Lift Station 66 and 88 Rehabilitation

Agency: City of Albany
State: Georgia
Type of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Sep 22, 2023
Due: Oct 24, 2023
Solicitation No: 24-021
Publication URL: To access bid details, please log in.
Number Bid Name Pre-Bid Bid Opening Bid Tabulation
24-021 Lift Station 66 and 88 Rehabilitation 10/10 10/24/2023

Attachment Preview

SEPTEMBER 22, 2023
INVITATION TO BID
LIFT STATION 66 and 88 REHABILITATION
Bid Reference No. 24-021
Sealed Bids will be received by the City of Albany, Procurement Division, Suite 260, 222 Pine Avenue,
Albany, Georgia, until October 24, 2023, until 1:30 P.M. for the LIFT STATION 66 and 88
REHABILITATION project, in accordance with Drawings, Specifications and other Contract
Documents. Bids will be opened and publicly read aloud at the above stated time and place. The scope
of work is contained in the bid documents.
A Pre-Bid conference will be held on October 10, 2023, at 11:00 A.M. at the Lift Station 66
Site, 405 Maxwell Drive (located behind Georgia Pacific) and then proceed to 118 Dawes
Avenue, Lift Station 88. All interested vendors are strongly encouraged to attend.
This project will be bid on a unit price basis for all specified work and will be awarded to the lowest
responsive and responsible bidder.
A 5% Bid Bond is required of all bidders. Bid bond must be present for bid to be read or considered.
100% Performance and Payment bonds will be required of the successful bidder.
The City of Albany strongly encourages Small Business firms to participate in this bid. The City of Albany
reserves the right to reject any and all bids and to waive any informalities in the bidding process.
All corporations should provide the corporate seal, a copy of the Secretary of State Certificate of
Incorporation, and a listing of the principals of the corporation with bid.
Bid documents, specifications and plans may be inspected at the Procurement Office, 222 Pine Avenue,
Suite 260, Albany, Georgia and on the Georgia Procurement Registry.
For additional information, contact Ricky Gladney, Buyer, at (229) 431-3211. Submit all questions via
email to rgladney@albanyga.gov cc: jswilliams@albanyga.gov and kross@albanyga.gov. The deadline
for questions is October 18, 2023, at 2:30 P.M. Questions received after this deadline may not be
answered. Replies of substance will be in the form of written addenda and made available to all
potential bidders.
I' '.t, of 11bany, ! .
nn '
V\J i /J-t.hLc_
Jl¼_6VWV'\,_
J hua Williams, CPPB
P curement Manager
FI NA NC E
P.O. BOX 447 ALBANY, GA 31702 I PHONE: 229.431.3211 I FAX: 229.431.2184 I www.albanyga.gov
CITY OF ALBANY
FINANCE DEPARTMENT
PROCUREMENT DIVISION
ALBANY, GEORGIA
INSTRUCTIONS TO BIDDERS
These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and
contract terms issued with any individual bid.
1. The following criteria are used in determining low responsible bidder.
(a) The ability, capacity and skill of bidder to perform required service.
(b) Whether bidder can perform service promptly or within specified time.
(c) The character, integrity, reputation, judgment, experience and efficiency of bidder.
(d) The performance of previous contracts.
(e) The suitability of equipment or material for City use.
(f) The ability of bidder to provide future maintenance and parts service.
2. Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in
determining low bids if they are deemed advantageous to The City.
3. Unless otherwise specified all materials, supplies or equipment quoted herein must be delivered within thirty (30) days
from date of notification of award or by exception noted on bid sheet.
4. Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their
own way, the difficulties, which are likely to be encountered in the execution of same.
5. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may
purchase more or less than the estimated quantity, and the bidder must not assume that such estimated quantity is part of
the contract.
6. All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors.
7. All requested information should be included in the sealed bid envelope. All documents and information must be signed
and included for your bid to receive full consideration. Failure to submit any required information or document will
be cause for bid to be rejected as non-responsive.
8. Failure of the bidder to sign the bid document or have the signature of any authorized representative or agent on the bid
in the space provided will be cause for rejection of the bid. Signature(s) must be written in ink.
