Demolition of Structures

expired opportunity(Expired)
From: City of Albany(City)
23-073

Basic Details

started - 21 Mar, 2023 (13 months ago)

Start Date

21 Mar, 2023 (13 months ago)
due - 05 Apr, 2023 (12 months ago)

Due Date

05 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
23-073

Identifier

23-073
City of Albany

Customer / Agency

City of Albany
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.

C E N T R A L S E R V I C E S P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov 03/15/2023 TO: ALL POTENTIAL BIDDERS SUBJECT: Demolition of Structures Invitation to Bid Ref. #23-073 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. Where any original item is amended, voided, or superseded hereby, the provision of such item not so specifically amended, voided, or superseded shall remain in effect. ADD/DELETE DELETE: 1. 619 Parkwood Avenue (from the bid form) This address will not be demolished. End of Addendum 1 Ricky Gladney Buyer I CC: Anthony Jenkins Chief Nathaniel Norman Albert Hicks Bid File Bid Ref.
#23-073 Demolition Services 2 CITY OF ALBANY PROCUREMENT DIVISION CENTRAL SERVICES DEPARTMENT 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. 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 Bid Ref. #23-073 Demolition Services 3 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. #23-073 Demolition Services 4 SPECIAL INSTRUCTIONS TO BIDDERS DEMOLITION OF STUCTURES CODE ENFORCEMENT DEPARTMENT 1. General: This bid provides for demolition of four (4) locations within Albany, Georgia. Work included is complete demolition as specified, hauling of demolition debris and disposal of debris as described in Special Instructions Item 2. All bids shall be deemed to have been made with full knowledge of all terms, conditions, and requirements contained herein. The contract shall be written for all work required, expressed and/or implied, that is necessary to perform the work described in the bid documents and specifications. No money shall be paid for any extra work or modifications to the specifications unless such work or modification is approved in writing by the owner’s designated representative prior to execution. It is the contractor’s responsibility to visit the work site(s) and become familiar with the work conditions. 2. Demolition Debris Disposal: Contractor is responsible for disposal of demolition debris in the Dougherty County Landfill, the Maple Hill Landfill, or delivery to a Georgia permitted recycling facility. If the material is to be recycled, a copy of the recycling permit must be submitted prior to commencement of contract. Cost for disposal (tipping fees) are the responsibility of the Contractor. Weight tickets must be provided to the Project Manager prior to release of payment on this contract. All landfill charges must be paid before contractor receives a check and proof provided by landfill, unless landfill provides documentation to Code Enforcement stating otherwise. All bidders must sign the attached Checklist for Demolition on page 18 and submit. 3. Bid Form: Bid must be submitted on the form provided in this bid document. Bid is for lump sum contract for all work specified as part of this bid document. Contractor can bid on one, any combination, or all projects as these four (4) demolitions projects will be bid on a lump sum basis for all specified work and will be awarded to the lowest responsive and responsible bidder(s) in the manner that best benefits the City of Albany. For all projects, each address should be quoted separately for record keeping purposes. This figure will also be used as the deductive amount in the event any individual address is removed from the contract. Failure to submit separate prices for each address will result in the total submitted price being divided evenly between the addresses. Contractor must provide projected tonnage per address of debris that will be delivered to the landfill. Failure to provide projected tonnage will cause the bid to be deemed non-responsive. 4. Corporations: 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 the bid. 5. Contract Time: Contract time is 30 calendar days. The contract must be completed in thirty (30) days, following the issuance of the Notice of Award. All projects are expected to be completed on time, Code Enforcement will contact the awarded bidder and agree on a starting date. Liquidated Damages will be assessed at $100.00 per calendar day and deducted from the final contract payment for each day in excess of agreed upon start date, with an allowance for natural catastrophe (i.e. flood, earthquake, etc.). An allowance may be considered for abnormal rain days. 6. The Owner of this project is the City of Albany. The Owner reserves the right to reject any and all bids and to waive any informalities in the bid process. 7. 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 Bid Ref. #23-073 Demolition Services 5 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. 