SECTION INSTRUCTIONS TO BIDDERS

Similar documents
INSTRUCTIONS TO BIDDERS

Demolition of Water Ground Storage Tanks

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

BIDDING AND CONSTRUCTION STANDARDS

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

2015 HELLWINKEL CHANNEL PROJECT

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

Project Manual. For Glenloch Splash Pad And Pool Renovations

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

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

City of Detroit Detroit, Oregon

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

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

INSTRUCTIONS TO BIDDERS

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

Glenn Road US 36 to Mill Run Crossing Improvements Delaware, Ohio Bid Number 06-15

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

AIA Document A701 TM 1997

INSTRUCTIONS TO BIDDERS

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

SECTION NOTICE TO BIDDERS

Document A701 TM. Instructions to Bidders

PROPOSAL REQUIREMENTS AND CONDITIONS

PROJECT MANUAL VILLAGE EAST NEIGHBORHOOD PARK GUIDELINES AND STANDARDS FOR CONSTRUCTION WINDSOR, COLORADO

INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

HARLAN MUNICIPAL UTILITIES

INSTRUCTIONS TO BIDDERS

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

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

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB SEBRING PARKWAY EMS STATION PROJECT NO For. Highlands County Board of County Commissioners

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services

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

REQUEST FOR SEALED BID PROPOSAL

BIDDING AND CONTRACT DOCUMENTS ITB

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

BIDDING AND CONTRACT DOCUMENTS ITB

BIDDING AND CONTRACT DOCUMENTS ITB

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

INSTRUCTIONS TO BIDDERS

LAURINBURG-MAXTON AIRPORT COMMISSION (LMAC) LEAD TRACK REACTIVATION AND PROPOSED CROSSING PROJECT SCOTLAND COUNTY, NORTH CAROLINA

PROJECT MANUAL. Bid Number: B

TABLE OF CONTENTS CONTRACT PROVISIONS

2019 MISC. PAVING PROJECT

INSTRUCTIONS TO BIDDERS

CITY OF CAPE CORAL INVITATION TO BID. Weir 15 Bladder & Controls Improvements ITB-UT18-41/KR

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

BIDDING AND CONTRACT DOCUMENTS ITB

BID DOCUMENTS & SPECIFICATIONS

(e-procurement System)

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

CONSTRUCTION CONTRACT DOCUMENTS MANUAL

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

CONTRACT PROPOSAL AND SPECIFICATIONS

REQUEST FOR PROPOSAL RFP #14-03

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

DOWNTOWN LIBRARY SERVER ROOM

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

East Central College

Crack, Chip and Seal Projects 2018 April 2018

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

SECTION INVITATION TO BID. The Village Council, Village of Palm Springs, Florida, will receive sealed bids for: BID NO.

BID INSTRUCTIONS / BID FORMS. For DSA REQUIRED ADA IMPROVEMENTS LEONARDO DA VINCI K-8 SCHOOL

SALT AND SAND STORAGE FACILITY

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

GOLD CREEK FLUME CONCRETE PATCHING

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

Table of Contents Unit Prices Submittal Procedures Selective Demolition

STABLER POINT ROCK QUARRY EXPANSION

AIA Document A201 TM 1997

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

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

BIDDING DOCUMENTS FOR. Contract No. PTSA Brush Run WPCP Roof Replacement Project

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

Document A201 TM. General Conditions of the Contract for Construction

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

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

INSTRUCTIONS TO BIDDERS

DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID

INVITATION TO BID CONSTRUCTION CONTRACT

2018 Slurry Seal Project Manual

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

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

SPECIFICATION INDEX (BLUE) (GREEN) COVER/CERTIFICATION... NOTICE TO CONTRACTORS... INDEX... INSTRUCTION TO BIDDERS... IB (WHITE)

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

BIDDING DOCUMENTS TOWN OF FORTVILLE, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am

AIA Document A201 TM 1997

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

PROJECT NO.: CONTRACT NO:

HVAC Remodel Second Floor North Center Building

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

SECTION NOTICE INVITING BIDS

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

Transcription:

ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL TERMS USED IN THESE INSTRUCTIONS TO BIDDERS HAVE THE MEANINGS INDICATED BELOW WHICH ARE APPLICABLE TO BOTH THE SINGULAR AND PLURAL THEREOF: A. Issuing Office: The office as identified in Section 00110, Advertisement for Bids from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. B. Successful Bidder: The lowest responsible Bidder submitting a responsive Bid to whom the OWNER, on the basis of the OWNER s evaluation as hereinafter provided, makes an award. ARTICLE 2 COPIES OF BIDDING DOCUMENTS 2.01 COMPLETE SETS OF THE BIDDING DOCUMENTS IN THE NUMBER AND FOR THE DEPOSIT SUM, IF ANY, STATED IN SECTION 00110, ADVERTISEMENT FOR BIDS MAY BE OBTAINED FROM THE ISSUING OFFICE. 2.02 COMPLETE SETS OF BIDDING DOCUMENTS MUST BE USED IN PREPARING BIDS; NEITHER THE OWNER NOR THE ENGINEER ASSUMES ANY RESPONSIBILITY FOR ERRORS OR MISINTERPRETATIONS RESULTING FROM THE USE OF INCOMPLETE SETS OF BIDDING DOCUMENTS. 2.03 THE OWNER AND THE ENGINEER IN MAKING COPIES OF THE BIDDING DOCUMENTS AVAILABLE ON THE ABOVE TERMS DO SO ONLY FOR THE PURPOSE OF OBTAINING BIDS FOR THE WORK, AND DO NOT CONFER A LICENSE OR GRANT FOR ANY OTHER USE. ARTICLE 3 QUALIFICATIONS OF BIDDERS 3.01 WITHIN 7 DAYS AFTER THE OPENING OF BIDS, THE BIDDER SELECTED AS THE APPARENTLY SUCCESSFUL BIDDER, SHALL SUBMIT TO THE ENGINEER THE FOLLOWING SWORN STATEMENTS IN DUPLICATE FOR CONSIDERATION BY THE OWNER IN DETERMINING THE QUALIFICATIONS OF THE BIDDER TO PERFORM THE WORK: A. Owned Equipment Statement: A sworn statement listing equipment definitely owned or controlled by the Bidder and available for performing the Work. W-1-19 Jonestown 00200-1 Instructions to Bidders

B. Experience Statement: A sworn statement listing the Bidder's experience in performing work of the character for which the Bid is submitted. The statement shall reflect a minimum of 2 years experience performing similar work, and shall contain the following information: 1. The project title, a description of the work, and the contract amount. 2. The dates when work was started and when it was completed. 3. The owner s name and address, and the phone number of the owner s contact person for the project. 4. The engineer s name and address, and the phone number of the engineer s contact person for the project. C. Financial Statement: A sworn financial statement showing the Bidder's assets and liabilities as of a date not more than 90 days prior to the date of submission of the Bid. ARTICLE 4 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND THE SITE 4.01 UNDERGROUND FACILITIES: A. Contractor is responsible for PA One Call and all subsequent updates. B. General underground facilities data is available by way of PA One Call Information 4.02 ACCESS TO SITE: A. On request, the OWNER will provide the Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as the Bidder deems necessary for the submission of a Bid. 1. The Bidder shall fill all holes, and shall clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. B. To gain access to the Site of the proposed Work, contact Mr. Brian Discuillo, Water Distribution Manager by phone at. (717) 273-2506. C. Where the OWNER cannot grant permission to Bidders to make measurements and studies on the Site of the Work, the OWNER will cooperate with the Bidders in endeavoring to secure such permission. 4.03 COPIES OF CONTRACT DOCUMENTS FOR OTHER WORK: A. The general nature of other work that is to be performed at the Site by the OWNER or others, such as by other prime contractors, and which is related to the Work for which this Bid is to be submitted, is described in the Specifications. 1. On request, the OWNER will provide each Bidder access to or copies of Contract Documents, other than portions thereof related to price, for such other work for his examination. 4.04 EXAMINATION OF BIDDING DOCUMENTS AND THE SITE: W-1-19 Jonestown 00200-2 Instructions to Bidders