9. Failure to enclose bid bond, where required, will result in rejection of the bid. Bond may be in the form of cash,
certified check, cashier’s check or Surety Bond issued by a Surety Company licensed to conduct business in Georgia.
10. All bidders should provide their tax identification number with the bid.
11. All bidding Corporations should provide the corporate seal, a copy of the Secretary of State’s Certificate of Incorporation,
and a listing of the principals of the corporation with the bid.
12. Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents.
13. If the bidder proposes to furnish any item of a foreign make or product, he/she should write “Foreign” together with the
name of the originating country opposite such item on the bid.
14. When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list
where there is more than one sample. The City reserves the right to mutilate or destroy any samples submitted whenever
it may be in the best interests of The City to do so for the purpose of testing.
15. The City will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the
trade name or names of such materials on the bid or price quotation form.
16. Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding
schedule are done at the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation
that affects the price, quality or delivery date (when delivery is required by a specific time).
17. Each bid or proposal will be submitted in a SEALED ENVELOPE. Additionally, that envelope shall be clearly marked on
the outside as a Sealed Bid with the Bid Number clearly printed.
18. Bids must be received and stamped by the Procurement Office before the date and time stipulated in bid documents. The
City of Albany assumes no responsibility for submittals received after the advertised deadline or at any office or location
other than that specified herein, whether due to mail delays, courier mistake, mishandling, or any other reason. No
responsibility will attach to any City representative or employee for premature opening of bids not properly addressed or
identified.
19. If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of
supply.
20. Bids received late will not be accepted, and The City will not be responsible for late mail delivery.
21. Should a bid be misplaced by The City and found later it will be considered.
22. The unauthorized use of patented articles is done entirely at the risk of the bidder.
23. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to instruct
in their application or use. A bidder at any time requested must satisfy the Procurement Office and City Commission that
he has the requisite organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in
accordance with the provisions of the contract in which he is interested.
Bid Ref. #24-021
2
Lift Station 66 and 88 Rehabilitation
24. Only the latest model equipment as evidenced by the manufacturer’s current published literature will be considered.
Obsolete models of equipment not in production will not be acceptable. Equipment shall be composed of new parts and
materials. Any unit containing used parts or having seen any service other than the necessary tests will be rejected. In
addition to the equipment specifically called for in the specifications, all equipment catalogued by the manufacturer as
standard or required by the State of Georgia shall be furnished with the equipment. Where required by the State of
Georgia Motor Vehicle Code, vehicles shall be inspected and bear the latest inspection sticker of the Georgia Department of
Revenue.
25. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the
Procurement Officer and/or the Department to which they are delivered. If defective material, equipment or supplies are
discovered, the contractor, upon being instructed by the Procurement Officer, shall remove, or make good such material,
equipment or supplies without extra compensation. It is expressly understood and agreed that the inspection of materials
by The City will in no way lessen the responsibility of the contractor or release him from his obligation to perform and
deliver to The City sound and satisfactory materials, equipment or supplies. The contractor agrees to pay the cost of all
tests on defective material, equipment or supplies or allow the cost to be deducted from any monies due him by The City.
26. For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate
absolutely and without further obligation on the part of The City or County at the close of the calendar year in which it was
executed and at the close of each succeeding calendar year for which it may be renewed; (2) The contract may provide for
automatic renewal unless positive action is taken by The City or County to terminate such contract, and the nature of such
action shall be determined by The City or County and specified in the contract; (3) The contract shall state the total
obligation of The City or County for the calendar year of execution and shall further state the total obligation which will be
incurred in each calendar year renewal term, if renewed; and (4) The contract shall provide that title to any supplies,
materials, equipment, or other personal property shall remain in the vendor until fully paid for by The City.
27. Unless otherwise specified The City reserves the right to award each item separately or on a lump sum basis, whichever is
in the best interest of The City.
28. The successful bidder shall secure all permits, license certificates, inspections (permanent and temporary) and
occupational tax certificate, if applicable, before any work can commence. Contractor as well as any and all known
subcontractors must possess or will be required to obtain a City of Albany Occupational Tax Certificate or Registration.
