← Back to Missou, LA

Document Missoula_doc_dad61354c4

Full Text

ADDENDUM NO. 2 MILLER CREEK ROAD IMPROVEMENTS BRIGGS STREET TO MOCKINGBIRD WAY February 5, 2010 ADDENDUM ACKNOWLEDGEMENT Bidders shall acknowledge receipt of this Addendum number and date on Page 00300-1 of the Bid Form. Failure to acknowledge this Addendum may be cause for rejection of the bid. The following are amendments to the contract documents and plans for Miller Creek Road Improvements – Briggs Street to Mockingbird Way Project, Missoula, MT. GENERAL PROJECT INFORMATION WGM Group, Inc. is staking the approximate construction limits to be completed by the end of the day Friday February 5, 2010. to provide information for the tree removals. This staking will be flagged with blue and green ribbon. All trees within this corridor other than those shown on the plans to remain shall be removed. This information provides general information only, and shall NOT be considered part of the Contract Documents. Contractor may not rely upon or make any claim against Owner or Engineer for any interpretations or conclusions made from this information. DIVISION 0 – BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT SECTION 00300 – BID FORM Bidder shall separate the new Section 00300 Bid Form (and appendices), attached as part of this addendum, and attach to the back of the existing Bid Form (yellow pages) within the Contract Manual and Submit with the Bid. Summary of changes to Bid Form (referencing the attached Bid Form): Bid Item # 29 - Change to Quantity Bid Item # 34 - Change to Quantity Bid Item # 35 - Eliminated (Bid Form has been renumbered) Bid Item #100 - Added Bid Item DIVISION 2 – SITE WORK SECTION 02504 – ASPHALT SEAL COAT PART 2: PRODUCTS Add the following paragraph to section 2.1 – ASPHALT: CRS-2P Emulsified Asphalt meeting the requirements of MDT section 702 may be substituted for CRS-2 Emulsified Asphalt identified in section 02502; ASPHALT PRIME AND/OR TACK COAT.” ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 2. February 5, 2010 Page 2 of 5 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Addendum 2 Info\Miller Creek Road Improvements ADDENDUM 2.doc SECTION 02529 – CONCRETE SIDEWALKS, DRIVEWAYS, APPROACHES, CURB TURN FILLETS, VALLEY GUTTERS, and MISCELLANEOUS NEW CONRETE CONSTRUCTION PART 2: PRODUCTS Replace the following section: “2.6 DETECTABLE WARNING SURFACES A. Furnish Detectable Warning Surfaces (DWS) at all new or repaired curb ramps throughout the project. Each DWS shall match the width and radius of the ramp, and extend 2 feet back behind the curb. B. Furnish DWS in all crosswalk median refuge locations throughout the project. Each DWS shall match the width of the crosswalk and extend 2 feet back behind the curb. C. Furnish DWS meeting City of Missoula STD Drawing 113 and comprised of one of the following approved materials throughout the project: a. Precast concrete domes (Mutual Materials) b. Reinforced composite domes (Macon Supply) c. Cast iron domes (Hunton Precast)” PART 3: EXECUTION Add the following section: “3.14 CONCRETE FOR APRONS A. Furnish Type II cork preformed expansion joint filler meeting AASHTO M213 requirements. Place expansion joints at all radius points and fixed points. Layout contraction joints to align with pattern and to avoid leaving thin areas of concrete. Color and pattern concrete in accordance with manufacturer’s recommendations. Apply release agent and sealer in accordance with manufacturer’s recommendations. Use color and pattern as outlined in section 02529 part 2.7.” SECTION 02720 - STORM DRAIN SYSTEMS PART 2: PRODUCTS Add the following sections: “2.6 PIPE GASKETS AT MANHOLE PENETRATIONS A. A water-tight gasket or stop ring is required for all manhole pipe penetrations, per City of Missoula standard details 301 and 602. Cast-in- place A-lok gaskets are acceptable. Also acceptable are water stop rings that are placed around the pipe at the point of manhole penetration and grouted into place within the manhole wall. The acceptable gasket for this use is a Romac Industries LCT manhole gasket or approved equal. For use on HDPE pipe with exterior corrugations, the Hancor Waterstop Gasket or approved equal is acceptable. ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 2. February 5, 2010 Page 3 of 5 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Addendum 2 Info\Miller Creek Road Improvements ADDENDUM 2.doc 2.7 CURB INLET STRUCTURES A. All rim elevations indicated on the plans refer to the gutter flowline elevation of the inlet.” PART 3: EXECUTION Replace the following section: “3.7 REMOVE DRAINAGE SUMP A. Existing sumps shall be removed including all concrete, brick and metal associated with the structure. The resulting hole shall be filled and compacted according to the standards in Section 02230 of this specification.” PART 4: MEASUREMENT AND PAYMENT Replace the following section: “4.7 REMOVE DRAINAGE SUMP A. Measurement and payment shall be per each as listed in the bid proposal to "Remove Sump," and shall include all labor, equipment, materials, and incidentals to remove sumps per these specifications and local regulations.” SECTION 02721 - IRRIGATION SYSTEM AND MISCELLANEOUS ITEMS PART 3: EXECUTION Add the following section: “3.3 IRRIGATION DITCH W/ 24" DIA. HALF-ROUND CMP LINER A. Half-round pipe shall be made by cutting pipes meeting the specifications of Section 02720, Part 2.2 The cut edge shall be de-burred and beveled to eliminate sharp edges.” SECTION 02729 – STEP SEWER FORCE MAIN SEWER PRESSURE SERVICE PART 3: EXECUTION Add the following to section 3.1 INSTALLATION: Existing STEP Sewer Services Modification a. Contractor shall relocate curb boxes for existing STEP sewer services as indicated on the plans. Curb box locations will be determined in the field by the Engineer. b. Where existing service is a stub, and not in service, additional STEP service line shall be installed to extend the service as required to the new curb box or termination point as shown on the plans. ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 2. February 5, 2010 Page 4 of 5 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Addendum 2 Info\Miller Creek Road Improvements ADDENDUM 2.doc c. Where existing service lines are in service, Contractor shall coordinate as necessary with landowners to allow temporary shut down on their sewer service to allow for relocating the curb box.” PART 4: MEASUREMENT AND PAYMENT Add the following to section: “4.4 Existing STEP Sewer Services Modification A. Measurement and payment shall be per each for relocating curb boxes for existing STEP sewer services shall be at the unit price named in the proposal for each “Existing STEP Service Modification”. Payment shall be full compensation for all work associate with excavation, back fill, locating existing service line, making connection to existing line, relocating curb box, coordinating with landowner and all incidental work associated with this item. B. Measurement and payment for service line will be in accordance with section 4.3.” SECTION 02900 – LANDSCAPING PART 2: PRODUCTS Add the following to paragraph 2.3.A – ROCK MULCH: “This product is available at Woodring or Weaver pits in the Flathead Valley, or approved equal of similar color & texture.” PART 3: EXECUTION Add the following paragraph to section 3.3 PLANT CARE: Manual watering devices, such as bladders or watering tubes are acceptable means of providing