Municipal Maintenance Facility Improvements 1 of 2

expired opportunity(Expired)
From: Fort Oglethorpe(City)
CTI - 01

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (23 days ago)

Due Date

04 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
CTI - 01

Identifier

CTI - 01
City of Fort Oglethorpe

Customer / Agency

City of Fort Oglethorpe
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

00 01 10 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 TABLE OF CONTENTS 00 01 15 List of Drawings DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Procurement Requirements, Forms, and Supplements 00 11 00 Advertisement for Bids 00 21 00 Information for Bidders 00 41 00 Bid 00 42 00 Bid Schedule 00 43 13 Bid Bond 00 43 80 Bidder Acknowledgment of Contract Time 00 45 13 Statement of Bidder’s Qualifications 00 45 14 Statement of Equipment 00 45 19 Noncollusion Affidavit of Prime Bidder 00 45 44 Partnership Certificate Corporate Certificate 00 45 45 Joint Venture Questionnaire 00 45 50 Statement of License Certificate 00 45 66 E-Verify Contracting Requirements 00 51 00 Notice of Award 00 52 00 Contract 00 55 00 Notice to Proceed 00 61 13.13 Performance Bond 00 61 13.16 Payment Bond 00 63 63 Change Order 00 64 00 Certificate of Owner's Attorney Project Closeout 00 65 16 Certificate of Substantial Completion 00 65 19 Project Close Out Forms 00 65
19.13 Affidavit of Payment 00 65 19.16 Affidavit of Release of Liens 00 65 19.19 Consent of Surety for Final Payment 00 65 19.27 Final Waiver of Lien Conditions of the Contract 00 72 00 General Conditions 00 73 00 Supplemental General Conditions 00 74 00 Supplemental General Conditions for Georgia DIVISION 01 - GENERAL REQUIREMENTS 01 11 00 Summary of Work 01 22 00 Measurement and Payment 01 29 76 Applications for Payment 01 31 19 Project Meetings 00 01 10 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 TABLE OF CONTENTS (Continued) DIVISION 01 - GENERAL REQUIREMENTS (Continued) 01 32 00 Schedules and Reports 01 33 23 Shop Drawings, Product Data, and Samples 01 40 00 Quality Control Services 01 42 13 Abbreviations 01 42 19 Applicable Codes and Standards 01 60 00 Materials and Equipment 01 65 00 Transportation and Handling 01 66 00 Storage and Protection 01 78 00 Project Closeout 01 78 23 Operating and Maintenance Data 01 78 36 Warranties and Bonds 01 78 39 Project Record Documents DIVISION 03 - CONCRETE 03 30 00 Cast-In-Place Concrete 03 48 00 Monolithic or Sectional Precast Concrete Structures DIVISION 04 - MASONRY 04 20 00 Unit Masonry DIVISION 05 - METALS 05 50 00 Metal Fabrications DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 10 00 Carpentry 06 17 53 Prefabricated Metal-Plate-Connected Wood Trusses DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 21 00 Thermal Insulation 07 40 00 Metal Roof & Siding Panels 07 60 00 Flashing & Sheet Metal 07 71 23 Gutters and Downspouts 07 90 00 Joint Sealants DIVISION 08 - OPENINGS 08 11 13 Standard Steel Doors & Frames 08 33 23 Overhead Coiling Doors 08 71 00 Door Hardware 08 81 00 Glass & Glazing 00 01 10 - 3 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 TABLE OF CONTENTS (Continued) DIVISION 09 - FINISHES 09 91 00 Painting DIVISION 23 - HVAC 23 05 00 Common Work Results for HVAC 23 05 29 Hangers and Supports for HVAC Piping and Equipment 23 05 53 Identification for HVAC Piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HVAC 23 07 00 HVAC Insulation 23 11 23 Facility Natural Gas Piping 23 23 00 Refrigerant Piping 23 31 13 Metal Ducts 23 33 00 Air Duct Accessories 23 37 00 Air Outlets and Inlets 23 81 26 Split system Gas Furnace Air Conditioning Units 23 82 39 Unit Heaters - Natural gas DIVISION 26 - ELECTRICAL 26 05 00 Common Work Results for Electrical 26 05 02 Testing For Electrical Systems 26 05 19 Low Voltage Electrical Power Conductors and Cables 26 05 26 Grounding And Bonding For Electrical Systems 26 05 33 Raceway And Boxes For Electrical Systems 26 05 53 Identification for Electrical Systems 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 13 Fuses 26 28 16 Enclosed Switches and Circuit Breakers 26 43 13 Transient Voltage Suppression for Low Voltage Electrical Owner Systems 26 50 00 Lighting 27 05 00 Common Work Results for Communications DIVISION 31 - EARTHWORK 31 20 00 Earthwork 31 25 00 Slope Protection and Erosion Control 31 37 00 Riprap DIVISION 32 - EXTERIOR IMPROVEMENTS 32 10 00 New and Replacement Paving 32 32 23 Segment Concrete Unit Masonry Retaining Walls 32 92 19 Seeding TABLE OF CONTENTS (Continued) DIVISION 33 - UTILITIES 33 12 13 Water Services 33 12 13.13 Backflow Prevention Devices 33 13 00 Disinfection of Potable Water Lines and Water Storage Tanks 33 40 00 Storm Sewerage 33 42 16 Concrete Pipe Sewers DIVISION 40 - PROCESS INTEGRATION 40 05 13.53 Ductile Iron Pipe and Fittings 40 05 13.73 Polyvinyl Chloride Pipe for Pressure Applications 40 05 23 Valves 40 05 33 Pipe Couplings & Expansion Joints 40 05 53 Pipe Supports and Hangers 00 01 10 - 4 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 JS 00 01 15-1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 SECTION 00 01 15 LIST OF DRAWINGS G23010 Title Drawing No. New Municipal Maintenance Building Civil General Notes G-001 Site Plan C-201 Proposed Site Plan C-202 Grading Plan C-203 Structural General Notes and Criteria S-201 Structural Demolition S-202 Foundation Plan S-203 Roof Framing S-204 Building Sections S-205 Plan and Details S-206 Typical Details S-207 Door Schedule and Details S-208 Building Elevations S-209 HVAC Mechanical Schedules & Notes M000 New Garage Mechanical Plan M102 Gas Isometrics M201 Electrical Electrical Project Schedules & Notes E001 Storage Lighting Plan E201 Storage Power Plan E202 JS 00 01 15-2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 Existing Office and Maintenance Building Architectural General Info G002 Life Safety Plan G101 First & Second Floor Plans A101 Building Elevations A201 Building Sections A301 HVAC Mechanical Schedules & Notes M000 Mechanical Demolition Plan MD101 First & Second Floor Office Mechanical Plans M101 Electrical Electrical Project Schedules & Notes E001 Office Electrical Plan E101 Office Riser Diagram & Panel Schedules E102 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS PROCUREMENT REQUIREMENTS, FORMS, AND SUPPLEMENTS JS-STD 00 11 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Improvements 02/28/24 ADVERTISEMENT FOR BIDS Owner: City of Fort Oglethorpe, Georgia Separate sealed Bids for furnishing of all materials, labor, tools, equipment, and appurtenances necessary for the Municipal Maintenance Facility Improvements project will be received by the Owner at the City of Fort Oglethorpe, 500 City Hall Drive, Fort Oglethorpe, GA 30742, until 2:00 p.m., local time, on Thursday, April 4, 2024, and then at said office publicly opened and read aloud. The Project consists of the following major elements: Construction of a new 40-ft x 80-ft garage, associated repairs of the east garage, and three-office addition in the upstairs area of the Parker Building. Copies of the Contract Documents and Specifications, including bidding documents and requirements and Contract Drawings may be examined at the offices of the Engineer, CTI Engineers, Inc., 1122 Riverfront Parkway, Chattanooga, TN 37402 (phone 423/267-7613, fax 423/267-0603, www.ctiengr.com). Copies may be obtained there upon payment of $150 for each set. This payment is not refundable. Bidders