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: Oct 23, 2023
Due: Oct 31, 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 10/31/2023

Attachment Preview

10/23/2023
TO: All Potential Bidders
SUBJECT: Lift Station 66 and 88 Rehabilitation
Bid Ref. #24-021
Bid Opening Date & Time: October 31, 2023 @ 2:30 p.m. UPDATED DATE & TIME
ADDENDUM NO. 1
The items contained in this addendum are added to and/or deleted from and become part of the
specifications and proposal documents for the above-referenced Invitation to Bid. Bidders must
acknowledge receipt of the Addendum on the Bid Form, located in the invitation to bid, when
the bids are submitted.
ADD/DELETE
DELETE:
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.
ADD:
Sealed Bids will be received by the City of Albany, Procurement Division, Suite 260, 222 Pine Avenue,
Albany, Georgia, until October 31, 2023, until 2:30 P.M.
ADD:
Special Instructions to Bidder; Add the following language to Item No. 4 – Contract Time: “The contract
time will commence on the date established in the issued Notice to Proceed and such
commencement date will be determined after coordinating with the winning bidder upon
receipt of a verifiable schedule to obtain the necessary materials to complete the work”.
Subsequent references to the contract time in the bidding documents will be understood to include the
above provision.
QUESTIONS & ANSWERS
Question 1: PS 66 calls for relining the existing structure. What type of liner/coating is the existing and
does the City have a report of the existing condition?
FINANCE
P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov
Answer 1: To the best of the City’s knowledge and belief, the existing lining in LS 66 wetwell is coal tar
epoxy. There is no report on its condition but appears to be degraded based on visual observation; the
intent is to remove what remains during surface preparation.
Question 2: PS 66 is it supposed to be relined completely or repaired as needed?
Answer 2: Wetwell interior is to be relined completely. Refer to Section 33 05 16.13, part 2.3, C. for the
appropriate lining systems. Approved systems are Raven 405 or Tnemec 434. Note that system
manufacturer’s recommendations regarding surface preparation are to be followed and installation of either
system is to be performed by manufacturer certified applicators.
Question 3: Is there a coating requirement for the interior and exterior of valve boxes?
Answer 3: No.
Question 4: The NEMA 4X stainless steel enclosure is a minimum of 6-month delivery.
Answer 4: Assume this statement relates to the contract time and the impact from long delivery items.
Refer to Item 1 under “Items Pertaining to the Front-End Documents”.
Question 5: Is the City going to remove all the solids from PS 66 and 88? If not, how deep are the solids
in the bottom?
Answer 5: The City will expect the contractor to remove solids and dispose of them in a legal manner. The
quantity of solids is unknown.
Question 6: Can the solids be disposed of at the City’s treatment plant? If so, will there be a fee?
Answer 6: The City cannot accept the solid debris from this project at the treatment plant.
Question 7: Is the liner in LS 88 PVC? If so, what is the current condition of the existing liner?
Answer 7: The wetwell liner in LS 88 is PVC. Based on the best of the City’s knowledge and belief the liner
is in good shape. The project therefore does not include any incidental repairs to the liner. The contractor
will be responsible for any repairs that need to be made as a result of the contractor damaging the liner.
Question 8: Is the City providing new base elbows?
Answer 8: The City is not furnishing the base elbows at either pump station. They are to be furnished and
installed by the contractor. The existing pumps at LS 66 are Flygt CP 3152. If the City purchases
replacement pumps at LS 66, the pumps will be Xylem Flygt NP 3153. At LS 88, the existing pumps are
Fairbanks Morse Model DJ5434LMVX, Size 8-inch.
FINANCE
P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov
End of Addendum 1
Cc: Jeff Hughes Engineer, Public Works
Scott Tennison, Sales Tax Project Manager
Jeff Duplantis, Ardurra
Tracy Schmidt, Ardurra
Robert Griffin, Assistant Director of Engineering
Ricky Gladney
Ricky Gladney, Buyer
FINANCE
P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov
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
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

Follow Request for Information (RFI) Active Contract Opportunity Notice ID AFCEC24R0002 Related Notice

Federal Agency

Bid Due: 6/08/2024

Follow USACE National Dredging Meeting, 5-6 June 2024 Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/10/2024

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

State Government of Georgia

Bid Due: 5/08/2024

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

State Government of Georgia

Bid Due: 5/06/2024

* 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.