BID FOR WORK INCLUDED IN CONTRACT DOCUMENTS TITLED SOUTH SHORE WASTEWATER TREATMENT PLANT BLOWER & ENGINE-GENERATOR SYSTEM UPGRADE CONTRACT NO. S02004C01 To: Milwaukee Metropolitan Sewerage District Address: 260 West Seeboth Street Milwaukee, Wisconsin 53204 Bidder : _________________________________________ Address: _________________________________________ Date: _________________________________________ Bidder’s person to contact for information on this Bid: Name: _________________________________________ Title _________________________________________ Telephone _________________________________________ BIDDERS DECLARATIONS The undersigned “Bidder” declares that the only person or parties interested in this Bid are those named herein; that the Bid is, in all respects, fair and without fraud; that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that it has carefully examined the Contract Documents for the construction of the project; that it has personally inspected the site; and that it has satisfied itself as to the quantities of materials, equipment and conditions of the work involved. The Bidder further declares that it understands that the description of the quantities of work and materials, as included herein, is brief and intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Contract Documents are hereby made a part of this Bid, by reference. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 1 The Bidder further declares that it has exercised its own judgment regarding the interpretation of subsurface data; has not relied on any interpolation, interpretation, opinion, or conclusion of the Engineer or Owner with respect to such data; and has utilized all data which it believes pertinent, these data having been obtained from the Engineer, Owner, and other sources in arriving at its conclusions. Bidders are cautioned that in the event the Owner considers that the Bidder will not be performing a significant portion of the work, taking into account both the trade of the Bidder and the type and amount of the work being performed, the Owner will conduct a thorough investigation of the Bidder and its subcontractors to determine whether or not the Bidder can successfully complete the Contract. Particular emphasis will be placed on the qualifications (including experience, organization, management, and technical skill) of the Bidder and its subcontractors. CLEAN WATER FUND LOAN REQUIREMENTS By signing this Bid, the Bidder agrees to full compliance with NR 162.09 of the Wisconsin Administrative Code. The Bidder certifies that it has exercised all options available to it toward complying with the requirements for Small, Minority and Women’s Business Enterprise utilization specified in these Contract Documents. EXECUTION OF CONTRACT The Bidder agrees that if this Bid is accepted, it shall, within ten (10) days, not including Sundays and legal holidays, after receiving Notice of Award, sign and deliver two (2) copies of the Contract to the Owner together with the required Performance Bond, Payment Bond, and Certificate of Insurance. See Article “AWARD OF CONTRACT AND NOTICE TO PROCEED” in the INSTRUCTIONS TO BIDDERS. SBE/WBE/MBE DOCUMENTS The Bidder agrees that if this Bid is accepted, he/she shall submit to the Owner fully acknowledged copies of all SBE/WBE/MBE related subagreements, subcontracts, purchase orders, or similar commercial transaction documents at the pre-construction meeting for this project. If no pre-construction meeting is scheduled for this project, said documents shall be submitted within ten (10) days, not including Sundays and legal holidays, after receiving the Notice of Award. The Bidder to whom a contract is awarded shall also include all activities to be performed by Small, Women’s and Minority Businesses in the schedule required by Section 01311. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 2 APPRENTICES The Bidder agrees that if this Bid is accepted, it shall, (1) in the performance of this Contract and (2) in the performance of all Subcontracts, at any tier, employ apprentices or see to it that apprentices will be employed, at all times, in accordance with the maximum ratio of apprentices to journeymen as established by the Department of Workforce Development, Bureau of Apprenticeship Standards. A Listing of such utilization of apprentices shall be set forth in the Apprentice Utilization Form, included as Attachment No. 1 to Addendum No. 1. Any deviation from such employment or change in the listing shall not be made without the prior