8. Georgia Security and Immigration Compliance Act: The successful contractor will provide certification that they are in compliance with the Georgia Security and Immigration Compliance Act, certifying that the provisions of O.C.G.A § 13-10-91, Chapter 300-10-1, per the Georgia Department of Labor, if applicable, have been complied with in full. Pursuant to O.C.G.A §13-10- 90(2), all subcontractors entering into a contract or agreement for hire on this Project must be registered and participate in the Federal Work Authorization Program. Complete and submit a copy of the form, applicable to your company, and applicable Subcontractor Affidavits, with your bid. 9. Preservation of Property: The contractor shall carry out their work with such care and by the proper methods to prevent damage to the property adjacent to the work or within streets, easement locations to the extent the owner may have rights therein, or other property of the owners or of others, whether adjacent to the work site or not, the removal, relocation, or destruction of which is not called for by the provisions of the contract documents; it being a condition of the execution of the contract that the work be performed in such manner that the property of others and other property of the owner shall not be damaged in any way. The word PROPERTY, as used, is intended to include among other types of property, public street improvements, storm and sanitary sewers, water lines and appurtenances, or other structures. Should any property be damaged or destroyed, the contractor at their own expense shall promptly, or within reasonable time, repair or make such restoration as is practical and acceptable to the owner of the damaged or destroyed property. In case of failure on the part of the contractor to repair or restore such property, or make good such damage or injury, the Building Inspector may within forty-eight (48) hours’ notice, proceed to repair, rebuild, or otherwise restore such property as may be necessary, and the cost thereof will be deducted from any monies due or which may become due the contractor under this contract agreement. The contractor shall, at all times in performance of the work, employ approved methods and exercise reasonable care and skill so as to avoid delay, damage, injury or destruction of existing public service installations and structures; and shall at all times in the performance of the work Bid Ref. #23-073 Demolition Services 6 avoid interference with, or interruption of, public utilities services, and shall cooperate fully with the owners thereof to the end. 10. Superintendent: The contractor shall have a superintendent or representative on the site at all times while work is being performed. They will represent the contractor and all communications given to them shall be binding as if given to the contractor. 11. Contractor must make payment arrangements with the Dougherty County Landfill, 229-430-3044, or Maple Hill Landfill, 229-903-8916, prior to disposal. Checks, credit/debit cards, and cash are acceptable methods of payment. Any other arrangements must be approved by Landfill Management prior to disposal. 12. Contractor is responsible for cleaning all of the debris from the demolition site, and all other debris located on the premises, from lot line to lot line. Contractor is also responsible for removing all trees deemed hazardous to public safety and/or dead from lot line to lot line. The Contractor shall grind the tree stump 6” below grade. 13. Permits and Fees: Within five (5) calendar days following issuance of the Notice to Proceed, the contractor shall apply for demolition permit(s). Failure to do so may result in award of this contract to the next lowest bidder and the original contractor may be billed for the difference in price. The Demolition permit(s) must be obtained from Albany/Dougherty County Code Enforcement Department. The contractor shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate before any work can commence. The contractor as well as any and all subcontractors must possess or will be required to obtain a City of Albany Occupational Tax Certificate or Registration prior to award of contract. This documentation should be on file in the Procurement Office prior to start of any work associated with this contract. The contractor is required to contact the Project Manager, Anthony Jenkins at 229-438- 3913, within five (5) days of completion of each job for a final inspection. 14. Certification of Bidder’s Experience and Qualifications: The undersigned bidder certifies that they are, at the time of bidding, and shall be, throughout the period of the contract, licensed by the State of Georgia to do the type of work required under terms of the contract documents. Bidder further certifies that they are skilled and regularly engaged in the general class and type of work called for in the contract documents. The bidder represents that they are competent, knowledgeable and have special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that they have the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. Suitable evidence of the successful bidder’s experience, to include references, may be submitted w ith bid. 15. Termination for Convenience: This contract may be terminated in whole or in part by the City of Albany with the consent of the Contractor in which case the two parties shall agree upon the termination conditions, including the effective date in the case of partial termination, the portion to be terminated or by the Contractor upon written notification to the City of Albany setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. However, if in the case of partial termination, the City of Albany determines that the remaining portion of the award will not accomplish the purposes for which the contract was awarded, the City of Albany may terminate the contract in its entirety. 