must be listed on Engineer’s list of planholders who have purchased the Contract Documents, Specifications, and Drawings. Engineer shall be provided with the following information: mailing address for U.S. Postal Service, physical delivery address, telephone number, name of contact person, and email address. A Bid Bond of 5% of the total project cost is to be included in the proposal package. The Successful Bidder will be required to furnish performance and payment bonds with the executed Agreement meeting the requirements of the Contract Documents and executed on the forms attached to the Agreement. The terms and time for payment are set forth in the Agreement. Surety and insurance companies must have an AM Best rating of A-10 or greater, be listed in the Federal Registry of Companies holding Certificates of Authority and Acceptable Sureties on Federal Bonds, be licensed by the Georgia Insurance Department and the Georgia Secretary of State to do business in the State of Georgia. Contractor must have minimum Worker’s Comp and General Liability Insurance in full force and effect. No proposal will be considered unless it is accompanied by satisfactory evidence that the Bidder holds Georgia State Contractor's License of proper classification and in full force and effect, in compliance with the provisions of O.C.G.A. Sec. 43-14-2 et seq. Pursuant to O.C.G.A. § 13-10-91, all contractors and sub-contractors performing work within the State of Georgia on a contract with a public employer must register and participate in a federal work authorization. Fort Oglethorpe will require certification from contractor that this requirement has been met. Each Respondent shall submit with its proposal a copy of current Business License and/or Occupational Tax Certificate issued in the state it resides. If bidder cannot prove this license, it will be required to obtain one from Ft. Oglethorpe if it is the Awarded Respondent. Fort Oglethorpe reserves the right to accept or reject any and all proposals, to waive formalities, technicalities or irregularities and to re-advertise if necessary. The contract between Fort Oglethorpe and the selected responder shall be subject to the payment agreement drawn up between Fort Oglethorpe and the selected responder. Fort Oglethorpe, Georgia Date: March 6, 2024 /s/ Molly F. Huhn, City Manager March 20, 2024 http://www.ctiengr.com)/ JS STD 00 21 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids Walker County, Georgia (herein called the "Owner"), invites Bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at the location and time noted in the Advertisement for Bids. The Owner may consider informal any Bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all Bids. Any Bid may be withdrawn prior to the above scheduled time for the opening of Bids or authorized postponement thereof. Any Bid received after the time and date specified shall not be considered. No Bidder may withdraw a Bid within 60 days after the actual date of the opening thereof. 2. Preparation of Bid Each Bid shall be submitted on the Bid forms bound in the Contract Documents. All blank spaces for Bid prices must be filled in, in ink or typewritten. All computations will be checked; and in the event of a discrepancy, the unit price will govern. All required enclosed certifications must be fully completed and executed when submitted. Each Bid must be submitted in a sealed envelope, addressed to the Owner. Each sealed envelope containing a Bid must be plainly marked on the outside as, "Bid for Municipal Maintenance Facility Improvements." If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the Owner at the City of Fort Oglethorpe, 500 City Hall Drive, Fort Oglethorpe, GA 30742, Attention: Molly F. Huhn, City Manager. Any and all Bids not meeting the aforementioned criteria for Bid submittal, will be declared nonresponsive, will not be opened, and will be returned to the Bidder unopened. 3. Subcontracts The Bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this Contract must be acceptable to the Owner and funding agencies. 4. Facsimile Modifications Any Bidder may modify his Bid by facsimile communication at any time prior to the scheduled closing time for receipt of Bids, provided such facsimile communication is received by the Owner prior to the closing time, and, provided further, the Owner is satisfied that a written confirmation of the facsimile modification over the signature of the Bidder was mailed prior to the closing time. The facsimile communication should not reveal the Bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed Bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the facsimile modification. JS STD 00 21 00 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 5. Overhead, Profit, and Revision of Quantities The unit or lump sum price for each of the several items in the proposal of each Bidder shall include its pro rata share of overhead and profit so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price represents the total Bid. Any Bid not conforming to this requirement may be rejected as informal. The special attention of all Bidders is called to this provision, for should conditions make it necessary to revise the quantities, no limit will be fixed for such increased or decreased quantities nor extra compensation allowed, provided the net monetary value of all such addition or subtraction in quantities of such items of work (i.e., difference in cost) shall not increase or decrease the total original contract price by more than 25 percent, except for work not covered in the Drawings and Detailed Specifications as provided for under General Conditions and Supplemental General Conditions. 6. Qualifications of Bidder The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional Bids will not be accepted. A Bidder must purchase a set of Contract Documents (including Bidding Requirements and Documents), Specifications, and Drawings through the Engineer in order to be considered a qualified bidder. Addenda will only be sent to those who have purchased documents and are on the list of planholders maintained by CTI Engineers, Inc. 7. Bid Security Each Bid must be accompanied by a cashier's check on a duly authorized bank, certified check of the Bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the Bidder as principal and having as security thereon a surety company listed in the latest issue of U.S. Treasury Circular 570, in the amount of 5 percent of the Bid. Certified checks or cashier's checks shall be made payable to the Owner. Such checks or bid bonds will be returned to all except the three lowest Bidders within three days after the opening of Bids; the remaining checks or bid bonds will be returned promptly after the Owner and the accepted Bidder have executed the contract, or, if no award has been made within 60 days after the date of the opening of Bids, upon demand of the Bidder at any time thereafter, so long as he has not been notified of the acceptance of his Bid. 8. Liquidated Damages for Failure to Enter into Contract The successful Bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within 10 days after he has received notice of the acceptance of his Bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his Bid. JS STD 00 21 00 - 3 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 9. Time for Completion and Liquidated Damages Bidder must agree to commence work on or before a date to be specified in a written Notice to Proceed of the Owner and to fully complete the Project within 120 consecutive calendar days thereafter. Bidder must agree also to pay as liquidated damages the sum of $500 for each consecutive calendar day in default as hereinafter provided in the General Conditions. 