ADVERTISEMENT FOR BIDDERS



Similar documents
SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

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

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

SECTION PERFORMANCE BOND., hereinafter called PRINCIPAL, and

BID BOND CITY OF EAST POINT, GEORGIA

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

1. Technical Offer Submission Sheet

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

City of Balch Springs, Texas. Request for Proposal (RFP ) Pipe Bursting Sewer Line Replacement

NOTICE TO POTENTIAL BIDDERS

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Section IX. Annex to the Particular Conditions - Contract Forms

Permit No. Permit Fee: $ Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: Address:

Atrium Skylight Repair Carleton Lodge

STATE OF OKLAHOMA WORKERS COMPENSATION COURT 1915 NORTH STILES OKLAHOMA CITY, OKLAHOMA SURETY BOND OF SELF-INSURER OF WORKERS COMPENSATION

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Contract Documents for Construction of JO-LIN SEWER LIFT STATION REHABILITATION

Expedited Dispute Resolution Bond (P3 Form)

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

FORM A: BID (See B8) 1. Contract Title BEAUJOLAIS COULEE AND BALDRY CREEK FLOOD RESTORATION WORKS

SURETY BOND - SAMPLE FORM

Appendix F Subdivision Street Construction Applications and Forms

Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

TOWN OF SCITUATE MASSACHUSETTS

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

CONTRACT NUMBER [Contract Number] PERFORMANCE BOND. As to the Surety: Name: Principal Business Address: Telephone:( )

Sewage Sludge Utilization Performance Bond

RICHMOND METROPOLITAN AUTHORITY RICHMOND EXPRESSWAY SYSTEM DECK REHABILITATION 2014 NORTHBOUND POWHITE OVER THE JAMES RIVER **********

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

QSP INFORMATION AT A GLANCE

All other provisions of the contract documents, plans and specifications shall remain unchanged.

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR QUOTATION

#5 Independent Contractor Form - With Insurance With Bonds

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

STANDARD CONTRACT EXECUTION FORMS

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1292

SECTION 3 AWARD AND EXECUTION OF CONTRACT

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

Limited Agency/Company Agreement

REQUEST FOR QUOTATION

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

BID BOND. are held firmly bound unto the LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY, hereinafter called Metro, DOLLARS.

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

CITY OF SHAWNEE POTTAWATOMIE COUNTY, OKLAHOMA CONTRACT. for CONTRACT NO. COS-SMA SANITARY SEWER REHAB PROJECT (VARIOUS LOCATIONS)

Policy Number: Policy Name: Professional Services and Construction Services Procurement

Request for Proposals BUILDING DEMOLITION SERVICES

PERFORMANCE BOND INSTRUCTIONS (FEB 2015)

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

Upon receipt of a letter of intent to award a contract, Bidder shall provide Performance and Payment Bonds as outlined below.

ARTICLE 11. INSURANCE AND BONDS

CONSTRUCTION AGREEMENT FOR

NC General Statutes - Chapter 44A Article 3 1

Warner Robins Housing Authority

This page left blank intentionally

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

CITY OF COMMERCE CITY BID BOND

DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

INDEPENDENT CONTRACTORS AGREEMENT

REQUEST FOR BIDS. Electrical Contracting Services for

Canterbury Park Pool Chamber Replacement

W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO Addendum 3a

How To Build A Data Backup System In Town Of Trumbull

SECTION EIGHT BONDING REQUIREMENTS

Sample form not to be used as original

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

Ocoee, FL July 01, 2016 Advertisement No. 1

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

CLEARING MEMBERSHIP AGREEMENT

Transcription:

ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the Project known as: 2:00 PM, Local Time, September 6, 2014 Lookout Mountain 8 Sanitary Sewer at which time and place the proposals will be publicly opened and read aloud. Proposals received after the designated time will not be considered and returned unopened. The Project generally consists of the following major items: The Project will consist of the installation of approximately 375 linear feet of 8 Sanitary Sewer Line ; and additional miscellaneous improvements. Bidders shall inform themselves concerning Georgia Laws and comply with same. The successful bidder will be required to obtain and pay for all necessary land disturbing and building permits. Bidding Documents may be obtained from the web site of the City of Lookout Mountain. The following link is provided in order to download documents,. The OWNER is not obligated to consider a bidder s proposal, if bidder is not on record with the issuing office as having received complete Bidding Documents. For information concerning the proposed Work, contact Trevor Consulting, Inc., Attention Kenneth Trevor, telephone number 678-358-9619. For an appointment to visit the site, contact Brad Haven, City Manager at telephone number 423-322-7119. The time allowed for Substantial Completion is 30 days, and the time allowed for completion and readiness for final payment is 45 days from the date of commencement. Each Bid must be accompanied by a Bid Bond with good and sufficient surety or sureties approved by the owner for faithful acceptance of the contract, payable to, in favor of, and for the protection of the OWNER in an amount equivalent to five percent (5%) of the total amount payable by the terms of the contract or, in lieu thereof, a certified check, cashier's check, or cash in equal amount. The successful bidder will be required to furnish the necessary additional Bond(s) as described in the Bidding Documents. All Bids will remain subject to acceptance for 60 days after the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to that date. Each prospective bidder will be required to submit a Statement of Bidder s Qualification to the Owner as part of the bidding documents. The requirements are included in the bid documents. The Project, if awarded, will be to the lowest qualified Bidder. The Owner reserves the right to reject any or all Bids, to waive informalities and re-advertise. Brad Haven, City Manager, Lookout Mountain, Georgia