16. Termination for Cause: In the event that the contractor shall for any reason or through any cause be in default of the terms, conditions, or obligations of the contract documents, the City may give the contractor written notice of such default and terminate the contract. All terms, conditions, Bid Ref. #23-073 Demolition Services 7 and obligations of the contract documents are considered material. The City may, in its discretion, provide the contractor an opportunity to cure the default, if curable, prior to termination. Unless a different duration is provided in the notice of default, the contractor shall have fourteen (14) calendar days to cure the default from the date such notice is mailed to the contractor, unless notification is by facsimile or personal delivery, in which case the opportunity to cure shall commence upon delivery of the notice. Upon failure of the contractor to cure the default the City may immediately terminate the contract effective as of the mailing or delivery of the default notice. If the City terminates the contract, the contractor shall remain liable for performance of all terms, conditions, and obligations through the date of termination. Termination by the City shall not constitute a waiver by the City of any other rights or remedies available to the City by law or contract. 17. Indemnity Agreement: An executed copy of this form should accompany your bid and must be completed for contract award. (See attached). 18. Governing Law & Venue: An executed copy of this form should accompany your bid. (See attached). 19 Certificate of Non-Collusion: An executed copy of this form should accompany your bid. (See attached). 20. Debarred Bidders Certification: An executed copy of this form should accompany your bid. (See attached). 21. Drug Free Workplace: An executed copy of this form should accompany your bid. (See attached). 22. Barricades and Warnings: The contractor shall provide, erect, and maintain all necessary barricades, suitable and sufficient number of watchmen to direct traffic, and take all necessary precautions for the protection of the work and safety of the public. Barricades and obstructions shall be illuminated at night and lights shall be kept burning from sunset to sunrise. 23. Removal of Trash and Rubbish: The contractor shall be responsible for the removal and legal disposal of all waste, trash, and rubbish resulting from the work under this contract. Work site shall be kept clean and orderly during construction; trash shall be removed from the site or adequately containerized daily. 24. Bid Submittals (All items listed below must be submitted with bid) A. Bid Form B. Checklist for Demolition (See attached) The following items should be submitted with bid: C. Governing Law & Venue Form (See Attached) D. Certificate of Non-Collusion Form (See Attached) E. Debarred Bidders Certification (See Attached) F. Drug Free Workplace (See Attached) G. Indemnification Agreement (See Attached) H. Corporate Seal I. Secretary of State’s Certificate of Incorporation J. Listing of the Principals of Corporation K. Affidavit to Comply with OCGA § 13-10-91 (See Attached) L. Advertisement Form (See Attached) Bid Ref. #23-073 Demolition Services 8 25. List of addresses: 1. 619 Parkwood Avenue 2. 904 Clark Avenue 3. 519 8th Avenue 4. 2104 Dervan Street 26. The Owner reserves the right of first refusal for any and all items scheduled for demolition / removal. 27. No bid may be withdrawn for a period of sixty (60) days from the bid opening date. 28. Compliance: The contractor is responsible for knowledge of and compliance with all laws, codes, ordinances, and regulations that are applicable to this type of work. 29. Local Preference: City of Albany ordinance #13-115 provides for a five percent (5%) Local Preference. No preference will be available where the supplier/vendor fails to make such a written request. Per City of Albany ordinance #13-115, a local vendor/supplier is defined as one that: 1) Maintains and has maintained an office and place of business physically located (post office boxes will not be used for the purpose of establishing physical address) within Dougherty County with at least two (2) full time employees working at or out of said office and business location for a period of at least ninety (90) days prior to bid opening/proposal closing; and 2) Holds a current City of Albany or Dougherty County Occupational Tax Certificate; and 3) Said Vendor/Supplier’s ad valorem taxes on real and personal property in Albany/Dougherty County are not delinquent. 30. For additional information, contact Ricky Gladney, Buyer I, at (229) 431-3211. Bid Ref. #23-073 Demolition Services 9 Specifications Demolition of Structures A. General: These specifications include requirements for Demolition of properties throughout the City as set forth on the Bid Form contained herein. B. Demolition: 1. The structure(s) shall be demolished in accordance with the Southern Building Code Appendix D, pages 717-718 of the Code as attached "A", p. 16, and these specifications. 2. A primary inspection, in accordance with Appendix D pages 717-718 of the Southern Building Code, will be conducted by the Planning & Development Services Department prior to release to the Project Manager. The Project Manager will perform a secondary inspection for compliance with these specifications prior to release of final payment. 