DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS PRIVATE PROJECT NO. 1 DERBY DESTINATION: DRIVE, SITE & STORM TO SERVE DERBY DESTINATION DEVELOPMENT ADDITION, DERBY, SEDGWICK COUNTY, KANSAS RIC PROJECT NO. 16-0160 ADDENDUM NO. 1 APRIL 24, 2017 BID DATE: Monday, May 1, 2017 5:00 p.m. The following additions, deletions, modifications or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. In the event of conflict between plans and specifications and this addendum, the addendum shall take precedence. Any modifications necessary to incorporate the revisions shall be included in the appropriate bid prices. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. The Contract Documents are hereby corrected, modified and/or amended in the following manner: BID SUBMISSION A1.1 Modification: Advertisement for Bid & Instructions to Bidders: Sealed bid packages may be submitted to either Renaissance Infrastructure Consulting 5015 NW Canal Street, Suite 100, Riverside, Missouri 64150 or The City of Derby Kansas, City Hall 611 North Mulberry Road, Suite 300, Derby, Kansas 67037 by 5:00 p.m., Monday, May 1, 2017. PRE-BID MEETING INFORMATION A1.2 The Pre-Bid Meeting Agenda, Pre-Bid Meeting Minutes and Pre-Bid Sign-In Sheet are attached to this Addendum for informational purposes. CONTRACT DOCUMENTS A1.3 DOCUMENT 00300, BID FORM: Deletion: Remove the entire Document 00300 Bid Form and replace with the Bid Form attached. Clarification: The Contract will be awarded based on the lowest combined total bid and read aloud as combined total bid price. Individual projects will not be awarded Addendum No. 1 1 RIC Project No. 16-0160
separately. The CONTRACTOR shall sign and submit the Agreement with the bonds and other documents required within six (6) calendar days after the date of OWNER S Notice of Award. A1.4 SECTION 01030, SPECIAL PROJECT PROCEDURES Reference Page 1 Addition: Add Item 6. Job Office/Trailer The CONTRACTOR will be required to provide a job office/trailer on site throughout the duration of the project. The job office/trailer shall be provided with lighting and ventilation at a minimum. It shall be the responsibility of the CONTRACTOR to pay all applicable fees (utility, rental, etc.) associated with the job office/trailer. The job office/trailer shall be utilized for weekly coordination meetings and monthly draw meetings for the OWNER and his designees. The OWNER and his designees shall be allowed room to store plans, test samples, etc. in a designated area in the job office/trailer. The job office trailer shall be sized to accommodate a minimum of 10 individuals. A minimum of 10 folding chairs and a table shall be available for use during meetings. Cost of the job office/trailer shall be subsidiary to the mobilization line item. A1.5 SECTION 01150, METHOD OF MEASUREMENT AND BASIS OF PAYMENT Reference Page 8, Item 24, Erosion Control Clarification: NOI/SWPPP for the project has been approved by KDHE. The Contractor shall comply with all requirements of the NOI/SWPPP and be responsible for maintaining the necessary SWPPP documentation throughout the duration of the project. A1.6 SECTION 02206, EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES DRAWINGS: Reference Page 8, Item 3.3.5, Backfilling Under Pavement Clarification: Flowable fill shall be utilized for all utility (Storm, Sanitary, Water) road crossings for the Public and Private Projects. Jetted sand will not be allowed. A1.7 Drawing 01, Title Sheet for all three (3) Plan Sets Modification: Remove KANSAS GAS SERVICE 316.832.3216 and replace with KANSAS GAS SERVICE 316.832-3182. Clarification: The Contractor shall provide the City with plan review and inspection fees totaling 7% of the construction cost for each of the four (4) Public Projects prior to beginning work. The 7% fee is not required for the Private Project. No additional City Permits are required for this Contract. A1.8 Street and Storm Sewer Improvements, Drawing 03, General Notes Addition: Add Item 32. 6 Dia. Manhole, EA, 1 to West Freedom Road Quantities Table Addendum No. 1 2 RIC Project No. 16-0160