A. Before submitting a Bid, it is the responsibility of each Bidder to do the following: 1. Examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents. 2. Visit the Site, and become completely familiar with the general, local, and Site conditions that may affect the cost, progress, and performance of the Work. 3. Become completely familiar with all federal, state, and local Laws and Regulations that may affect the cost, progress, or performance of the Work. 4. Determine the means and methods the Bidder proposes to use to construct the Work consistent with the Contract Documents. 5. Carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site; carefully study all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site which have been identified in Section 00300, Information Available to Bidders, as provided in Paragraph 4.02 of the General Conditions; and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in Section 00300, Information Available to Bidders, as provided in Paragraph 4.05 of the General Conditions. 6. Obtain and carefully study all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning surface conditions, subsurface conditions, or Underground Facilities at or contiguous to the Site which may affect the cost, progress, or performance 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 any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto. 7. Represent to the OWNER and the ENGINEER at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work based on the Bidder s construction means and methods at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. 8. Become aware of the general nature of the work to be performed by the OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. 9. Correlate the information known to the 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. 10. Independently arrive at the Bidder s Bid Price based on the Bidder s own review of the information and the Site, and not in reliance on any estimates of the OWNER or the ENGINEER. 11. Promptly give the ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Bidding Documents; and confirm that the written resolution thereof by the ENGINEER is acceptable to Bidder. 12. Determine that the Bidding Documents are generally sufficient to indicate and convey an understanding of all terms and conditions for the performance of the Work. W-1-19 Jonestown 00200-3 Instructions to Bidders

4.05 ENGINEER'S SUBSURFACE INVESTIGATIONS: A. The OWNER and the ENGINEER make no representations regarding the physical conditions, existing underground structure locations, the nature of the materials below the surface, the depth to satisfactory foundations, or the stability of beds or banks. 1. If the above stated information is used by a Bidder in preparing a Bid, the Bidder shall assume all risks resulting from conditions differing from any approximations indicated. 4.06 BIDDER'S SUBSURFACE INVESTIGATIONS: A. Bidders are hereby advised that before drilling any holes or excavating any test pits for the purpose of satisfying themselves as to underground conditions, they shall secure a PA One Call and permission in writing to do such drilling or test pit excavation from authorized officials of the OWNER, governmental bodies and agencies having jurisdiction, and, in addition, from private property owners. 4.07 FLOODING OF SITES: A. Attention is called to the possibility of portions of the Site being flooded. B. Prospective Bidders shall investigate this matter before placing a Bid. C. The Successful Bidder shall plan the Work in order to take advantage of low water conditions, to provide adequate protection during storm seasons, to provide appropriate dewatering, and to protect structures, stored materials, fuels, sewer lines, and all other work against damage from uplift due to high ground water levels or flood stages. 4.08 ADEQUACY OF BIDDING DOCUMENTS: A. The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that the Bidder has given the ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Bidding Documents and the written resolutions thereof by the ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 PRE-BID CONFERENCE 5.01 A PRE-BID CONFERENCE WILL BE HELD ON THE DATE STIPULATED IN THE ADVERTISEMENT FOR BIDS IN THE CITY OF LEBANON AUTHORITY CONFERENCE ROOM 2311 RIDGEVIEW ROAD, LEBANON PA 17042. W-1-19 Jonestown 00200-4 Instructions to Bidders

