Loading...
HomeMy WebLinkAbout24-08 RESOLUTIONRESOLUTION NO. 24-08 A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF FARMINGTON PURSUANT TO THE FAYETTEVILLE- FARMINGTON WASTEWATER AGREEMENT OF APRIL 3, 2007, IN THE AMOUNT OF $66,296.34 TO CONTRACT WITH REDFORD CONSTRUCTION, INC. AS FAYETTEVILLE'S SHARE OF CONSTRUCTION OF THE FARMINGTON GRAVITY SEWER LINE, WSIP SUBPROJECT WL -10, BID #08-01; AND APPROVING A 10% CONTINGENCY IN THE AMOUNT OF $7,000. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby approves a cost -share with the City of Farmington pursuant to the Fayetteville - Farmington Wastewater Agreement of April 3, 2007, in the amount of $66,296.34 to contract with Redford Construction, Inc as Fayetteville's share of construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid #08-01. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% contingency in the amount of $7,000. PASSED and APPROVED this 19th day of February, 2008. APPROVED: By: ATTEST DA COODY, Mayor By: C)0Val.. -/ cP kvc SONDRA E. SMITH, City Clerk/Treasurer cs,AG.•c\1Y C3.61/451&#''& David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 19 -Feb -08 City Council Meeting Date Wastewater System Impry Project Division Action Required: Water/Wastewater Department Approval of a cost -share with Farmington in the amount of $66,296.34 for a contract with Redford Construction, Inc. for Fayetteville's share of construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid 08-01, and approve a 10% contingency of $7,000. 73,296 Cost of this request 4520-9520-5801.00 Account Number 02133.0410 Project Number Budgeted Item XX 113,086,082 Category / Project Budget Wastewater System Imp Project Program Category / Project Name 89,150,585 Water and Wastewater Funds Used to Date Program / Project Category Name $ 23,935,497 Remaining Balance Budget Adjustment Attached Water/Sewer Fund Name Depart nt Di I City Attorne ctor Finance and Internal Service Director Mayor ger// 2)Csavo Date I -7t -oz Date Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office Comments: �y�e le CITY COUNCIL AGENDA MEMO City Council Meeting of 19 February 2008 To: Fayetteville City Council Thru: Mayor Dan Coody Fayetteville Sewer Committee From: David Jurgens, Water and Wastewater Director Date: 19 January 2008 Subject: Approval of a cost -share with Farmington in the amount of $66,296.34 for a contract with Redford Construction, Inc. for Fayetteville's share of construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid 08-01, and approve a 10% contingency of $7,000. RECOMMENDATION City Administration recommends approval of a cost -share with Farmington in the amount of $66,296.34 for a contract with Redford Construction, Inc for construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid 08-01, and approve a 10% contingency of $7,000. BACKGROUND This project involves constructing roughly 2,000 feet of 21 inch gravity sewer main and eight manholes in Farmington between the existing Lift Station 12 on Double Springs Rd and the future Lift Station 12 near the intersection of Double Springs and Goose Creek Rd. This project excludes the upper section of the Farmington transmission line, which will be installed when the other portions of the Farmington system are placed in service. Splitting this construction significantly reduces costs and the potential for sewer overflows caused by the construction. This cost share and the percentage of the cost to be paid by Fayetteville was agreed