A1.9 Street and Storm Sewer Improvements, Drawing 57, Storm Sewer Plan and Profile Modification: Remove Sta. 5+38.19 Line D for 5 Dia. MH (D4) in plan view and replace with Sta. 5+33.19 Line D. A1.10 Street and Storm Sewer Improvements, Drawing 58, Storm Sewer Plan and Profile Modification: Remove Sta. 9+98.86 Line D for 4 Dia. MH (D6) in plan view and replace with Sta. 9+81.16 Line D. A1.11 Waterline Improvements, Drawing 01, Title Sheet, SUMMARY OF QUANTITIES Modification: Remove 6 PVC and replace with 6 DIP. A1.12 Waterline Improvements, Drawing 01, Title Sheet, SUMMARY OF QUANTITIES Modification: Remove 8 Gate Valve Quantity 5 and replace with 8 Gate Valve Quantity 6. END OF ADDENDUM NO.1 Addendum No. 1 3 RIC Project No. 16-0160
Pre-Bid Meeting Agenda April 19, 2017 10:30 a.m. Derby Destination Development Introductions Pass around sign-in sheet Project Scope: The bid consists of five (5) projects consisting of three (3) Plan Sets and a book of Contract Documents and Specifications; Public Project No. 1 East Freedom Street Public Project No. 2 West Freedom Street Public Project No. 3 Waterline Improvements Public Project No. 4 Sanitary Sewer Improvements Private Project No. 1 Derby Destination: Drive, Site & Storm The Work consists of a variety of civil infrastructure improvements including but not limited to the following; excavation including detention, compaction of a net haul-in site, asphalt pavement, curb and gutter, sidewalk, storm sewer, sanitary sewer, waterline and appurtenances, landscaping, erosion and sediment control, traffic signalization and coordination with various dry utilities. Read Advertisement for Bid All Questions Must be Received by 5:00 p.m., Monday, April 24, 2017 in writing. Direct all questions to Mr. Anthony Philipsheck, Project Engineer, Renaissance Infrastructure Consulting, aphilipsheck@ric-consult.com, 913-317-9500 Final Addendum will be issued by 5:00 p.m., Wednesday April 26, 2017. Receive Bids: Until 5:00 p.m., Monday, May 1, 2017 at RIC 5015 NW Canal Street, Suite 100 Riverside, Missouri Open Bids & Read Aloud: 11:00 a.m., Tuesday, May 2, 2017 at Derby City Hall Read Instructions to Bidders Contractor will be required to Execute the agreement and provide bonding within four (4) calendar days from date of Notice of Award is delivered to Bidder. Owner shall return an Executed Agreement to the Bidder within three (3) calendar days from the date of receipt of acceptable bonds and Agreement. Notice to Proceed shall be issued within one (1) calendar day of the execution of the Agreement by the Owner. Read Information Available to Bidders Review Bid Form A 5% Bid Security is Required. Bidder s Qualification Statement, Item 9.a. on Bid Form. A tabulation of Subcontractors and Suppliers shall be identified, Item 9.b. on Bid Form. Bid Bond Form
Partial Pay Request Form An Excel copy of the Partial Pay Request form will be available. Notice of Award Agreement Executed within four (4) Calendar Days with all applicable bonds. Notice to Proceed The Contract Time shall commence to run on the date of the Notice to Proceed. Before the start of Work three (3) copies of the certificate of insurance must be delivered to the Owner. Agreement The Agreement shall be between the successful Contractor and Derby Destination Developers, LLC. Contract Time: Substantial Completion shall be achieved within 195 calendar days from date of Notice to Proceed. Milestone 1: Work for turnover of Lot 7 to Tenant, shall be completed by July 24, 2017. Work shall be in accordance with Technical Specifications, Section 01010 Summary of Work. Milestone 2: Work to switch Access to Lot 7, shall be completed by October 6, 2017. Work shall be in accordance with Technical Specifications, Section 01010 Summary of Work. Liquidated Damages for delay shall apply for Milestone 1, Milestone 2 and Substantial Completion at a rate of $2,500.00 a day for each day that expires after the times specified. A geotechnical report is available as Attachment A in the back of the Specifications. A SWPPP for the property is part of the Contract Documents and will be available to the successful bidder. Performance and Maintenance Bond Payment Bond Statutory Bond Read Section 01010 Summary of Work Milestone 1 (See Exhibit) Milestone 2 (See Exhibit) Utility Coordination (Westar, KGS, etc.) QUESTIONS? Conclude.
