NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

Similar documents
INSTRUCTIONS TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

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

SECTION NOTICE TO BIDDERS

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

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

AIA Document A701 TM 1997

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

COUNTY OF PRINCE EDWARD, VIRGINIA

PROPOSAL REQUIREMENTS AND CONDITIONS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

INSTRUCTIONS TO BIDDERS

East Central College

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

INSTRUCTIONS TO BIDDERS

CITY OF SUNSET VALLEY CITYWIDE SANITARY SEWER CLEANING AND TV INSPECTION Sunset Valley, Texas

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

2018 Recreation Center Dectron Unit - R22 Refrigerant

INSTRUCTIONS TO BIDDERS

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

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

GENERAL INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

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

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

INSTRUCTIONS TO BIDDERS

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

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Botetourt County Public Schools

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

Document A701 TM. Instructions to Bidders

INFORMATION FOR BIDDERS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

Mold Remediation and Clean Up of Central High School

PROPOSAL FOR STREET SWEEPING SERVICES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

Front Porch Roof Replacement Scope of Work

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

INSTRUCTIONS TO BIDDERS

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

PART INSTRUCTIONS TO BIDDERS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Request for Bid/Proposal

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

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

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

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

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

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

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

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

AUGUSTA COUNTY SERVICE AUTHORITY

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR QUOTATION

HEATING AND COOLING SYSTEM MAINTENANCE

Tree and Bush Clearing Bid Proposal Form

Transcription:

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors for the SANITARY SEWER MAIN LINING (CIPP) project. Sealed Bids will be accepted until 2:00 p.m. on February 23, 2018 at Prince William County Service Authority at 4 County Complex Court, Woodbridge, Virginia 22192. Bids must be clearly marked on the outside of the envelope Sealed Bid IFB No. SA-1815, Title: SANITARY SEWER MAIN LINING (CIPP). Bids will then be publicly opened and read aloud. Bids received after the specified time will not be considered. GENERAL DESCRIPTION: Provide all materials, equipment and labor necessary for the SANITARY SEWER MAIN LINING (CIPP). The Bidder is advised that the quantities shown in the Bid Schedule are estimated and do not reflect the actual amounts of work to be performed. Actual quantities may increase or decrease and the Bidder shall not be entitled to any additional increase due to any changes in quantities. The Service Authority will not be committed to the Bidder for any amount. Work will be contracted through individual Work Orders and the work shall be performed at the prices indicated in the Bidder s Bid. Bidder shall submit each bid on the blank form (s) provided in this Project Manual. The successful bidder/bidders may be required to submit work papers used to prepare their bid, which will be retained by the Service Authority. Bidder must meet all requirements and specifications, as stated in this solicitation, to be considered for award. The Service Authority reserves the right to make multiple awards as result of this solicitation depending upon what the Service Authority determines to be in its best interest. The award or awards will be made to the lowest responsive, responsible bidder or bidders as applicable. PRE-BID CONFERENCE: A Non-Mandatory Pre-bid Conference is scheduled for February 6, 2018 at 11:00 A.M. (EST), in the Service Authority s Board Room located at 4 County Complex Court, Woodbridge, VA 22192. Attendance and participation at this pre-bid are not mandatory but it is highly recommended. Any questions regarding this Invitation for Bid may be addressed in person at that time. Participation of qualified Bidders is highly valued by the Service Authority and at that time you shall have an opportunity to offer your ideas. Appropriate changes shall be given positive scrutiny and acted upon. However, the ultimate decision to amend this Invitation for Bid shall be the sole responsibility of the Service Authority Procurement Department. QUESTIONS DEADLINE: Submit questions, in written form only, to Purchasing Manager at bid_questions@pwcsa.org and purchasinggroupemail@pwcsa.org no later than February 9,

2018 at 2:00 p.m. (EST). BID OPENING: Pursuant to the competitive bidding provision of the Service Authority s purchasing regulation and the Code of Virginia, and subject to the terms and conditions listed herein, sealed bids will be accepted until February 23, 2018 at 2:00 p.m. (EST), at which time bids will be opened then read aloud. BID DOCUMENTS: The Project Manual for Solicitation IFB SA 1815 (Bid Documents) may be examined at the Purchasing Office, Prince William County Service Authority, 4 County Complex Court, Woodbridge, Virginia 22192 between 8:30 A.M. and 4:00 P.M., Monday through Friday. Digital copies of the Bid Documents are available for no charge and upon request by emailing the Procurement Department at purchasinggroupemail@pwcsa.org. Important Note: The Owner will not be responsible for full or partial sets of Contract Documents, including any Addendum, obtained from any other source. BID REQUIREMENTS: Performance Bond may be required for each executed task depending upon the complexity of work. (Reference ARTICLE 9 of the AGREEMENT). One (1) original and one (1) copy of the completed Bid shall be submitted before February 23 2018 at 2:00 p.m. (EST), in a sealed envelope and should be addressed and delivered to: Mailing Address: Street Address: Prince William County Service Authority Procurement Department, Attn: Purchasing Manager PO Box 2266, Woodbridge, VA 22195 Prince William County Service Authority Procurement Department, Attn: Purchasing Manager 4 County Complex Court Woodbridge, VA 22192 Note: The official time device shall be that as designated by the Purchasing Manager for Prince William County Service Authority.

