
Concord, Georgia
Established 1887
City of Concord
50 Main Street ∙ P.O. Box 175
Concord, GA 30206
770-884-5221 ∙ cityofconcord@bellsouth.net
Monday - Friday
8:00 - 4:00
After hour water emergency: 770-884-5221
(Leave a detailed message)
INVITATION TO BID
PART 1. GENERAL
1.1 SEALED BIDS
Sealed bids for construction of the North Oxidation Pond Seepage Collection System will be received until Wednesday, June 24, 2020 at 2:00 P.M. at Concord City Hall, 50 Main Street (P.O. Box 175), Concord, GA 30206, at which time and place they will be publicly opened and read. Any proposal received after said time and date will not be considered by the Owner. No bid may be withdrawn after the closing time for the receipt of bids for a period of sixty (60) days.
1.2 SCOPE OF WORK
Under this project, the Contractor shall furnish all labor, equipment and materials necessary to implement the seepage collection, sump pump, force main, fencing, electrical wiring, grading, associated sitework, and erosion control plan.
Time allotted for completion of work is 60 consecutive calendar days. All Work shall be completed in accordance with the plans and specifications under one (1) Contract.
1.3 PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS
Plans, Specifications and Contract Documents are on file at the CARTER & SLOOPE, INC Canton office and Concord City Hall. Copies may be obtained from CARTER & SLOOPE, INC., 115 Woodland Way, Suite 120, Canton, GA 30115, Phone: (770) 479-8782, Fax: (770) 479-1884, upon payment of $100.00 (non-refundable). A Bidder’s Proposal will not be considered by the Owner unless the Bidder is on record with Carter & Sloope, Inc. as having purchased and received complete Bidding Documents.
1.4 CONTRACTOR LICENSE
Any Contractor submitting a bid must be licensed by the State of Georgia as a Utility Contractor. License numbers are requested to be written on the face of the bid envelope, but not required. See Instructions to Bidders for additional bidding requirements.
1.5 PREQUALIFICATION OF BIDDERS
Prequalification may be required of bidders prior to the award of contract. At the Owner’s request, detailed written evidence such as financial data, bonding capacity, previous experience, present commitments, and other such data will be assessed and used to determine each Contractor’s capabilities.
1.6 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.
1.7 PERMITS
All anticipated federal, state, or local permits required for the project have been obtained or will be obtained prior to the start of construction.
1.8 RIGHT OF WAY AND EASEMENTS
All anticipated rights of way and easements required for the project will be obtained prior to construction.
1.9 FUNDING
Any Contract awarded under this Advertisement will likely be funded by a grant from the Georgia Department of Community Affairs – Immediate Thread and Danger (ITAD) Program.
1.10 SECTION 3/FHEO
This is a Section 3 Covered Project under the HUD Act of 1968 and Section 3 Residents and Business Concerns are encouraged to apply. The City is committed to providing all persons with equal access to its services, programs, activities, education, and employment regardless of race, color, national origin, religion, sex, familial status, disability or age.
1.11 WAGE RATES
Attention of BIDDERS is particularly called to the requirements regarding as to conditions of employment to be observed and wage rates to be paid under the contract documents on this project must be paid as per the WAGE RATES in the ITAD/CDBG Contract Clauses included in the Contract Documents on this project, and that the contractor, subcontractor must also comply with all Federal, State, and local requirements. Minority and female owned firms are encouraged to participate in this Federally-funded project. Procurement will be in compliance with the Common Rule, 24 CFR 84.36. Potential respondents are particularly called to the requirements of Title VI; of Civil Rights Act of 1964 and CFR 570.602; and Executive Order 11246-Equal Employment Opportunity and Affirmative Action. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall to greatest extent feasible, be directed to Section 3 residents and businesses in the area especially low- and very-low income persons, particularly persons who are recipients of HUD assistance for housing. Neither the United States nor any of the departments, agencies, or employees is or will be a party of any contract awarded pursuant to this invitation to bid.
1.12 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. Owner reserves the right to waive informalities and to re-advertise.
CITY OF CONCORD
Represented By: Mr. John P. Strickland
Mayor
ADVERTISEMENT FOR BIDS
-
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
-
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.
-
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.
-
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.
-
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.
-
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.
-
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