ADDENDUM NO. 1 GENERAL CLARIFICATIONS

Similar documents
DESIGN GUIDE FOR ARCHITECTS AND ENGINEERS DOING

HSU Reddie Grill Renovation OFFICIAL BID SHEET

BID FOR LUMP SUM CONTRACT

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

REQUEST FOR PROPOSAL RFP #14-03

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

PREMISES USE AGREEMENT

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

SECTION 1.A BID FOR LUMP SUM CONTRACT

BID FORM (Lump Sum or Unit Price)

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

SECTION NOTICE TO BIDDERS

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

CONSTRUCTION CONTRACT EXAMPLE

B. The Bid is made in compliance with the Bidding Documents.

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

LOCATION AGREEMENT RECITALS

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

REQUIRED BID FORMS SECTION

Request for Bid/Proposal

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

Construction Dynamics, Inc 6417 Fairfield Rd 400 Percival Rd Columbia, S.C Columbia, S.C

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

REQUIRED BID FORMS SECTION

SECOND REVISED REQUEST FOR PROPOSALS

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

REQUEST FOR QUOTATION

INSTRUCTIONS TO BIDDERS

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

I N S U R A N C E UNDERWRITERS PRODUCER APPOINTMENT PACKAGE

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

INSTRUCTIONS TO BIDDERS

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

(e-procurement System)

Contract for Professional Services on Project Order Basis

INSTRUCTIONS TO BIDDERS

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

AIA Document A701 TM 1997

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

PURCHASING DEPARTMENT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

**REVISED BID PRICE FORM** October 24, 2018

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

PURCHASING DEPARTMENT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

COUNTY OF COLE JEFFERSON CITY, MISSOURI

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

LOCATION AGREEMENT. ( USER ) whose principal business address is. RECITALS. WHEREAS, FIU has control of the following described premises ("Premises"):

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

City of Bowie Private Property Exterior Home Repair Services

The Firemen s Association of the State of New York

PURCHASE ORDER ACKNOWLEDGEMENT

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Project Name, Improvement District No. Improvement District Number

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

Document A701 TM. Instructions to Bidders

REQUEST FOR QUOTATION

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

RICE UNIVERSITY SHORT FORM CONTRACT

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

PART INSTRUCTIONS TO BIDDERS

Request for Tender. Humidifier Replacement February 19, 2013

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Request for Proposal for Natural Gas Supply

BID DOCUMENTS FOR. WTP VFD Replacement Bid

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

ADDENDUM #5 NIB #

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Transcription:

ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications and Contract Documents and the Drawings for the above project are hereby changed or clarified in the following particulars: GENERAL CLARIFICATIONS 1) Meeting notes from the PRE-BID meeting conducted on October 18, 2018 are attached to this addendum for informational and clarification purposes. SPECIFICATIONS AND CONTRACT DOCUMENTS 1) Specification 00 41 43 Bid Form Section #5 Completion Time 120 calendar days 2) Specification 00 52 00 Agreement Form Section #3 120 calendar days GENERAL Acknowledge receipt of the Addendum in the space provided on page 00 41 43-2 of the Bid. October 22, 2018 OLSSON 302 E. Millsap Road Fayetteville, Arkansas 72703 Phone (479) 443-3404 Fax (479) 443-4340 Addendum No. 1 1

BID FORM Section 00 41 43 W. Maple Street, Rm 321 Bid Time: Bid Date: Location: Administration Building 1125 BID FROM: BID TO: University of Arkansas Board of Trustees acting for and on behalf of The University of Arkansas at University of Arkansas at University of Arkansas, Fayetteville, Arkansas PROJECT: UA Research and Technology Park Pedestrian Improvements Gentlemen: 1. Having carefully examined the Contract Documents for this project, as well as the premises and all conditions affecting the proposed construction, the undersigned proposes to provide all labor, materials, services, taxes and equipment necessary for, or incidental to, the construction of the project in accordance with the Contract Documents within the time set forth, for the lump sum base bid of: Base Bid $ Dollar Amount Is To Be Shown Numerically 2. Allowances: Allowances described in Section 01 21 00 are included in the Bid Price.] 3. Unit Prices: If the required quantities of the items listed below are increased or decreased by change order, the unit prices set forth below shall apply to such quantities. Dollar Amount Is To Be shown numerically Undercut and Backfill : Per Cubic Yard (cy) ($ ) : ($ ) 4. Ark. Code Ann. 22-9-212 requires the contractor to indicate on this bid form the cost of Trenching Safety Systems. FAILURE TO SHOW THIS COST WILL INVALIDATE THE BID. (NOTE THIS COST SHALL BE INCLUDED IN THE ABOVE BASE BID). Dollar Amount Is To Be Shown Numerically. ) 011201 BID FORM 00 41 43-1