1. The bid is to be submitted to: BID DOCUMENT City of Lookout Mountain, Georgia Lookout Mountain 8 Sanitary Sewer Installation City of Lookout Mountain, Georgia 1214 Lulu Lake Road Lookout Mountain, Georgia 30103 Attn: Brad Haven, City Manager 2. The undersigned bidder agrees, if this Bid is accepted, to enter into an Agreement with the Owner in the form included in the bidding documents. The undersigned further agrees to perform all Work as specified or indicated in the Bidding Documents for the prices indicated and within the time allotted for the project. The project duration is further defined as obtaining substantial completion within 30 calendar days of mobilization to the site. 3. Bidder accepts all terms and conditions, including the need to provide a Bid Security (5% of Bid Total) and appropriate Payment and Performance Bond for the full value of the bid. 4. In submitting this bid the bidder acknowledges the following: a. The bidder has examined and carefully studied the Bidding Documents, including all Addenda. Bidder must acknowledge this within the Bidding Form. b. Bidder has visited the Site and has become familiar and acknowledges a thorough understanding of all general and local Site conditions that may affect cost, schedule and general performance of the Work. c. Bidder acknowledges and will adhere to all federal, state and local laws including all traffic control requirements per the Manual of Uniform Traffic Control Devices (MUTCD). All State Department of Transportation requirements will be required to protect the safety of all residents. d. Bidder acknowledges that they will be crossing existing utilities. It is the responsibility of the Bidder, should they be chosen to perform the Work, to identify and confirm all existing utility locations and elevations to confirm the slope and grade of the proposed sewer line installation. Should the locations or elevations differ from what is depicted on the plans, then it is the responsibility of the Bidder to clearly notify the Owner of the deviations. e. Bidder identifies that no additional examinations or studies are necessary for the determination of this Bid and the performance of the Work with regards to either price or time for installation. f. Bidder acknowledges that they have given the Engineer written notice of all conflicts, errors, ambiguities or discrepancies that the Bidder has discovered in the Bidding Documents. g. It is the Right of the Owner to reject all bids due to non-conformance with the requirements as specified within the Bidding Documents or for issues deemed as necessary to the Owner to be provided with the most cost effective, time relative Bid for the Work.

h. All work is to be performed during the day and between the hours of 8:00 AM to 6:00 PM. Should the Bidder need to perform the work outside of those hours, then the Bidder must receive prior approval before said work can be performed. i. The Bidder shall have the ability to provide the necessary insurance for the Work. The minimum insurance requirements are as follows: i. General Liability Each Occurrence - $500,000 ii. General Liability General Aggregate - $1,000,000 iii. Automobile Liability Combined Single Limit - $500,000 iv. Workers Compensation and Employers Liability - $1,000,000 j. All testing of proposed sewer line is to be performed prior to acceptance of the line for use to convey sewage. This testing shall include the air testing of all lines and manholes up to 10 p.s.i. for a period of 2 hours and mandrel testing of the proposed line to confirm proper line and grade. Once the testing of the new sewage conveyance system has been accepted, the Bidder shall coordinate the transfer of the sewage from the existing force main to the proposed gravity sewage conveyance system. k. The daily work shall be left in a manner that allows for the nightly use of the roadway. This shall consist of an acceptance of the existing grade and surface of the roadway that allows for an unencumbered use of the roadway by the general public. All signage shall identify the nature of the roadway to provide the general public with an understanding of the type of roadway condition. l. The contract used for this project is attached. m. Progress payments should not be required, however should the Bidder request a periodic payment for Materials Stored on Site and/or the Payment and Performance Bond, then they may request payment for these Materials and said Bonds. All payment requests for Materials Stored on Site or Bonds will only be approved with the submission of receipts for said materials and bonds. n. All payments will have a 10% retainage, withheld from payment. This retainage will be approved for payment to the Bidder once the Final Acceptance of the sanitary sewer system has been fully completed and acceptable for use. o. All work shall be warrantied for a period of one (1) year from the date of Final Acceptance. p. Contractor shall be responsible for all necessary notifications and adherence to the requirements of the 811 Utility notification system, defined by State Law. q. Contractors to provide documentation stating three projects of similar size and difficulty that they have performed. Documentation to identify the size and magnitude of the project including schedule. These projects are to also have references attached, and must provide adequate contact information of Owner.

