Phone: 706-652-2274

Current RFPs & Bids

Water System Improvement BID – Click here for PDF or see text below

ADVERTISEMENT FOR BIDS
Water System 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 Water System
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 October 20, 2016. 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 approximately 1,900 LF of 8” DIP water main, 16,300 LF of 8” PVC
water main, 540 LF of 6” DIP water main, 11,800 LF of 6” PVC water main, 1,600 LF
of 2” PVC water main, 315 LF of jack and bores, 3,800 LF of pipe bursting existing 6”
water main and replacing with 8” fusible C900 PVC, fire hydrants, valves, 184 water
meter replacements, and associated appurtenances.

Time of completion for all work associated with this project shall be two hundred forty (240) 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 nonrefundable 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 Chip
McGaughey at (770) 962-1387, extension 102.

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:12-024/08-16 (Advertisement for Bids) 00030-2

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, “Water System 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. The City has
acquired 50% of the easements and rights of way in connection with this project and anticipates that all such
easements and rights of way will be acquired within 60 days of the date of receiving bids.12-024/08-16 (Advertisement for Bids) 00030-3
* 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