10. Conditions of Work Each Bidder must inform himself fully of the conditions relating to the construction of the Project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of his obligation to furnish all material and labor necessary to carry out the provision of his Contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 11. Addenda and Interpretations No interpretation of the meaning of the Drawings, Specifications, or other prebid documents will be made to any Bidder orally. Every request for such interpretation should be in writing addressed to pschofield@ctiengr.com or Philip R. Schofield, P.E., Project Manager, CTI Engineers, Inc., at 1122 Riverfront Parkway, Chattanooga, Tennessee 37402, and to be given consideration must be received at least five days prior to the date fixed for the opening of Bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Specifications which, if issued, will be mailed and transmitted by facsimile to all prospective Bidders (at the respective addresses and facsimile numbers furnished for such purposes), not later than three days prior to the date fixed for the opening of Bids. Failure of any Bidder to receive any such addendum or interpretation shall not relieve such Bidder from any obligation under his Bid as submitted. All addenda so issued shall become a part of the Contract Documents. 12. Security for Faithful Performance Simultaneously with his delivery of the executed Contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this Contract and for the payment of all persons performing labor on the Project under this Contract and furnishing materials in connection with this Contract, as specified in the General Conditions included herein. Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. 13. Power of Attorney Attorney-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. mailto:pschofield@ctiengr.com JS STD 00 21 00 - 4 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 14. Notice of Special Conditions Attention is particularly called to those parts of the Contract Documents and Specifications which deal with the following: a. Inspection and testing of materials b. Insurance requirements c. Wage rates (if applicable) d. Surveys, permits, and regulations The federal regulations enclosed or herein referred to supersede all conflicting requirements of the Contract Documents. 15. Laws and Regulations The Bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though herein written out in full. 16. Obligation of Bidder At the time of the opening of Bids, each Bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Drawings and Contract Documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument, or document shall in no way relieve any Bidder from any obligation in respect of his Bid. 17. Execution of Bid Documents The Contractor, in signing his Bid on the whole or any portion of the work, shall conform to the following requirements: a. Bids which are not signed by individuals making them shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. b. Bids which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If a Bid is signed by an attorney-in-fact, there should be attached to the Bid a power of attorney executed by the partners evidencing authority to sign the Bid. c. Bids which are signed for a corporation shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name following the wording "By ______________." Corporation seal shall also be affixed to the Bid. 18. Method of Award - Lowest Qualified Bidder The Contract will be awarded to the responsive, responsible Bidder submitting the lowest Bid complying with the conditions of the Information for Bidders. Award will be made on the basis of the prices given in the base Bid either with or without alternates at the JS STD 00 21 00 - 5 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 discretion of the Owner. The Bidder to whom the award is made will be notified at the earliest possible date. The Owner reserves the right to reject any and all Bids and to waive any informality in Bids received whenever such rejection or waiver is in its interest. A responsive Bidder shall be one who submits his Bid in the proper form without qualification or intent other than as called for in the Specifications and on the Contract Drawings and who binds himself on behalf of his Bid to the Owner with the proper bid bond or certified check completed and attached, and who properly completes all forms required to be completed and submitted at the time of the bidding. A responsible Bidder shall be one who can fulfill the following requirements: a. The Bidder shall maintain a permanent place of business. This requirement applies to the Bidder where the Bidder is a division of a corporation, or where the Bidder is 50 percent or more owned by a person, corporation, or firm. b. The Bidder shall demonstrate that he has adequate construction management experience and sufficient equipment resources to properly perform the work under and in conformance with these Contract Documents. This evaluation will be based upon a list of completed or active projects and a list of construction equipment available to the Bidder to perform the work. c. The Bidder shall demonstrate that he is familiar with the work under these Contact Documents. This evaluation will be based upon a list of major equipment items the Bidder proposes to furnish and a list of subcontractors the Bidder proposes to use in prosecuting the work. d. The Bidder shall demonstrate that he has financial resources of sufficient strength to meet the obligations incident to the performance of the work covered by these Contract Documents. The Bidder shall complete the Statement of Bidder's Qualifications in the Bid forms. The ability to obtain the required Performance and Payment Bonds will not alone demonstrate adequate financial capability. e. The Bidder may demonstrate financial capability by submitting a suitable financial statement of an Equity Partner, provided an agreement is executed binding the Bidder and said Equity Partner, jointly and severally, to fulfill all duties, obligations, and responsibilities of the Contractor under these Contract Documents if the Contract is awarded to the Bidder. The agreement shall be submitted with the Bid and shall be satisfactory to the Owner's attorney or the Bid may be declared nonresponsive. f. The Bidder shall furnish all data required by these Contract Documents. Failure to do so may result in the Bid being declared nonresponsive. Acceptance of the Bidder's documentation and substantiation or contract award by the Owner does not relieve the Bidder of liability for nonperformance as covered in the Contract Documents, nor will the Bidder be exempted from any other legal recourse the Owner may elect to pursue. 