5. Completion Time: Bidder agrees that the work will be substantially complete and ready for final payment in accordance with the Contract Documents within 120 consecutive calendar days of the date established in a written notice to proceed. 6. The undersigned, in compliance with the Contract Documents for the construction of the above-named project, does hereby declare: a. That the undersigned understands that the Owner reserves the right to reject any and all bids and to waive any formality. b. That if awarded the Contract, the undersigned will enter into an Agreement, on a form identical to the form included in the Contract Documents and execute required performance and payment bonds within 10 days after receipt of the Intent to Award, will commence work within 5 days after the date of the Notice to Proceed, and will complete the Contract fully within the time for completion as indicated. Should the undersigned fail to fully complete the work within the above stated time, he shall pay the Owner as fixed, agreed and liquidated damages and not as a penalty, the sum of $0.00 for each calendar day of delay until the work is completed or accepted. c. The undersigned further agrees that the bid security payable to Owner and accompanying this proposal shall become the property of the Owner as liquidated damages if the undersigned fails to execute the Contract or to deliver the required bonds to the Owner within 10 days from receipt of the Intent to Award as these acts constitute a breach of the Contractor s duties. d. That this bid may not be withdrawn for a period of 30 days after the bid opening. e. The undersigned understands that the Owner's intent is to construct all facilities proposed within the limits established by the funds appropriated for the project. f. The names of subcontractors and the nature of the work to be performed by each one has been included on the Bid Form. g. NOT USED h. Bids submitted by a Joint Venture/Joint Adventure shall be signed by representatives of each component part of the Joint Venture. Joint Venture bidders shall indicate at least two (2) signatures on the Bid Form even if they are licensed as a joint venture. 7. The following documents are attached to and made a condition of this Bid. a. Bid security. b. Listing of Mechanical, Plumbing, Electrical and Roofing Subcontractors, if required. 8. The undersigned acknowledges receipt of and inclusion as a part of the Contract Documents the following addenda: No. Dated No. Dated No. Dated No. Dated 011201 BID FORM 00 41 43-2

9. LISTING OF MECHANICAL, PLUMBING, ELECTRICAL AND ROOFING SUBCONTRACTORS ALL MECHANICAL, PLUMBING, ELECTRICAL AND ROOFING SUBCONTRACTORS SHALL BE LISTED REGARDLESS OF QUALIFICATIONS, LICENSURES OR WORK AMOUNT. BIDDERS SHOULD CONSULT THE PROJECT MANUAL ON HOW TO FILL OUT THIS FORM. FAILURE TO NAME THE SUBCONTRACTOR IN THE SPACE PROVIDED SHALL CAUSE THE BID TO BE DECLARED NON- RESPONSIVE AND THE BID WILL NOT RECEIVE CONSIDERATION. 011201 BID FORM 00 41 43-3

Indicate the Name(s), of each entity performing the listed work: ELECTRICAL: Name: License No. Is the amount of work $20,000.00 or over? Yes No 011201 BID FORM 00 41 43-4

Respectfully Submitted: Name of Bidder (Typed or Printed) Address BY: (Signature and Title) Telephone Number Fax Number Federal ID Number or Social Security Number Date of Bid 011201 BID FORM 00 41 43-5