3. No demolition will start until Notice to Proceed has been issued by the Owner to the contractor and contractor has secured all necessary permits. Unless an alternate prior agreement on completion time is approved, the contractor will have thirty days to complete work following receipt of permits. Notice to Proceed will not be issued for demolition until the Owner has final clearance that the structure is clean of all hazardous materials, i.e. Asbestos. 4. Demolition Equipment: The contractor shall provide all necessary equipment in a safe and good operating condition. Any equipment found to be unsafe and causes a danger to the work or workers will not be used on the site. All equipment used shall be compliant with OSHA regulations. 5. Trees, shrubs, plants and/or greenery are to remain, where practicable in order to present a greenbelt appearance and to preserve and maintain an environmental balance. There will need to be controlled ingress and egress and material put down to protect the tree root zones and also temporary fencing to control where equipment can travel on the site, protect the tree trunks and to also keep people out of the construction zone. When roots are encountered and removal is necessary they should be cleanly cut and not just torn or broken off when removed. If there are any questionable, items please contact the Code Enforcement Department at 229-438-3913. 6. All boulders, stumps, large roots and other undesirable objects shall be removed. 7. All manmade improvements to the site shall be removed. This includes mailboxes, driveways, foundations, footings, and piping (cut off and plugged at property line boundary at or below ground level to alleviate any above ground hazard). 8. The contractor will perform final grading and leveling on the site to maintain a positive drainage slope, which may include the addition of fill (soil), and over-seed the site with approved grasses (see attachment “B”, p. 17). 9. The disconnection of all permanent utilities is the responsibility of the contractor. This contractor is responsible for contacting the various departments to coordinate all work as it relates to water, gas, electrical and sewer disconnects. Bid Ref. #23-073 Demolition Services 10 a. All water, gas and electrical work shall be coordinated and under the direction of the City of Albany Utility Department at 229-883-8330. b. The sewer service shall be removed to the property line. Sewer taps shall be located and capped prior to the structure demolition. This contractor will coordinate all sewer work through the City of Albany Sewer Division at 229-883-6950. Backfilling of the excavated sewer line will not be accomplished until the City of Albany Sewer Division has inspected the cap and referenced location. c. It is this contractor's responsibility to call the buried locator service at 1-800-282-7411 before excavation work can begin to locate all existing utilities. d. This contractor must have a fully executed Contractor's Agreement for Demolition (see attachment “C”, p. 18) and Demolition permits on file in the Building Inspection Department for each property listed on the Bid Form respectively, before any demolition work can commence. e. Contractor will be responsible for Re-Inspection Fees, which shall be applied if more than two (2) final inspections are requested. Fees are $50.00 for the third inspection and $25.00 for each additional inspection 10. Contractor must follow all regulations for erosion and sediment control contained in the Field Manual for Erosion and Sediment Control in Georgia. This manual can be found at http://gaswcc.georgia.gov/portal/site/SWCC/. http://gaswcc.georgia.gov/portal/site/SWCC/ Bid Ref. #23-073 Demolition Services 11 BID FORM DEMOLITION OF STRUCTURES CODE ENFORCEMENT DEPARTMENT Bid Ref. #23-073 _________________________________ ___________________ Contractor Name Date We the undersigned, do hereby declare that we have carefully examined the site(s) of the proposed Work and the Contract Documents. We do hereby agree to furnish all material, transportation, equipment, apparatus systems, labor, and supervision required to do all Work in strict accordance with the Contract Documents for the Lump Sum price indicated below: See Specifications for scope of work details. LUMP SUM BID: This is a bid for a Lump Sum Contract to be awarded to the lowest responsive and responsible bidder (s) in the manner that best benefits the City of Albany. Debris disposal fees (tipping fees) are the responsibility of the Contractor. Weight tickets will be presented to the Project Manager prior to release of payment on this contract. Total Lump Sum Bid price for all specified work, complete, in accordance with the Contract Documents for all addresses listed below: Projected Tonnage 1. 619 Parkwood Avenue $____________ ________________ 2. 904 Clark Avenue $____________ ________________ 3. 519 8th Avenue $____________ ________________ 4. 