Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Similar documents
BID TABULATION BID REQUEST NO

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

BIDDING AND CONSTRUCTION STANDARDS

BID FORM. PROJECT: 2017 Water line replacement

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

CITY OF PEACHTREE CITY PAVING PROJECTS 2018 ADDENDUM #2

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

BID FORM (Lump Sum or Unit Price)

City of Detroit Detroit, Oregon

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

MEANDER WAY RECONSTRUCTION

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SECTION INSTRUCTIONS TO BIDDERS

Project Manual. For Glenloch Splash Pad And Pool Renovations

INSTRUCTIONS TO BIDDERS

Demolition of Water Ground Storage Tanks

CITY OF TAMPA ADDENDUM 2. April 18, 2018

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

Job No Medina River Sewer Outfall, Segment 4 Solicitation No. B DD BID PROPOSAL

PORT OF EVERETT SECTION Insert Project Name in CAPS

Contract Documents And Specifications. For. Construction of. Pipeline Replacement Project Phases 5 & 6 MCRS / Morongo Road FOR

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

Rock Chalk Park - Infrastructure Report. July 2013

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

TABLE OF CONTENTS CONTRACT PROVISIONS

SUBDIVISION IMPROVEMENTS AGREEMENT

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

Job No Medina River Sewer Outfall, Segment 5 Solicitation No. B BB BID PROPOSAL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

REPLACEMENT OF MERCER COUNTY BRIDGE

2015 HELLWINKEL CHANNEL PROJECT

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS. and CONSTRUCTION SPECIFICATIONS. for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD

City of Newnan, Georgia

SILVER STREET PAVING

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

ACSA Landfill Shooting Range Pump Station Force Main 6/8/2016 TABLE OF CONTENTS

BID DOCUMENTS & SPECIFICATIONS

Annual Services Construction Contract (ASCC) #15 Project Number: PUCN

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

PROPOSAL REQUIREMENTS AND CONDITIONS

1. ADVERTISEMENT FOR BIDS... AB-1 2. INSTRUCTIONS TO BIDDERS... IB-1 3. BID FORM... BF-1 4. AGREEMENT... AG-1 6. GENERAL CONDITIONS...

LETTING : CALL : 056 COUNTIES : MILLE LACS

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

BID FOR LUMP SUM CONTRACT

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

TOTAL QUANTITY UNIT COST UNIT

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

PART II - Prospect Street 37. 8" Ductile Iron CL52 Water Main 614 lin. ft. $ $ 49, $ $ 43, $ $ 46,050.

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events

Utility Committee Meeting AGENDA. October 3, 2017

SALT AND SAND STORAGE FACILITY

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

SECTION 1.A BID FOR LUMP SUM CONTRACT

SEWER MAIN REPLACEMENT HAZARDVILLE ROAD & KNOLLWOOD CIRCLE

Addendum 1 13 TH Street Streetscape. September 1, 2017

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

BID TABULATION PAGE 1 OF 8

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

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

INSTRUCTIONS TO BIDDERS

The bid due date has been changed to 2:50 p.m. May 25, 2018.

DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID

REQUEST FOR QUOTATION

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

GOLD CREEK FLUME CONCRETE PATCHING

Suite 300 Tenant Improvement

ADVERTISEMENT FOR BIDS

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

BIDDING AND CONTRACT DOCUMENTS ITB

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

HARLAN MUNICIPAL UTILITIES

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

STABLER POINT ROCK QUARRY EXPANSION

CONTRACT DOCUMENTS Hutton Street Sanitary Sewer Repair Project City of Northville Oakland and Wayne County, Michigan

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

Field 6 Fence Phase 1

Transcription:

Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017 Bid Location: Viborg City Hall 101 N Main Street Viborg, SD 57070 Issue Date: March 14, 2017 Notice: Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. SCOPE OF THIS ADDENDUM: The following becomes a part of the original project manual and drawings, taking precedence over the items that may conflict. The bidder shall note receipt and make acknowledgment of the Addendum on his/her bid form, incorporating its provision in his/her bid. PROJECT MANUAL: The following additions, changes and clarifications have been made to the Project Manual. 32 9200 Turf and Grasses Clarification - The area to be seeded is approximately 1.3+/- acres. 32 1216 Asphalt Paving Clarification - Class E, Type 1 is allowed for the lower lift. Class E, Type 2 is allowed for the upper lift. RAP is allowed in the mixture up to 20% by composition. Bid Form Bid Form is updated with an added bid item for Asphalt Concrete - Class E, Type 1 Page 1 of 2

