Loading...
HomeMy WebLinkAboutAddenda - BID - 5677 COLLINDALE GOLD COURSE CLUBHOUSECity of Fort Collins Admini, itive Services Purchasing Division . CITY OF FORT COLLINS ADDENDUM No. 7 BID #5677 COLLINDALE GOLF COURSE CLUBHOUSE SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5677 Collindale Golf Course Clubhouse OPENING DATE: March 7, 2002 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. 1. The March 5th Bid Opening date has been changed to March 7, 2002, 3:00p.m. (Our Clock). 2. Please use the attached Addendum #1 Bid Schedule when submitting your bid. 3. Please refer to the attached "Certificate of Substantial Completion" and the Work Change Directive. If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 CONTRACT DOCUMENTS SUPPLEMENTARY CONDITIONS I. SC-8.10 OWNER'S Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER'S representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on -site work will be to keep the Project Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing 2. Correction Period: ARTICLE 13, paragraph 13.12.1. change in the first sentences from "two years" to "one year" 3. General Contractor is to carry full Builder Risk Policy for entire construction time. 4. The site utilities work shall be per CITY of FORT COLLINS Standards. 5. S.A. Miro shall be responsible for the improvement location certificate and site verification survey. This shall be paid by the owner. GENERAL 1. Specification Section 10350: Request to include POLETECH Flagpole Manufacturer (800-633-6733) has been reviewed and approved as acceptable supplier for listed scope of work. 2. Specification Section 02870: Request to include Huntco BR Series In ground Mount Powder Coat bicycle rack, model BR-& has been reviewed and approved as an acceptable alternate for listed scope of work. (Huntco Supply LLC , 800- 547-5909) 3. Specification Section 16721: Request to include FCI 7100 Series has been reviewed and approved as an acceptable substitution for listed scope of work. (LVW Electronics (719) 540-8900) 4. Scope of work for irrigation shall be limited to Limits of Work outlined by Civil Engineering Documents and represented by sheets C4 and C5. 5. The Owner is currently removing materials, furniture and equipment for remote storage and re -use. Eighty percent ( 80%) of items had been removed by the `pre - bid' meeting on February 12, 2002. Remaining items shall be removed and relocated prior to demolition at the owner's discretion. Items remaining on or within the building one week prior to scheduled demolition, and NOT included in Owner's Salvage List as noted on sheet AS.1 and amended by Addendum #1, shall be included in the demolition. 6. All allowances shall be included in the bids. 7. Owner's Salvage List represented on sheet AS.1 shall be modified and amended as follows: a. Building furnaces, condensers and AC units as noted shall be prepped for removal by the GC's mechanical contractor. Units shall be pumped down and capped to prevent potential air and moisture contamination. Equipment shall be stored under cover, on -site by the General Contractor. At occupancy of the building Cart Storage, said equipment shall permanently be relocated by G.C. to existing cart barn on -site for re -use by the City of Fort Collins. b. The existing wood deck shall not be salvaged and relocated by the General Contractor. The wood deck will be relocated by the City of Fort Collins prior to site mobilization by the General Contractor. C. Pro -shop slat -wall and repair work tables noted on sheet A1.0 shall be salvaged for re -use and installation by the General Contractor in areas indicated in Repair/Storage room B 12. d. Pro -shop slat -wall shall be removed and stored by General Contractor for re -use and installation by City of Fort Collins in the temporary trailer facility. SPECIFICATIONS: DIVISION 2 — SITE CONSTRUCTION: Add Section 02900 PLANTING, page 4, attached. 2. DIVISION 1 — GENERAL REQUIREMENTS: Section 01210 Allowances, 1.07 Schedule of Allowances: a. Add allowance item C. to read `Section 2900 Planting: Allow lump sum of $800.00 for repair/replacement to existing irrigation system or turf as impacted by potential site parking noted on sheet AS.1, CONSTRUCTION PARKING. b. Add allowance item `D' to read: Allow lump sum of $2,000.00 for abatement of septic tank and leach field per Colorado Health Department Specifications as noted on sheet C3. 