Derby Destination Development: Pre-Bid Meeting 10:30 a.m., Wednesday, April 19 th, 2017 Meeting Minute Notes: 1. PSI will be full-time inspector for Private Project No. 1. 2. All projects (Private and Public) will be awarded to the overall lowest bidder. 3. No city permits will be required by the City of Derby for any of the projects. 4. All sealed bids may be submitted to the RIC Riverside office or the City of Derby City Hall by 5:00pm Monday, May 1, 2017. 5. Send addendum to all Plan Holders of Record in addition to all individuals on the meeting s signin sheet. 6. Turn bonding period to working days or increase calendar days to allow for more time. Time shall be amended by final addendum. 7. The Overall Project (Public 1-4 & Private 1) is a Kansas Star Bond Project: Need a complete & correct pay application to ensure timely payment. Monthly Pre-draw meetings will be scheduled and held. 195 calendar days from the Notice to Proceed to substantial completion. 8. Milestones 1 & 2 were outlined according to the Summary of Work. 9. SWPPP has been approved by KDHE. 10. Bonds may be restructured by final addendum. 11. Contractors will be required to coordinate with Westar Energy and Kansas Gas Service- An Existing Telecommunication pedestal to be relocated on East Freedom coordinate with utility. Taxation will be clarified by final addendum (Sales Tax?) Who signs the Star Bond Agreement/Underwriter to be clarified by final addendum? 12. Public projects 1-4 all require 7% fee. No additional City Permits required. 13. Private Project No. 1 does not require the City s 7% fee. 14. Irrigation design/installation shall be in accordance with the performance specification outlined in the technical specifications for both public and private systems. 15. The earthwork quantities are unadjusted, no shrink or swell. They constitute the difference between the existing grade and the proposed final grade. 16. CAD files will be available to the successful bidder only. 17. Will there be a measured amount of earthwork quantity at the end of the project? Owner under direction of Engineer will make adjustment to amount of earthwork if a major discrepancy is discovered and can be verified. 18. A typo exists on Private Project line Items on Bid Form. No line items are missing. A new Bid Form will be issued by addendum. 19. A 6 dia. Storm Water Manhole is missing on Bid form for West Freedom. Will be corrected on new Bid Form. 20. Public Project No. 3 Waterline Improvements, a line item for end-of-line fire hydrant will be added to the Bid Form, Quantity 2. The end-of-line hydrant is a full fire hydrant assembly per the detail that utilizes a reducer in-line in lieu of a tee for connection to the main. 21. We will mail 1st addendum Monday direct to sign-in & pre-bid & plan holder of record.