2104 Dervan Street $____________ ________________ Total $___________ **Failure to provide projected tonnage will cause bid to be deemed nonresponsive** Contractor acknowledges receipt of addenda number(s): (If none received write "none received".) If awarded a contract, the contractor will provide permits, license certificates, inspections (permanent and temporary) and occupational tax certificates, and proof of insurance before any work can commence. Contractor will pull permits within five (5) calendar days following issuance of the Notice to Proceed and start demolition after issuance of permits. _____________________________ ____________________________________________ Authorized Signature Tax ID # E-Verify # _____________________________ _______________________________________ Address City State Zip _____________________________ _______________ __________________ Seal (If Incorporated) Telephone # Fax # ____________________________________________ Email Address Addenda hereinafter listed and acknowledged as received, which are hereby made a part hereof and which shall govern in all matters of the work hereby proposed. We acknowledge receipt of the following Addenda: (Bidder to list all revisions received, or, if none, state “NONE RECEIVED”) Addendum # ____, dated _______ Addendum # ____, dated ________ Addendum # ____, dated _________ “End of Bid Form” Bid Ref. #23-073 Demolition Services 12 COMPLETE AND SUBMIT CERTIFICATION OF NON-COLLUSION The bidder being sworn, disposes and says, __________________________________________ _____________________________________________________________________________ The Contractor submitting this certification and its agents, officers or employees have not directly or indirectly entered into any agreements, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with this bid. DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ Bid Ref. #23-073 Demolition Services 13 COMPLETE AND SUBMIT GOVERNING LAW AND VENUE Contractor agrees that as to any actions or proceedings arising out of or related to this agreement, any such proceedings shall be governed and determined by Georgia Law. Contractor further agrees that as to any actions or proceedings arising out of or related to this agreement, any such action or proceeding shall be resolved only in an appropriate court located in Dougherty County, Georgia. DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ Bid Ref. #23-073 Demolition Services 14 COMPLETE AND SUBMIT DEBARRED BIDDERS/ INTEGRITY CERTIFICATION Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (49 CFR, Part 29): The Contractor must certify that neither it nor its principals are presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Further, the Contractor certifies that he or she shall obtain an identical certification from all its sub-contractors. The Contractor also agrees that when a sub-contractor is unable to certify to any of the statements in this certification, the prospective participant shall submit an explanation to the Contractor. DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ Bid Ref. #23-073 Demolition Services 15 COMPLETE AND SUBMIT Drug Free Workplace Certification DRUG FREE WORKPLACE REQUIREMENTS: The Contractor will provide the following certification that a Drug Free Workplace will be provided on the Project. The undersigned certifies that the provisions of Code Sections 50-24-1 through 50-24- 6 of the Official Code of Georgia Annotated, relating the "Drug Free Workplace Act", have been complied with in full. The undersigned further certifies that: 1. A drug free workplace will be provided for the Contractor’s employees during the performance of the Contract; and 2. Each Contractor who hires a Subcontractor to work in a drug free workplace shall secure from that Subcontractor the following written certification: DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ Bid Ref. #23-073 Demolition Services 16 COMPLETE AND SUBMIT For All Firms Participating in this BID please answer the questions below : Please let us know how you heard about the BID/RFP advertisement by selecting one of the following. 1. Internet/Social Media to include Facebook, Twitter, etc. Yes____ No____ 2. City of Albany website Yes____ No____ 3. City of Albany local access channel (channel 16) Yes____ No____ 4. Georgia Procurement Registry Yes____ No____ 5. Other: ____________________________________________ Please indicate if you are a DBE: Yes______ No_______ DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ Bid Ref. #23-073 Demolition Services 17 COMPLETE AND SUBMIT INDEMNITY AGREEMENT This indemnity agreement made and entered into in favor of CITY OF ALBANY (“ALBANY”), a municipal corporation, by ______________________. WHEREAS, ______________ ____ has submitted a bid to ALBANY so as to provide _______________________. NOW, THEREFORE, as an additional consideration in ALBANY awarding the bid to __________________. ___________________ agrees to indemnify and hold harmless ALBANY, its agents, principals, officers, and employees, their successors and assigns, individually and collectively, with respect to all claims, demands or liability for any injuries to any person (including death) or damage to any property arising out of any alleged negligence of ________________________, its officers, agents, or employees in connection with said bid /award; provided this indemnity shall not extend to any damage, injury or loss due to ALBANY’s sole negligence or willful misconduct of ALBANY. ____________________ shall defend against all such claims and pay expenses of such defense, including reasonable attorney fees, and all judgments based thereon. WITNESS THE HAND AND SEAL of the _______________ pursuant to proper corporate authority ____ day of _________, 2022. [CORPORATE NAME] By: Title Attest: Title [Affix Corporate Seal] Bid Ref. #23-073 Demolition Services 18 COMPLETE AND SUBMIT DEMOLITION OF STRUCTURES CODE ENFORCEMENT DEPARTMENT CHECKLIST FOR DEMOLITION The following items must be completed in full before any invoices will be paid: 1. Contractor is to provide proof to Code Enforcement that all utilities have been capped or disconnected. 