water during the warranty period. No additional payment will be made for such devices, if used. The Contractor may submit a Value Engineering proposal for an irrigation system if the system results in an equal or lesser overall cost to the project. Irrigation system design is the responsibility of the Contractor, and is subject to review and approval by the Owner.” PLAN SHEETS A. The following changes will be made to the plan sheets. New plans will be issued to the Contractor, after award, labeled “Released for Construction” and will incorporate the following changes: SHEET SW9 of SW10 On “Section A” replace reference to IFCO MH80 Ring and Cover with EJIW 1581Z, 2688E DI, and 3777C (to have City of Missoula custom logo and say “SANITARY SEWER”). ---PAGE BREAK--- Miller Creek Road Improvements Addendum No. 2. February 5, 2010 Page 5 of 5 W:\Projects\070420A\Docs\Specs\ADDENDUM (s)\Addendum 2 Info\Miller Creek Road Improvements ADDENDUM 2.doc SHEET D2 of D12 On City of Missoula Standard Drawing 602, the grade adjustment rings shall have a rectangular opening with dimensions of 24" x 36". Cast Iron Ring and Cover shall be EJIW 7030 ADDED/REVISED PLAN SHEETS A. The following plan sheets have been revised to clarify irrigation details. New plan sets will be issued to the Contractor, after award, labeled “Released for Construction” and will incorporate the following changes: REVISE – Delete plan sheet 26 in its entirety and replace with the revised plan sheet 26 (attached). No changes to this sheet directly affect the bid form, however do note that the stilling well has been changed from a 30” diameter structure to a structure based on a 48” diameter manhole section. The 1500-Gallon Sediment Tank shall meet or exceed Hunton Product No. 108, including dimensions and wall thickness, contact Dave Hunton at (406) 543-8640 for product information. ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-1 SECTION 00300 BID FORM PROJECT IDENTIFICATION: Miller Creek Road Improvements – Briggs Street to Mockingbird Way Missoula, Montana CONTRACT IDENTIFICATION AND NUMBER: Miller Creek Road Improvements – Briggs Street to Mockingbird Way City Project Number: 05-033 Engineer’s Project Number: 07-04-20A THIS BID SUBMITTED TO: City of Missoula City Clerk’s Office 435 Ryman Street Missoula, MT 59802 1.01 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 and furnish 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. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instruction to Bidders. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, 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 all which is hereby acknowledged the following Addenda: Addendum No. Addendum Date B. Bidder has visited the Site 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 federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Special Provisions as provided in Paragraph 4.02 of the General Conditions, and reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in Paragraph 4.06 of the General Conditions. ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-2 E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any 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 and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the 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. 4.01 Bidder further represents that 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 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 OWNER. The BIDDER certifies that no official of the OWNER, ENGINEER, or any member of such official’s immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the BIDDER. 5.