Georgia Local Government Access Marketplace
Job Category:

City of Summerville Sewer System Improvements


Summary

INVITATION TO BID

PART 1.                    GENERAL

 

1.1               SEALED BIDS

 

Sealed bids for construction of FY 2024 CDBG Sewer System Improvements will be received until Thursday, September 4th, 2025 at 11:00 AM at the City of Summerville, 120 Georgia Avenue, Summerville, GA 30747, 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  No bid may be withdrawn after the closing time for the receipt of bids for a period of sixty (60) days.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

 

The Contractor shall furnish all labor, equipment and materials necessary to construct the new gravity sewer system components as shown in the construction drawings. More specifically, the work shall consist of ± 2,000 LF of conventional sanitary sewer with PVC mains ranging from 10” to 8”, ±120 VF of manhole construction, ±30 customer transfers, ±1,000 LF of pavement replacement, erosion & sediment control, grassing and all other appurtenances necessary for a complete installation.

 

            Time allotted for completion of work is 180 consecutive calendar days.  All Work shall be completed in accordance with the plans and specifications.  The Work will be awarded in one (1) Contract. The following project schedule is expected to be adhered to:

 

Bid Opening:                                       September 4th, 2025

Award of Contract:                             September 8th, 2025

Pre-Construction Conference:             Mid-October, 2025

Notice to Proceed:                               NLT December 2nd, 2026

Date of Substantial Completion:         NLT May 31st, 2026

 

1.3               PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS

 

Complete digital specifications and contract documents are available at www.QuestCDN.com. You may view the digital documents for free by entering Quest project number 9809442 on the website’s project search page. The fee to download the digital documents is $250.00 payable through the website. 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. Please contact QuestCDN customer support at 952-233-1632 or info@questcdn.com for assistance in membership registration, downloading and working with digital project information. Any other questions can be directed to the issuing office, Carter & Sloope, Inc., Canton, GA, 770-479-8782.

 

 

 

 

Plans, Specifications, and Contract Documents may be examined for public viewing at the following locations:

 

City of Summerville

120 Georgia Avenue

P.O. Box 180

Summerville, GA 30747

 

Carter & Sloope, Inc.

115 Woodland Way, Suite 120

Canton, GA 30114

(770) 479-8782

 

1.4               CONTRACTOR LICENSE

 

The Scope of Work as described herein is defined as “utility contracting” in accordance with O.C.G.A. 43-14-2(17) so the Contractor preforming the work must provide proof of a valid license by the State of Georgia as a “Utility Contractor” and must employ a “Utility Manager” certification holder who will have oversight on all the work. Therefore, the Contractor submitting a bid must list the license number of the Contractor performing the utility contracting on the face of the bid envelope and on the bid form. No bid will be opened unless it contains the Contractor’s Utility License Number on the envelope. See Instruction 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 as may be necessary to assist Owner in determining Contractor’s qualifications shall be provided per the Instructions to Bidders contained in the contract documents.

 

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               FUNDING

 

Funding is to be provided by the Community Development Block Grant Program which is administered by the Georgia Department of Community Affairs.

 

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.

 

1.8               CONTRACT AND SUB-CONTRACT PROVISIONS

 

This agreement is for services related to a project that is subject to the Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget’s Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18,2022.

 

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 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, gender, familial status, disability, or age.

 

MINORITY & FEMALE OWNED BUSINESSES

All Bidders must comply with 41 CFR 60-4, in regard to affirmative action, to insure 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.

 

E-Verify

Bidders must also comply with OCGA-13-10-91 and utilize the federal work authorization program commonly known as E-Verify.

 

1.9               WAGE RATES

 

Attention is particularly called to employment conditions and Davis-Bacon wage rate requirements as outlined in Section 00810 of the contract documents (See CDBG Contract Clauses). All contracts and subcontracts $2,000 or more must comply with Davis-Bacon wage, payroll and all other Federal, State, and local requirements.

 

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 bid invitation.

 

1.10           PERMITS

 

All anticipated federal, state, or local permits required for the project will be obtained prior to signing of the construction contract.

 

1.11           RIGHT-OF-WAY AND EASEMENTS

 

All anticipated rights of way and easements required for the project will be obtained prior to signing of the construction contract.

 

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 Summerville

 

END OF SECTION

 


Do you have what it takes?