AGREEMENT FORM Section 00 52 00 THIS AGREEMENT entered into this day of 20 by and between hereinafter referred to as the Contractor, and the Board of Trustees of the University of Arkansas acting for and on behalf of the University of Arkansas at (Fayetteville, AR) hereinafter referred to as Owner, WITNESSETH: 1. That for and in consideration of the payment by the owner in the amount of to be made as set forth in the Contract Documents, the Contractor hereby agrees to furnish all tools, labor, equipment, and materials, and to build and construct that certain project in Washington County, designated as Project #: Project Name: UA Research and Technology Park Pedestrian Improvements consisting of construction, more specifically described in the Contract Documents attached hereto and incorporated herein by reference. Contract Documents include the following: the Agreement Form (this instrument); the Invitation to Bid; Instruction to Bidders; Bid Form; all Addenda; Performance and Payment Bond; General and Supplementary Conditions; Drawings and Specifications, Drawings listed in the Specifications; Notice to Proceed; and Change Orders. All construction shall be in exact accord with the Contract Documents filed with the University of Arkansas Procurement Department located in Fayetteville, Arkansas on the Owner shall have direct contract supervision. Said construction shall be to the satisfaction of the Owner and the Design Professional, and in accordance with the laws of the State of Arkansas, and the work shall be subject to inspection and approval at all times by the Owner, the Design Professional, appropriate state and federal agencies. 2. Owner may at any time during the progress of the work alter, change, subtract from, or add to said Contract Documents without violating this Agreement or the terms thereof. Said changes, alterations, subtractions, or additions shall be set forth in writing in a document referred to as a Change Order. Said document shall not be effective unless approved by the Owner and the Design Professional. Once effective, the Change Order shall be attached hereto and incorporated herein by reference and shall be made a condition or term of the Contract Documents. 3. The Contractor agrees, for the consideration set forth in the Bid Form, to begin work within 5 calendar days after a Notice to Proceed is issued and to complete the work within 120 consecutive calendar days of the start date established by the Notice to Proceed. If the Contractor fails to complete the work within the time limit herein specified, he shall pay to the Owner, as liquidated damages and not in the nature of a penalty, the sum specified in the Bid Form of for each calendar day delayed, it being understood and agreed between the parties hereto that the said sum fixed as liquidated damages is a reasonable sum, considering the damages that Owner will sustain in the event of any such delay, and said amount is herein agreed upon and fixed as liquidated damages because of difficulty of ascertaining the exact amount of damages that may be sustained by such delay. The said sum shall be deducted from the final amount of estimate due the Contractor. 4. Should Contractor be delayed in the execution or completion of the work by the act, neglect or default of the Owner, or by any damage by fire, weather conditions or other casualty or event for which the contractor is not responsible, or by general strikes or lockouts caused by acts of employees, then any extended period shall be determined and fixed by the Owner. Said extended period shall be the time for a period equivalent to the time lost by reason of any or all of the causes aforesaid, but no such allowance shall be made unless a claim therefore is presented in writing to the Owner within seven calendar days of the occurrence of the event causing the delay. 5. It is mutually agreed between the parties that in the performance of this contract, Contractor is acting independently and in no sense as Agent of the State or the Owner. Contractor shall not let, assign, or transfer this contract or any interest therein, without the written consent of the Owner. 011201 AGREEMENT FORM 00 52 00-1

6. It is agreed and understood between the parties hereto that the Contractor shall accept, and the Owner will pay for, the work, at the prices stipulated in the Contract Documents, such payment to be in the form of legal tender, and the payment shall be made at the time and in the manner set forth in the Contract Documents. 7. Any laborer or mechanic employed by the Contractor or any Subcontractors for this project, directly on site for the work covered by the Contract Documents, shall be paid a rate of wages required by the Contract Documents. If the Owner discovers that wages less than the rate of wages specified by the Contract Documents have been or are being paid, then the Owner, after giving written notice to the Contractor, will terminate the Contractor s right to proceed with the project work or such part of the work as to which there has been a failure to pay the required wages and to prosecute the work to completion by contract or otherwise, and the Contractor and his sureties shall be liable to the Owner for any excess costs occasioned thereby. 8. Contractor shall promptly repair, at his own expense and to the satisfaction of the Owner damage done by him or his employees or agents at the work site, or to the public property or buildings, or both, and will save the Owner harmless from all claims of any person for injury to person or to property occasioned by his act, or the acts of his employees or agents, while in the execution of the work specified. 9. The Owner may terminate this agreement to the extent Owner s funds are no longer available for expenditures under this agreement. 10. Failure to make any disclosure required by Governor s Executive order 98-04, or any violation of any rule, regulation, or policy adopted pursuant to that Order, shall be a material breach of terms of this contract. Any contractor, whether an individual or entity, who fails to make the required disclosure or who violates any rule, regulation, or policy shall be subject to all legal remedies available to the Agency. a) The contractor shall prior to entering any agreement with any subcontractor, for which the total consideration is greater than $25,000, require the subcontractor to complete a Contract and Grant Disclosure and Certification Form. The contractor shall ensure that any agreement, current or future between the contractor and a subcontractor for which the total consideration is greater than $25,000 shall contain the following: Failure to make any disclosure required by Governor Executive Order 98-04, or any violation of any rule, regulation or adopted pursuant to that Order, shall be a material breach of the term of this subcontract. The party who fails to make the required disclosure or who violates the rule, regulation, or policy shall be subject to all legal remedies available to the contractor. b) The Contractor shall, within ten days of entering into any agreement with a subcontractor, transmit to the University of Arkansas at University of Arkansas, Fayetteville, Arkansas Procurement Office, a copy of the Contract and Grant Disclosure and Certification Form completed and signed by the subcontractor and a statement containing the dollar amount of the subcontractor. c) The terms and conditions regarding the failure to disclose and conditions which constitutes material breach of contract and rights of termination and remedies under the Executive Order 98-04 are hereby incorporated within. 11. Nothing in this Contract shall be construed to waive the sovereign immunity of the STATE OF ARKANSAS or any entities thereof, including Owner. 011201 AGREEMENT FORM 00 52 00-2