2. Contractor is to provide proof of permit to Code Enforcement. 3. The entire foundation is to be removed in full; this includes all block and concrete. 4. All debris is to be removed from properties. 5. These sites may require additional fill dirt to be brought in during the final grading (final grading means no lumps, hill, or valleys on property when complete). All lots should have positive drainage and hold no water. 6. All landfill charges must be paid before contractor receives a check and proof provided by Landfill, unless Landfill provides documentation to Code Enforcement stating otherwise. 7. Lots must be seeded entirely and then straw placed over seeded area. 8. Copies of all dump tickets are to be turned in to Code Enforcement. I, ____________________________________, understand the above items are to be completed (Contractor) in full before a payment is released. _______________________________________ ________________ Authorized Signature Date If there are any questions in regard to this, please feel free to contact Curtis Dixon at 229-894-1872. Bid Ref. #23-073 Demolition Services 19 ATTACHMENT “A” APPENDIX D STANDARDS FOR DEMOLITION D101 PURPOSE AND SCOPE The standards set forth in this appendix shall apply to the demolition of buildings or structures for which a permit is required under 104 of this code. D102 DEFINITION DEMOLITION – the act of razing, dismantling, or removal of a building or structure, or portion thereof to the ground level. D103 TIME LIMIT Notwithstanding the provision of 104.6 the building official may impose a time limit as an additional condition of a permit for completion of demolition work once such work shall have commenced, provided that for cause one or more extensions of time, for periods not exceeding thirty days each, may be allowed in writing by the building official. D104 STANDARDS D104.1 Demolition work having commenced shall be pursued diligently and without unreasonable interruption with due regard to safety. It is the intent of this section to limit the existence of an unsafe condition or nuisance on the premises during the period of demolition operations. D104.2 Any surface holes or irregularities, wells, septic tanks, basements, cellars, sidewalk vaults, or coal chutes remaining after demolition of any building or structure shall be filled with material as approved by the building official, and shall be graded in such manner that will provide effective surface drainage. D104.3 All debris and accumulation of material resulting from demolition of any building or structure shall be removed from the premises. D104.4 All building sewers shall be effectively plugged with concrete at the property line, or as may be required by the building official. D104.5 Except where there is adequate space, or approval has been granted by the building official, the demolition of a multistory building by other than explosive means shall proceed with the complete removal of one story at a time. In the demolition of any building other than by explosive means, story after story shall be removed and shall be properly wet to alleviate any dust. D104.6 No wall, chimney or other construction shall be allowed to fall in mass on an upper floor. Bulky material, such as beams and columns, shall be lowered and not allowed to fall. When any building over one story in height is demolished, precautions for protecting the public shall be taken as prescribed in Chapter 33. D105 INSPECTIONS In lieu of the inspections required by 105.6, the building official shall make the following inspections upon notification from the permit holder or his agent: 1. Initial Inspection: To be made after all utility connections have been disconnected and secured in such manner that no unsafe or unsanitary conditions shall exist during or remain after demolition operations. 2. Final Inspections: To be made after all demolition work is complete. Bid Ref. #23-073 Demolition Services 20 ATTACHMENT “B” Seeding Rates for Lawn Grasses in Georgia Seeding Rate Grass (lbs./1000 sq. ft.) When to Plant_____ Annual Ryegrass 5-10 December - January Common Bermuda 1-2 (hulled) April - October 3-5 (unhulled) November - March _______________________________________________________________________________ Seed labeled in accordance with U.S. Department of Agriculture rules and regulations under Federal Seed Act shall be furnished. Seed shall be furnished in sealed standard containers unless written exemption is granted. Seed that is wet or moldy or that has been otherwise damaged in transit or storage will not be acceptable. Distribute seed uniformly. Rake and roll the seeded area lightly to firm the soil then place a mulch of clean pine straw (or hay) over the soil to prevent erosion. Contractor must follow all regulations for erosion and sediment control contained in the Field Manual for Erosion and Sediment Control in Georgia. This manual can be found at http://gaswcc.georgia.gov/portal/site/SWCC/. http://gaswcc.georgia.gov/portal/site/SWCC/ Bid Ref. #23-073 Demolition Services 