Phone: 706-652-2274

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS

Wastewater Pump Station Improvements

for the

City of Maysville, Georgia

Sealed bids will be received by the City of Maysville, Georgia (OWNER), for furnishing all materials, labor, tools, equipment, and any other miscellaneous items necessary for the construction of Wastewater Pump Station Improvements in Maysville, Georgia.

Bids will be received at Maysville City Hall, 4 Homer Street, P.O. Box 86, Maysville, Georgia, 30558 until 2:00 p.m. on December 5, 2017. Any bid received after said time and date of bid opening will not be considered by OWNER. Bids will be publicly opened and read aloud at this time and location. All bids will be evaluated by OWNER and the project will be awarded, if it is awarded, within sixty (60) days of the bid opening. If a bidder is not selected within sixty (60) days of the bid opening, any bidder that is determined by the OWNER to be unlikely of being selected for contract award shall be released from their bid.

The award of this bid proposal, if awarded, shall be based on several criteria, including prices bid, experience in the work proposed, and references. Refer to Article 14 of Section 00100 for criteria and award method.

The Project consists of, but is not limited to the following major elements:

Construction of two (2) each sanitary sewer pump stations and associated appurtenances.

Time of completion for all work associated with this project shall be one hundred eighty (180) consecutive calendar days from the date of a written “Notice to Proceed” from OWNER.

 

Copies of Contract Documents, Specifications, and Construction Drawings may be obtained at the office of Engineering Management, Inc., 303 Swanson Drive, Lawrenceville, Georgia 30043, upon payment of a non-refundable cost of $200.00. Checks shall be made payable Engineering Management, Inc.

For general information and purchasing documents regarding this project, you may contact Juanita Clark

at (770) 962-1387 or jclark@eminc.biz. For technical questions regarding this project, you may contact Zack Bryan at (770) 962-1387, extension 111 or zbryan@eminc.biz.

The Information for Bidders, Bid Proposal Form, Form of Agreement, Drawings, Specifications, and forms of Bid Bond, Performance Bond, Payment Bond, Bidders Qualification Forms, and other Contract Documents may be examined at the following locations:

 

OWNER: 

City of Maysville

4 Homer Street

P. O. Box 86

Maysville, GA   30558                                       706-652-2274 (T)

706-652-3511 (F)

 

 

Engineering Management, Inc.

303 Swanson Drive

Lawrenceville, GA 30043

770-962-1387 (T)

770-962-8010 (F)

 

A list of persons who purchased Contract Documents from Engineering Management, Inc. will be available from the Engineer ONLY through facsimile transmission, U.S. Mail, or from their website at www.eminc.biz.

 

OWNER requires a bid bond* or a certified cashier’s check in the amount of five percent (5%) of the total bid to be enclosed with the bid at the time of bid opening. Cashier’s check will be made payable to the City of Maysville.

 

The successful bidder will be required to furnish OWNER with Insurance, Workman’s Compensation Insurance, and Performance and Payment Bonds* in the amount of one-hundred percent (100%) of the total bid.

 

Each bid must be submitted in a SEALED ENVELOPE, addressed to the OWNER. Each sealed envelope containing a Bid must be plainly marked on the outside as, “Wastewater Pump Station Improvements, City of Maysville, Georgia”. If bid is forwarded by mail, the sealed envelope containing the Bid must be enclosed in a separate mailing envelope to the attention of the OWNER at the address previously given.

 

All Bids must be made out on the bid form of the type bound in the Contract Documents, in accordance with the instructions in the Information for Bidders. No interlineation, additions, or deletions shall be made in the proposal form by the BIDDER.

 

Any and all Bids received without the aforementioned qualification criteria enclosed, will be returned to the BIDDER.

 

CONTRACTORS and SUBCONTRACTORS bidding on this Project will be required to comply with all Federal, State, and local laws.

 

OWNER reserves the right to waive any informalities or to reject any or all Bids, to evaluate Bids, and to accept any Bid which in its opinion may be in the best interest of the OWNER. No Bid will be rejected without just cause.

 

Successful Bidder will be required to perform WORK as the Prime Contractor. WORK performed by Prime Contractor shall be at a minimum 30% of the contract value.

 

No BIDDER may withdraw his bid within the time limit specified in the Instruction to Bidders (Section 00100).

 

The City has acquired all necessary State and Federal permits in connection with this project except for the Land Disturbance permit but anticipates this permit will be acquired within 30 days of the date of receiving bids. The City has acquired 50% of the easements and rights of way required for this project and anticipates that all such easements and rights of way will be acquired within 30 days of the date of receiving bids.

 

* Surety companies executing Bonds must appear on the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State of Georgia. For Performance Bonds less than $300,000 an irrevocable Letter of Credit from a bank as defined in O.C.G.A. Code Section 7-1-4 may be submitted in lieu of a bond. In lieu of a Payment Bond, a Cashier’s Check, Certified Check, or Cash may be submitted in an amount not less than the total amount payable by the terms of the CONTRACT.

 

 

 

Richard Presley, Mayor

Maysville, Georgia

 

 

END OF SECTION