BID FORM PROJECT IDENTIFICATION: Public Project No. 1 East Freedom Street Public Project No. 2 West Freedom Street Public Project No. 3 Waterline Improvements Public Project No. 4 Sanitary Sewer Improvements Private Project No. 1 Derby Destination: Drive, Site & Storm This Bid is submitted to: Derby Destination Developers, LLC (OWNER) c/o Renaissance Infrastructure Consulting (ENGINEER) 5015 NW Canal Street, Suite 100 Riverside, Missouri 64150 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty (60) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the bonds and other documents required by the Bidding Requirements within six (6) calendar days after the date of OWNER S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledge): DATE NUMBER Addendum No. 1 00300-1
b. BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Special Conditions as provided in paragraph 4.2 of the General Conditions, and accepts the determination set forth in the Special Conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. d. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraphs 4.2.1. and 4.2.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. e. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Document with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.3.1 of the General Conditions. f. BIDDER has correlated the results of such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. g. BIDDER has given ENGINEER written notice of all conflict, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. h. 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 Addendum No. 1 00300-2
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 OWNER. 4. BIDDER agrees to perform all Work described in the contract documents for the following unit prices or lump sum. Note: Bids shall include all applicable sales taxes and fees. For tax exempt status, see Section 01060. PUBLIC PROJECT NO. 1 - EAST FREEDOM STREET Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 Mobilization 1 L.S. 2 Clearing, Grubbing & Demolition 1 L.S. 3 Topsoil (Stockpile & Regrade) 815 C.Y. 4 Unclassified Excavation 3,734 C.Y. 5 Embankment (Contractor Furnished) 11 C.Y. 6 Compaction of Earthwork (All Types) 3,745 C.Y. 7 Bituminous Surface Course (2 ) 2,067 S.Y. 8 Bituminous Base Course (3 ) 2,067 S.Y. 9 Geogrid Reinforced Crushed Rock Base (5") 2,532 S.Y. 10 Reinforced Concrete Entrance Pavement (8 ) 189 S.Y. 11 Geogrid Reinforced Crushed Rock Base (7 ) 189 S.Y. 12 Concrete Curb and Gutter 902 L.F. 13 Concrete Sidewalk (4 ) 338 S.Y. 14 Concrete Sidewalk with Integral Retaining Wall 312 L.F. 15 Sidewalk Ramps ADA (6 ) 1,084 S.F. 16 Detectable Warning Surface 166 S.F. 17 Concrete Cross Walk with Surface Pavers 143 S.Y. 18 Pavement Markings 1 L.S. 19 Permanent Signage 5 Ea. 20 Traffic Control 1 L.S. 21 15 Storm Sewer (RCP Class III) 57 L.F. 22 24 Storm Sewer (RCP Class III) 274 L.F. 23 6 x4 Type 1A Curb Inlet 2 Ea. 24 5 Dia. Manhole 1 Ea. 25 Landscaping 1 L.S. 26 Lawn Sprinkler System 1 L.S. 27 Inlet Protection (New & Existing) 21 Ea. 28 Silt Fence 484 L.F. 29 Seed 1 L.S. Addendum No. 1 00300-3