written approval of the Owner. In order to gain a meaningful training experience, it is the Owner’s goal that apprentices should be utilized for a minimum of ten percent of the labor hours for the project. Apprentices currently employed by the prime and subcontractors may satisfy this requirement. Work should be scheduled so that at a minimum two (2) apprentices are used. The prime and subcontractors are encouraged to utilize graduates of the Owner’s sponsored Apprentice Training & Placement Program operated by WRTP / BIGSTEP in collaboration with the Joint Apprenticeship Training Committees in hiring new or additional apprentices. The prime and subcontractors should request these graduates when contacting the Joint Apprenticeship Training Committees for apprentices. The Owner can provide the Contractor a wage reimbursement ($5 per hour for a maximum 500 hours per candidate) for utilizing Apprentices that were graduates of the Owners’ sponsored Apprentice Training & Placement Program operated by WRTP/BIGSTEP. The total reimbursement shall not exceed $2,500.00 per apprentice.” SUBSTANCE ABUSE PREVENTION PROGRAM By signing this Bid, the Bidder certifies to the Owner that it has, or will have prior to Contract award, a substance abuse prevention program which complies with the Owner’s policy on substance abuse (contained herein as a SPECIAL ATTACHMENT). The program must cover all union and non-union employees who work on the Owner’s construction sites. Failure to implement such a program prior to award shall result in the Bidder being held to be nonresponsible. Following award of the Contract if the Contractor breaches the District Policy by failing to have or to effectively implement the policy, the Owner shall consider this a breach of the Contract by the Contractor and may terminate the Contract. This requirement shall be applicable to all subcontractors with subcontracts in excess of one percent (1%) of the bid. INSURANCE AND SAFETY REQUIREMENTS FOR ASBESTOS ABATEMENT WORK The Bidder agrees to provide insurance and to comply with the safety requirements for asbestos abatement work as specified in Section 13280, ASBESTOS ABATEMENT. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 3 START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder agrees to begin work within ten (10) days after the date the Owner issues the Notice to Proceed and to complete the construction, in all respects, within one thousand seven (1,007) days from the date the Owner issues the Notice to Proceed. Submittals required under this Contract that would affect the start of actual construction can be submitted by the Contractor at any time after the Owner issues the Notice of Award, notwithstanding the fact that the Contract has not been executed or the Notice to Proceed issued. Notwithstanding the Contractor’s right to make early submittals, no cause for delay or time extension shall arise under the Contract unless the Engineer fails to respond to such submittals within thirty (30) days after issuance of the Notice to Proceed and the delay impacts the Contract Completion Date. The time for completion of this Contract shall begin on the day the Notice to Proceed is issued by the Owner. LIQUIDATED DAMAGES In the event the Bidder is awarded a Contract and shall fail to meet the Contract Completion Date within the time limits or extended time limits agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner as set forth below until such date is reached. Liquidated damages for failure to meet the Contract Completion Date shall be paid at the daily rate of one thousand nine hundred dollars ($1,900) until the work shall have been finished as provided by the Contract Documents. CONTRACT COMPLETION RETENTION ACCOUNT The Owner has established three (3) milestones dates which are important to the Owner to complete early in the project. In the event that the Bidder is awarded a contract and fails to complete any required milestone work by the date established for that milestone, it is agreed by the Bidder and the Owner that the Contract Completion date is in jeopardy, and liquidated damages, in the amount specified below, will be withheld by the Owner, over and above the statutory required retainage. Liquidated damages in the amount of $1,900/day will be withheld for each calendar day (taking into account any Contract extension of time) that the Bidder is late in meeting the specified milestone date. For each successive milestone date, additional liquidated damages will be retained only to the extent that the number of calendar days by which the milestone date is missed is in excess of the number of calendar days by which the preceding milestone was missed. In the event a successive milestone is met or is exceeded by the number of calendar days less than the number of calendar days by which the preceding milestone was exceeded and liquidated damages withheld for such preceding milestone date, an adjustment will be made in the “Contract Completion Retention Account” and any excess retainage of liquidated damages will be returned to the Bidder. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 4 The milestones are as follows: • Milestone No. 1 Complete construction of the suspended concrete slab that forms the floor of Filter Room (the ceiling of the Blower Control Room) in the Blower and Generator Building within 253 days from the date the Owner issues the Notice to Proceed. • Milestone No. 2 Substantially complete all of the work for Blower System No. 1 within 510 days from the date the Owner issues the Notice to Proceed. • Milestone No. 3 Substantially complete all of the work for Blower System No. 2 within 671 days from the date the Owner issues the Notice to Proceed. LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ENGINE GENERATOR WORK Section 01311, SCHEDULE AND SEQUENCE OF OPERATIONS, requires that Engine Generators No. 2, 3, 4, and 5 shall be substantially complete not more than two hundred seventy six (276) days after existing Engine Generator No. 5 has been taken out of service for the Contractor to complete work. Failure to complete the engine generator work will cause the Owner financial damage in having to purchase electric power. In the event the Bidder is awarded a Contract and shall fail to complete the engine generator work within the time limits or extended time limits agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner at the daily rate of three thousand dollars ($3,000) until the engine generator work shall have been finished as provided by the Contract Documents. SALES AND USE TAXES The Bidder agrees that all sales and use taxes, where applicable, are included in the stated bid prices for the work. LUMP SUM AND/OR UNIT PRICE WORK The Bidder further agrees to accept as full payment for the work proposed herein the amounts computed under the provisions of the Contract Documents and based on the following lump sum and/or unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved, except as stipulated in Article “PAYMENT FOR MODIFICATIONS” in the GENERAL CONDITIONS. The Bidder agrees that the lump sum prices and/or unit prices represent a true measure of the labor and materials required to perform the work, including all allowances for overhead and profit for each type and unit of work called for in these Contract Documents. The amount shall be shown in both words and figures in the spaces provided. In case of a discrepancy, the amount shown in words shall govern. The Bidder acknowledges that the Owner has the right to reject any Bid which, in its sole judgment, is unbalanced. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 5 The Bid also contains lump sum allowance items to facilitate payment for work performed under this Contract by Rockwell Automation. The lump sum allowance items are estimates of the work to the Owner and do not include any markup for the Bidder. Any markup should be included in Bid Item No. 1. UNIT PRICE AND LUMP SUM BID NOTE TO BIDDERS: All blank spaces requiring input below must be filled in, in black ink. Bid Item No. 1: Total Bid Amount minus Bid Items 2 through 9 Lump Sum: Dollars and Cents (Amount in words ) $ (Amount in figures) SECTION 04900, MASONRY RESTORATION Bid Item No. 2: Masonry Repair of Face Brick Quantity: 540 Unit: Square Foot Unit Price: $ ___________________________________________/ Square Foot (Unit Amount in figures) Unit Price: ____________________________________________Dollars And ________________________________________Cents/ Square Foot (Unit Amount in words) EXTENDED TOTAL AMOUNT: $______________________ (Total Amount in figures) Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 6 Bid Item No. 3: Masonry Repair of Backup Brick Quantity: 200 Unit: Square Foot Unit Price: $ __________________________________________/ Square Foot (Unit Amount in figures) Unit Price: ____________________________________________Dollars And ________________________________________Cents/ Square Foot (Unit Amount in words) EXTENDED TOTAL AMOUNT: $______________________ (Total Amount in figures) Bid Item No. 4: Tuck Pointing Quantity: 520 Unit: Square Foot Unit Price: $ __________________________________________/ Square Foot (Unit Amount in figures) Unit Price: ____________________________________________Dollars And ________________________________________Cents/ Square Foot (Unit Amount in words) EXTENDED TOTAL AMOUNT: $______________________ (Total Amount in figures) Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 7 SECTION 09300, TILE Bid Item No. 5: Quarry Floor Tile Restoration Quantity: 2000 Unit: Square Foot Unit Price: $ __________________________________________/ Square Foot (Unit Amount in figures) Unit Price: ____________________________________________Dollars And ________________________________________Cents/ Square Foot (Unit Amount in words) EXTENDED TOTAL AMOUNT: $______________________ (Total Amount in figures) SECTION 13280, ASBESTOS ABATEMENT Bid Item No. 6: Asbestos Abatement Work Dollars Lump Sum: and Cents (Amount in words ) $ (Amount in figures) Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 8 SECTION 13460, PROGRAMMABLE CONTROLLERS AND SOFTWARE Bid Item No. 7: PLC Hardware and Software Lump Sum Allowance: and Two Hundred Ninety Five Thousand Eighty Dollars Twenty Six Cents (Amount in words ) $ Bid Item No. 8: 295,080.26 (Amount in figures) Rockwell Manufacturer Training Lump Sum Allowance: and Thirty Seven Thousand Six Hundred Eighty Seven Dollars Fifty Cents (Amount in words ) $ Bid Item No. 9: 37,687.50 (Amount in figures) Rockwell Manufacturer Services Lump Sum Allowance: Thirty Nine Thousand Five Hundred Twenty and Zero Dollars Cents (Amount in words ) $ Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 9 39,520.00 (Amount in figures) The Bidder agrees to accept as full payment for the work proposed under this project, herein specified and as shown on the Plans and based upon the undersigned’s own estimate of quantities and costs, the following sum of extended unit price items plus lump sum items plus lump sum allowance items: ************************************************************************* * * * * * ____________________________________________________________ Dollars * * * * and ________________________________________________________ Cents * * (Amount in words) * * * * $ ______________________ * * (Amount in figures) * * * * This sum comprises the total bid amount for determination of lowest base bid. * * * ************************************************************************* If the Owner, at its sole discretion, elects to accept an Alternate, it will be awarded to the responsive, responsible Bidder with the lowest bid price determined by the sum of the bid amount for the base bid plus the price of the accepted Alternate. BID ITEM FOR ALTERNATE 1 – SINGLE VANE CONTROL AERATION BLOWER EQUIPMENT The Bidder further agrees that if the Owner accepts Alternate 1 – Single Vane Control Aeration Blower Equipment as described in Section 01012, ALTERNATES, with necessary changes in construction as required to complete the work, based on undersigned’s own estimate of quantities and cost, the total bid amount will be adjusted by the following amount: An (increase) (decrease) of: ___________________________________________________ Dollars and ________________________________________________ Cents (Amount in words) $ _____________________ (Amount in figures) (Note: if neither “(increase)” or “(decrease)”is crossed out above, an increase will be assumed.) Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 10 Blower Manufacturer (Name of Proposed Blower Manufacturer) Bidders must submit with the Bid documentation that shows compliance with the Plans and Specifications. Documentation shall include: 1. 2. 3. 4. 5. Product data, specifications, and other descriptive literature; Process and instrumentation drawings; General arrangement drawings; Complete description of equipment and materials of construction. Performance data, performance curves, and motor shaft horsepower at specified Maximum Operating Condition and at each specified Operating Point; 6. Installation List. List shall include at least ten (10) installations in North America of design equal to that proposed for this Project that have been operating successfully for at least five (5) years. List shall include contact information (entity name, name of contact person, phone number, address) for each installation. If documentation is incomplete, or if documentation does not show that the proposed equipment is in compliance with the Plans and Specifications, or if the Engineer determines