Addendum #1 (cont d) DRAWINGS: The following additions, changes and clarifications have been made to the Project Manual. Sheet 5 - Asphalt Concrete Pavement Sections - Lower lift = 2.5 / Upper lift = 1.5 NOTE: The Plan Holders List and addendums are available via the internet at http://www.bannerassociates.com by clicking on the Project Information link. Project Manual and Drawing inquiries regarding the work should be directed to: Contact Persons: BANNER ASSOCIATES, INC. Rich Uckert, PE richu@bannerassociates.com 855-323-6342 Neil Eichstadt, PE neile@bannerassociates.com 855-323-6342 ATTACHMENTS 9603 Bid Form Richard Uckert, PE # 9603 Page 2 of 2

SECTION 00410 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Viborg 101 N. Main Street Viborg, SD 57070 ARTICLE 2 BIDDER'S ACKNOWLEDGEMENTS 2.01 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. 2.02 Bidder accepts all of the terms and conditions of the Contract Documents, the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for thirty (30) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: 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 in any may affect cost, progress and performance of the Work. D. 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 (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. #22449.00.00 00410-1 Addendum No. 1-3/14/2017

E. Bidder has obtained and carefully studied (or accepts the consequences for not doing 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, 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, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required, if any, by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder has reviewed and checked all information and data shown or indicated on the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site and assumes responsibility for the accurate location of said Underground Facilities. Bidder shall be responsible for any additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities that the Bidder determines will be required by Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions. G. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid or 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. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. I. 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. J. 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. K. 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. L. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. 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; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and #22449.00.00 00410-2 Addendum No. 1-3/14/2017

D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. E. The prices bid herein include sales tax and all other applicable taxes and fees. ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s). NOTE: Bidder shall Bid all items of the Schedule. UNIT PRICE BASE BID SCHEDULE Item No. Spec. Ref. No. Description of Work and Materials Quantity and Unit Price (Ink Only) Total Cost 1. 01 0000-5.4 Traffic Control 1 For the Lump Sum of $ 2. 01 7113-2.1 Mobilization 1 For the Lump Sum of $ 3. 31 2300-4.2 Remove Bituminous Surfacing 8,564 S.Y. @ $ S.Y. $ 4. 31 2300-4.2 Remove Concrete Surfacing and Sidewalk 689 S.Y. @ $ S.Y. $ 5. 31 2300-4.2 Remove Concrete Curb and Gutter 3,044 L.F. @ $ L.F. $ 6. 31 2300-4.2 Remove Gate Valve and Box 13 Each @ $ Each $ 7. 31 2300-4.2 Remove Fire Hydrant 5 Each @ $ Each $ 8. 31 2300-4.2 Remove Sanitary Manhole 5 Each @ $ Each $ 9. 31 2300-4.2 Remove Tree 10. 31 2300-4.2 Tree Root Grinding 1 For the Lump Sum of $ #22449.00.00 00410-3 Addendum No. 1-3/14/2017

Item No. Spec. Ref. No. Description of Work and Materials Quantity and Unit Price (Ink Only) Total Cost 11. 31 2300-4.3 Compaction Moisture/ Density Tests 28 Each @ $ Each $ 12. 31 2300-4.4 Granular Embedment 1,900 Ton @ $ Ton $ 13. 31 2300-4.5 Pipe Foundation Material 600 Ton @ $ Ton $ 14. 31 2300-4.6 Exploratory Excavation 15 HR @ $ HR $ 15. 31 2400-4.2 Unclassified Excavation 3,000 C.Y. @ $ C.Y. $ 16. 31 2400-4.3 8 Scarify and Recompact 2,000 C.Y. @ $ C.Y. $ 17. 31 2400-4.4 Digout Excavation 200 C.Y. @ $ C.Y. $ 18. 31 2400-4.5 Subbase Foundation Aggregate 400 Ton @ $ Ton $ 19. 31 2400-4.6 Imported Topsoil 150 C.Y. @ $ C.Y. $ 20. 31 2500-4.1 Silt Fence 511 L.F. @ $ L.F. $ 21. 31 2500-4.2 Temporary Vehicle Construction Entrance 3 Each @ $ Each $ 22. 31 2500-4.3 Concrete Washout Area 1 Each @ $ Each $ 23. 32 1000-4.1 Base Course and Gravel Surfacing 5,500 Ton @ $ Ton $ 24. 32 1000-4.2 Geotextile Fabric 9,500 S.Y. @ $ S.Y. $ 25. 32 1216-4.1 Asphalt Concrete Class E, Type 2 787 Ton @ $ Ton $ 26. 32 1216-4.1 Asphalt Concrete Class E, Type 1 1,313 Ton @ $ Ton $ #22449.00.00 00410-4 Addendum No. 1-3/14/2017