19. Employment of Local Labor Preference in employment on the Project shall, insofar as practicable, be given to qualified local labor. JS STD 00 21 00 - 6 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 20. Bid Envelope All Bidders doing utility construction covered by OCGA 43-14 must have a Utility Contractor’s License issued by the State of Georgia. In compliance with these requirements, the envelope in which the Bid is contained must bear on the outside the following: a. Name of Bidder. b. Address of the Bidder. c. Name of Project for which Bid is Submitted. d. Bidder's Utility Contracting License Number. e. Bidder's License Expiration Date. Bid envelopes that do not bear the above information will be returned to the Bidder unopened. A copy of the form found on the last page of this section properly completed to provide the required information as identified above shall be affixed to the front of the envelope containing the Bidder’s proposal. JS STD 00 21 00 - 7 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 CONTRACTOR'S IDENTIFICATION This form shall be attached to the sealed envelope containing the Bid. Failure to provide the following information on the sealed envelope will be considered a non-responsive Bid. BIDDER: Name Address Georgia Utility License No. Expiration Date SEALED BID PROPOSAL FOR WALKER COUNTY, GEORGIA FOR THE CONSTRUCTION OF MUNICIPAL MAINTENANCE FACILITY IMPROVEMENTS Bid Date: Bid Time: JS 00 41 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 BID Project Description: Municipal Maintenance Facility Improvements Proposal of (hereinafter called "Bidder"), doing business as . a corporation, a partnership, an individual To City of Fort Ogelthorpe (hereinafter called "Owner"). Gentlemen: The Bidder, in compliance with your Advertisement for Bids for the construction of this project having examined the Drawings and Specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the price(s) stated below. This price(s) is to cover all expenses including overhead and profit incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written Notice to Proceed of the Owner and to fully complete the project within 120 consecutive calendar days thereafter as stipulated in the Specifications. Bidder further agrees to pay as liquidated damages, the sum of $500 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. Bidder acknowledges receipt of the following addenda: Bidder agrees to perform all the construction of the project complete with appurtenant and accessory work described in the Specifications and shown on the plans for the attached price(s). The attached price(s) shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all Bids and to waive any informalities in the bidding. The Bidder agrees that this Bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving Bids. JS 00 41 00 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 Upon receipt of written notice of the acceptance of this Bid, Bidder will execute the formal contract attached within ten days and deliver a surety bond or bonds as required by the General Conditions. The Bid security attached in the sum of 5 percent of the total Bid is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully submitted: By Signature Title Business Address ATTEST: Name (Please Type) Title (SEAL) Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a Notary. Item No. Description Unit Est. No. of Units Unit Price Item Total 00 66 13 Performance and Payment Bonds (Maximum 2% of Bid) LS 1 $ $ 00 72 00 General Conditions, Including Project Management, Site Safety, Maintenance, and Supervision LS 1 01 11 00 Mobilization (Maximum 2.5% of Bid), Including Shop Drawings and Submittals, Locating and Excavating (Pot- holing) the Existing Utilities, Project Layout and Staking, and General Conditions LS 1 $ II-1 New 40-ft x 80-ft Garage, Complete-in-Place, Including All Materials, Labor, and Equipment to Construct 40' x 80' Garage and All Associated Interior and Exterior Elements (Structural, Carpentry, Utilities, Plumbing, Electrical, Mechanical, HVAC, Roofing), All Interior and Exterior Finishes, Lighting, Fixtures, Walls, Doors, Windows for a Total Lump Sum Bid. LS 1 $ 01 32 38 Pre-Construction Video Taping of Existing Site Conditions LS 1 03 30 00 03 30 00a Class A (4,000 psi) 4-inch Thick Concrete for Sidewalk, Including Excavation, 2-Inch Bedding Stone Minimum, Form Work, Expansion Joints, Finish Rubbing, and Site Restoration, Complete-In-Place. SF 100 03 30 00b Class A (4,000 psi) Concrete for Extruded Curb (If Required), Including Excavation, Bedding, Form Work, Concrete Mix, Pour and Finish Rubbing, Complete In Place as directed by the Engineer. LF 100 03 30 00i Class B Concrete (3,000 PSI) Areas Not Specified or as Directed by Engineer CY 100 Cast-In-Place Concrete, Includes All Materials and Labor BID SCHEDULE MUNICIPAL MAINTENANCE FACILITY IMPROVEMENTS CITY OF FORT OGLETHORPE, GEORGIA Note: Unless otherwise stated, all bid items shall be a complete installation as specified and/or shown on the Drawings. SCHEDULE I - GENERAL CONDITIONS TOTAL SCHEDULE I- GENERAL CONDITIONS SCHEDULE II - GARAGE BUILDING LUMP SUM BID The undersigned bidder has carefully examined the Contract Documents, and having ascertained actual conditions at the site of the work, hereby proposes to furnish all labor, tools, materials, supplies, and equipment necessary to complete the satisfactory construction of a NEW 40-ft x 80-ft GARAGE required for a complete operating installation of said project for a lump sum price: TOTAL SCHEDULE II- GARAGE BUILDING LUMP SUM BID SCHEDULE III: GARAGE EXTERIOR SITE ITEMS The undersigned bidder has carefully examined the Contract Documents, and having ascertained actual conditions at the site of the work, hereby proposes to furnish all labor, tools, materials, supplies, and equipment necessary to complete the satisfactory construction of EXTERIOR ITEMS not included in Schedule II for the following unit prices: M-Fort Oglethorpe\Municipal Maintenance Facility 00 42 00 - 1 G23010 03/05/24 Item No. Description Unit Est. No. of Units Unit Price Item Total 31 20 00 Earthwork 31 20 00a Demolition and Removal of Existing Concrete, Including Saw-cutting, Excavation and Disposal of Concrete Debris SY 100 31 20 00b Crushed Stone Backfill in Parking Lots, and Asphalt or Concrete Tons 10 31 20 00c Compacted Crushed Base Stone (GAB) for Pavement Repair, Gravel Repair and Fine Grading. Tons 20 31 20 00d Final Grading and Cleanup - Including Re-grading Existing Vegetated Areas and Ditches to Allow Proper Drainage LS 1 31 20 00e Adjust Existing Storm Sewer Catch Basin Frames and Covers (If Required), Including Coordination with the City of Fort Oglethorpe, Excavation, and Materials to Reset Frame and Cover to New Finish Grade EA 1 31 25 00 Erosion Control and Slope Protection 31 25 00a Silt Fence, Including Installation of Post, Filter Fabric, Tie Wire, Bracing, Maintenance, and Removal After Site is Stable (Sd1-Ns) LF 200 31 25 00b Construction Exit, Including filter fabric, stone, complete- in-place EA 1 31 25 00c Concrete Washout Structure, Including Installation with Stone, Straw Bales, Geotextile Fabric, Maintenance, and Removal EA 1 32 10 00 Paving 32 10 00a 12.5 mm Asphalt Concrete Topping, Hot Mix, 2-Inch Thick, 12.5 mm in One Layer in Accordance with Section 400, as Appropriate, of GDOT Specifications Ton 20 32 10 00b 19mm Asphaltic Concrete Binder, Including 4" Thick Asphaltic Concrete with Bituminous Material, H Lime, and Prime Coat Ton 40 32 92 19 Seeding 32 92 19a Topsoil, Sifted Friable Loam Material Free of Stiff Clay, Hard Clods, Rocks, and Other Debris such as Cement, Asphalt, and Wood. pH range From 5.5 to 7.0 or Approved by Engineer. CY 40 32 92 19b Landscape Repair Allowance LS 1 32 92 