BID FORM Unit Prices No. Description Quantity Unit Unit Price Total 1. Demolition and Sawcutting of Ex. Asphalt 375 LF $ $ 2. 8 DIP Protecto 401 Sanitary Sewer 375 LF $ $ 3. 4 DIA. Manhole 22 VF $ $ 4. Pavement Replacement 190 SY $ $ 5. Tie to Existing Force Main 1 LS $ $ 6. Tie to Existing Manhole 1 LS $ $ 7. Gravel Pipe Bedding 50 TN $ $ 8. Traffic Control 1 LS $ $ 9. Testing 1 LS $ $ Total Numerals $ Words Additional Unit Price Items 1. Rock Excavation via Excavator 50 CY $ $ 2. Rock Excavation via Blasting 50 CY $ $ 3. Additional GAB per Owner s Direction 15 TN $ $ Bidder acknowledges that they are an individual, partnership or corporation that is authorized to perform work in the State and they are fully licensed to perform work of this type. Name of Business: Authorized Signature: License No.

BID BOND BIDDER (Name and Address) SURETY (Name & Address of Principle Place of Business) OWNER: City of Lookout Mountain, Georgia BID: Bid DUE Date: September 6, 2014, 2:00 PM, Local PROJECT DESCRIPTION: Installation of approximately 375 linear feet of 8 Sanitary Sewer Line BOND: Bond Number and Date: Penal Sum: FIVE PERCENT OF BID

Surety and Bidder, intending to be legally bound, subject to the terms printed on the Bond to be duly executed on it s behalf by its authorized officer, agent, or representative. BIDDER Bidder s Name and Corporate Seal SURETY Surety s Name and Corporate Seal By: By: Witness: Witness:

AGREEMENT THIS AGREEMENT is by and between the City of Lookout Mountain (Owner) and (Contractor) Owner and Contractor agree as follows: 1. Contractor shall complete all Work as specified and indicated in the Contract Documents. The Work is generally described as: The installation of approximately 375 linear feet of 8 DIP sanitary Sewer Line and all necessary improvements 2. The Project has been designed by Trevor Consulting, Inc, who is to act as the Owner s representative, assume all duties and responsibilities and have the rights and authority assigned to the Engineer in the Contract Documents with the completion of the Work. 3. The Work shall be completed within 30 days of the mobilization of the Contractor onto the Site. Final Completion shall be completed within 45 days of the mobilization of the Contractor to the Site. 4. There shall no Liquidated Damages assigned to this project. 5. Owner shall pay the Contractor, based on the Unit Price Schedule, for the Work in accordance with the Contract Documents. For all of the Work, an amount equal to the sum of the Unit Price Items as indicated in the Contractor s Bid, however not more than the lump sum noted below. $ 6. The Owner shall pay up to ninety percent of the work until the time of Final Completion. Once the Final Completion has been obtained, then the Contractor may request the balance of the Contract. 7. The Contractor understands that the Bidding Documents and all of the clarifications defined in the Bidding Documents will be incorporated into this agreement. 8. Contract Documents: a. This Agreement b. The Construction Documents c. The Bidding Document including Bid Form d. Any Addenda e. Payment and Performance Bonds f. Any Change Directives

g. Any and all Local, State and Federal Laws 9. The Assignment of the Contract No assignment by any of the parties to another party will be binding without the express written consent of all parties of this agreement. 10. Successors and Assigns Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate. One counterpart each has been delivered to the Owner and Contractor. All portions of the Contract Documents have been signed or identified by the Owner and Contractor or on their behalf. This Agreement will be effective on, 20 (which is the effective date of the Agreement) OWNER: City of Lookout Mountain, Georgia By: Title: Corporate Seal: CONTRACTOR: By: Title: Corporate Seal: Witness: Title: Address: Witness: Title: Address (physical address) License No:

PERFORMANCE BOND CONTRACTOR (Name and Address) SURETY (Name & Address of Principle Place of Business) OWNER: City of Lookout Mountain, Georgia CONSTRUCTION CONTRACT: Date: _ Amount: $ PROJECT DESCRIPTION: Installation of approximately 375 linear feet of 8 Sanitary Sewer Line BOND: Bond Number and Date: Amount:

Surety and Bidder, intending to be legally bound, subject to the terms printed on the Bond to be duly executed on it s behalf by its authorized officer, agent, or representative. BIDDER Bidder s Name and Corporate Seal SURETY Surety s Name and Corporate Seal By: By: Witness: Witness: