SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

Size: px
Start display at page:

Download "SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19"

Transcription

1 SECTION BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. W-1-19 Jonestown Bid Form

2 D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which has been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, 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 applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. No officer, agent, or employee of the OWNER is personally interested, directly or indirectly, in this Bid and accompanying Contract or the compensation to be paid hereunder. L. This Bid is made without connection with any person, firm, or corporation making a Bid for the same work, and is, in all respects, fair and without collusion or fraud. W-1-19 Jonestown Bid Form

3 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER The Bidder shall provide any and all materials, labor, and equipment necessary to complete this Project, including Ductile Iron Pipe, bends & fittings, hydrants, corporations, copper service line materials, stone products, bituminous materials, any concrete materials, top soil and seeding The Bid Prices are lump sum and shall include all the work necessary for the complete installation and testing of the water mains and water service laterals with the following clarifications: a) Authority Water Main Construction Projects may start on or after March 1 st and must be have a final completion date of no later than November 15 th of the year in which the project was bid. b) The City of Lebanon Authority requires a minimum water main installation depth of cover from the top of pipe. c) All domestic service lines shall be replaced from the new main, through and including the curb stops and curb box with a minimum line size of ¾ type k copper. However if a larger (existing) line size is encountered; the bidder will provide an equal line size up to 1. The Authority will supply materials for line sizes greater than 1, including the corporation, copper pipe, and curb stop. Curb box will be provided by bidder. d) Property owners will be notified of their opportunity to have their service line replaced from the curb stop into the house. If the bidder plans on offering this service to the homeowners, the Authority would appreciate having separate crews handle this work so that it does not slow the waterline construction. Service lines should only be installed after the main is tested. The majority of existing water services included in the Project scope will be of copper material; however the bidder should plan for the contingency of adapting to steel pipe or other piping materials in some instances. e) The bidder shall assume responsibility for any PA One Calls and subsequent updates there of; all saw cutting, dust control, unloading and handling of materials (including Ductile Iron Pipe), traffic control devices, signs & flagmen. f) In the event that accurate depths of existing utility crossings cannot be determined by alternate means; test pits will be required in order to verify these crossing depths in order to provide a uniform grade of the finished water main. W-1-19 Jonestown Bid Form

4 g) Cold patch or hot mix will be required to contain ditch areas after stone backfill has been completed until the final paving is restored in high traffic areas. In low traffic areas; this condition will be waived unless the Authority receives complaints from the local residents. h) Restoration of excavated ditches shall be replaced to specifications of the Borough of Jonestown. i) Initial cutting of roadway surfaces for open cut ditch excavation does not include the required cut-back for paving restoration. An additional (12 ) cut-back on each side of the ditch line will be required for black top restoration as shown on Highway Payment Restoration details. j) Upon completion of the Project any and all restoration of any roadways, driveways, sidewalks, as well as top soil & seeding must meet the approval of the Borough, City of Lebanon Authority and/or the property owner. Any substandard restoration work that is not suitable to the controlling agency or the property owner; shall be re-done at the bidder s expense. k) All 2A stone backfill is required on this project in all roadways l) The undersigned Bidder offers to furnish any and all materials, labor, superintendence, equipment, plant and other facilities, utilities and all things necessary or proper for, and to perform all Work (as defined in the General Conditions) necessary or incidental to the above stated Project, complete in every respect, in strict accordance with the Contract Documents (as defined in the General Conditions and Supplemental Conditions) and any future changes therein as provided in the Project Manual, and to perform all other obligations imposed by the Contract Documents for the following pricing. W-1-19 Jonestown Bid Form