to and established in the Fayetteville -Farmington Wastewater Agreement of April 3, 2007 which included the projected population in the basin served by this sewer line. Each city bears their portion of the cost based on their respective populations. DISCUSSION The Cities received bids on 16 January, 2008 for this project: Contractor Redford Const (low bid) Edwards Design & Const S&J Construction Seven Valleys Construction W. N. Couch Engineer's Estimate Total Bid $335,967.00 $429,829.30 $614,874.03 $533,858.00 $558,798.00 $594,193.00 Fayetteville Share $66,296.34 $84,818.18 $121,333.05 $105,346.16 $110,267.57 $117,252.06 The bid has been reviewed by RJN, the Engineers and the Arkansas Natural Resources Commission who is providing Farmington RLF funding for the project; both recommend award. RJN thoroughly checked Redford Construction references, all were positive. RJN's letter of recommendation is attached. BUDGET IMPACT Funds are available in the WSIP project budget. WL -IO CCMemo RESOLUTION NO. A RESOLUTION APPROVING A COST -SHARE WITH THE CITY OF FARMINGTON PURSUANT TO THE FAYETTEVILLE- FARMINGTON WASTEWATER AGREEMENT OF APRIL 3, 2007, IN THE AMOUNT OF $66,296.34 TO CONTRACT WITH REDFORD CONSTRUCTION, INC. AS FAYETTEVILLE'S SHARE OF CONSTRUCTION OF THE FARMINGTON GRAVITY SEWER LINE, WSIP SUBPROJECT WL -10, BID #08-01; AND APPROVING A 10% CONTINGENCY IN THE AMOUNT OF $7,000. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1: That the City Council of the City of Fayetteville, Arkansas, hereby approves a cost -share with the City of Farmington pursuant to the Fayetteville - Farmington Wastewater Agreement of April 3, 2007, in the amount of $66,296.34 to contract with Redford Construction, Inc as Fayetteville's share of construction of the Farmington Gravity Sewer Line, WSIP Subproject WL -10, Bid #08-01. Section 2: That the City Council of the City of Fayetteville, Arkansas, hereby approves a 10% contingency in the amount of $7,000. PASSED and APPROVED this 19th day of February, 2008. APPROVED: Al I EST: By: By: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer rj ngroup rxcollencc through Ownership January 18, 2008 Mr. David Jurgens, P.E. City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Subject: Bid #08-01 Unit 1 WSIP WL -10 and Unit 2 WL -11 Cities of Farmington and Fayetteville, Arkansas Dear Mr. Jurgens: www.rin.com Five contractors submitted bids for Unit 1 (WL -10) and seven contractors submitted bids for Unit 2 (WL -111). Attached please find the bid tabulations for both units Redford Construction, Inc. is the low bidder for Unit 1 for a total construction cost of $335,967. Gamey Companies, Inc. is the low bidder for Unit 2 for a total construction cost of $1,324,485.35. We have checked their references and find that they have performed well in the past on similar projects. We recommend the Cities of Farmington and Fayetteville enter into a contract with Redford Construction, Inc. and Gamey Companies, Inc. for the construction of the above referenced projects. Should you have any questions, please call me at (972) 437-4300. Very truly yours, RJN Group, Inc. Peter Z Lai, P.E. Project Manager Project File: 18-1875-02 12160 Abrams Road, Suite 400 •Dallas, TX 75243 • 972.437.4300 • fax 972.437.2707 CITY OF FAYETTEVILLE Z W U re 0 u_ Z 0 F o N F LL J 7 a FWF a 2 i -- c> a E 7Nm N d 0 CO O m _- 0 LL O Z O co a o oar >-� F N 5 Z 0 H 0 Z a LL All bidders acknowledged Addendums 1-5 and submitted bid bonds. Errors