Quantcast
Channel: Daily Citizen: Announcements
Viewing all articles
Browse latest Browse all 3403

SEALED PROPOSALS FOR 2018 WATE...

$
0
0
Sealed Proposals for 2018 WATER REHABILITATION PROJECT for the BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS OF THE CITY OF DALTON, GEORGIA D/B/A DALTON UTILITIES (“Owner”) will be received in the Auditorium of the Dalton Utilities Administration Building at 1200 V.D. Parrott Jr. Parkway until 2:00 P.M. local time January 18, 2018, at which time they will be publicly opened and read. Work to be Done: The work to be done (hereinafter referred to as “Work”) consists of furnishing all materials and equipment, except those specified in the Bid, and performing all labor necessary for the following project (hereinafter referred to as “Project”): Construct the 2018 Water Rehabilitation Project as shown in the drawings and specifications. The project will include the construction of multiple roads: North Lakeshore Road, West School Street, South Lakeshore Drive, Academy Street, Cemetery Street, Cherry Street, Jordan Street, Smith Circle, Raygan Drive, Dailey Avenue, Murphy Drive, Hillview Road, Southward Circle, Fields Road, Brooks Drive, Shepard Drive, Fields Drive, Harlan Drive, Bates Drive, Kenemer Drive, Cantrell Drive, Westside Circle, South Boyd Drive, Bradberry Hill Road, Crider Road, Bunn Drive, Saddlebrook Drive, Gordon Springs Road, Joe Thompson Road, Hoyt Drive, Enoch Trail, King Circle, Hitt Drive, Old Grade Road and others. Rehab will consists of replacing existing pipe infrastructure, valves, fire hydrants, installing new services, connecting existing mains, driveway crossing (rock/concrete), etc… The Contractor’s work also includes all erosion, sedimentation, and pollution control necessary for the project. The cost of any permits required for erosion control and land disturbing will be borne by the Owner. The Contractor will be responsible for the cost of any other permits or licenses required to complete the work. The Contractor will complete all necessary clean-up and restoration work to include filling, finish grading, grassing, landscaping, pavement repairs, driveway repairs, culvert repairs, drainage ditch restoration and other necessary restoration activities such that post construction conditions are EQUAL TO OR BETTER than those conditions that existed prior to any construction activity occurring. The Owner is authorized to issue change orders, without the necessity of additional requests for bids, within the scope of the Project when appropriate or necessary in the performance of the contract. No additional work shall be performed unless authorized by the Owner. The bidder declares that it understands that the unit price quantities shown in the proposal are subject to adjustment by either increase or decrease, by the Owner, and that should the quantities of any of the items of the work be increased, the bidder proposes to do the additional work at the unit prices stated herein; and should the quantities be decreased, the bidder also understands that payment will be made on actual quantities at the unit price bid and will make no claim for anticipated profits for any decrease in the quantities, and that quantities will be determined upon completion of the Work at which time adjustment will be made to the contract amount by direct increase or decrease. Bidder Pre-qualification: Pre-qualification of bidders for this project is required. Bidders must submit a pre-qualification package containing requested information to the office of Dalton Utilities by 5:00 P.M., local time, Thursday, January 4, 2018. All applicants submitting pre-qualification documentation will be notified of their status via phone call to the contact person listed on the package by 5:00 P.M. Friday, January 5, 2018. Only bids submitted by properly pre-qualified bidders will be opened. Mandatory Pre-Bid Meeting: A mandatory pre-bid meeting will be held at Dalton Utilities for all properly pre-qualified bidders. This meeting will be held on Wednesday, January 10, 2018, at 2:00 pm in the upstairs auditorium at the Dalton Utilities office building located at 1200 V.D. Parrott Jr. Parkway in Dalton, Georgia. This meeting is mandatory and if a properly pre-qualified bidder does not attend, then Dalton Utilities will not open a bid from this contractor. Time Allotted: All work as specified herein shall be completed within 365 calendar days of notice to proceed. Contractors submitting bids on project must be prepared to proceed with work within three weeks of bid opening. Bids: Bids shall contain complete and detailed prices for labor, equipment, and construction materials for all items listed. Contractor’s License: All bidders must possess any and all licenses and permits as may be required by applicable federal, state and/or local law/ordinances. The Georgia Utility Contractor License Number shall be written on the face of the bid. Performance and Bid Bond: A bid bond will be required in the amount of 10% of the total bid amount. A contract performance bond and a payment bond, in an amount equal to one hundred percent (100%) of the contract price, will be required of the successful bidder. Withdrawal of Bids: Except as provided in O.C.G.A. Section 36-91-43, no submitted bid may be withdrawn for a period of sixty (60) days after the scheduled closing time for the receipt of bids. Additional Instructions to Bidders, Drawings, Specifications and Contract Documents: Additional instructions to bidders, drawings, specifications, and other contract documents may be examined at Dalton Utilities, Watershed Engineering Services, 1200 V.D. Parrott Jr. Parkway, Dalton, Georgia. Drawings, Specifications and Contract Documents may be obtained at Dalton Utilities’ website https://www.dutil.com/engineering/ or in person at Dalton Utilities, 1200 V.D. Parrott Jr. Parkway, Dalton, Georgia 30721. A nonrefundable charge of $100.00 will be charged for all copies of bid documents obtained from Dalton Utilities. Acceptance or Rejection of Bids: The right is reserved to accept or reject any and all bids and to waive technicalities and informalities. Statutory Requirements: Notwithstanding any provision of this advertisement, all proposals must also comply with the minimum applicable requirements of Chapter 91 of Title 36 of the Official Code of Georgia Annotated. E-Verify Requirements: All contractors and subcontractors performing work for Dalton Utilities must participate in the E-Verify Program pursuant to the Georgia Security and Immigration Compliance Act (SB 529). THE BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS OF THE CITY OF DALTON, GEORGIA By: Tom Bundros, Chief Executive Officer 12/15 12/29

Viewing all articles
Browse latest Browse all 3403

Trending Articles