Golf Course Maintenance Buildings

expired opportunity(Expired)
From: City of Albany(City)
24-025

Basic Details

started - 30 Nov, 2023 (5 months ago)

Start Date

30 Nov, 2023 (5 months ago)
due - 15 Dec, 2023 (4 months ago)

Due Date

15 Dec, 2023 (4 months ago)
Bid Notification

Type

Bid Notification
24-025

Identifier

24-025
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.

F I N A N C E P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov 12/01/2023 TO: All Potential Bidders SUBJECT: Golf Gourse Maintenance Buildings Bid Ref. #24-025 Bid Opening Date & Time: December 08, 2023 @ 2:30 p.m. ADDENDUM NO. 1 The items contained in this addendum are added to and/or deleted from and become part of the specifications and proposal documents for the above-referenced Invitation to Bid. Bidders must acknowledge receipt of the Addendum on the Bid Form, located in the invitation to bid, when the bids are submitted. ADD/DELETE ADD: All fire alarms, security alarms, and cameras will be provided, installed, and serviced by the City of Albany. QUESTION/ANSWERS Question 1: The specifications only reference one mosaic ceramic tile for the restrooms. Is the tile specified to be installed on the floors and walls? If not, please provide a specification for the wall
tile. Answer 1: The specified tile goes on walls and floors. Question 2: Civil Sheet 1 of 4 indicates the removal of the canopy attached to the existing building (also shows 2 canopy poles). Will this be handled under a separate contract with the building demolition, or should we include it? Answer2: The contractor shall disassemble the existing canopy and the City of Albany Facilities Management Division will remove the materials from the site. Question 3: Panel MP is shown in the Tool Room but on the Panel Schedule it is shown as Nema 3r going on the outside. http://www.albanyga.gov/ F I N A N C E P.O. BOX 447 ALBANY, GA 31702 | PHONE: 229.431.3211 | FAX: 229.431.2184 | www.albanyga.gov Answer 3: Panel MP is intended to be located in the tool room and be an indoor rated panel, Nema 1. This panel on the exterior of the building is not acceptable. Question 4: Panel L2 which serves Building 2 is in the tool room in Building 1. Should this panel be moved to Building 2? Answer 4: Panel L2 is not dedicated to the second building. Question 5: Is the B fixture in the Tool Room and Bay 4 the same as the B fixture in Bay 2 and 3? Answer 5: The two fixtures in the tool room and the four fixtures in bay 4 should read D instead of B. Question 6: Can you provide more info regarding the proposed gravel area/apron behind the 2,500 SF building (thickness, type of gravel, and underlayment like geotextile)? Answer 6: Per Tod Lanier: 6” of graded aggregate base (GAB), no underlayment. Question 7: Would the following Pre-engineered Metal Building Manufacturer’s be acceptable for this project? I have attached company info for both companies (Pinnacle Structures, SBS, Inc. attached). Answer 7: Yes, these companies are approved (see attached). Question 8: Plans call for 26 ga roof/wall panels for the shed (2,500 SF building). Specs do not appear to differentiate between the buildings and only list 24 ga panels. Please verify that 26 ga panels are acceptable for the shed. Also, please let us know if it’s acceptable to use thru-wall fasteners for the roof/wall panels on the shed. Answer 8: Please follow the specifications: all panels to be 24 ga concealed fastener. Question 9: Plans do not indicate insulation for the walls/roof of the shed (2,500 SF building). Please confirm this. Answer 9: Confirmed: No insulation at the 2500 s.f. building. End of Addendum 1 Ricky Gladney Ricky Gladney, Buyer Cc: Chad Arnold, Superintendent, Facilities Management Scott Tennison, Sales Tax Project Manager Donald Gray, Director, Facilities Management Mack Wakeford, YWM Architects http://www.albanyga.gov/ IAS/MB-AC472/103-1 This is to attest that STEEL BUILDING SYSTEMS, INC 320 STEVENS LANE ADEL, GEORGIA 31620, U.S.A. Inspection Program for Manufacturer of Metal Building Systems MB-246 has met the requirements of AC472, IAS Accreditation Criteria for Inspection Programs for Manufacturers of Metal Building Systems, Part A-Fabrication of Structural Weldments and Cold-formed Products Requiring Welding, Part C-Design of Metal Building Systems, and the in-plant inspection program is in compliance with Section 1704.2.5.1 of the 2015 and 2018 International Building Code®, Section 1704.2.5.2 of the 2012 International Building Code®, and Section 1704.2.2 of earlier code editions. Periodic plant inspections are