Executed by the parties who individually represent that each have the authority to enter into this Contract. CONTRACTOR BY: TITLE: ADDRESS: DATE: NAME: WITNESS: Affix Corporate Seal (if any) Address: The Board of Trustees of the University of Arkansas acting for and on behalf of the University of Arkansas, Fayetteville, Arkansas BY: Tim O Donnell, Vice Chancellor for Finance & Administration DATE: END OF DOCUMENT 011201 AGREEMENT FORM 00 52 00-3

011201 AGREEMENT FORM 00 52 00-4

MEETING MINUTES PREBID CONFERENCE DATE: October 18, 2018 RE: UA Research and Technology Park Pedestrian Improvements ATTENDEES: See Attached Attendance Record PROJECT # 018-0073 ATTENDEES: See attached Attendance Record 1. Chris Brackett reminded the group regarding the time and place of the bid opening as shown below. 2:00 p.m. October 30, 2018 Administration Building Room 321 (ADMN 321) 1125 W. Maple Street, Fayetteville, AR 72701 ATTN: James Ezell. 2. Chris Brackett reminded the group to read the Instructions to Bidders for instructions regarding Bid Requirements, including but not limited to: Bid Form o Fill Bid form out completely o Acknowledgement of Addenda 5% Bid Bond List Subcontractors and Suppliers See Specifications for Full Instructions to Bidders Note that a unit price is required for undercut & backfill. THE BASE BID INCLUDES A QUANTITY ALLOWANCE FOR UNDERCUT & BACKFILL. If less quantities are required than provided in the allowance, the Owner shall receive a credit at the end of the project via change order using the unit prices. If more quantities are required, the contract price will be adjusted by change order based on the unit prices. 3. Chris Brackett discussed that this project is funded using Federal money that is administered by the Arkansas Department of Transportation (ArDOT). 4. Chris Brackett reminded the group that this project is federally funded and therefore is excepted of the requirements of the Arkansas licensing laws and regulations for contractors by Ark. Code Ann. 17-25-315. 5. Chris Brackett reminded the group that this project is subject Davis Bacon Wage Rates. 6. Chris Brackett discussed that Buy American provisions apply to this project. These provisions include the Arkansas Department of Transportation s Standard Specifications Section 106 restrictions for Buy America. Also, 23 CFR 635.410 has all of the federal requirements for Buy America. Page 1 of 2

7. Chris Brackett reminded the group of the following University of Arkansas provisions. There will be limited parking at the site for vehicles. All other parking will be off-site. Parking within the construction site will be controlled by the contractor. Parking outside the site will be limited and controlled by Transit and Parking. All construction vehicles parked on campus outside the site must display a current University parking permit. Those can be purchased from the Transit and Parking Department, 155 Razorback Road, ADSB 131, Fayetteville, Arkansas 72701, phone 479-575-PARK, e-mail: parking@uark.edu, web site: www.uark.edu/parking Payment requests for material stored off-site will be approved if the material is stored in a bonded warehouse and adequately marked for use on this specific job. The Architect/Owner will verify this. The requests must have copies of invoices and insurance certificates attached; Project limits are all shown on the Drawings. Coordinate work to prevent interference with Owner's operations; Protect all trees with fencing placed at drip-line; Portable toilet location will be verified at site (if applicable); A SWPPP will be drawn by the civil engineer. It is the responsibility of the contractor to fully implement and adhere to storm water protection rules. The University of Arkansas is a tobacco free campus. No smoking materials are allowed on the jobsite or any university grounds or buildings. Soil and material testing should not be part of contractors bid. 8. Chris Brackett reminded the group that Insurance and Performance/Payment Bonds are required see specifications. 9. Chris Brackett informed the group that the construction duration was accidently left blank in the bid documents and that this would be corrected in the first Addendum. 10. The following questions were asked with answers provided below: What will be the contract duration? o Answer: This question was taken under advisement. o UPDATE: The contract duration will be 120 days Will there be a space available on-site for a laydown area? o Answer: Several areas where discussed as being possible laydown areas. The contractor will need to coordinate with the University at the time of construction to identify the area available to be used. Page 2 of 2