on Proposal None None None None None Error on unit price for Unit 1 item 3. They treated it like a Lump Sum item instead of LF. They showed $8,000 per LF which would have made it $15,600,000. Added up to $2,942,100.30 - $0.50 off on total amount. Item 25 Unit 2 - written out amount shown as $200 instead of $2 Amount of Bid Unit 2 $1,900,625.15 $2,121,432.46 M W a V M $1,743,674.00 $1,718,552.52 No Bid 0 a) o N 'Cl 69 top a) C O w t j 60 Z O CO ai N ai a 5 Z $335,967.00 CO 0 n 1- co 0 O in Ci L 5 o Z $558,798.00 ea vi Contractor Construction & Engineering Solutions, LLC Edwards Design & Construction, Inc. Garney Construction Redford Construction, Inc. S & J Construction, Co., Inc. Seven Valleys Construction Sweetser Construction, Inc. W.N. Couch, Inc. All bidders acknowledged Addendums 1-5 and submitted bid bonds. L 0 0 • i • CO/LI/9 PaNsay Approvals: Mayor: Department Director: 'O f0 CO V 01 01 a W Na -S 0 Requester: -- _- --- David Jurgens City: State: Farmington AR Address: P O Box 150 Vendor Number: 3112 City Of Fayetteville (Not a Purchase Order) N 7 v' v S 1 GI D o. S CO WSIP, WL -10, Farmington Gray Line Description a 0 C CI 7 C. .. Vendor Name: City of Farmington, Arkansas Lot m D Unit of Issue at M O (0 W W A !Unit Cost N O O O 80.00 80.00 80.00 80.00 M O O co $0.00 N O 0 O 80.00 N O O co H co 01 N (0 01 41 a !Extended Cost 4520-9520-5801-00 Account Numbers Requester's Employee #: 490 Zip Code: Ship to code: 72730-0150 Fob Point: 2065 N Sunshine Rd Fayetteville, AR 02133-0410 Project/Subbroject # Extension: II 330 { y 0 m 1 N !Mail— Yes: i No: _X_: 'a O C 3 c m z 0 c N a o o o JAPproval: — — S..„ Z 9 Inventory # 'Quotes Attached — Yes: No: rxpected Delivery Date: N N_ m O O co !Fixed Asset # DOCUMENT 00400 —BED FORM Project Name: Wastewater System Improvement Project Contract Name: Farmington Gravity Main and Double Springs Lift Station Force Main Contract No.: UNIT 1, WL -l0 RLF Project No.: 00584-CWRLF-L BID TO: Owner: The City of Farmington, Arkansas 324 West Main Street Farmington, Arkansas 72730 BID FROM: /J Bidder: �F1lFoi4D ataC• 4'. 4,- /04s /%/ zn0 65 ARTICLE 1- INTENT 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 Contract Documents to perform and fumish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the 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 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00400 -Bid Fomt.doc Addendum 5 00400- I UNIT I DOCUMENT 00400 —BID FORM ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date W.% 4e, see. -2; 7 SIX *2467 #3 fezeit'V 3.-2606 dq ;may g2a6 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, performance, and furnishing 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, performance, and furnishing of the Work. 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 in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of a hazardous environmental condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to - Underground Facilities at or contiguous to the Site. 00400 -Bid Form.doc Addendum 5 00400-2 UNIT 1 DOCUMENT 00400 -BID FORM (continued) E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract 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 Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by the Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. 