conducted by Farabaugh Engineering and Testing, Inc. (AA-715) to monitor compliance with the requirements of AC472. This certificate is valid up to March 1, 2024 President This is to attest that PINNACLE STRUCTURES, INC. 2665 BILL FOSTER MEMORIAL HIGHWAY CABOT, ARKANSAS 72023, U.S.A. Inspection Program for Manufacturer of Metal Building Systems MB-103 has met the requirements of AC472, IAS Accreditation Criteria for Inspection Programs for Manufacturers of Metal Building Systems, Part A-Fabrication of Structural Weldments and Cold- formed Products Requiring Welding, Part B-Fabrication of Cold-formed Products Not Requiring Welding, Part C-Design of Metal Building Systems, and the in-plant inspection program is in compliance with Section 1704.2.5.1 of the 2015 and 2018 International Building Code®, Section 1704.2.5.2 of the 2012 International Building Code®, and Section 1704.2.2 of earlier code editions. Periodic plant inspections are conducted by Benchmark Holdings L.L.C. (AA-660) to monitor compliance with the requirements of AC472. In addition, this organization’s in-plant nondestructive testing is in compliance with Section 1705.2.1 of the 2015 and 2018 International Building Code®. The organization has demonstrated in-house capabilities for nondestructive testing of structural steel elements (following the requirements of performing ultrasonic testing) in accordance with Section N of the 2010 Edition of American Institute of Steel Construction’s Specification for Structural Steel Buildings (AISC 360). This certificate is valid up to July 1, 2022 President C E R T I F I C A T E O F C O M P L I A N C E Certificate Number 2020-09-17-R26099 Report Reference R26099-2008-12-10 R26099-2014-09-10 R26099-2015-05-28 Issue Date 2020-SEPTEMBER-17 Bruce Mahrenholz, Director North American Certification Program UL LLC Any information and documentation involving UL Mark services are provided on behalf of UL LLC (UL) or any authorized licensee of UL. For questions, please contact a local UL Customer Service Representative at http://ul.com/aboutul/locations/ Page 1 of 4 Issued to: PINNACLE STRUCTURES INC. 2665 Bill Foster Memorial Hwy. Cabot, AR 70233 This is to certify that representative samples of Metal Roof Deck Panels, Roof-covering Materials, Impact Resistance, Roofing Systems See addendum below for models Have been investigated by UL in accordance with the Standard(s) indicated on this Certificate. Standard(s) for Safety: ANSI/UL 263 – Fire Tests of Building Construction and Materials ANSI/UL 580 – Tests for Uplift Resistance of Roof Assemblies UL 2218 – Impact Resistance of Prepared Roof-covering Materials ANSI/UL 790 – Tests for Fire Resistance of Roof Covering Materials Additional Information: See the UL Online Certifications Directory at www.ul.com/database for additional information Only those products bearing the UL Certification Mark should be considered as being covered by UL's Certification and Follow-Up Service. Look for the UL Certification Mark on the product. C E R T I F I C A T E O F C O M P L I A N C E Certificate Number 2020-09-17-R26099 Report Reference R26099-2008-12-10 R26099-2014-09-10 R26099-2015-05-28 Issue Date 2020-SEPTEMBER-17 Bruce Mahrenholz, Director North American Certification Program UL LLC Any information and documentation involving UL Mark services are provided on behalf of UL LLC (UL) or any authorized licensee of UL. For questions, please contact a local UL Customer Service Representative at http://ul.com/aboutul/locations/ Page 2 of 4 ANSI/UL 263 – Fire Tests of Building Construction and Materials Mechanically attached metal roof panels, "PINNACLE D-LOK", "PINNACLE PBR", "PINNACLE U- DEK", "PINNACLE BATTENLOK" and "PINNACLE SUPERLOK", secured by steel anchor clips. Anchor clips are attached to a hat shaped member+ (minimum depth 1 in.) or a bearing plate++. For use in Design Nos. P225, P227, P230, P237, P265, P268, P508, P510, P512, P701, P711, P717, P720, P722, P726, P731, P734, P801, P815, P819. + Hat-shaped member to be a minimum of 16 gage. The member will be fastened through the roof insulation to the steel roof deck with No. 14 self-drilling and/or self-tapping fasteners. Spacing to be determined by the structural loading requirements. In addition any compressible UL Classified glass fiber blanket insulation with or without a vapor-retarder facing may be used between the specified roof insulation and the metal roof panels. ++ Bearing plate to be a minimum of 16 gauge. Member will be fastened through the roof insulation to the steel deck with No. 14 self-drilling and/or self-tapping