29. The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin
and Georgia vendors shall provide Georgia Motor Vehicle form MV1.
30. The City reserves the right to reject any and all bids, to waive any informalities in the bid process, and to award the
contract as may be in the best interest of the City and/or re-advertise for bids.
31. Local bidder (domiciled in Albany City Limits) will receive bid in the event of tie bids. In the case of tie bids between out of
town companies or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss,
or drawing straws. The Board of Commissioners passed a local preference ordinance on January 27, 2015.
Where applicable, this ordinance will govern. Local preference will not be a basis for award on bids that are
federally funded.
32. No bidder writing restrictive specifications for The City will be allowed to bid on the project.
33. Reasonable grounds for supposing that any bidder is interested in more than one bid for the same item will be considered
sufficient cause for rejection of all bids in which he/she is interested.
34. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to The
City/County or who has failed in any former contract with The City to perform work satisfactorily, either as to the character
of the work, the fulfillment of the guarantee, or the time consumed in completing the work.
35. It is mutually understood and agreed that if any time the Procurement Officer shall be of the opinion that the contract or
any part thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is
willfully violating any of the conditions or covenants of the agreement, or is executing the same in bad faith, the
Procurement Officer shall have the power to notify the aforesaid contractor of the nature of the complaint. Notification
shall constitute delivery of notice, or letter, to address given in bid/proposal. If after three working days of notification the
conditions are not corrected to the satisfaction of the Procurement Officer, he shall thereupon have the power to take
whatever action he may deem necessary to complete the work or delivery herein described, or any part thereof, and the
expense thereof, so charged, shall be deducted from any paid by The City out of such monies as may become due to the
said contractor, under and by virtue of this agreement. In case such expense shall exceed the last said sum, then and in
that event, the bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of
such excess to The City on notice by the Procurement Officer of the excess due.
36. Contracts may be cancelled by The City with or without cause with 30-day written notice.
37. Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time
of opening of bids, otherwise such complaint cannot be properly considered.
38. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without
cause in the 60-day period after bids are opened.
39. All questions, inquiries and requests for clarification shall be directed to Procurement.
40. Prior to submission, all bidders are encouraged to check the website at www.albanyga.gov or call the
Procurement Office at 229-431-3211 for any addendums.
PROCUREMENT FORM - Revised 11/18/2021
Bid Ref. #24-021
3
Lift Station 66 and 88 Rehabilitation
SPECIAL INSTRUCTIONS TO BIDDER
LIFT STATION 66 and 88 REHABILITATION
CITY OF ALBANY
Bid Reference No. 24-021
1. General: The Lift Station 66 and 88 Rehabilitation project consists of:
A. Lift Station 66
a) Construction of a by-pass pumping system
b) Removal of existing piping and valves at the pump station
c) Removal of the existing valve vault
d) Construction/Installation of existing piping and valves (buried and non-buried) at the
pump station site
e) Rehabilitation of the existing wetwell to include access hatches, miscellaneous metal and
rehabilitating the interior epoxy lining
f) Construct/install new valve vault with access hatches.
g) Miscellaneous electrical work
h) All work to occur at the Lift Station 66 site, off Maxwell Drive behind the Georgia Pacific
plant in Albany GA
B. Lift Station 88
a) Construction of a by-pass pumping system
b) Removal of existing piping and valves in the lift station
c) Construction/Installation of existing piping and valves in the lift station
d) All work to occur at the Lift Station 88 site, off Dawes Avenue in Albany GA
All bids shall be deemed to have been made with full knowledge of all terms, conditions, and
requirements contained herein.
Bid Documents can be viewed and downloaded by visiting www.ardurra.com and clicking on the
BidDocs tab in the upper right corner of the webpage or by visiting www.QuestCDN.com and
using the seven-digit QuestCDN project number 8725395 to locate the job on the QuestCDN
website search page. There is a $22.00 non-refundable cost for downloading the contract
documents in PDF format.
2. The contract shall be written for all work required, expressed, or implied, that is necessary to
perform the work described in the bid documents, special instructions, specifications, and all
other contract documents. No money shall be paid for any extra work or modifications to the
specifications unless such work or modification is expressly approved in writing by the owner’s
designated representative prior to execution.