19c Fence Relocation, Including Removal, and Relocation of Existing Fence located adjacent to the proposed maintenance building. LF 100 32 92 19d Fence Replacement (If Required), Including Fence Post, Fence Material, and Installation LF 100 TOTAL SCHEDULE III-GARAGE EXTERIOR ITEMS $ M-Fort Oglethorpe\Municipal Maintenance Facility 00 42 00 - 2 G23010 03/05/24 Item No. Description Unit Est. No. of Units Unit Price Item Total IV-1 Construction of Three New Offices, Complete-in- Place, Including all Materials, Labor, and Equipment for Interior Carpentry, Utilities (Plumbing, Electrical, HVAC, Communications), Interior Walls, Ceilings, Interior Finishes, Lighting, Fixtures, Exterior Finishes, etc., For a Total Lump Sum Bid. LS 1 1 Remove and Replace Rafters - 2x10 - 16" OC (3-5/12 Gable, per SF of floor) SF 729 2 Mason - Brick / Stone per hour HR 4 3 Remove and Replace Exterior door - metal - insulated flush or panel style EA 1 4 Remove and Replace Door lockset & deadbolt exterior EA 1 5 Remove and Replace Aluminum window - casement, 9-13 sf EA 1 6 Remove and Replace Furnace - forced air - 60 - 75,000 BTU EA 1 7 Tear off, haul and dispose of comp. shingles - 3 tab SQ 8 8 Roofing felt - 15 lb. SQ 8 9 3 tab - 25 yr. - comp. shingle roofing - w/out felt SQ 9 10 Remove and Replace Sheathing - plywood - 1/2" CDX SF 800 1 Remove and Replace Roll-up door & hardware - 12' x 12' - 26 gauge EA 1 2 Remove and Replace Steel purlins - Z-shape - 8" LF 20 3 Remove and Replace Wrap wood door frame & trim with aluminum LF 36 4 Remove and Replace Aluminum window, single hung 13- 19 sf EA 2 5 Single axle dump truck - per load - including dump fees EA 1 6 Remove and Replace Rubber roofing - Mechanically attached - 45 mil SQ 4 7 Remove and Replace Fiberboard - 1/2" SF 433 8 Remove Vinyl floor covering (sheet goods) SF 420 9 Vinyl floor covering (sheet goods) SF 511 10 Floor preparation for resilient flooring SF 420 11 Toilet - Detach & reset EA 1 12 Remove and Replace Drip edge/gutter apron LF 92 SCHEDULE IV - PARKER BUILDING OFFICE ADDITION The undersigned bidder has carefully examined the Contract Documents, and having ascertained actual conditions at the site of the work, hereby proposes to furnish all labor, tools, materials, supplies, and equipment necessary to complete the satisfactory construction of NEW OFFICES within the existing Public Works Administration Building required for a complete operating installation of said project for a lump sum price. TOTAL SCHEDULE IV-PARKER BUILDING OFFICE ADDITION $ SCHEDULE V - MISCELLANEOUS REPAIRS TO FIVE MAINTENANCE BUILDINGS The following repairs have been identified by an insurance adjuster for damages related to high winds several years ago. Bids will be on a unit price basis in accordance with the insurance documents. STORAGE BUILDING REPAIRS - BUILDING 5 MAINTENANCE BUILDING REPAIRS - BUILDING 1 M-Fort Oglethorpe\Municipal Maintenance Facility 00 42 00 - 3 G23010 03/05/24 Item No. Description Unit Est. No. of Units Unit Price Item Total 13 Water heater - Detach & reset EA 1 14 Remove and Replace Steel rake/gable trim - color finish LF 9 15 Single axle dump truck - per load - including dump fees EA 1 1 Remove and Replace Siding - steel - Commercial - High grade SF 256 2 Remove and Replace Vinyl-faced/laminated insulation - 4" SF 256 3 Remove and Replace Gutter / downspout - box - aluminum - 7" to 8" LF 40 4 Remove and Replace Steel rake/gable trim - color finish LF 66 5 Remove and Replace Steel purlins - Z-shape - 8" LF 240 6 Structural Steel - General Laborer - per hour HR 1 7 Remove and Replace Wide Flange Beam - 23 7/8"d. x 9"w. x 7/16" thick LF 64 8 Breaker panel - 200 to 300 amp - Detach & reset EA 1 9 Dumpster load - Approx. 20 yards, 4 tons of debris EA 1 10 Remove and Replace Metal roofing - High grade half of front slope SF 2,955 11 Remove and Replace Ridge cap - composition shingles LF 85 1 Remove and Replace Siding - steel - Commercial - High grade SF 380 2 Remove and Replace Roll-up door & hardware - 12' x 12' - 26 gauge EA 1 3 Single axle dump truck - per load - including dump fees EA 2 4 Remove and Replace Metal roofing - Standard grade SF 1,377 1 Remove and Replace Siding - steel (29 gauge) SF 192 2 Remove and Replace Gutter / downspout - aluminum - 6" LF 40 3 Remove and Replace Gutter / downspout - box - aluminum - 7" to 8" LF 30 4 Remove and Replace Ridge cap - metal roofing LF 25 5 Remove and Replace Steel rake/gable trim - color finish LF 42 6 Haul debris - per pickup truck load - including dump fees EA 1 MAIN BUILDING REPAIRS - BUILDING 9 TOTAL SCHEDULE V-MISCELLANEOUS REPAIRS TO FIVE MAINTENANCE BUILDINGS $ WATER DEPARTMENT OFFICE BUILDING REPAIRS - BUILDING 3 POLE BARN REPAIRS - BUILDING 8 M-Fort Oglethorpe\Municipal Maintenance Facility 00 42 00 - 4 G23010 03/05/24 BIDDER DATE BY (Signature) TITLE ADDRESS CITY STATE ZIP E-MAIL TOTAL SCHEDULE I- GENERAL CONDITIONS $ TELEPHONE TOTAL SCHEDULE II- GARAGE BUILDING LUMP SUM BID $ TOTAL SCHEDULE III-GARAGE EXTERIOR ITEMS $ TOTAL SCHEDULE IV-PARKER BUILDING OFFICE ADDITION $ TOTAL SCHEDULE V-MISCELLANEOUS REPAIRS TO FIVE MAINTENANCE BUILDINGS $ TOTAL $ M-Fort Oglethorpe\Municipal Maintenance Facility 00 42 00 - 5 G23010 03/05/24 JS STD 00 43 13 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto City of Fort Oglethorpe, Georgia as Owner in the penal sum of five percent of the total Bid which equals for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to Walker County a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for the construction of Municipal Maintenance Facility Improvements. NOW, THEREFORE, a. If said Bid shall be rejected, or in the alternate, b. If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. JS STD 00 43 13 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 IN WITNESS WHEREOF, the Principal and Surety have executed this bond by causing their respective names to be hereunto subscribed and their seals to be hereunto affixed by their duly authorized officers, on this the day of , 20 . CONTRACTOR - PRINCIPAL: ATTEST: By Name Name (Please Type) (Please Type) Title Title (SEAL) Note: Attest for a Corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a Notary. SURETY: ATTEST: By Name Name (Please Type) (Please Type) Title Title (Attach Power of Attorney) (SEAL) Note: Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. JS STD 00 43 80 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 BIDDER ACKNOWLEDGMENT OF CONTRACT TIME By signature below, Bidder acknowledges and agrees that the 120-day contract time for substantial completion of the work included in these Contract Documents is either: 1. Sufficient, barring changed conditions, acts of God, or abnormal weather conditions that would justify time extensions; or 2. Insufficient, in which case the Contractor agrees that the price bid includes an allowance for liquidated damages of adequate magnitude to cover the additional time required to complete the work. Bidder Name Signature Attest: STD 00 45 13 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Attach all additional sheets to these Contract Documents. 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the most important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this project. 12. Experience in construction work similar in importance to this project. STD 00 45 13 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 13. Background and experience of the principal members of your organization, including officers. 