INVITATION LETTER Reference: IFB NO. SA-1815 Date: January 26, 2018 Ladies and Gentlemen: SANITARY SEWER MAIN LINING (CIPP) We are pleased to invite you to submit bids to: Prince William County Service Authority, Department of Operations and Maintenance in accordance with the following: 1. Definitions Definitions applicable to this solicitation document are located in the General Conditions, Article 1- Definitions. 2. General 2.1 All Bids shall be prepared and submitted by and at the cost of the Bidder, hence all costs associated with preparation and submission of the Bid shall be borne by the Bidder. 2.2 Unit prices may be typed or legibly handwritten on Exhibit E, Schedule of Unit Prices. 2.3 Contractor shall carry out the Work within the same time frame allowed in the approved work schedule. The Work shall be substantially complete in the number of calendar days as stipulated in each respective Work Order. 2.4 Bidder shall address inquiries, if any, in writing to: bid_questions@pwcsa.org and purchasinggroupemail@pwcsa.org by the questions deadline stated in the Notice to Bidders section of this IFB. 3. Validity of Bid The Bids shall remain valid for a period of ninety (90) days, commencing on the date of opening the bids. 4. Scope of Work Provide all materials, equipment and labor necessary for the construction of the SANITARY SEWER MAIN LINING (CIPP). The work includes, but is not limited to,

the following in reference to SECTION 01025 --MEASUREMENT AND PAYMENT, PART 2. CONTRACT ITEMS in this solicitation: Coordinate with the Owner Coordinate work that may impact property owners Clean, televise, and assess the sewer mains prior to lining Conduct minor repairs to existing pipe to facilitate lining Flow Control CIPP liner installation Reinstate all service laterals Conduct post installation inspection and report Complete site restoration impacted by the project Traffic Control Inspections and intermediate/final reports (PACP standard format) Other miscellaneous items required to complete the work Cut protruding laterals prior to lining

INFORMATION FOR BIDDERS If in person, each Bid must be submitted in a sealed envelope addressed to the Prince William County Service Authority, 4 County Complex Court, Woodbridge, Virginia 22192. Each sealed envelope containing a Bid must bear on the outside the Bidder s names, address, state Contractor s license number and the name of the project for which the Bid is submitted. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the attention of the Purchasing Manager P.O. Box 2266, Woodbridge, Virginia, 22195-2266 and noting that a sealed Bid is enclosed. The Service Authority must receive the Bid before the date and time deadline for bid submission, and all risk of untimely receipt is on the Bidder. All Bids must be made on the required Bid form. One (1) original and one (1) copy are required. All blank spaces for prices must be filled, in ink or typewritten, and the Bid form must be fully completed and executed when submitted. Bidders shall become familiar with the requirements of the work by examining thoroughly the Bid Documents and Addenda. Failure to do any of the foregoing shall in no way relieve the Bidder from any obligation with respect to his Bid or any Contract resulting from it. The Contract Documents contain the provisions required for the construction of the Project. Information obtained from any officer, agent or employee of the Service Authority, or from any other person, before receipt of bids, shall not affect the risks or obligations assumed by the Contractor or relieve him from fulfilling any of the conditions of the Contract. A Performance Bond, each in the amount of 100 percent of the specific Work Order Contract Amount, may be required for the faithful performance of each task. The Service Authority may waive this requirement for emergency projects. Attorneys-in-fact who sign bonds must file a certified and effective dated copy of their Power of Attorney with each bond. No Bid received after the date and time specified for bid submission will be considered. As provided in the Code of Virginia, any Bidder who wishes to withdraw his Bid after opening, solely due to an alleged clerical error, must give notice in writing of his claim of right to withdraw his Bid within two (2) business days after the conclusion of the bid opening procedure and shall submit original work papers with such notice. Otherwise, no Bidder may withdraw a Bid during the time stipulated in the Bid, should the Contract not be awarded within that time. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Service Authority and the low Bidder (which extension shall be binding upon the other Bidders).