fasteners. ANSI/UL 580 – Tests for Uplift Resistance of Roof Assemblies Coated steel panels identified as Type "PINNACLE D-LOK" panels for use in Construction Nos. 180C, 287, 308A, 450, 538, 539 and 540. Coated steel panels identified as Type "PINNACLE U-DEK" panels for use in Construction Nos. 180B, 205, 205A, 286, 308B, 534, 535, 536, 537 and 541. Coated steel panels identified as Type "PINNACLE PBR" panels for use in Construction Nos. 30, 54, 79, 104, 112, 161, 184 and 542. Coated steel panels identified as Types "PINNACLE BATTENLOK" and "PINNACLE SUPERLOK" panels for use in Construction Nos. 90, 176, 180, 238B, 437, 449, 451, 452, 487 C E R T I F I C A T E O F C O M P L I A N C E Certificate Number 2020-09-17-R26099 Report Reference R26099-2008-12-10 R26099-2014-09-10 R26099-2015-05-28 Issue Date 2020-SEPTEMBER-17 Bruce Mahrenholz, Director North American Certification Program UL LLC Any information and documentation involving UL Mark services are provided on behalf of UL LLC (UL) or any authorized licensee of UL. For questions, please contact a local UL Customer Service Representative at http://ul.com/aboutul/locations/ Page 3 of 4 UL 2218 – Impact Resistance of Prepared Roof-covering Materials Class 4 formed steel panels, Model(s) PINNACLE BATTENLOK, PINNACLE D-LOK , PINNACLE PBR, PINNACLE SUPERLOK, PINNACLE U-DEK ANSI/UL 790 BUILDING UNITS Class A Coated steel panels (surfacing) identified as "PINNACLE D-LOK", "PINNACLE PBR", "PINNACLE U- DEK", "PINNACLE BATTENLOK" and "PINNACLE SUPERLOK". One or more layers of GAF "VersaShield Underlayment," mechanically fastened, may be used in lieu of the Barrier Board in all combustible Classifications. 1. Deck: C-15/32 Incline: Unlimited Impact: Class 4 Barrier Board: — 1/4 in. min. G-P Gypsum DensDeck® or United States Gypsum Co SECUROCK® Glass-Mat Roof Board (Type SGMRX), National Gypsum "DEXcell Glass Mat Roof Board" or "DEXcell FV Glass Mat Roof Board", CertainTeed Gypsum "GlasRoc" or 1/2 in. min UL classified gypsum board with all joints staggered a min of 6 in. from the plywood joints. Ply Sheet (Optional): — Any UL Classified Type G1, G2 or G3 base/ply sheet, Type 15, 20 or 30 felt or UL Classified prepared roofing accessory or GCP Applied Technologies Inc. "Ice and Water Shield". Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. 2. Deck: NC Incline: Unlimited Impact: Class 4 Barrier Board: — 1/4 in. min. G-P Gypsum DensDeck® or United States Gypsum Co SECUROCK® Glass-Mat Roof Board (Type SGMRX), National Gypsum "DEXcell Glass Mat Roof Board" or "DEXcell FV Glass Mat Roof Board", CertainTeed Gypsum "GlasRoc" or 1/2 in. min UL classified gypsum board. Ply Sheet (Optional): — Any UL Classified Type G1, G2 or G3 base/ply sheet, Type 15, 20 or 30 felt or UL Classified prepared roofing accessory or GCP Applied Technologies Inc. "Ice and Water Shield". Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. 3. Deck: NC Incline: Unlimited Impact: Class 4 C E R T I F I C A T E O F C O M P L I A N C E Certificate Number 2020-09-17-R26099 Report Reference R26099-2008-12-10 R26099-2014-09-10 R26099-2015-05-28 Issue Date 2020-SEPTEMBER-17 Bruce Mahrenholz, Director North American Certification Program UL LLC Any information and documentation involving UL Mark services are provided on behalf of UL LLC (UL) or any authorized licensee of UL. For questions, please contact a local UL Customer Service Representative at http://ul.com/aboutul/locations/ Page 4 of 4 Barrier Board: — 7/16 OBS or 5/8 in. plywood over polyisocyanurate insulation board or polyisocyanurate composite boad, any thickness. Ply Sheet (Optional): — Any UL Classified Type G1, G2 or G3 base/ply sheet, Type 15, 20 or 30 felt or UL Classified prepared roofing accessory or GCP Applied Technologies Inc. "Ice and Water Shield". Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. 4. Deck: NC Incline: Unlimited Impact: Class 4 Insulation: — Polyisocyanurate, glass fiber, perlite or wood fiber, any thickness. Ply Sheet (Optional): — Any UL Classified Type G1, G2 or G3 base/ply sheet, Type 15, 20 or 30 felt or UL Classified prepared roofing accessory or GCP Applied Technologies Inc. "Ice and Water Shield". Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. 5. Deck: NC Incline: Unlimited Impact: Class 4 Insulation: — None required, however any UL Classified insulations may be used over open purlin spans. Any combination and any total thickness of insulation may be used. Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. 