5 Construction of Water Mains: Jonestown, PA Market Street Project No. W-1-19 LUMP SUM PRICE: Construction of Water Mains: Market Street (Jonestown) Project No. W-1-19 BASE BID: ($ ) The bid price above does not include rock excavation. The Owner agrees to pay the bidder, in addition to the above bid amount, for trench rock at a rate of $ per cubic yard using hydraulic means to break up and remove the rock. No blasting is permitted. The Engineer shall ultimately determine the quantity of trench rock upon review of field measurements provided by the contractor and field inspector. Other additional and extra work, if any, performed in accordance with the Contract shall be paid for as provided in the Specifications Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement The undersigned Bidder hereby represents that should this Bid, including any combination of alternates, additions, deductions or omissions indicated or authorized by the Schedule of Prices be accepted by the OWNER within 60 days of the opening of bids, Bidder will execute the Contract and furnish the properly executed bonds and insurance certificates within the time and in the forms and amount required by the Contract Documents and that upon Bidder s failure, neglect, or refusal to do so, Bidder shall forfeit to the Owner the Bid Security accompanying this Bid, not as a penalty, but as liquidated damages. W-1-19 Jonestown Bid Form

6 SCHEDULE OF BASE BID PRODUCT MANUFACTURERS The Bidder shall indicate by pen and ink check mark the name of ONE manufacturer for each item in the following LIST OF BASE BID PRODUCT MANUFACTURERS which he proposes to furnish, and upon which he has based his base bid. The unqualified right is reserved by the Owner to select the manufacturers of the products if the Bidder fails to indicate the names of the manufacturers he proposes to furnish, or indicates more than one manufacturer for a particular product, or writes in an unapproved product manufacturer. LIST OF BASE BID PRODUCT MANUFACTURERS Ductile Iron Pipe United States Pipe & Foundry Company Clow Corporation American Cat Iron Pipe Company Griffin Pipe Products Company Wedge Action Retainer Glands EBAA Iron Inc. Ford Meter Box Company Retaining Gasket for Push-on Pipe U.S. Pipe; Field Lock Gasket American; Fast Grip Gasket Gate Valves American Flow Control United States Pipe & Foundry Company Air Valves Val-Matic Valve and Manufacturing Corporation a) Model 201C.2 (1-inch air valve) b) Model 201C.2 (2-inch air valve) APCO Valve and Primer Corporation G.A. Industries Inc. Tapping Sleeves & Valves Kerr Engineering Sales Company International Piping Services Company Hydra-Stop Inc. W-1-19 Jonestown Bid Form

7 Fire Hydrants American Darling Blow Off GIL Industries Inc. Corporation Stops Ford Meter Box Company Curb Stops Ford Meter Box Company Service Saddles Ford Meter Box Company Casting Spacers PSI Pipeline and Insulator Inc. Cascade Waterworks Mfg. Co. APS Advance Products and Systems Inc W-1-19 Jonestown Bid Form

8 SUBSTITUTED ITEMS In accordance with Instructions to Bidders Article 11, Bidder shall indicate by pen and ink, items of equipment other than those specified which Bidder feels are "equal" to specified items together with total price difference of the proposed substitute item. 1. Specified Equipment to be substituted: _ a. Specified Manufacturer: b. Substituted Manufacturer: c. Total Price Difference of Substituted Item * Deduct $ 2. Specified Equipment to be substituted: _ a. Specified Manufacturer: b. Substituted Manufacturer: c. Total Price Difference of Substituted Item * Deduct $ 3. Specified Equipment to be substituted: _ a. Specified Manufacturer: b. Substituted Manufacturer: c. Total Price Difference of Substituted Item *Deduct $ 4. Specified Equipment to be substituted: _ a. Specified Manufacturer: b. Substituted Manufacturer: c. Total Price Difference of Substituted Item *Deduct $ * If Total Substitute Price of Substituted Item is an increase in price, strike out Deduct and insert Add. (ATTACH ADDITIONAL SHEETS OF SAME FORMAT IF REQUIRED) W-1-19 Jonestown Bid Form

9 SUBMITTED on, State Contractor License No.. (If applicable) If Bidder is: An Individual Name (typed or printed): By: Doing business as: Business address: Phone No.: (Individual s signature) address: (SEAL) A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: address: W-1-19 Jonestown Bid Form

10 A Corporation Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Attest Business address: Phone No.: (Signature of Corporate Secretary) address: (CORPORATE SEAL) Date of Qualification to do business is. A Joint Venture Joint Venturer Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: address: W-1-19 Jonestown Bid Form

11 Joint Venturer Name: (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: address: Phone and address, and Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) W-1-19 Jonestown Bid Form