The Service Authority may waive informalities or minor defects in a bid, but shall reject nonresponsive bids as defined in Va. Code 2.2-4301. Non responsive bids include but are not necessarily limited to: A. The Bid is on a form other than that furnished by the Service Authority, or if the form is altered, or any part of it is detached, or special conditions are noted thereon. B. There are unauthorized additions, conditions or alternates of any kind that may make the Bid incomplete, indefinite, ambiguous as to its meaning or otherwise unacceptable to the Service Authority. C. The Bidder adds provisions purporting to reserve to himself the right (1) to accept or reject any award or (2) to enter a contract pursuant to an award. D. The Bid does not contain a unit price for each pay item appearing in any schedule of unit prices. E. The Service Authority decides that any of the unit prices in the Bid are unbalanced to the potential detriment of the Service Authority. The Service Authority may make such investigations as it deems necessary to determine the ability of the Bidder to do the work and to determine that the Bidder is a Responsible Bidder under the Commonwealth of Virginia Code 2.2-4301, and the Bidder shall furnish to the Service Authority all such information and data for this purpose as the Service Authority may request, which may include financial statements, bank, project or other references, listing of other outstanding work and information regarding bonding or joint checking of other Subcontractors. The Service Authority reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Service Authority that such Bidder is qualified to carry out the obligations of the Agreement and to complete the work contemplated therein. The Service Authority may make multiple awards as a result of this solicitation contingent upon what the Service Authority determines to be in its best interest. The awards will be made to the lowest responsive, responsible bidder or bidders. The low Bidder shall supply the detailed personnel info, names and addresses of major material suppliers and Subcontractors when requested to do so by the Service Authority or otherwise required by the Bid. If required to do so, each Bidder shall provide appropriate names, addresses, and telephone numbers, Contract number, and any other information requested concerning any city, county, state, or federal projects that they have completed within the past 12 months. The party or parties to whom the Contract is awarded will be required to execute the Agreement, obtain and attach required Certificates of Insurance within 30 calendar days from the date when Notice of Award is delivered to the Bidder. The Notice of Award shall be accompanied by the necessary Agreement. In case of failure of the Bidder to execute the Agreement and provide the required Certificates, the Service Authority shall, at its option, consider the Bidder in default and the Service Authority reserves its right to pursue any legal remedy at its disposal. The Service Authority, within thirty (30) calendar days of receipt of Certificates of Insurance and Agreement signed by the party to whom the Contract was awarded, shall have the Agreement signed and return to such party one copy thereof. Should the Agreement not be executed within

such period, the Bidder may, by written notice, withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Service Authority. The Notice to Proceed for each Work Order shall be issued according to the Contract Documents. The Bidder understands and agrees that by executing the Contract, the Service Authority shall not be committed to any amount of work. Individual Work Orders shall commit the Service Authority to a set amount as stipulated in the individual Work Order. The Contractor will be required to indemnify and hold harmless the Service Authority, its officers and employees, from all Contract and tort claims that may arise out of or during the work of this Contract by any one directly or indirectly employed on the work. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over the locale and execution of the project shall apply to the Contract throughout. All Bidders must possess current and valid Virginia and/or Prince William County licenses, if required under Chapter 7, Title 54, Code of Virginia, to be eligible for consideration. Failure to cite the license number(s) on the Bid or to have said license(s), if required, may result in a Bidder being considered nonresponsive. The Bidder is advised that the quantities shown in the Bid Schedules are estimated and do not reflect the actual amounts of work to be performed. Actual quantities may increase or decrease, and the Bidder shall not be entitled for any additional increase due to any changes in quantities. The Service Authority will not be committed to the Bidder for any amount. Work Orders under this Contract may be issued on an emergency conditions basis. The Contractor will be paid for any Work Orders issued on an emergency conditions basis under the Bid Schedule for Extra Work. For work performed on a weekend or holiday for a Work Order that is issued under an emergency conditions basis, compensation for work by personnel for those weekend or holiday hours will be as follows: For Bid items numbers 1 through 10 and 19 and 20 include: For weekend hours, compensation will be at 1.5 times the unit price rates outlined in the Bid Schedule for Extra Work. For holiday hours, compensation will be at 2 times the unit price rates outlined in the Bid Schedule for Extra Work. For Bid items numbers 11 through 18a include: For weekend hours, compensation will be at 1.15 times the unit price rates outlined in the Bid Schedule for Extra Work. For holiday hours, compensation will be at 1.25 times the unit price rates outlined in the Bid Schedule for Extra Work. Holidays are defined in the section 1.2 Hours of Operation in the Supplementary Conditions.

The Service Authority reserves the right to request a copy of all work papers used to prepare the Bid. The Service Authority will retain copies of the successful Bidder s work papers. After award of the contract, the Service Authority will return work papers to all other Bidders, if so requested. The Service Authority agrees to not release any information within the work papers to any third party. Rider Clause The Contract may be extended, with the authorization of the Contractor, to other public bodies, public agencies, or institutions of the United States to permit their use of the Contract at the same prices and/or discounts and terms and conditions of the Contract. Requesting agencies shall receive a written authorization to utilize this Contract issued by the Prince William County Service Authority. Upon receipt of the written authorization, the Contractor shall deal directly with public bodies utilizing the Contract concerning the issuance of purchase orders, contractual disputes, invoicing and payment. Prince William County Service Authority acts only as the Contracting Agent for these public bodies. It is the Contractor s responsibility to notify public bodies of the availability of the Contract. Other public bodies desiring to use the Contract shall make their own legal determination as to whether the use of the Contract is inconsistent with their laws, regulations, and other policies. Other public bodies if mutually agreed may add terms and conditions required by their statute, ordinances, and regulations, to the extent that they do not conflict with the Contract s terms and conditions. The Contract may contain certain construction elements that each body shall determine whether or not are consistent with their own regulations and policies. The Contract allows that each party may have its own agreement with the Contractor (s) under this Contract. Prince William County Service Authority shall not be held liable for any costs or damages incurred by other public bodies as a result of any contract extended to other public bodies by the Contractor. END OF INFORMATION FOR BIDDERS