6. Deck: C-15/32 Incline: Unlimited Impact: Class 4 Barrier Board: — 1/4 in. min. G-P Gypsum DensDeck® or United States Gypsum Co SECUROCK® Glass-Mat Roof Board (Type SGMRX), National Gypsum "DEXcell Glass Mat Roof Board" or "DEXcell FV Glass Mat Roof Board", CertainTeed Gypsum "GlasRoc" or 1/2 in. min UL classified gypsum board with all joints staggered a min of 6 in. from the plywood joints. Ply Sheet (Optional): — Any UL Classified Type G1, G2 or G3 base/ply sheet, Type 15, 20 or 30 felt or UL Classified prepared roofing accessory or GCP Applied Technologies Inc. "Ice and Water Shield". Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. Class C Coated steel panels (surfacing) identified as "PINNACLE D-LOK", "PINNACLE PBR", "PINNACLE U- DEK", "PINNACLE BATTENLOK" and "PINNACLE SUPERLOK". 1. Deck: C-15/32 Incline: Unlimited Impact: Class 4 Surfacing: — Coated Steel roofing panels, mechanically fastened or with steel screws when roof deck fasteners (panel clips) not required. Page 2.1 Date 2/05/14 TABLE OF CONTENTS SPECIFICATIONS SECTION Scope 1.0 Building Geometry 2.0 Drawings and Certifications 3.0 Design 4.0 Foundation Designs 5.0 Component Description and Usage 6.0 Materials 7.0 Shop Fabrication 8.0 Framed Openings 9.0 Canopies 10.0 Façade Systems 11.0 Partitions 12.0 Roof Modification 13.0 Windows 14.0 Swing Doors 15.0 Wall and Roof Light Panels 16.0 Sealant 17.0 Closure Strips 18.0 Page 2.2 Date 2/05/14 SPECIFICATION 1.0 SCOPE Pinnacle Structures, Inc. is an IAS AC472 Accredited manufacturer. The building system shall include all columns, rafters, endwall columns, purlins, girts, struts, clips, bracing, exterior metal covering, flashing, fasteners, and miscellaneous items necessary for a complete and weather tight structure, or as required by the customer. 2.0 BUILDING GEOMETRY 2.1 Building Width: The building width shall be the horizontal distance between the outside faces of the eave struts. 2.2 Building Height: The building height shall be vertical distance from the base of the sidewall columns to the outside top corners of the eave struts. 2.3 Building Length: The building length shall be the horizontal distance between the outside flanges of the endwall girts. 2.4 Bay Spacing: The interior bay spacing shall be the horizontal distance between the centerlines of adjacent interior frames. The end bay length shall be the horizontal distance from the centerline of the first interior frame to the outside flanges of the endwall girts. 3.0 DRAWINGS AND CERTIFICATIONS 3.1 Drawings: 3.1.1 Anchor Bolt Setting Plans Pinnacle shall furnish Anchor Bolt Setting Plans showing the diameters, locations and material specifications for the building anchor bolts and reaction schematics showing the rigid frame reactions. Foundation design and anchor bolt lengths are not the responsibility of Pinnacle Structures, Inc. Anchor bolts are not designed to stabilize the columns during erection. Temporary bracing as needed for safety is the erector’s responsibility. Page 2.3 Date 2/05/14 3.1.2 Erection Drawings Pinnacle shall furnish Erection Drawings which shall include the elevations and details necessary to erect the building. 3.2 Certifications: 3.2.1 Letter of Certification Pinnacle shall submit a letter sealed by a professional engineer stating that the loads were applied and the building was designed in accordance with the specified building code and/or purchase order documents. 3.2.2 Design Calculations Subsequent to the awarding of the contract, Pinnacle shall, upon request, submit design calculations sealed by a professional engineer. 4.0 DESIGN 4.1 Design Authorities: 4.1.1 Structural Steel All Structural steel sections and welded plate members shall be designed in accordance with the allowable stresses and design requirement sections of the latest edition of the American Institute of Steel Construction’s Manual of Steel Construction (Allowable Stress Design). 4.1.2 Cold-Formed All cold-formed members, including exterior covering, shall be designed in accordance with the allowable stresses and design requirement sections of the latest edition of the American Iron and Steel Institute’s Cold-Formed Steel Design Manual with 2004 addendums. 4.2 Design Loads: 4.2.1 Snow, Wind, Live and Collateral Loads Loads and the application of loads shall be as specified by the Architect or Engineer of Record. In no case shall the loads or the application of loads be less than those recommended by the 2012 MBMA Metal Building Systems Manual. Page 2.4 Date 2/05/14 4.2.2 Dead Load The dead load shall be the weight of the structure. 