14. Credit available: $ 15. Give bank reference. 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Local Public Agency? The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Local Public Agency in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of , 20 . Name of Bidder By Title State of County of being duly sworn deposes and says that he is of and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 20 . Notary Public My Commission Expires: (Date) (SEAL) STD 00 45 14 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 STATEMENT OF EQUIPMENT Showing machinery and other equipment available to Contractor for prosecuting the work included in contract. (To be filled in by Contractor and submitted with Bid.) Available Machinery and Other Equipment Kind-Size-Capacity Location Ownership Date Proposed To be Placed On Work The above is a true statement of the equipment available to the undersigned Bidder for prosecuting the work included in the contract. Where it is shown that the equipment is not owned by the Bidder, arrangements have been made with the owners to furnish the equipment. Signed Name Title STD 00 45 19 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of ) )ss. County of ) , being first duly sworn, deposes and says that: 1. He is of (owner, partner, officer, representative, or agent) , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the (Local Public Agency) or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20 . Title My commission expires (Date) (SEAL) STD 00 45 44 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 PARTNERSHIP CERTIFICATE STATE OF COUNTY OF On this day of , 20 , before me personally appeared , known to me to be the person who executed the above instrument, who, being by me first duly sworn, did depose and say that he is a general partner in the firm of and that said firm consists of himself and and that he executed the foregoing instrument on behalf of said firm for the uses and purposes stated therein, and that no one except the above named members of the firm have any financial interest whatsoever in said proposed contract. Partner Partner Partner Partner Subscribed and sworn to before me, this day of , 20 . Notary Public My Commission Expires: (Date) (SEAL) NOTE: If only one partner signs, a power of attorney executed by all other partners authorizing him to act in the name of the company must be attached; otherwise, all partners must sign. STD 00 45 44 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 CORPORATE CERTIFICATE I, , certify that I am the Secretary of the corporation named as Contractor in the foregoing proposal; that , who signed said proposal in behalf of the Contractor was then of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its Board of Directors, and is within the scope of its corporate powers; that said corporation is organized under the laws of the State of . This day of , 20 . (SEAL) STD 00 45 45 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 JOINT VENTURE QUESTIONNAIRE In the event a joint venture bid is submitted, the following questions shall be answered, submitted with the bid and signed by the owner, partner, officer, representative, or agent of each joint venturer. 1. What is the separate bonding capability of each member of the joint venture? 2. What other work is in progress by the total contract dollar amount and percentage of completion for each joint venturer? 3. Are there any particular risks associated with this Contract which contributed to the decision to joint venture, and if so, what? 4. Has consideration been given to utilization of subcontract as opposed to formation of a joint venture, and if so, why was the joint venture format chosen? 5. Has either member of the joint venture been separately awarded a contract by City of Fort Oglethorpe, and if so, what was the most recent contract awarded to each? 6. What will be the contribution of each participant in the joint venture with respect to personnel, equipment, and other resources of each company allocated to this contract? 7. What will be the specific contribution of each participant of the joint venture for the completion of work to be performed and material to be supplied under this Contract? 8. Will there be separate management for the joint venture? If not, which company will supervise, or how will the contract be supervised? 9. Why will the joint venture be more efficient than the possibility of both companies separately bidding and either company being awarded the contract separately. STD 00 45 45 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 10. Does the formation of the joint venture promote competition on this Contract, and if so, how? 11. Has the joint venture, or any participant therein, received any legal advice with respect to the antitrust implications of formation of a joint venture, and if so, from what attorneys? Name of Joint Venturer Name of Joint Venturer By By Title Title State of County of being duly sworn deposes and says that he is of and being duly sworn deposes and says that he is of and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 20 . Notary Public My Commission Expires: (SEAL) (Date) END OF SECTION GA Rev. 00 45 50 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 STATEMENT OF LICENSE CERTIFICATE Each contractor bidding shall fill in and sign the following: This is to certify that , being a bidding contractor on the within and foregoing proposed contract, has fully reviewed the complete Bid Package and all invitations, information, supplemental conditions and addendum or addenda thereto, and has contacted and complied with all of the applicable requirements imposed or stated in writing by the Georgia State Construction Industry Licensing Board laws and rules, or the applicable rules of any other qualifying governing body, agency, or board. The undersigned contractor further does hereby certify, warrant and represent that such contractor has verified and determined that such contractor is fully licensed to perform all aspects of the contract project within the plans, documents, and specifications, and such license is not in any way suspended, conditional, impaired or revoked. The Contractor has been issued License or Certificate Number in the name of (contractor’s name) by (name of issuing body, agency or board) , which License or Certificate expires on (date of expiration) . Signed Name Title GA 00 45 66 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Improvements 02/09/24 E-VERIFY Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of City of Fort Oglethorpe has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _________________________________ Federal Work Authorization User Identification Number _________________________________ Date of Authorization _________________________________ Name of Contractor Municipal Maintenance Facility Improvements Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ________________, ___, 20__ in _________________(city), _________(state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ______ DAY OF ______________,20__. _________________________________ NOTARY PUBLIC My Commission Expires: _________________________________ CONTRACTING REQUIREMENTS STD 00 51 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 NOTICE OF AWARD To: Project Description: The work is located at the City of Fort Oglethorpe municipal building. The project consists