PUBLIC PROJECT NO. 1 (Cont d) Item No. Item Description Quantity Unit Unit Cost $ Cost $ 30 Sod (Fescue b/t Curb and Sidewalk) 663 S.Y. 31 Traffic Signal Modification 1 L.S. PUBLIC PROJECT NO. 1 - SUBTOTAL $ PUBLIC PROJECT NO. 2 - WEST FREEDOM STREET Item No. Item Description Quantity Unit 1 Mobilization 1 L.S. 2 Clearing, Grubbing & Demolition 1 L.S. 3 Topsoil (Stockpile & Regrade) 883 C.Y. 4 Unclassified Excavation 3,885 C.Y. 5 Embankment (Contractor Furnished) 265 C.Y. 6 Compaction of Earthwork (All Types) 4,150 C.Y. 7 Bituminous Surface Course (2 ) 1,301 S.Y. 8 Bituminous Base Course (3 ) 1,301 S.Y. 9 Geogrid Reinforced Crushed Rock Base (5") 1,578 S.Y. 10 Reinforced Concrete Entrance Pavement (8 ) 176 S.Y. 11 Geogrid Reinforced Crushed Rock Base (7 ) 176 S.Y. 12 Concrete Curb and Gutter 815 L.F. 13 Concrete Sidewalk (4 ) 332 S.Y. 14 Concrete Sidewalk with Integral Retaining Wall 331 L.F. 15 Sidewalk Ramps ADA (6 ) 296 S.F. 16 Detectable Warning Surface 90 S.F. 17 Pavement Markings 1 L.S. 18 Permanent Signage 5 Ea. 19 15 Storm Sewer (RCP Class III) 35 L.F. 20 30 Storm Sewer (RCP Class III) 140 L.F. 21 36 Storm Sewer (RCP Class III) 544 L.F. 22 36 RC End Section w/ Toe Wall 1 Ea. 23 6 x5 Type 1A Curb Inlet 1 Ea. 24 6 x4 Type 1A Curb Inlet 1 Ea. 25 Landscaping 1 L.S. 26 Lawn Sprinkler System 1 L.S. 27 Inlet Protection (New & Existing) 2 Ea. 28 Silt Fence 645 L.F. 29 Seed 1 L.S. 30 Sod (Fescue b/t Curb and Sidewalk) 557 S.Y. Unit Cost $ Cost $ Addendum No. 1 00300-4
PUBLIC PROJECT NO. 2 (Cont d) Item No. Item Description Quantity Unit 31 6 Dia. Manhole 1 Ea. Unit Cost $ Cost $ PUBLIC PROJECT NO. 2 - SUBTOTAL $ PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 8 PVC C900 2,770 L.F. 2 6 DIP 39 L.F. 3 24 DIP 40 L.F. 4 8 Gate Valve 6 Ea. 5 24 Butterfly Valve 1 Ea. 6 Fire Hydrant Assembly 6 Ea. 7 End-of-Line Fire Hydrant 2 Ea. 8 24 x8 Tapping Sleeve & Valve 2 Ea. 9 Seeding 1 L.S. 10 Erosion Control 1 L.S. PUBLIC PROJECT NO. 3 - SUBTOTAL $ PUBLIC PROJECT NO. 4 - SANITARY SEWER IMPROVEMENTS Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 8 PVC SDR 35 1,475 L.F. 2 6 PVC SCH 40 5 L.F. 3 4 Dia. Manhole 6 Ea. 4 4 Dia. Doghouse Manhole 2 Ea. 5 Connect to Existing Sanitary Stub 1 Ea. 6 Connect to Existing Sanitary Sewer 2 Ea. 7 Seeding 1 L.S. 8 Erosion Control 1 L.S. PUBLIC PROJECT NO. 4 - SUBTOTAL $ Addendum No. 1 00300-5
PRIVATE PROJECT NO. 1 DERBY DESTINATION: DRIVE, SITE & STORM Item No. Item Description Quantity Unit Unit Cost $ Cost $ 1 Mobilization 1 L.S. 2 Clearing, Grubbing & Demolition 1 L.S. 3 Topsoil (Stockpile & Regrade) 36,485 C.Y. 4 Unclassified Excavation 23,936 C.Y. 5 Embankment (Contractor Furnished) 129,469 C.Y. 6 Compaction of Earthwork (All Types) 153,405 C.Y. 7 Bituminous Surface Course (2 ) 10,031 S.Y. 8 Bituminous Base Course (3 ) 10,031 S.Y. 9 Geogrid Reinforced Crushed Rock Base (5") 12,373 S.Y. 10 Reinforced Concrete Entrance Pavement (8 ) 208 S.Y. 11 Geogrid Reinforced Crushed Rock Base (7 ) 208 S.Y. 12 Concrete Curb and Gutter 4,886 L.F. 13 Concrete Sidewalk (4 ) 4,100 S.Y. 14 Sidewalk Ramps ADA (6 ) 1,528 S.F. 15 Detectable Warning Surface 260 S.F. 16 Concrete Cross Walk with Surface Pavers 269 S.Y. 17 Pavement Markings 1 L.S. 18 Permanent Signage 8 Ea. 19 Traffic