3. DIVISION 2 — SITE CONSTRUCTION: Add new Section 02835 TIMBER RETAINING WALLS, attached. 4. DIVISION 1 —GENERAL REQUIREMENTS, Section 01230 ALTERNATES, 1.03: Seamless vinyl flooring per section 09650 shall be base bid as indicated. Refer to finish schedule for locations. Quartz flooring is bid add or deduct to the base bid. 5. Section 02765 PAVEMENT MARKINGS, Subparagraph 1.01 A.1: Add the following new subparagraph: b. Interior cart storage slab. 6. Section 02765 PAVEMENT MARKINGS, Paragraph 2.01 Paint: Add the following new subparagraph: Color of Cart Storage Slab Markings: Yellow. 7. DIVISION 7 - THERMAL AND MOISTURE PROTECTION: Add new Section 07720 ROOF ACCESSORIES, attached. 8. DIVISION 10 — SPECIALTIES: Modify Section 10350 FLAGPOLES, Part 2, 2.01 B (1) to read `tapered aluminum, brushed satin finish'. Also modify 2.01 B (2) to read `OVERALL POLE LENGTH: As required for 2511. exposed length CIVIL LANDSCAPE 1. See addition of page 4, SPECIFICATIONS above. IRRIGATION 1. Refer to Scope of Work in GENERAL comments above. ARCHITECTURAL DRAWINGS: Miscellaneous: A. `175' is the correct System Note for the Private Dining shown at section 2/A3.2. B. The overhead door to the Golf Cart Storage is not a fire rated door, only insulated. Drawings and specifications are in conflict. C. System Note `w2' should be called out on detail 4/A3.7 and not `W 1'. D. Reinforcement for sidewalks shall be fibermesh per specifications. System Note `173' shall be modified for exterior concrete. E. The thickness of the asphalt at the golf cart path is 3". F. `W7' is the correct call out for the mechanical well walls shown on section 1/A3.2 between grids 6 and 7. G. Exterior wall sheathing for `W2' shall be per structural (7/16" OSB.) H. Fire rating details indicated on sheet AI A as A 1.5 are incorrect and should reference sheet A1.4. I. System notes should read that typical interior partition should be referenced on AL4, not A1.5. J. Typical interior partitions are P6-IAH unless otherwise noted as indicated in System Notes and referenced on sheet AL4. K. Wood veneer on the cooler service bay and detailed on 2/A9.2 is not provided or installed by KEC. Should be included w/ GC's millwork or other scope of work. L. Stainless steel and poly carbonate corner guards listed in specifications will be included in KEC scope of work. M. Art inserts will occupy 50% of surface area at chimney as indicated. GC shall be responsible for quantity take off. N. Synthetic stone veneer has yet to be selected. G.C. shall price manf. Ledgestone w/ raked mortar joint as indicated in the specifications. O. All allowances shall be included in the bid. P. Automatic openers per section 08744 have not referenced on plans. Provide openers for doors 100 and 101. Opener push button locations to be located adjacent to doors during submittal review. Provide provisions for electrical wiring and connection in bid. Q. Numeric keypads indicated on doors B-16, B-14A and 124 provided by City of Fort Collins consultant. General Contractor to coordinate and provide cast insert and sleeve through concrete wall for low voltage connection at doors in concrete. R. All access doors shall be locking, pre -finished, 24 x 36 access doors as located on 1/A4.1. S. Pro -Shop window labels (J & K) on plan view Al.I should be deleted. Refer to enlarged plan 2/A5.1 and elevation 10/A8.1 for window size, location and detail references. T. Detail 5/52.5 location shall be based on partition manufacturer final layout. Refer to A4.0 and A4.1 for locations of required support. 1. Sheet ASA A. See modified Owner's Salvage List in GENERAL comments above. B. The responsibility of the accessible access to the Temporary trailer shall be by the City of Fort Collins. This access shall begin from 6'-0" wide mud free surface as installed by G.C. as part of the future asphalt pathway noted on AS.1. Pathway shall also provide access to parking lot during construction. C. See GENERAL comments above regarding relocation of the wood deck. 2. Sheet A4.0 U. In Lounge #1307, on east wall, add 24" wide soffit at T-0" A.F.F. 3. Sheet A5.1 A. In Lounge #1307, add (2) 4' x 4' tack boards on south wall (opposite wall of others). B. In Women #1306, delete tack board next to door - replace w/ full-length mirror. 4. Sheet A8.3 A. In Lounge #1307, delete upper cabinets on east wall. 5. Sheet A7.1 Door Schedule V. Door type `D' is not used. W. Door 122 is flush panel door, Type `A' with no louver. X. Door B04 should be modified to a 4'-0" width as shown on floor plan A1.0. Y. Door 118-B is not used. 6. Sheet A10.1 A. In Pro Shop #110, change carpet to 'CPT 3'. Add mini blinds at windows: Hunter Douglassl/2" Micro Mini Blinds or approved equal. B. In Private Dining #105, on east wall, add tackable wall covering 'VWC 3' to T-0" A.F.F. w/ 3/4" X 5-1/2" wood trim (align trim w/ 5/4" x 5-1/2" door head trim). 'VWC 3' specification is as follows: Maharam'Tek-Wall Lux 306201' in Pebble #004. C. Change carpet specification for'CPT 2' to: Monterey - Lombard Street - 'San Marco' #7502-2894 (this is a change of color only). STRUCTURAL Sheet 51.0 Grid lines 4 and F: this pad footing is listed as a F5.0, which is not listed in the pad footing schedule. Response: Reinforce as a F5.5 footing. 2. Sheet S1.0 Grid lines C and 3 to D and 1: this calls out an F48 footing not in the footing schedule. Please provide the reinforcing for this footing. Response: The footing should be labeled as a F36. ELECTRICAL 1. Sheet E2.0 A. In Lounge #1307, delete (2) 'K' fixtures, revise grid as needed. Add (2) can lights in soffit, equally spaced (refer to sheet A4.0 above). guaranty. Replacement planting for trees shall be done in the spring planting season only, except as approved otherwise. Replacements shall be made to same specifications required for original materials and shall carry the same guaranty from the time they are replaced. PART 2-PRODUCTS 2.01 TREES, SHRUBS, AND PERENNIALS A. Quantities: Plant material shall be furnished in quantities required to complete work as indicated on the Drawings and shall be of species, kinds, sizes, etc., specified. B. Nomenclatures: Plant names listed on Drawings conform to standardized plant names established by American Joint Committee on Horticulture Nomenclature, except that for names not covered therein, the established custom of the nursery trade is followed. C. Quality: Plants shall be symmetrical and typical for species and variety. Plants shall be sound, healthy, vigorous, free from disease and insect pests or their eggs. All plant material shall conform to the requirements of the Colorado Nursery Act of 1965, Title 35, Article 26, CRS1973. D. Digging, wrapping, and handling: Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape and future development after planting. E. Balled and burlapped plants: Shall balled with firm, natural balls of soil Colorado Nursery Act as cited abov non -treated burlap, secured with wi accepted. be nursery grown stock adequately in sizes and ratios conforming to the D. Balls shall be firmly wrapped with re or jute. Broken balls will not be F. Container grown plants: Shall have been nursery grown in containers and shall have sufficient roots to hold the entire soil mass together after container removal without being root -bound. G. Options as to method: If all other requirements are met, a balled and burlapped plant may be substituted for a container grown plant or field collected plant of the same or larger size at the contractor's option. H. Plant protection: Plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. Protect balls of balled plants, which cannot be planted within 24 hours from delivery with soil or other suitable material. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planting. Pruning: Plants shall not be pruned prior to delivery, except as authorized by the owner's representative. 02900-4 SECTION 02835 TIMBER RETAINING WALLS PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Timber retaining walls. 2. Stain finish. 3. Gravel fill. PART 2-PRODUCTS 2.01 MATERIALS A. Timbers: All timbers shall be new pine or fir timbers of sizes detailed and pressure treated by Koppers Co, or approved equal by "Wolmanizing". Timbers shall be from dry logs having been cut or standing dead a minimum of four months prior to milling. Wood shall be totally free from waning or excessive checking. 1. Size: Nominal6x6. B. Reinforcing Bars: Deformed steel. C. Spikes: Zinc coated or galvanized. D. Tie Rods: Galvanized steel. E. Stain Finish: All timbers shall have two coats of Olympic semitransparent stain. Color as selected by Architect. F. Gravel Fill: CDOT Class 6 road base aggregate. PART 3 - EXECUTION 3.01 INSTALLATION A. Timber Walls: Install as detailed true to line and grade as shown on the Drawings. 