21 CONTRACT DEMOLITION OF STRUCTURES Bid Ref. #23-073 THIS AGREEMENT, made as of the _______ day of_____________20____, by and between The City of Albany, Ga., (Party of First Part, hereinafter called the Owner) and _______________________________________, (Party of the Second Part, hereinafter called the Contractor). WITNESSETH: That the said Contractor has agreed, and by these present does agree with the said Owner, for the consideration herein mentioned in his bid and under the penalty expressed in bid document, hereto attached, to furnish all equipment, tools, and materials, skill and labor of every description necessary to carry out and complete in good, firm, and substantial workmanlike manner, the specified work in strict conformity with the drawings and specifications hereinafter set forth which together with the foregoing bid made by the Contractor, the Notice to Contractors, Instructions to Bidders, General Conditions, Addenda, Special Provisions and this Agreement, shall all form essential parts of the Agreement. The work covered by this Agreement includes all work shown on drawings and specifications and listed in the attached bid. The Owner shall pay, and the Contractor shall receive the LUMP SUM stipulated in the Bid for Demolition of Structures as full compensation for everything furnished and done by the Contractor under this Contract. The full lump sum of $_____________ shall be paid in thirty (30) day increments in the manner and according to the terms specified in the Contract Documents, included in the Contractor's periodic estimate. If the Contractor shall not have submitted evidence satisfactory to the Owner that all payrolls, material bills, and other indebtedness connected with the work have been paid, the Owner may withhold, in addition to the retained percentages, such amount or amounts as may be necessary to pay just claims for labor, services rendered and materials in and about the work, and such amount or amounts withheld or retained may be applied by the Owner, to the payment of just claims. Contractor is required to provide acceptable proof of insurance coverage. Acceptable proofs are a Certificate of Insurance with Additional Insured Endorsement (a Certificate of Insurance by itself is not acceptable) or Declaration Pages of the insurance policies listed which show the City of Albany as additional insured. The insurance company must be authorized to provide insurance in the State of Georgia. Required Insurance Policies and Endorsements are: Commercial General Liability of at least $1,000,000 for bodily injury and property damage with the City of Albany as additional insured, Automobile/Vehicle Liability of at least $500,000 each occurrence for bodily injury and property damage covering owned, non-owned, leased and hired autos/vehicles with the City of Albany as additional insured and Worker’s Compensation in the statutory limits of Georgia and Employers’ Liability with limits of liability of no less than $100,000 of each accident/disease. These policies must also contain a waiver of subrogation in favor of the City of Albany. All insurance policies must provide that the City of Albany will be notified within 30 days of any changes, restrictions and/or cancellation. If applicable, Professional Liability in addition to above requirements, of at least $500,000 each claim. Proof of insurance must be submitted to the Procurement Division and approved by Risk Management prior to performance of any work. Contractor agrees that as to any actions or proceedings arising out of or related to this agreement, any such proceedings shall be governed and determined by Georgia Law. Contractor further agrees that as to any actions or proceedings arising out of or related to this agreement, any such action or proceeding shall be resolved only in an appropriate court located in Dougherty County, Georgia. Bid Ref. #23-073 Demolition Services 22 Contractor agrees to indemnify and hold harmless the City, its agents, officers, and employees, their successors and assigns, individually and collectively, with respect to all claims, demands or liability for any injuries to any person (including death) or damage to any property arising out of the activities of contractor or based on alleged negligence of contractor, its officers, agents, or employees and contractor shall defend against all such claims and pay all expenses of such defense, including attorney fees, and all judgments based thereon; provided that this obligation shall not extend to any damage, injury or loss due to the negligence of the City. IN WITNESS WHEREOF the parties hereto have executed this Agreement in quadruplicate this ____ day of ________________, 20___. CITY OF ALBANY, GA. (Owner) BY: _____________________________ AUTHORIZED SIGNATURE ________________________________ (Title) ________________________________ (Contractor) (SEAL) By: _____________________________ ________________________________ (Title) ______________________________ (Witness) ______________________________ (Witness)

401 Pine Avenue, Albany, GA 31701Location

Address: 401 Pine Avenue, Albany, GA 31701

Country : United StatesState : Georgia

You may also like

Demolition and Stabilization Services

Due: 08 May, 2024 (in 12 days)Agency: City of Richmond

IFB - 240007066 - Demolition and Stabilization Services

Due: 08 May, 2024 (in 12 days)Agency: City of Richmond Government