Item No. Spec. Ref. No. Description of Work and Materials Quantity and Unit Price (Ink Only) Total Cost 27. 32 1216-4.3 Asphalt Concrete Sampling and Testing 28. 32 1613-4.1 Standard Concrete Curb and Gutter 128 L.F @ $ L.F. $ 29. 32 1613-4.1 Rollover Curb and Gutter 2,911 L.F @ $ L.F. $ 30 32 1613-4.2 Concrete Valley Gutter 687 S.F. @ $ S.F. $ 31. 32 1613-4.3 Concrete Fillet Section Fillet 432 S.F. @ $ S.F. $ 32. 32 1613-4.4 6 Concrete Approach/ Driveway Pavement 2,115 S.F. @ $ S.F. $ 33. 32 1613-4.4 6 Reinforced Concrete Approach/ Driveway Pavement 2,115 S.F. @ $ S.F. $ 34. 32 1613-4.5 Concrete Sidewalk 729 S.F. @ $ S.F. $ 35. 32 1613-4.7 Concrete Sampling and Testing 3 Each @ $ Each $ 36. 32 1613-4.8 Detectable Warning Panel 16 S.F. @ $ S.F. $ 37. 32 9200-4.1 Seeding 1 For the Lump Sum of $ 38. 33 1000-4.2 10 Dia. PVC Watermain 20 L.F. @ $ L.F. $ 39. 33 1000-4.2 8 Dia. PVC Watermain 1,325 L.F. @ $ L.F. $ 40. 33 1000-4.2 6 Dia. PVC Watermain 1,204 L.F. @ $ L.F. $ 41. 33 1000-4.2 4 Dia. PVC Watermain 48 L.F. @ $ L.F. $ 42. 33 1000-4.3 10 DI MJ Long Body Sleeve w/ #22449.00.00 00410-5 Addendum No. 1-3/14/2017

Item No. Spec. Ref. No. Description of Work and Materials Quantity and Unit Price (Ink Only) Total Cost 43. 33 1000-4.3 8 DI MJ Long Body Sleeve w/ 7 Each @ $ Each $ 44. 33 1000-4.3 6 DI MJ Long Body Sleeve w/ 45. 33 1000-4.3 10 x 4 DI MJ Tee w/ 1 Each @ $ Each $ 46. 33 1000-4.3 8 x 8 DI MJ Tee w/ 47. 33 1000-4.3 8 x 6 DI MJ Tee w/ 7 Each @ $ Each $ 48. 33 1000-4.3 6 x 6 DI MJ Tee w/ 3 Each @ $ Each $ 49. 33 1000-4.3 8 x 6 DI MJ Reducer 1 Each @ $ Each $ 50. 33 1000-4.3 8 DI MJ 45 Bend w/ 4 Each @ $ Each $ 51. 33 1000-4.3 4 DI MJ 45 Bend w/ 52. 33 1000-4.3 4 DI MJ Plug w/ Joint Restraints 1 Each @ $ Each $ 53. 33 1000-4.4 10 Gate Valve & Box w/ 54. 33 1000-4.4 8 Gate Valve & Box w/ 3 Each @ $ Each $ 55. 33 1000-4.4 6 Gate Valve & Box w/ 11 Each @ $ Each $ #22449.00.00 00410-6 Addendum No. 1-3/14/2017