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s): (NOTE: 1% Montana Gross Receipts Tax shall be included in Unit Prices) UNIT BID PRICE SCHEDULE (ADDENDUM 2) Item Number Description Qty Unit Unit Price Total 1 MOBILIZATION/DEMOBILIZATION 1 LS 2 PERMITS 1 LS 3 EROSION CONTROL 1 LS 4 MISCELLANEOUS WORK 100,000 EACH $1.00 $100,000.00 5 TRAFFIC CONTROL 1 LS ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-3 Item Number Description Qty Unit Unit Price Total 6 EXCAVATION ABOVE SUBGRADE 15,043 CY 7 8" THICKNESS OF 2" MINUS CRUSHED SUB BASE COURSE 12,537 SY 8 9” THICKNESS OF 2" MINUS CRUSHED SUB BASE COURSE 4,154 SY 9 4" THICKNESS OF 3/4" MINUS CRUSHED BASE COURSE 18,512 SY 10 2" THICKNESS OF ASPHALT CONCRETE SURFACE COURSE, GRADE B 1,533 SY 11 4" THICKNESS OF ASPHALT CONCRETE SURFACE COURSE, GRADE B 16,382 SY 12 CRS-2 ASPHALT SEAL AND CHIP COAT, 3/8" GRADATION 16,382 SY 13 COMBINED CONCRETE CURB AND GUTTER 6,870 LF 14 CONCRETE MEDIAN CURB 770 LF 15 9" THICKNESS TRAVERSABLE CONCRETE MEDIAN APRON 3,783 SF 16 4" THICKNESS PATTERNED CONCRETE MEDIAN CAP 2,588 SF 17 4" THICKNESS CONCRETE SIDEWALK 29,580 SF 18 6" THICKNESS CONCRETE SIDEWALK 2,537 SF 19 6" THICKNESS CONCRETE DRIVEWAY/APRON 6,635 SF 20 DETECTABLE WARNING SURFACES 272 SF 21 PRECAST GRAVITY RETAINING WALL 1,935 SF 22 REMOVE DRAINAGE SUMP 3 EACH 23 4' DIAMETER STORM DRAINAGE SUMP 1 EACH 24 EXTEND 30" X 48" RCP CULVERT 40 LF 25 EXTEND 30” X 48” CMP CULVERT 103 LF 26 12" HDPE STORM DRAIN PIPE 2,036 LF 27 18" HDPE STORM DRAIN PIPE 1,009 LF 28 6’ DIAMETER STORM DRAIN MANHOLE 1 EA 29 4' DIAMETER STORM DRAIN MH AND INLET 23 EACH 30 30" DIA. STORM DRAIN INLET 2 EACH 31 CONNECT TO EXISTING 54" DIAMETER STORM DRAIN 1 LS 32 CONSTRUCT UNLINED IRRIGATION DITCH 50 LF 33 CONSTRUCT IRRIGATION DITCH W/ 24" DIA. HALF-ROUND CMP LINER 60 LF 34 24" EQUIVALENT REINFORCED CONCRETE ARCH PIPE 375 LF 35 18" REINFORCED CONCRETE IRRIGATION PIPE 104 LF ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-4 Item Number Description Qty Unit Unit Price Total 36 1500 GALLON IRRIGATION SETTLING TANK 1 EACH 37 IRRIGATION DIVISION STRUCTURE ONE 1 EACH 38 IRRIGATION DIVISION STRUCTURE TWO 1 EACH 39 IRRIGATION STILLING WELL 1 EACH 40 IRRIGATION SERVICE 1 EACH 41 IRRIGATION SLEEVE 75 LF 42 MODIFY & RESTORE IRRIGATION SYSTEM 5 EACH 43 14" SDR 26 PVC FORCE MAIN 114 LF 44 12" SDR 26 PVC FORCE MAIN 2,887 LF 45 8" SDR 26 PVC FORCE MAIN 2,893 LF 46 6" SDR 26 PVC FORCE MAIN 119 LF 47 CONNECT TO EXISTING 6" AND 14" FORCE MAIN 1 LS 48 SEWER FORCE MAIN MANIFOLD AND VALVE ASSEMBLY 1 LS 49 SEWER FORCE MAIN AIR/VACUUM RELEASE VAULT ASSEMBLY & INSTALL 1 LS 50 6" STEP FORCE MAIN CONNECTION TO EXISTING MAIN 1 LS 51 6" SDR 21 PVC STEP SEWER FORCE MAIN 361 LF 52 6" STEP FORCE MAIN CLEANOUT ASSEMBLY 1 LS 53 2" STEP FORCE MAIN CLEANOUT ASSEMBLY 1 LS 54 STEP FORCE MAIN AIR RELEASE/VACUUM VALVE ASSEMBLY 3 EACH 55 2" STEP FORCE MAIN CONNECTION TO EXISTING MAIN 1 LS 56 2" 200# PE STEP FORCE MAIN 37 LF 57 1" 200# PE STEP SEWER SERVICE CONNECTION 20 EACH 58 1" 200# PE STEP SEWER SERVICE 859 LF 59 2" 200# PE STEP SEWER SERVICE CONNECTION 1 EACH 60 2" 200# PE STEP SEWER SERVICE 70 LF 61 ADJUST EXISTING SEWER CLEANOUTS OR VALVE BOXES 10 EACH 62 FLOWABLE FILL PIPE ENCASEMENT 25 LF 63 TRENCH INSULATION 110 LF 64 DRY UTILITY TRENCH 1,851 LF 65 ADJUST UTILITY STRUCTURE ACCESS TO GRADE 4 EACH 66 PAVEMENT MARKINGS PAINT 126 GAL 67 PAVEMENT MARKINGS EPOXY 84 GAL ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-5 Item Number Description Qty Unit Unit Price Total 68 WORDS AND SYMBOLS PAINT 6 GAL 69 WORDS AND SYMBOLS EPOXY 8 GAL 70 CURB MARKING - EPOXY 12 GAL 71 REMOVE SIGNS 12 EACH 72 NEW SIGN (GROUND MOUNT) 44 EACH 73 WARNING DELINEATORS 15 EACH 74 FOUNDATION - CONCRETE 4.75 CY 75 CONDUIT - STEEL 1 1/2 IN RIGID 70 LF 76 CONDUIT - STEEL 2 IN RIGID 15 LF 77 CONDUIT - PLASTIC 1 1/2 IN 1,353 LF 78 CONDUIT - PLASTIC 2 IN 190 LF 79 PULL BOX - CONCRETE TYPE 1 4 EACH 80 CONDUCTOR - COPPER AWG10-600V 3,700 LF 81 STANDARD - STL TYPE 10-A-500-6 9 EACH 82 LUMINAIRE ASSEMBLY - 150 W S.V. 9 EACH 83 SERVICE ASSEMBLY - 30 AMP 1 EACH 84 2.5" CALIPER DECIDUOUS TREE 89 EACH 85 8' HGT. CONIFER TREE 7 EACH 86 5 GALLON SHRUB 42 EACH 87 1 GALLON PERENNIAL 55 EACH 88 ¾” ROCK MULCH – 2 1/4” DEPTH 2,124 SF 89 WEED BARRIER FABRIC 2,124 SF 90 4" TOPSOIL & SEEDING 10,394 SY 91 TRIM TREE 4 EACH 92 EROSION CONTROL BLANKET 425 SY 93 EXISTING MAILBOXES TO BE RELOCATED 15 EACH 94 REMOVE FENCE 2,925 LF 95 RESET FENCE 373 LF 96 TEMP. FARM FENCE 3,110 LF 97 WOOD RAIL FENCE 175 LF 98 TEMP CONSTRUCTION FENCE 1,140 LF 99 METAL GATE 3 EACH 100 EXISTING STEP SERVICE MODIFICATION 7 EACH ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-6 TOTAL COMBINED BID PRICE $ (Figures) TOTAL COMBINED BID PRICE $ (Words) CONTRACT TIME = 180 CALENDAR DAYS A. Unit Prices have been computed in accordance with Paragraph 11.03.B. of the 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 provided, determined as provided in the Contract Documents. C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. D. Determination of lowest responsive Bidder will be based on the sum total of the Total Combined Bid Price. E. The OWNER reserves the right to reject any or all bids. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement (Section 00500). 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions to Bidders. B. Information Required of Bidder – General Information (form attached). 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidders, General Conditions, and the Supplementary Conditions. SUBMITTED on Montana Contractor’s Registration # Employer’s Tax ID No. ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-7 If BIDDER is: An Individual: (Name typed or printed) By: (SEAL) (Individual’s Signature) Doing business as: Business Address: Phone No.: FAX No: A Partnership: (Partnership Name) By: (SEAL) (Signature) (Name, typed or printed) Business Address: Phone No.: FAX No: A Corporation: (SEAL) (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature of person authorized to sign) Title: Attest: (CORPORATE SEAL) (Signature of Secretary) Business Address: Phone No.: FAX No: Date of Qualification To Do Business Is: ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-8 A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No: (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.) ---PAGE BREAK--- MILLER CREEK ROAD IMPROVEMENTS - ADDENDUM 2 05-033 00300-9 BID FORM INFORMATION REQUIRED OF BIDDER GENERAL INFORMATION The bidder shall furnish the following information. Failure to comply with this requirement will render the Bid non-responsive and may cause its rejection. Additional sheets shall be attached as required. Contractor's name and address: Contractor's telephone number: Contractor's license: Primary classification State License No. Supplemental classifications held, if any: Number of years as a contractor in construction work of this type: Names and titles of all officers of Contractor's firm, responsible for this project: Name of person who inspected site of proposed work for your firm: Name: Date of inspection: Name, address and telephone number of surety company and agent who will provide the required bonds on this contract: A financial statement, or AIA Document A305 Contractor’s Qualification Statement, references, and other information, sufficiently comprehensive to permit an appraisal of Contractor's current financial condition, can be requested by the Owner or Engineer, and must be provided by the Contractor upon request. END OF SECTION 00300 ---PAGE BREAK---