top of page

ADVERTISEMENT FOR BIDS

 

  1. Sealed Bids:  Sealed bids for the projects entitled Water Meter Replacement and Implementation of AMR System will be received at the Carter & Sloope Inc., Canton Office, where they will be publicly opened and read. All interested parties may view live on the Zoom video conferencing platform (meeting ID 617-359-796), but in-person viewing will not be allowed due to the COVID-19 pandemic. No bid may be withdrawn after the closing time for the receipt of bids for a period of sixty (60) days. Submit bids to the following address by mail or hand deliver prior to 2:00pm on Friday, May 1st, 2020.

 

City of Concord (Sealed Bid Enclosed-Contract A or B)

Carter & Sloope, Inc.

Attn: Kurt T. McCord

115 Woodland Way, Suite 120

Canton, GA 30114

 

  1. Work to be Done:  The work shall consist of the following:

Contract A: Meter Installation Services -  

The bid will cover labor associated with installing new water meters with AMR transmitters for approximately 335 existing water services ranging from ¾” to 6”. Meters will be provided by the City of Concord.

 

Contract B:  Automatic Meter Reading Equipment -  

The bid will cover material costs and technical support associated with furnishing approximately 335 water meters with AMR transmitters, a laptop computer, back-up meter reading equipment, software, set-up, and training. The top two vendors may be asked to make a presentation before the City makes their final decision. Manufacturers must have a minimum of 20 years’ experience in the U.S. market with at least 10 AMR applications in Georgia.

 

The work will be awarded in two (2) contracts.

 

  1. Specifications & Contract Documents:  Specifications and Contract Documents may be obtained from Carter & Sloope, Inc., 115 Woodland Way, Suite 120, Canton, GA 30114, Phone: 770-479-8782, Fax: 770-479-1884, upon payment of $100.00 per contract or $150 for the pair. Payment for bid documents is non-refundable.

  2. Prequalification of Bidders:  Prequalification will be required of all Bidders before the Bid opening to ensure quality workmanship, availability, and capacity to complete the work. Each potential Bidder must submit their qualifications, experience on similar projects, a list of references, and the Section 00470 questionnaire to the Engineer at least five (5) days prior to the Bid opening. At the Owner’s request, detailed written evidence such as financial data, bonding capacity, previous experience, present commitments, and other such data that may be necessary to assist Owner in determining Contractor’s qualifications. For Contract A, the City prefers and will give special consideration to contractors with a Georgia UC license.

  3. Bonds:  Bids shall be accompanied by a bid bond or certified cashier’s check in an amount not less than 10% of the base bid.  All bonds shall be by a surety company licensed in Georgia with an “A” minimum rating of performance and a financial strength of at least five (5) times the contract price as listed in the most current publication of “Best’s Key Rating Guide Property Liability”.  Performance and Payment Bonds, each in an amount equal to 100% of the contract price shall be required of the successful bidder if contract is awarded. Each Bond shall be accompanied by a “Power of Attorney” authorizing the attorney-in-fact to bind the surety and certified to include the date of the Bond.

  4. Funding:  This project is funded in part or whole by GEFA SRF monies.  All Bidders must comply with 41 CFR 60-4, in regard to affirmative action, to ensure equal opportunity to females and minorities and will apply the timetables and goals set forth in 41 CFR 60-4, as applicable to the area of the project.

  5. Reservation of Rights:  Owner reserves the right to reject any or all Bids, including without limitation, the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner.

 

                City of Concord

                                                                                                       Represented By: John P. Strickland, Mayor

bottom of page