REPRESENTATIVES OF THE OWNER AND THE ENGINEER WILL BE PRESENT TO DISCUSS THE PROJECT. MEETING ATTENDANCE IS MANDATORY. BIDS RECEIVED FROM BIDDERS THAT DO NOT ATTEND THE PRE-BID MEETING WILL BE REJECTED. THE ENGINEER WILL TRANSMIT TO ALL PROSPECTIVE BIDDERS OF RECORD SUCH ADDENDA AS THE ENGINEER CONSIDERS NECESSARY IN RESPONSE TO QUESTIONS ARISING AT THE PRE-BID CONFERENCE. ORAL STATEMENTS MAY NOT BE RELIED UPON, AND WILL NOT BE BINDING OR LEGALLY EFFECTIVE. ARTICLE 6 THE SITE AND OTHER AREAS 6.01 THE SITE IS IDENTIFIED IN THE BIDDING DOCUMENTS. ALL ADDITIONAL LANDS AND ACCESS THERETO REQUIRED FOR TEMPORARY CONSTRUCTION FACILITIES, CONSTRUCTION EQUIPMENT, OR STORAGE OF MATERIALS AND EQUIPMENT TO BE INCORPORATED IN THE WORK ARE TO BE OBTAINED AND PAID FOR BY THE CONTRACTOR. EASEMENTS FOR PERMANENT STRUCTURES OR PERMANENT CHANGES IN EXISTING FACILITIES ARE TO BE OBTAINED AND PAID FOR BY THE OWNER UNLESS OTHERWISE PROVIDED IN THE BIDDING DOCUMENTS. ARTICLE 7 INTERPRETATIONS AND ADDENDA 7.01 QUESTIONS, INTERPRETATIONS, AND CLARIFICATIONS: A. All questions about the meaning or intent of the Bidding Documents shall be submitted to the ENGINEER in writing. 1. Interpretations or clarifications considered necessary by the ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by the ENGINEER as having received the Bidding Documents. 2. Questions received less than three business days prior to the date for opening of bids may not be answered. 3. Only questions answered by Addenda will be binding; oral and other interpretations or clarifications will be without legal effect. B. Inquiries: 1. Bidder's inquiries relative to this Project should be directed to the ENGINEER whose address is stated herein. The contact person is: Mr. Robert Sentz Planning & Engineering Director Phone No. (717) 272-2841, Extension 1107. E-mail: bsentz@lebanonauthority.org. Or Mr. Michael Long, Water Systems Director Phone No. (717) 272-2841 E-mail: mlong@lebanonauthority.org W-1-19 Jonestown 00200-5 Instructions to Bidders

Or Mr. Jonathan Beers, PE Executive Director Phone No. (717) 272-2841, Extension 1101. E-mail: jbeers@lebanonauthority.org. C. Addenda: 1. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by the OWNER or the ENGINEER. D. Addenda Acknowledgment: 1. Each Bidder is required to acknowledge receipt of Addenda in the spaces provided in the Bid Form, including not only that which is bound in or attached to the Project Manual when received by the Bidder, but also Addenda which may be later issued to the Bidder prior to the bid opening. 2. Failure to acknowledge receipt of the Addenda may cause a Bid to be rejected. ARTICLE 8 BID SECURITY 8.01 A BID MUST BE ACCOMPANIED BY BID SECURITY MADE PAYABLE TO THE OWNER IN THE AMOUNT AS STIPULATED IN SECTION 00110, ADVERTISEMENT FOR BIDS IN THE FORM OF A CERTIFIED OR BANK CHECK OR A BID BOND ON THE FORM ATTACHED AND ISSUED BY A SURETY MEETING THE REQUIREMENTS OF PARAGRAPHS 5.01 AND 5.02 OF THE GENERAL CONDITIONS. 8.02 THE BID SECURITY OF THE SUCCESSFUL BIDDER WILL BE RETAINED UNTIL SUCH BIDDER HAS EXECUTED THE CONTRACT DOCUMENTS, FURNISHED THE REQUIRED CONTRACT SECURITY, AND MET THE OTHER CONDITIONS OF THE NOTICE OF AWARD, WHEREUPON THE BID SECURITY WILL BE RETURNED. A. If the Successful Bidder fails to execute and deliver the Contract Documents and to furnish the required Contract security, insurance certificates, and policies within 15 days after the Notice of Award, the OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. 8.03 THE BID SECURITY OF OTHER BIDDERS WHOM THE OWNER BELIEVES TO HAVE A REASONABLE CHANCE OF RECEIVING THE AWARD MAY BE RETAINED BY OWNER UNTIL THE EARLIER OF 7 DAYS AFTER THE EFFECTIVE DATE OF THE AGREEMENT OR 61 DAYS AFTER THE BID OPENING, WHEREUPON BID SECURITY FURNISHED BY SUCH BIDDERS WILL BE RETURNED. 8.04 BID SECURITY OF OTHER BIDDERS WHOM THE OWNER BELIEVES DO NOT HAVE A REASONABLE CHANCE OF RECEIVING THE AWARD WILL BE RETURNED WITHIN 7 DAYS AFTER THE BID OPENING. ARTICLE 9 CONTRACT TIMES W-1-19 Jonestown 00200-6 Instructions to Bidders

9.01 THE NUMBER OF DAYS WITHIN WHICH, OR THE DATES BY WHICH, THE WORK IS TO BE BOTH SUBSTANTIALLY COMPLETED, AND ALSO COMPLETED AND READY FOR FINAL PAYMENT, ARE STIPULATED IN THE AGREEMENT. ARTICLE 10 LIQUIDATED DAMAGES 10.01 PROVISIONS FOR LIQUIDATED DAMAGES, IF ANY, ARE STIPULATED IN THE AGREEMENT. ARTICLE 11 SUBSTITUTE AND APPROVED EQUAL ITEMS 11.01 SUBSTITUTIONS: A. Authorized Product Substitutions: 1. When products of particular named manufacturers are specified, it is intended and shall be understood that the Bid tendered by the Bidder includes those products in the Bid. 2. Bids containing substitutions or combinations of substitutions will not be considered unless such substitutions or combinations are specifically authorized by the Bid Form. 3. The procedure the Bidder shall use to obtain permission to provide such an authorized product substitution by submitting an application to the ENGINEER is generally set forth below and is supplemented by the requirements in Paragraphs 6.03 and 6.05 of the General Conditions and Section 01630, Product Substitution Procedures, of the General Requirements. B. Named Products: 1. Products named on the Contract Drawings, if any, and products of manufacturers named first throughout the Project Manual constitute the ENGINEER's design. 2. Products of named manufacturers, other than the first named manufacturer, appearing throughout the Project Manual or on the Contract Drawings are accepted as equal; however, the requirements of Paragraph 6.03 of the General Conditions regarding equipment and machinery shall apply. C. Bidder's Substitutions: 1. Should the Bidder deem any unspecified product to be "equal" to a specified product, and desire to submit such unspecified product or products for consideration by the ENGINEER and the OWNER as substitutions for those specified, the Bidder shall furnish with his Bid on the Bid Form any product or products he proposes to incorporate in the Work other than those specified by manufacturer's name, model, or catalog number. a. Information on substitute products shall include, but not be limited to, descriptive and technical data for each unspecified product or products, including as applicable, detailed drawings and specifications, certified operation data, and experience records. b. Such unspecified products shall meet the requirements of the Bidding Documents; shall in all respects be equal, as determined by the ENGINEER, W-1-19 Jonestown 00200-7 Instructions to Bidders

to the products specified by name; and shall be submitted by the Bidder as substituted items in accordance with the Bidding Documents. 2. The OWNER reserves the right to accept or reject any unspecified product or products submitted as a substituted item. ARTICLE 12 PREPARATION OF THE BID 12.01 THE BID FORM: A. The written offer or proposal of a Bidder must be prepared and submitted on the Bid Form included with the Bidding Documents. 1. The Bid Form shall be prepared by the Bidder for the purpose of stating the Bid price or prices for which the Bidder agrees to perform the Work and to furnish the labor, materials, and services for the Work in accordance with the Contract Documents. 2. All blanks on the Bid Form shall be completed by printing the required information in blue ink, in black ink, or by using a typewriter. 3. A Bid price shall be indicated for each item listed in the Bid Form, or the words no bid, or not applicable shall be entered. B. Bid Form Signatures: 1. The prepared Bid Form shall be signed by an authorized representative of the Bidder to authenticate the information presented on the form and to execute the Bid. a. A Bid tendered by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign, and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. 1) The corporate address and state of incorporation shall be shown below the signature. b. A Bid by a partnership shall be executed in the partnership name and signed by a partner whose title must appear under the signature, accompanied by evidence of his or her authority to sign. 1) The official address of the partnership shall be shown below the signature. c. A Bid by a limited liability company shall be executed in the name of the firm by a member, and shall be accompanied by evidence of his or her authority to sign. 1) The state of formation of the firm and the official address of the firm must be shown below the signature. d. A Bid by an individual shall show the Bidder s name and official address. e. A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. 1) The official address of the joint venture must be shown below the signature. 2. All names shall be typed or printed in ink below the signatures. 12.02 ACKNOWLEDGMENT OF ADDENDA: W-1-19 Jonestown 00200-8 Instructions to Bidders