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 00400 -Bid Fonn.doc Addendum 5 00400 - 3 UNIT I DOCUMENT 00400 -BID FORM (continued) other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, fum, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 - Subpart P - Excavations. ARTICLE 4 - BID PRICE 4.01 Bidder will complete the Work in accordance with the Contract Documents for the following prices: Unit 1 Price Schedule: 00400 -Bid Form.doc Addendum 5 00400-4 UNIT 1 \UMTI (WL IO) IIID FARMINGTON SCHEDULE.. GRAVITY. MAIN ' N>CJigit R 2� QT Y ' , UNIT] , : :DESCRIE'TLON . ,UNIT PRICE TOTAL 1 . 1 LS Mobilization (Not to Exceed 2% of All Other Contract Items) �� ($ SSI ) 4 4-S ($ r ) SV73 64-/fil ftWi llars/LS Words 2. 1,950 LF Site Preparation, Clearing and Grubbing omg.,i "% /) �lo eVfa) . Dollars/LF ($ ) ($ Words 3. 1,950 LF Construction Staking • 71;2% Dollars/LF• ($ .-4 . ) ($ .3%f) Words 00400 -Bid Form.doc Addendum 5 00400-4 UNIT 1 DOCUMENT 00400 –BID FORM (continued) 5.,} ` ,, UNIT I (WI. -10) FARMNOTON BID ;SCHEDULE GRAVITY MAIN .UMBER 1IE�VI EST QTY ,;` .. DESCRIPTION . ,. UNIT PRICE TOTAL/ r vsr 4. 7 EA 48 -Inch Dia Std. Manhole, 0-6 Ft. Deep + //,— Dollars/EA ($ o �St'"� ) ($ /1,07:57:6":49) %✓44.-{,E Words 5. 32 VF 48 -Inch Dia. Manhole Extra Depth, Over 6 Ft. Deep /s 0 z i. ,Yv+-- Dollars/VF Words 6. 1 EA 48 -Inch f/ TY Dia. Drop Manhole, 0-6 Ft. Deep /7 sJ "4 Dollars/EA ($ ($ J"syr)) 1 41.-37)°•449 7.37)°•449) Words 7. 1,950 LF 21 -Inch Gravity Sewer %r and Embedment DollarsLF ($ rr •-•>•--1 ) 3%S)Fr y ($./�' xrr slaael Words 8. 25 LF 8 -Inch Gravity Sewererand /z 7Y-Tr� ; /lam Embedment Dollars/LF ($ 62 . ) ($ lj3ce ) — Words 9. 78 LF Trench Excavation and Backfill, 0-8 Ft. Depth �q� /G i /f 2D Dollars/LF ($ ) ($ ..362. ) Words 10. 1,307 LF Trench Excavation Depth � /o0 and Backfill, 8-12 Ft. ($ +-O h • ) av ($ 7,6Wa.- ) -Dollars/LF Words 00400 -Bid Form.doc Addendum 5 00400— 5 UNIT 1 DOCUMENT 00400 —BID FORM (continued) rsi R UNIT:1 "(W1-10). FARMINGTON ,. BID SCHEDULE GRAVITY MAIN -;I *AMR E11�. EST. on. UNIT :'DESC121PT10N . UNIT PRICE TOTAL 11 500 LF Trench Excavation and Backfill, 12-16 Ft. Deep h ($ 0. ) ($c 'r ) r 1 1 %00 Dollars/LF Words 12. 426 CY Rock Excavations ryq"J c4:Eay.I Dollars/CY -7 ($ /Q— ) ($-2q 820 ) Words 13. 95 LF 36 -Inch Steel Encasement by Open Cut 6/44-11,05.7,0,) /S--Dollars/LF ($ ,60�) co -- /c ($ -C22 Words 14. 75 LF 36 -Inch Steel Encasement by Bore and Jack "" 6P°) ($ sASO /)($ 2�-Dollars/LF .SZ(-iivihn.�htn/r Words 15. 2 EA Concrete Anchorshorrs on Casings 4eccE�+r /o3'%'—Dollars/EA ($ /200 ) ($ lid ) Words 16. 1 LS Tree Protection and Pruning a� co C9i9/ ‘449,:Yiyy ollars/LS ($ 7 ) ($ . ) Words 17. 2 EA Connect Service Lateral r#oJ �� bitty / Dollars/EA ($ •V `y�. ) ($ AW - ) Words 00400 -Bid Form.doc Addendum 5 00400 — 6 UNIT 1 DOCUMENT 00400 -BID FORM (continued) 00400 -Bid Form.doc Addendum 5 00400 - 7 UNIT 1 A c ;-nhl I, x t 3 , `.;. . .:;' UN�1.1 ` (WI10) BID FARMINGTON :SCHEDU.ILE>' GRAVITY MAIN • , ITE)�J NUMBER EST Q 'X ,s , L71VIT DESCRIPTION UNIT PRICE TOTAL 18. 50 LF Extension fof Serviiet Lateral ¶) A I) ----Dollars/LF//c Dollars/LF ($ ice' ($ 2,23-4-e) Words 19. 2 EA Installation of ServiceLateral Cleanout o Va9• 59 a77:7-76,40 1 lirpollars/EA ($ • ) ($ ) 020" Words 20. 3 EA Temporary Plug in New Sewer Zo4J& i 14) r-Dollars/EA ($ C2(�) ($ b ' ) Words 21. 50 CY Trench`FoundationactipMaterial FTFf'�Ir) nt. Dollars/CY ($ 00. ) ../196,92) ($ T,' ' ) Words 22. 7 EA Trench Compaction Test r Si Z#.--Dollats/EA ($ Z� ) 7SO•T/ ($ / ) Words 23. 215 CY Rock Riprap ��g�� S %o • AS -2- 2) ) Dollars/CY ($ ,flv ) ($ Words 24. 