that the proposed equipment is not equal to the equipment specified, then the Bidder agrees to provide the equipment as manufactured by Turblex as specified in Section 11373 - SINGLE VANE CONTROL AERATION BLOWER EQUIPMENT for the total bid amount as adjusted for Bid Item for Alternate 1. The right is reserved for the Owner to accept or reject the Bid Item for Alternate 1 – Single Vane Control Aeration Blower Equipment as is in the best interests of the Owner. Alternate 1 and Alternate 2 are mutually exclusive; if the Owner accepts Alternate 1, then Alternate 2 is rejected. BID ITEM FOR ALTERNATE 2 – DUAL VANE CONTROL AERATION BLOWER EQUIPMENT The Bidder further agrees that if the Owner accepts Alternate 2 – Dual Vane Control Aeration Blower Equipment as described in Section 01012, ALTERNATES, with necessary changes in construction as required to complete the work, based on undersigned’s own estimate of quantities and cost, the total bid amount will be adjusted by the following amount: An (increase) (decrease) of: ___________________________________________________ Dollars and ________________________________________________ Cents (Amount in words) $ _____________________ (Amount in figures) Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 11 (Note: if neither “(increase)” or “(decrease)”is crossed out above, an increase will be assumed.) Blower Manufacturer (Name of Proposed Blower Manufacturer) Bidders must submit with the Bid documentation that shows compliance with the Plans and Specifications. Documentation shall include: 1. 2. 3. 4. 5. Product data, specifications, and other descriptive literature; Process and instrumentation drawings; General arrangement drawings; Complete description of equipment and materials of construction. Performance data, performance curves, and motor shaft horsepower at specified Maximum Operating Condition and at each specified Operating Point; 6. Installation List. List shall include at least ten (10) installations in North America of design equal to that proposed for this Project that have been operating successfully for at least five (5) years. List shall include contact information (entity name, name of contact person, phone number, address) for each installation. If documentation is incomplete, or if documentation does not show that the proposed equipment is in compliance with the Plans and Specifications, or if the Engineer determines that the proposed equipment is not equal to the equipment specified, then the Bidder agrees to provide the equipment as manufactured by Turblex as specified in Section 11374 - DUAL VANE CONTROL AERATION BLOWER EQUIPMENT for the total bid amount as adjusted for Bid Item for Alternate 2. The right is reserved for the Owner to accept or reject the Bid Item for Alternate 2 – Dual Vane Control Aeration Blower Equipment as is in the best interests of the Owner. Alternate 2 and Alternate 1 are mutually exclusive; if the Owner accepts Alternate 2, then Alternate 1 is rejected. BIDDER BREAKDOWN OF SPECIFIC ITEMS Bidder(s) being considered for award may be required to provide a further detailed breakdown of the work regarding specific bid items within three (3) business days following receipt of the request from the Owner. Refer to Section 01300 of Division 1, GENERAL REQUIREMENTS. The price breakdown shall be fairly apportioned to the items listed. If so requested, the Bidder shall substantiate any price or prices with additional detailed price breakdown. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 12 SMALL, WOMEN'S AND MINORITY BUSINESS ENTERPRISE BREAKDOWN FORM On the Bidder’s Signature And Sworn Statement of this Bid, the Bidder's stated goal for S/W/MBE participation is %, expressed as a percent of the total contract price. That percentage is comprised of the firms listed on this form. It is understood that the failure to list firms to equal the percentage stated is a material aspect of the Bid and therefore the failure to complete the following information will render the bidder non-responsible. Bidders must also submit, with the Bid or within three (3) business days of receipt of notice from the Owner, one completed copy of the S/W/MBE Listing (see SPECIAL ATTACHMENT No. 2) for each SBE, WBE, or MBE subcontractor or supplier of goods and services. FIRM NAME AMOUNT S/W/MBE 1. ______________________________ _____________ ________ 2. ______________________________ _____________ ________ 3. ______________________________ _____________ ________ 4. ______________________________ _____________ ________ 5. ______________________________ _____________ ________ 6. ______________________________ ____________ ________ 7. ______________________________ ____________ ________ 8. ____________ ________ 9. ____________ ________ ____________ ________ 10. ______________________________ Please use additional pages if more than ten (10) S/W/MBEs will be utilized as subcontractors. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 13 SUBCONTRACTOR LISTING Excluding Small, Women’s, and Minority Business Enterprises listed on the S/W/MBE Breakdown Form above, the Bidder shall identify all proposed subcontractors who will be performing work that has a value in excess of one percent (1%) of the total amount of this Bid. The Bidder certifies that the following subcontracting firms or businesses will be awarded subcontracts for the indicated portions of the work in the event that the Bidder is awarded the Contract. See Article SUBCONTRACTING in the GENERAL CONDITIONS. Firm Name Address Street City State Amount of Subcontract: Type of Work Firm Name Address Street City State Amount of Subcontract: Type of Work Firm Name Address Street City State Amount of Subcontract: Type of Work Firm Name Address Street City State Amount of Subcontract: Type of Work Please use additional pages if more than four (4) non-S/W/MBEs will be utilized as subcontractors. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 14 LIST OF EQUIPMENT AND/OR MATERIALS (3/06) (1/07) For each item listed below, the Bidder shall indicate the name of the manufacturer or supplier and model or type of equipment and/or materials to be provided. The Bidder certifies that the following firms or businesses will be used by the Bidder to provide the equipment and/or materials indicated below. The Bidder agrees that, after the opening of bids, no changes in the Bidder’s selection will be allowed without the written approval of the Owner. Requests for such changes shall be made in writing with appropriate documentation and reasons included. It is the responsibility of the Contractor to furnish materials and equipment meeting the requirements of the Specifications, and acceptance of the Bid does not constitute nor imply approval of items proposed. The Owner reserves the right to deny approval of any equipment or materials that do not comply with the Specifications, even though listed herein. A checkmark shall be placed in the appropriate box to indicate the manufacturer whose equipment and/or material the Bidder is proposing for this project. If the box labeled "Other" is checked, the name of the manufacturer shall be inserted. Bidders are cautioned that any equipment or materials listed must comply with Article “OR EQUAL” MATERIALS AND EQUIPMENT of the GENERAL CONDITIONS. The Bidder agrees to provide at no additional cost to the Owner the “A” listed equipment if (1) the Bidder fails to check a box; (2) fails to enter the name of the manufacturer if “Other” is checked; (3) checks more than one box; (4) checks a box other than “Other” but lists equipment under “Other”; (5) lists equipment but fails to check the “Other” box; or (6) the “Other” listed equipment is determined later to not be an “OR EQUAL”. ITEM MANUFACTURER OR SUPPLIER LISTED IN SPECIFICATION MODEL NO. OR TYPE SECTION 11385 DIGESTER GAS COMPRESSOR SYSTEM Digester Gas Compressor System Supplier (A) Enerflex Inc. [ ] Per Section 11385 (B) Unison Solutions [ ] Per Section 11385 (C) Hy-Bon, Inc. [ ] Per Section 11385 (D) Other: [ ] Per Section 11385 SECTION 13400 PROCESS INSTRUMENTATION AND CONTROL SYSTEMS – GENERAL REQUIREMENTS I&C System Suppliers (A) Allan Integrated Control Systems, Inc. [ ] Per Section 13400 (B) Eclipse Controls, Inc. [ ] Per Section 13400 (C) Pieper Electric [ ] Per Section 13400 (D) Other: [ ] Per Section 13400 Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 15 ITEM MANUFACTURER OR SUPPLIER LISTED IN SPECIFICATION MODEL NO. OR TYPE SECTION 16030 MOTOR CONTROL Reduced-Voltage Starters, NEMA Class A (A) Allen Bradley [ ] Per Section 16030 (B) Square D [ ] Per Section 16030 (C) Cutler-Hammer [ ] Per Section 16030 (D) Other: [ ] Per Section 16030 (A) Allen Bradley [ ] Per Section 16030 (B) Eaton/Cutler-Hammer [ ] Per Section 16030 (C) Square D [ ] Per Section 16030 (D) Other: [ ] Per Section 16030 (A) Allen Bradley [ ] Per Section 16030 (B) Benshaw [ ] Per Section 16030 (C) Eaton/Cutler-Hammer [ ] Per Section 16030 (D) Square D [ ] Per Section 16030 (E) Other: [ ] Per Section 16030 (A) Allen Bradley [ ] Per Section 16030 (B) Eaton/Cutler-Hammer [ ] Per Section 16030 (C) Square D [ ] Per Section 16030 (D) Other: [ ] Per Section 16030 SECTION 16030 MOTOR CONTROL Motor Control Centers SECTION 16030 MOTOR CONTROL Medium Voltage Solid State Motor Starters SECTION 16030 MOTOR CONTROL Adjustable Speed Drives (continued on next page) Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 16 ITEM MANUFACTURER OR SUPPLIER LISTED IN SPECIFICATION MODEL NO. OR TYPE SECTION 16344 MEDIUM VOLTAGE SWITCHGEAR Switchgear Manufacturer (A) S&C Electric Company [ ] Per Section 16344 (B) Other: [ ] Per Section 16344 (A) Carte [ ] Per Section 16345 (B) Pauwels [ ] Per Section 16345 (C) ABB [ ] Per Section 16345 (D) Other: [ ] Per Section 16345 SECTION 16345 OIL-FILLED TRANSFORMERS Transformer Manufacturer SECTION 16900 ENGINE-GENERATOR SYSTEM – GENERAL REQUIREMENTS Engine-Generator System Supplier (A) FABCO [ ] Per Section 16900 (B) Patten Power [ ] Per Section 16900 (C) Other: [ ] Per Section 16900 SURETY (3/98) If the Bidder is awarded a Contract(s) based on this Bid, the Surety who provides the Performance Bond and Payment Bond will be ______________________________________________________________________________ whose address is ________________________________________________________________ Street City State Zip Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 17 BIDDER'S SIGNATURE AND SWORN STATEMENT (12/01) State of _______________________________ County of _____________________________ ) ) SS ) I hereby certify that I am submitting this Bid on behalf of ____________________________________________________________________________________________ (Name of Bidder) a (check one): ___ ___ ____ Corporation Sole Proprietorship Other (Describe) ____ ____ Partnership Joint Venture of the City of __________________________________________________________________ State of _______________________________________________________________________ I have examined and prepared the foregoing Bid based on the information contained in the Contract Documents provided with the Bid; that I have checked the same in detail before submitting this Bid; that I have full authority to make such statements and submit this Bid in (its)(their)(my) behalf; and that these statements are true and correct. I further certify that my(our) stated Small/Women's/Minority Business Enterprise participation for this project is (10) (_____) percent of the total Contract price, such participation meeting this goal is shown on the Small, Women’s And Minority Business Enterprise Breakdown Form section of this Bid. I have included documentation of my good faith efforts to secure S/W/MBE participation and have submitted completed S/W/MBE Listing forms (SPECIAL ATTACHMENT No. 2) with this Bid. If the above blank is not filled in, my goal is 10%. I certify that I have read the Milwaukee Metropolitan Sewerage District policy relating to substance abuse which is an attachment to the contract documents and that I have or will have prior to contract award a substance abuse program which complies with that policy. I further certify that all subcontractors on the project have or will have a similar policy prior to their working on the job-site. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 18 I certify that the Bidder is not included on the Consolidated List of Debarred Contractors prepared and issued by the Wisconsin Department of Workforce Development. I further certify that to the best of my knowledge and belief that no shareholder, officer, or partner of the firm owns a twenty five percent (25%) or larger share of any other construction business included on the Consolidated List of Debarred Contractors. Inclusion on this list indicates that the contractor was found to have committed a “debarrable offense” related to certain labor standard provisions determined or established for a state or local public works project. The Bidder hereby acknowledges that it has received Addenda Numbers ___, ___, ___, ___ to these Contract Documents. (Bidder insert number of each Addendum received.) NOTE: See next page for signature sheet. Signature MUST be notarized. Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 19 Signature ____________________________________ Title ____________________________________ Subscribed and sworn to before me this ____ day of ___________________, 20___ _______________________________________ Notary Public - State of ___________________ Commission expires: _____________________ ********** Attachment No. 1 to Addendum No. 3 REVISED BID – CONTRACT NO. S02004C01 20