A. The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.03 BIDDER S CONTACT INFORMATION: A. The address and telephone number for communications regarding the Bid shall be shown. 12.04 BIDDER S QUALIFICATION TO DO BUSINESS IN THE STATE: A. The Bid shall contain evidence of Bidder s authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. B. Bidder s state contractor license number, if any, for the state in which the Project is located shall also be shown on the Bid Form. ARTICLE 13 BASIS OF BIDS; EVALUATION OF BIDS AND BIDDERS 13.01 BASIS OF BID AND EVALUATION: A. The Contract, if awarded, will be evaluated on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or approved equal items. B. In evaluating bids, the OWNER will consider whether or not the Bids comply with the prescribed requirements, and consider whether such alternates, unit prices, and other data as may be requested in the Bid Form or prior to the Notice of Award have been received. C. In evaluating Bidders, the OWNER will consider the qualifications of Bidders, and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 1. The OWNER may conduct such investigations as the OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. D. Governmental and Utility Requirements: 1. Bidders shall ascertain applicable governmental, utility, and transportation agency requirements with respect to wage scales, trench and structure excavations, tunnel construction, blasting, equipment, materials, labor, safety and sanitation, and shall base their bid prices on full compliance therewith. a. In the preparation of its Bid, the Bidder shall take into account the provisions of Federal and State Statutes, Rules, and Regulations dealing with prevention W-1-19 Jonestown 00200-9 Instructions to Bidders

of environmental pollution and preservation of public natural resources that affect this Project. b. Where subsurface public or privately owned utility pipe lines, cables, or structures exist within the construction area, Bidders shall ascertain from each utility owner its rules, regulations, and requirements relative to support and protection of such. 2. Bidders will be assumed to have included in their Bids pertinent costs and expenses for governmental, and utility requirements including risks, loss, and damage due to such applicable rules, regulations, and requirements. 13.02 LUMP SUM BIDS: A. Bidders shall submit a Bid on a lump sum basis as set forth in the Bid form and/or a unit price for additional work not covered by a lump sum bid. ARTICLE 14 SUBMITTAL OF BID 14.01 PRESERVATION OF THE PROJECT MANUAL: A. When preparing the Bid, this Project Manual shall be preserved intact, and shall be submitted in the manner prescribed hereinafter. 1. A separate Bid Packet containing the required Bid Forms shall be supplied by the Owner and my be submitted in lieu of the Project Manual in order to allow the Project Manual to remain intact in its entirety as a convenience to the Bidder. 2. The Bid Form and, whenever a Bid Bond is used as Bid Security, the Bid Bond form shall be properly executed in ink without alterations in the Bid Packet. a. When a Bid Bond is used as Bid Security, a certificate identifying the responsible corporate principal shall be completed and submitted with each Bid as indicated in Subparagraph 12.01.B. 14.02 MANNER OF BID SUBMISSION: A. A Bid shall be submitted no later than the date and time prescribed, and at the place indicated in Section 00110, Advertisement for Bids. B. The Bid Packet with the completed Bid Form, the Bid Security, the Agreement of Surety, and Addenda, if any, shall be submitted in an opaque envelope, sealed, and addressed to the OWNER. The Bidder's name shall appear in the upper left-hand corner of the envelope, and the descriptive title of the Contract Project Name: shall be entered in the lower left-hand corner of the envelope under the title Sealed Bid for: W-1-19 Jonestown 00200-10 Instructions to Bidders

Construction of Water Mains, W-1-19; Market Street in Jonestown Borough ARTICLE 15 MODIFICATION AND WITHDRAWAL OF BID 15.01 MODIFICATION OR WITHDRAWAL OF THE BID: A. A bid may be modified or withdrawn prior to the date and time for the opening of Bids by delivering an appropriate document, duly executed in the manner that a Bid must be executed, to the place where Bids are to be submitted. 15.02 PENNSYLVANIA STATE REQUIREMENTS: A. Unless otherwise provided by state law, if within 24 hours after the Bids are opened any Bidder files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction of the OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and that Bidder s Bid Security will be returned. B. Thereafter, if the Work is re-bid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 16 OPENING OF BIDS 16.01 OPENING OF BIDS, AND ABSTRACT OF THE BID TABULATION: A. Bids will be opened at the time and place indicated in Section 00110, Advertisement for Bids, and, unless a Bid is obviously non-responsive, read aloud publicly. B. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 17 BIDS TO REMAIN SUBJECT TO ACCEPTANCE 17.01 ACCEPTANCE OF BIDS: A. All bids will remain subject to acceptance for the period of time stated below, but the OWNER may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. B. Bids will remain subject to acceptance for a period of 60 days after the date of Bid Opening, except as otherwise provided in the General Conditions and Supplementary Conditions. ARTICLE 18 AWARD OF CONTRACT 18.01 REJECTION OF BIDS: W-1-19 Jonestown 00200-11 Instructions to Bidders