of construction of a new 40-ft x 80-ft garage, associated repairs of the east garage, and a three-office addition in the upstairs area of the parker Building. The Owner has considered the Bid submitted by you for the above described work in response to its Invitation to Bid dated , 20 , and Information for Bidders. You are hereby notified that your bid has been accepted for items in the amount of $ . You are required by the Information for Bidders to execute the Contract and furnish the required Contractor's Performance Bond, Payment Bond and certificates of insurance within ten calendar days from the date of this notice to you. If you fail to execute said Contract and to furnish said bonds within ten days from the date of this notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your Bid Bond will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this day of , 20 CITY OF FORT OGLETHORPE, GEORGIA By Name Title ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by , this the day of , 20 . By Name Title JS-STD 00 52 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 CONTRACT THIS CONTRACT, made this day of , 20 , by and between City of Fort Oglethorpe, Georgia, hereinafter called "Owner" and doing business as a corporation, individual, or partnership hereinafter called "Contractor." WITNESSETH: That for and in consideration of the payments and agreements hereafter mentioned: 1. The Contractor will commence and complete the construction of Municipal Maintenance Facility Improvements. 2. The Contractor will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the completion of the work described herein. 3. The Contractor will commence the work required by the Contract Documents within 10 calendar days after the contract start date of the written Notice to Proceed and will complete the work within 120-day contract time unless the periods of completion are extended otherwise by the Contract Documents. The Contractor further agrees to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day in default thereafter as hereinafter provided in the General Conditions. 4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of $ , as shown in the Bid Schedule. 5. The term "Contract Documents" means and includes the following: a. Invitation to Bid b. Information for Bidders c. Bid d. Bid Bond e. Contract f. General Conditions g. Supplemental General Conditions h. Payment Bond i. Performance Bond j. Notice of Award k. Notice to Proceed l. Change Order(s) m. Drawings prepared by CTI Engineers, Inc., numbered G-001,C201,C202,G203,S201 through S209, M000,M102,M201,E001,E201, and E202 as listed on the List of Drawings. n. Specifications prepared or issued by CTI Engineers, Inc., dated February 2024 o. Addenda: No. , dated , 20 No. , dated , 20 No. , dated , 20 JS-STD 00 52 00 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 6. The Owner will pay to the Contractor in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Contract shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Contract in four (4) copies each of which shall be deemed an original on the date first above written. OWNER: CITY OF FORT OGLETHORPE, GEORGIA By Name (Please Print or Type) Title WITNESS: Name (Please Print or Type) Title (SEAL) CONTRACTOR: By Name (Please Print or Type) Address ATTEST: Name (Please Print or Type) Title (SEAL) Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a Notary. STD 00 55 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 NOTICE TO PROCEED To: Project Description: The work is located at the City of Fort Oglethorpe municipal building. The project consists of construction of a new 40-ft x 80-ft garage, associated repairs of the east garage, and a three-office addition in the upstairs area of the parker Building. You are hereby notified to commence work in accordance with the Contract dated , 20 , on or before , 20 , and you are to complete the work within the 120-day contract time. The date of completion of all work is therefore , 20 . Dated this day of , 20 . CITY OF FORT OGLETHORPE, GEORGIA By Name Title ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by , this the day of , 20 . By Name Title STD 00 61 13.13 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that Name and Address of Contractor of the State of , a Corporation, a Partnership, or an Individual the "Principal," and , the "Surety," Name and Address of Surety are held and firmly bound unto City of Oglethorpe, the "Owner," existing under and by virtue of the laws of the State of Georgia, in the sum of ($ ) in lawful money of the United States, for the payment of which sum in lawful money of the United States well and truly to be made we do hereby bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and severally. The condition of this obligation is such that whereas Principal has entered into a certain Contract with the Owner, dated as of the day of , 20 , which is by reference incorporated in and made a part hereof as fully as if copied here verbatim, for the construction of Municipal Maintenance Facility Improvements. NOW, THEREFORE, if the Principal shall in all respects comply with and perform all the terms and conditions of the Contract (which includes the Drawings, Specifications, and Contract Documents) and such alterations as may be made in said contract as the documents therein provide for, during the original term thereof and any extensions thereof which may be granted by the Owner, with or without notice to Surety, and during the one-year warranty period, and if Principal shall satisfy all claims and demands and shall indemnify and save harmless the Owner against and from all costs, expenses, damages, injury, or conduct, want of care, skill, negligence, or default, including compliance with performance guarantees and patent infringement by the Principal, then this obligation shall be void; otherwise Principal and Surety jointly and severally agree to pay to Owner any difference between the sum to which the Principal would be entitled on completion of the contract and that which the Owner may be obliged to pay for the completion of the work by contract or otherwise, together with any damages, direct or indirect, or consequential, which Owner may sustain on account of such work, or on account of the failure of the Principal to keep and execute all provisions of the Contract. Principal and Surety further bind themselves, their heirs, executors, administrators, and assigns, jointly and severally, that if the Principal shall keep and perform its agreement to repair or replace defective work or equipment during the warranty period of one (1) year as provided, then this paragraph shall be void; but if default shall be made by Principal in the performance of its contract to so repair or replace said work, then this paragraph shall be in effect and STD 00 61 13.13 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 Owner shall have and recover from Principal and its Surety damages for all defective conditions arising by reason of defective materials, work, or labor performed by or on the account of Principal and it is further understood and agreed that this obligation shall be a continuing one against the Principal and Surety hereon, and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation therein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time; and to fully save and hold the Owner harmless for any damages it may be caused to pay on