1. Install timber dead -men at 18 inches on center. 2. Ease all exposed edges and remove splinters by sanding. 3. Do not install when trenches contain any water. 4. Do not block or shim timbers up permanently with wood blocks or pieces to achieve proper elevation. Timbers shall rest solidly on compacted subsoil. 5. Paint all exposed field cuts with clear "Penta" preservative. 6. Do not make temporary use of any treated timber. 7. All joints shall be butted tight. Remove warped timber that does not permit tight joints. 8. No chainsaw cuts shall be permitted. 9. Protect all surfaces from excessive concrete splash. Wash clean immediately. 10. Timber stained permanently from oil, concrete splash or other staining agents shall be cause for rejection of a particular timber or section of timbers. Timbers shall be removed and replaced with suitable timbers and/or the entire timber construction restained to provide a neat, uniform appearance throughout. Gravel Fill: Install visqueen and gravel as indicated. Rake gravel smooth. 1. Select porous backfill shall be laid in 6" lifts and mechanically tamped to achieve 90% Standard Proctor density. END OF SECTION SECTION 00300 ADDENDUM #1 BID FORM PROJECT: COLLINDALE GOLF COURSE CLUBHOUSE; Bid No. 5677 Place Date 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the undersigned a **(Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 7/96 Section 00300 Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: COLLINDALE GOLF COURSE CLUBHOUSE; BID NO. 5677 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substan- tially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: ir AUTHORIZED REPRESENTATIVE DATE Section 00635 Page 1 SECTION 07720 ROOF ACCESSORIES PART 1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Roof hatch. B. Related Sections: 1. Membrane Roofing: Section 07538 Fully Adhered EPDM Membrane Roofing. 1.02 SUBMITTALS A. General: Submit in accordance with Section 01330. B. Product Data: Submit manufacturer's current catalog literature for each product supplied under this Section. Indicate details, accessories and attachments. PART 2-PRODUCTS 2.01 ROOF HATCH A. Manufacturers: 1. Bilco. 2. Babcock Davis. 3. Inryco 4. O'Keeffe's Inc. 5. Accepted Substitute in accordance with Section 01600. B. Description: Bilco Type 5-20, 30 inch x 36 inch, paint bond galvanized steel. 1. Safety Post: Bilco Ladder -Up Safety Post. PART 3 - EXECUTION 3.01 INSTALLATION A. Roof Accessories: Securely install in accordance with manufacturer's instructions to produce watertight assembly in coordination with roofing installer. 1. Coordinate installation of components of this Section with installation of roofing materials and base flashings. 2. Coordinate installation of sealants and roofing cements with work of this section to ensure water tightness. END OF SECTION 8. BID SCHEDULE Lump Sum Alternate No. 1 $ For Substitution CONTRACTOR ADDRESS: (Base Bid) Add $ Quarry Tile. Deduct $ lars ($ Chg. Alternate No. 2 $ Add $ Deduct $ No Chg. Substitute straight face units for County Manor style interlocking retaining wall. 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (250) of the total Agreement Price. Signature RESPECTFULLY SUBMITTED: Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: 7/96 Address Telephone Section 00300 Page 2 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and Surety, are hereby held and firmly bound unto the City of Fort Cc as OWNER, in the sum of $ for the payment of truly to be made, we hereby jointly and severally bind ourselves, assigns. as fins, Colorado, which, well and successors, and THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, COLLINDALE GOLF COURSE CLUBHOUSE; BID NO. 5677. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Address: By: Title: ATTEST: By: (SEAL) 7/96 -32 Title: SURETY (SEAL) Section 00410 Page 2 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? If yes, DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL t company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at Name of Bidder By: Title: State of County of this day of , 20 being duly sworn deposes and says that he is of and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of 20 Notary My commission expires 7/96 Section 00420 Page 3