3. Contractor’s bid shall include all necessary labor, materials, tools, equipment, and all other items
necessary to complete the contract requirements in accordance with bid documents, special
instructions, specifications, and all other provisions included in this bid document. It is the
bidder’s responsibility to visit the jobsite and become familiar with the local conditions.
4. Bid Form: Bids must be submitted on the form provided in this bid document. Ensure the bid
form is completed in its entirety. Bid is for unit cost contract for all work specified in this bid
document. Bid will be awarded to the responsive and responsible bidder(s) submitting the
lowest bid, in the measure that best benefits the City of Albany.
Bid Ref. #24-021
4
Lift Station 66 and 88 Rehabilitation
5. No bid may be withdrawn for a period of sixty (60) days from the bid opening date.
6. Contract Time: Contract must be completed within one hundred twenty (120) calendar
days following the issuance of the Notice to Proceed. Performance will be monitored and
documented by the Project Manager. Not completing this contract within the time specified may
hamper the contractor’s ability to secure future contracts with the City.
7. Liquidated Damages: Time is an essential element of the Contract, and any delay in the
prosecution of The Work may inconvenience the public, obstruct traffic, or interfere with
business. In addition to the aforementioned inconveniences, any delay in completion of The
Work will always increase the cost of engineering. For this reason, it is important that The Work
be pressed vigorously to completion. Should the Contractor or, in case of default, the Surety fail
to complete The Work within the time stipulated in the Contract or within such extra time that
may be allowed, charges shall be assessed against any money due or that may become due the
Contractor in accordance at the rate of five hundred ($500) per calendar day.
8. The General Conditions Contract being utilized is the Engineering Joint Construction Document
attached.
9. Contract: The successful bidder will be required to submit two (2) copies of the contract
contained herein within ten (10) days following the issuance of the Notice of Award.
10. General Insurance Requirements: Contractor shall maintain insurance with companies
licensed to do business in the State of Georgia acceptable to the City for the protection of the
City and name it as an additional insured, against all claims, losses, costs or expenses arising out
of injuries or death of persons whether or not employed by contractor, whether arising from the
acts or omission, negligence or otherwise of contractor or any of its agents, employees, patrons,
or other persons, and growing out of work being done by Contractor on behalf of City, such
policies to provide for a liability limit on account of each accident resulting in the bodily injury or
death of not less than One Million ($1,000,000) Dollars, a liability limit of not less than One
Million ($1,000,000) Dollars for each accident for property damage. Contractor shall also carry
product/completed operations liability insurance for personal injuries and/or death in the amount
not less than One Million ($1,000,000) Dollars for any one person. Contractor shall maintain a
combined single liability limit of Five Hundred Thousand ($500,000) Dollars covering owned,
non-owned, leased, and hired vehicles and name the City of Albany as an additional insured.
Contractor shall furnish to the City satisfactory evidence that it carries Worker’s Compensation
Insurance in the statutory limits of Georgia and Employers’ Liability with limits of liability of no
less than One Hundred Thousand ($100,000) Dollars of each accident/disease. These polices
must also contain a waiver of subrogation in favor of the City of Albany.
Contractor shall furnish evidence of the continuance in force of said policies by providing copies
of timely declaration page(s) to the Procurement Agent. Acceptable proofs of insurance: (i) a
Certificate of Insurance with Additional Insured Endorsements (a Certificate of Insurance by
itself is not acceptable) or (ii) Declaration Pages of the insurance policies which show the City of
Albany as additional insured. The Certificate of Insurance must provide the project name and our
project number on all certificates; where the Project requires Contractor’s Pollution Legal Liability
coverage or Contractor’s Professional E & O coverage, per project coverage would be allowed.
All insurance policies must provide that the City of Albany will be notified within 30 days of any
changes, restrictions, and/or cancellation.
The City’s sole judgment shall control as to the sufficiency of the coverage.
Bid Ref. #24-021
5
Lift Station 66 and 88 Rehabilitation
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/15/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 4/29/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 5/14/2024

Event Details Event ID Event Type Event Status Purchase Type Category Type Government

State Government of Georgia

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.