2 EA Clay Dam 1,4 4toleig ; %v—Dollars/EA ($ OP ) CO ($ 6C2C% ) Words 00400 -Bid Form.doc Addendum 5 00400 - 7 UNIT 1 DOCUMENT 00400 —BID FORM (continued) 00400 -Bid Form.doc Addendum 5 00400 — 8 UNIT 1 UNLT a; 1(,WL IO) FARMINGTONGRAVITY MAIN BID SCHEDULF. {TEM< NUMBER v EST , H�, Y ys } UNIT DESCRIPTION j . UNIT PRICE TOTAL. 25. 400 SY . Replace Gravel Surfaces 1 n � /! fry.,,, Dollars/SY ($ /V • ) ($ ) Words 26. 456 SY Seedingeeand Mulching - j�,R i n��Urs/SY ($ V:49 ) ($ /.2K-) Words 27. 304 SY Sod Replacement cifY! la/Po---'Dollars/SY 6 - /� �o (8 19C ($ ) ($ ) Words 28. 1 LS Erosion gControl 4 4t .^O 1 d%)—'--bollars/LS S te) S( ($ ($ Words 29. 1,900 LF Trench Excavation and Safety System 62 ^/,:2.- / tiUDollars/LF ($ /C ) W) ($ (( o Words 30. - 1 LS Traffic Control jc,0Tr�/ c %070/ Dollars/LS ($» 0 . ) ($ ‘�) Words 31. 1,950 LF Surface Video Documentation 't 1 r° ---Dollars/LF ($1U5 ) ($ `•O) .7640 Words 00400 -Bid Form.doc Addendum 5 00400 — 8 UNIT 1 DOCUMENT 00400 —BID FORM (continued) 1001/4Ar. RMP/GTON GRAVITY MAI BID.S00giLE. NUMBER 32. 330 LF 2 -Inch PVC D2241 Water Line by Open Cut, 4' Deep, Complete in Place «i` Dollars/LF Words UMT PRICE 33. 1 EA Sewer Backflow Prevention Device , > �x2 " ,Zr--Dollars/EA Words ($7:) ($7e) TOTAL PRICE - UNIT 1: %&E /77 a 47,Q7Y�/.ZGE ,,%4E % v4 7 `54 & - ; Zo - Dollars ($ 335/ 9,67P ). 1. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. 2. Bidder must indicate, by checking a box below, the type of pipe material to be used for this project. Pipe material must be the same for all pipe, unless specifically indicated in the contract documents. l� Polyvinylchloride 8"-15" Polyvinylchloride 18"-36" 0 Fiberglas Reinforced Polymer 18"-36" ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 00400 -Bid Form.doc Addendum 5 00400-9 UNIT 1 DOCUMENT 00400 —BID FORM (continued) ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: Required Bid security, not Tess than 5% of the Bid total, in the form of a certified or bank cashier's check or a Bid Bond and in the amount of /Cog 4ccs17 Dollars ($ .S90 B. Required Bidder's Qualification Statement with supporting data (DOCUMENT 00140). C. List of Subcontractors (DOCUMENT 00430) D. Contractor's Act of Assurance Form, RLF-52. E. MBE / WBE Compliance Evaluation Form, RLF-96. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: A Age /os .ry / O 64°B3 Phone No. 876 33A- 9-36 FAX No. 5/6- 33/- 94<2 7 ARTICLE 8- TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on ///6/ , 20ee. Arkansas State Contractor License No. lr'cee227en 00400 -Bid Form.doc Addendum 5 00400 -10 UNIT 1 DOCUMENT 00400 —BID FORM (continued) If Bidder is: An Individual Name (type or printed): By: (SEAL) (Individual's Signature) Doing business as: Business address: Phone No.: FAX No.: A Partnership Partnership Name: (SEAL) By: (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Business address: Phone No.: FAX No.: 00400 -Bid Form.doc Addendum 5 00400 — 11 UNIT 1 DOCUMENT 00400 -BID FORM (continued) A Corporation / Corporation Name: /`l�✓✓Ai/R/J Ge67if�i-97- . fi(SEAL) State of Incorporation: ///Tss-y,21 Type (General Business, Professional, Service, Limited Liability): By: (Signature - attach evidence of authority to sign) Name (type or printed): S%/ri/ Title: Attest: Business address: Phone No.: (CORPORATE SEAL) 4ss45mr11" .fccrrny (Signature of Corporate Secretary) A At- /eKr ziii E/ `ieo ‘'fora e6 33/-9ss FAXNo.: e4-3?/- 9927 END OF DOCUMENT 00400 - UNIT 00400 -Bid Form.doc Addendum 5 00400 —12 UNIT 1