individual s signature) Doing business as: Business address: Phone: address: Facsimile: A Partnership Partnership Name: (SEAL) By: (Signature of general partner - attach evidence of authority to sign) Name (typed or printed): Business address: Phone: address: Facsimile: A Corporation Corporation Name: State of Incorporation: Type (General Business, Professional, Service, other): By: (Signature - attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest: (Signature of Corporate Secretary) Business address: Phone: address: Facsimile: EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

16 A Limited Liability Company (LLC) LLC Name: State (in which organized): By: (Signature - attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone: address: Facsimile: A Joint Venture First Joint Venturer Name: (SEAL) By: (Signature - attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone: address: Second Joint Venturer Name: By: (Signature - attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone: address: Facsimile: Facsimile: (SEAL) Phone and Facsimile Number, and Address for receipt of official communications to Joint Venture: (Each joint venturer must sign. The manner of signing for each individual, partnership, corporation, and limited liability company that is a party to the joint venture should be in the manner indicated above.) EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

17 Bidder's Business Address Address: City: State: Zip: Phone No. Fax No. IL State Contractor License Number: Employer's Tax ID Number: CCR Number: DUNS Number: Phone and Fax Numbers, and Address for receipt of official communications, if different from Business contact information: 9.02 Bid Submitted on this day of,. EJCDC C-410 Suggested Bid Form for Construction Contracts Page /10 Copyright 2007 National Society of Professional Engineers for EJCDC. All rights reserved.

18