Item No. Spec. Ref. No. Description of Work and Materials Quantity and Unit Price (Ink Only) Total Cost 56. 33 1000-4.4 4 Gate Valve & Box w/ 1 Each @ $ Each $ 57. 33 1000-4.5 Fire Hydrant w/joint Restraints 5 Each @ $ Each $ 58. 33 1000-4.6 Concrete for Thrust Blocks 20 C.Y. @ $ C.Y. $ 59. 33 1000-4.7 2 Dia. PVC Water Service Pipe 79 L.F. @ $ L.F. $ 60. 33 1000-4.7 1 Dia. Water Service Pipe 1,256 L.F. @ $ L.F. $ 61. 33 1000-4.8 2 Corporation Stop and Service Saddle 3 Each @ $ Each $ 62. 33 1000-4.8 1 Corporation Stop and Service Saddle 46 Each @ $ Each $ 63. 33 1000-4.9 2 Curb Stop and Box 3 Each @ $ Each $ 64. 33 1000-4.9 1 Curb Stop and Box 46 Each @ $ Each $ 65. 33 1000-4.10 Temporary Water Service 1 For the Lump Sum of $ 66. 33 1000-4.11 Tracer Wire 2,597 L.F. @ $ L.F. $ 67. 33 3000-4.2 8 Dia. PVC SDR 35 Gravity Sewer Pipe 1,684 L.F. @ $ L.F. $ 68. 33 3000-4.2 6 Dia. PVC SDR 35 Gravity Sewer Pipe 66 L.F. @ $ L.F. $ 69. 33 3000-4.2 4 Dia. PVC SDR 35 Gravity Sewer Pipe 841 L.F. @ $ L.F. $ #22449.00.00 00410-7 Addendum No. 1-3/14/2017

Item No. Spec. Ref. No. Description of Work and Materials Quantity and Unit Price (Ink Only) Total Cost 70. 33 3000-4.3 8 x 6 Sanitary Sewer Service Connection 71. 33 3000-4.3 8 x 4 Sanitary Sewer Service Connection 26 Each @ $ Each $ 72. 33 3000-4.4 48 Dia. Sanitary Sewer Manhole 8 Each @ $ Each $ 73. 33 3000-4.5 Additional Vertical Manhole Feet 6.9 V.F. @ $ V.F. $ 74. 33 4200-4.2 Salvage & Reinstall CMP Culvert Pipe 31 L.F. @ $ L.F. $ 75. 33 4200-4.3 12 CMP Flared End TOTAL FOR UNIT PRICE BID SCHEDULE $ 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. ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the number of days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the Contract Times. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in an amount of five percent (5%) of the Bidder's maximum Bid price in the form of a cashier's or certified check made payable to the Owner or Bid Bond in an amount of ten percent (10%) of the Bidder's maximum Bid price made payable to the Owner issued by a surety meeting the requirements of Paragraphs 5.01 and 5.02 of the General Conditions. The Bid Bond shall be accompanied by a certified copy of Power-of-Attorney. #22449.00.00 00410-8 Addendum No. 1-3/14/2017

B. DBE Subcontractor Solicitation Information C. Certification Regarding Debarment, Suspension, and Other Responsibility Matters D. American Iron and Steel Certification 7.02 The following forms must be submitted by the apparent low-bidder within ten calendar days of the bid opening: A. Form 6100-3 DBE Subcontractor Performance Form B. Form 6100-4 DBE Subcontractor Utilization Form C. EEO-7 Notification of Subcontractor Awarded > $10,000 ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid Form with initial capital letters have the meanings assigned to them in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. ARTICLE 9 THIS BID SUBMITTED BY: If Bidder is: An Individual: Name (typed or printed): By: Doing business as: Business address: Phone No.: A Corporation: (Individual s Signature) Fax No.: (SEAL) Corporation Name: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): (SEAL) By: Name (typed or printed): Title: Attest: Business address: (Signature attach evidence of authority to sign) (Signature of Corporate Secretary) (CORPORATE SEAL) #22449.00.00 00410-9 Addendum No. 1-3/14/2017

Phone No.: Fax No.: Date of Authorization to do business in State of South Dakota is: A Partnership: Partnership Name: (SEAL) By: (Signature of general partner attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: Fax No.: A Joint Venture: Name of Joint Venture: First Joint Venturer Name: (SEAL) (SEAL) By: (Signature of joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Fax No.: Second Joint Venturer Name: (SEAL) By: (Signature of joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Fax No.: (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is party to the joint venture shall be in the manner indicated above.) SUBMITTED ON, 20. State Contractor License No.. (If applicable) END OF SECTION #22449.00.00 00410-10 Addendum No. 1-3/14/2017