account of injury to person, loss of life or damage to property. And the Surety, for value received, hereby stipulates and agrees that the obligations of the Surety and this Bond shall in no way be impaired or affected by any extension of time, modification, omission, addition, or change in or to the contract, the work to be performed thereunder, or by any payment thereunder before the time required therein, or by any waiver of any provision thereof, or by any assignment subletting or other transfer thereof, or of any part thereof, of any work to be performed, or of any moneys due to become due thereunder; and the said Surety does hereby waive notice of any and all such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts, and transfer, and hereby stipulates and agrees that any and all things done and omitted to be done by and in relation to executors, administrators, successors, assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done by and in relation to the Principal. IN WITNESS WHEREOF, the Principal and Surety have executed this Bond by causing their respective names to be hereunto subscribed and their seals to be hereunto affixed by their duly authorized officers, on this the day of , 20 . CONTRACTOR - PRINCIPAL: ATTEST: By Name Name (Please Print or Type) (Please Print or Type) Title Title (SEAL) Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a Notary. STD 00 61 13.13 - 3 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 SURETY: WITNESS: By Name Name (Please Print or Type) (Please Print or Type) Title Title (Attach Power of Attorney) (SEAL) Note: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. STD 00 61 13.16 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Name and Address of Contractor of the State of , a Corporation, a Partnership, or an Individual the "Principal," and , the "Surety," Name and Address of Surety are held and firmly bound unto City of Fort Oglethorpe, the "Owner," existing under and by virtue of the laws of the State of Georgia, in the sum of ($ ) in lawful money of the United States, for the payment of which sum in lawful money of the United States well and truly to be made we do hereby bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and severally. The condition of this obligation is such that whereas Principal has entered into a certain Contract with the Owner, dated as of the day of , 20 , which is by reference incorporated in and made a part hereof as fully as if copied here verbatim, for the construction of Municipal Maintenance Facility Improvements. NOW, THEREFORE, if the Principal shall fully pay for all the labor and materials used by said Principal or any immediate or remote subcontractor or furnisher of labor or materials under him in the performance of the work in lawful money of the United States as the same shall become due, including all amounts due for materials, lubricants, oil, gasoline, electricity, coal and coke, repairs on machinery, equipment, and tools, consumed or used in connection with performance of the work and all insurance premiums and other charges incurred under said contract, then this obligation shall be void; otherwise to remain in full force and effect. Principal and Surety further bind themselves, their heirs, executors, administrators, and assigns, jointly and severally, that they shall promptly make payments of all taxes, licenses, assessments, contributions, penalties, and interest thereon, when, and if, the same may be lawfully due the State of Georgia, or any County, Municipality, or political subdivision thereof by reason of and directly connected with the performance of the Contract, or any part thereof. And the Surety, for value received, hereby stipulates and agrees that the obligations of the Surety and this Bond shall in no way be impaired or affected by any extension of time, modification, omission, addition, or change in or to the contract, the work to be performed thereunder, or by any payment thereunder before the time required therein, or by any waiver of any provision thereof, or by any assignment subletting or other transfer thereof, or of any part thereof, of any work to be performed, or of any moneys due to become due thereunder; and the said Surety does hereby waive notice of any and all such extensions, modifications, STD 00 61 13.16 - 2 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 omissions, additions, changes, payments, waivers, assignments, subcontracts, and transfer, and hereby stipulates and agrees that any and all things done and omitted to be done by and in relation to executors, administrators, successors, assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done by and in relation to the Principal. IN WITNESS WHEREOF, the Principal and Surety have executed this Bond by causing their respective names to be hereunto subscribed and their seals to be hereunto affixed by their duly authorized officers, on this the day of , 20 . CONTRACTOR - PRINCIPAL: ATTEST: By Name Name (Please Print or Type) (Please Print or Type) Title Title (SEAL) Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a Notary. SURETY: WITNESS: By By Name Name (Please Print or Type) (Please Print or Type) Title Title (Attach Power of Attorney) (SEAL) Note: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. STD 00 63 63 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 02/09/24 CHANGE ORDER Order No. Date: Agreement Date: NAME OF PROJECT: MUNICIPAL MAINTENANCE FACILITY IMPROVEMENTS OWNER: CITY OF FORT OGLETHORPE CONTRACTOR: The following changes are hereby made to the Contract Documents: Change to Contract Price Original Contract Price $ Current Contract Price adjusted by previous Change Order $ The Contract Price due to this Change Order will be increased/decreased by: $ The new Contract Price including this Change Order will be $ Change to Contract Time The Contract Time will be increased/decreased by calendar days. The date for completion of all work will be (date). Justification Approvals Required To be effective this Order must be approved by the Federal agency if it changes the scope or objective of the Project, or as may otherwise be required by the Supplemental General Conditions. Accepted by: (Contractor) Recommended by: CTI Engineers, Inc. Ordered by: City of Fort Oglethorpe, Georgia Federal Agency Approval (where applicable): .STD 00 64 00 - 1 G23010 M-Fort Oglethorpe\Municipal Maintenance Facility Im provem ents 09/09/24 CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, , the duly authorized and acting legal representative of City of Fort Oglethorpe, Georgia, do hereby certify as follows: I have examined the attached contract(s) and performance and payment bond(s) and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements are adequate and have been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions, and provisions thereof. Date: NOTE: Delete phrase "performance and payment bonds" when not applicable.

500 City Hall Drive Fort Oglethorpe, GA 30742Location

Address: 500 City Hall Drive Fort Oglethorpe, GA 30742

Country : United StatesState : Georgia

You may also like

Agency-Wide Facilities Improvement

Due: 03 Oct, 2026 (in about 2 years)Agency: Maryland Port Administration

FACILITIES MAINTENANCE

Due: 17 Sep, 2025 (in 16 months)Agency: DEPT OF DEFENSE

Public Works Improvements

Due: 03 May, 2024 (in 5 days)Agency: City of Cheyenne

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.