A. The OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, non-responsive, unbalanced, or conditional Bids. 1. The OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. 2. Bids which contain omissions, erasures, alterations, additions not called for, conditional bids, or irregularities of any kind, or Bids otherwise regular which are not accompanied by Bid Security, may be rejected. B. The OWNER may also reject the Bid of any Bidder if the OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. C. More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. 1. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 18.02 AWARD AND NEGOTIATION OF THE CONTRACT: A. If the Contract is to be awarded, the OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 1. The OWNER reserves the right to waive all informalities not involving price, time, or changes in the Work, and to negotiate Contract terms with the Successful Bidder. ARTICLE 19 CONTRACT SECURITY AND INSURANCE 19.01 PERFORMANCE AND PAYMENT BONDS: A. The OWNER s requirements for Performance and Payment Bonds and insurance are stipulated in Article 5 of the General Conditions, as may be modified by the Supplementary Conditions. B. Prior to award of the Contract, the apparently Successful Bidder shall deliver to the OWNER the Performance and Payment Bonds and Insurance Certificates as provided in the notification of intent to award. ARTICLE 20 SIGNING OF AGREEMENT 20.01 WHEN THE OWNER GIVES A NOTICE OF AWARD TO THE SUCCESSFUL BIDDER, THE NOTICE OF AWARD WILL BE ACCOMPANIED BY THE REQUIRED NUMBER OF UNSIGNED COUNTERPARTS OF THE AGREEMENT WITH THE OTHER CONTRACT DOCUMENTS WHICH ARE IDENTIFIED IN THE AGREEMENT AS ATTACHED THERETO. W-1-19 Jonestown 00200-12 Instructions to Bidders

20.02 WITHIN 10 DAYS AFTER THE OWNER GIVES A NOTICE OF AWARD TO THE SUCCESSFUL BIDDER, THE SUCCESSFUL BIDDER SHALL SIGN AND DELIVER THE REQUIRED NUMBER OF COUNTERPARTS OF THE AGREEMENT AND ATTACHED DOCUMENTS TO THE OWNER. 20.03 WITHIN 10 DAYS AFTER THE SUCCESSFUL BIDDER HAS SIGNED AND DELIVERED THE REQUIRED NUMBER OF COUNTERPARTS OF THE AGREEMENT AND ATTACHED DOCUMENTS TO THE OWNER, THE OWNER WILL DELIVER ONE FULLY SIGNED COUNTERPART TO THE SUCCESSFUL BIDDER WITH A COMPLETE SET OF THE CONTRACT DRAWINGS. ARTICLE 21 SALES AND USE TAXES 21.01 AS STATED IN THE GENERAL CONDITIONS, THOSE SALES, CONSUMER, USE, AND SIMILAR TAXES WHICH ARE LEGALLY ENACTED WHEN BIDS ARE RECEIVED SHALL BE INCLUDED IN THE BID PRICE. A. For the purpose of preparation of the Bid, the Bidder shall be responsible for making any necessary inquiries and investigations with regulating state agencies to obtain a determination of which materials, equipment, and/or services are tax exempt for the purposes of this Bid, and shall reflect any tax exemptions in its Bid. ARTICLE 22 WAGE RATES 22.01 NOTICE IS GIVEN THAT THE CONTRACT FOR WHICH CONSTRUCTION BIDS ARE BEING SOLICITED IS A CONTRACT CONSTITUTING PUBLIC WORKS, AND IS SUBJECT TO APPLICABLE WAGE RATES AS SET FORTH IN THE SUPPLEMENTARY CONDITIONS. 22.02 APPROPRIATE PREVAILING RATES SHALL BE PAID BY THE CONTRACTOR IN CONNECTION WITH PERFORMANCE OF THE NECESSARY WORK. ARTICLE 23 SPECIAL PROJECT NOTES END OF SECTION W-1-19 Jonestown 00200-13 Instructions to Bidders