Control 1 L.S. 20 15 Storm Sewer (RCP Class III) 115 L.F. 21 18 Storm Sewer (RCP Class III) 292 L.F. 22 21 Storm Sewer (RCP Class III) 294 L.F. 23 24 Storm Sewer (RCP Class III) 1,196 L.F. 24 30" Storm Sewer (RCP Class III) 237 L.F. 25 36 Storm Sewer (RCP Class III) 1,250 L.F. 26 42" Storm Sewer (RCP Class III) 333 L.F. 27 54" Storm Sewer (RCP Class III) 535 L.F. 28 24 RC End Section with Toe Wall 2 Ea. 29 42 RC End Section with Toe Wall 1 Ea. 30 54 RC End Section with Toe Wall 1 Ea. 31 6 x8 Junction Box 2 Ea. 32 6 x5 Junction Box 1 Ea. 33 6 x4 Junction Box 2 Ea. 34 6 x5 Type 1A Curb Inlet 4 Ea. 35 6 x4 Type 1A Curb Inlet 11 Ea. 36 5 x4 Type 1A Curb Inlet 1 Ea. 37 6 x4 Type 1A Field Inlet 1 Ea. 38 4 Dia. Manhole 1 Ea. Addendum No. 1 00300-6
PRIVATE PROJECT NO. 1 (Cont d) Item No. Item Description Quantity Unit Unit Cost $ Cost $ 39 5 Dia. Manhole 1 Ea. 40 6 Dia. Manhole 1 Ea. 41 Rip-Rap Light 179 S.Y. 42 Temporary Construction Entrance 1 Ea. 43 Silt Fence 6,070 L.F. 44 Inlet Protection 15 Ea. 45 Sedimentation Basin & Diversion Dikes 1 L.S. 46 Concrete Pilot Channel in Detention Pond 1,262 S.Y. 47 Landscaping 1 L.S. 48 Lawn Sprinkler System 1 L.S. 49 Seed 1 L.S. 50 Sod (Fescue b/t Curb & Sidewalk) 3,131 S.Y. PRIVATE PROJECT NO. 1 - SUBTOTAL $ TOTAL BID (written as figures) $ Total Bid (written in words): Quantities are not guaranteed. Final payment will be based on actual quantities. 5. Bidder agrees that the work will be substantially complete and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions on or before the dates or within the number of calendar days indicated in the agreement. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 6. The following are attached to and made a condition of this Bid: a. Required Bid Security in the form of bid bond. b. A tabulation of Subcontractors, suppliers and other persons and organizations required to be identified in this Bid. Addendum No. 1 00300-7
c. Required BIDDER S Qualification Statement with supporting data. d. (Add other documents as pertinent). 7. Communications concerning this Bid shall be addressed: 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED on, 20. IF BIDDER IS: An INDIVIDUAL BY (SEAL) (Individual s Name) doing business as Business address: Phone No. A PARTNERSHIP By (Seal) (Firm Name) (General Partner) Business address: Phone No. A CORPORATION OR LIMITED LIABILITY COMPANY By (Seal) (Corporation or LLC Name) (Name of person authorized to sign) Addendum No. 1 00300-8
(Title) ATTEST: (Secretary) Business address: Phone No.: A JOINT VENTURE BY: (Name) (Address) BY: (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). 9. BIDDERS QUALIFICATIONS AND SUBCONTRACTING To evaluate the BIDDERS qualifications for acceptance on this project, the OWNER requests the following: a. Previous Experience (Projects of similar construction detail). List five (5) projects. 1. 2. 3. 4. 5. Addendum No. 1 00300-9
b. List of Subcontractors that shall be used on this Project. Name Type of Work 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. This report is an integral part of the proposal and must be submitted with Bid. Date:, 20 By: Title: Addendum No. 1 00300-10