4.2.3 Load Combinations The design load combinations for all buildings shall be as specified by the Architect or Engineer of Record. In no case shall the load combinations be less severe than specified in the 2012 MBMA Metal Building Systems Manual. 4.3 Anchor Bolts Anchor bolts shall be sized to resist loads induced by the structure and shall not be less than the diameters, material specifications and quantities shown by Pinnacle. All anchor bolts shall be unpainted to bond to the concrete and shall be set in strict accordance with Pinnacle’s drawings. 5.0 FOUNDATION DESIGN 5.1 General Pinnacle Structures, Inc. shall not furnish, design, nor accept responsibility for the concrete foundation, anchor bolts or embedded concrete reinforcing. The final reactions, anchor bolt diameters, quantities and material specifications shall be shown on the anchor bolt setting plans. Suggested anchor bolt details and anchorage details included in Pinnacles anchor bolt setting plans shall be verified and approved by the Architect or Engineer of Record for the project. 5.2 Materials The anchor bolts and reinforcing shall not be furnished by Pinnacle Structures, Inc. 6.0 COMPONENT DESCRIPTION AND USAGE 6.1 Primary Framing 6.1.1 Columns Primary frame columns shall be either prismatic or tapered sections composed of shop welded steel bar and plate. Wall columns may have either exterior or flush mounted girts. The depth and flange width of columns shall be as dictated by the specified design criteria. Page 2.5 Date 2/05/14 6.1.2 Rafters Primary frame rafters shall be either prismatic or tapered sections composed of shop welded steel bar and plate. Rafters shall have exterior mounted purlins. The depth and flange width of rafters shall be as dictated by the specified design criteria. 6.1.3 Interior Modular Columns Interior modular columns supporting primary frame rafters shall be either round structural pipe or prismatic sections composed of shop welded steel bar and plate. Columns shall have the necessary connections for field bolting to the rafters and to the anchor bolts. The diameter or depth and flange width of welded sections shall be as dictated by the specified design criteria. 6.2 Secondary Structural Members 6.2.1 Cold-Formed Purlins and Girts Purlins and girts shall be either 8”, 9” or 10” “Z” sections, precision cold-formed from material with design thickness of 0.059” to 0.102”. Exterior mounted simple span purlins and girts shall have 4 1⁄2” nominal end laps for alignment purposes. Continuous span purlins and girts shall have minimum end laps of 2’0 to develop continuity. All girts on buildings with flush girts shall be mounted so that the outside flanges of the girts are flush with the exterior face of the controlling outside flange of the columns. Purlins and girts shall be attached to the primary framing with 1⁄2” diameter bolts and nuts. Continuous purlins shall have four 1⁄2” diameter bolts and nuts through the webs to interlock the sections for continuity. 6.2.2 Bar Joist Purlins Bar joist purlins shall be as required to comply with the specified design criteria. Bar joists shall be field welded to the rafters, except that bolted connections shall be provided at critical locations required for stability during erection. 6.2.3 Eave Struts Eave struts shall be either 8”, 9” or 10” “C” sections, precision cold-formed from material with design thickness of .059” to 0.102”. The upper and lower flanges shall slope at the building roof slope and the webs shall be vertical to receive the sidewall covering. Eave struts shall be connected to the primary framing with standard 1⁄2’’ diameter bolts. 6.2.4 Wind and Seismic Bracing Wind and seismic bracing shall be as shown on Pinnacle Structures, Inc. erection drawings and shall be accomplished by diagonal cable bracing, rod bracing, or other means necessary to resist roof and wall wind and seismic loads. All diagonal cable and rod bracing shall include necessary hardware for installation and adjustment of lengths. Page 2.6 Date 2/05/14 6.2.5 Flange Bracing Flange bracing shall be steel angles attached to the purlins and/or girts and to the inner flanges of the primary framing. The quantity and location of all brace angles shall be as dictated by the building design and shall be located as shown on Pinnacle’s erection drawings. 6.2.6 Gable Angles Gable angles provide a surface for attaching endwall panels to the rake of a building. Gable angles shall be 2” x 4” angles precision cold-formed from material with a minimum design thickness of .059”. Gable angles shall be attached to the purlins along the building rake. 6.2.7 Connection Clips Connection clips shall be provided by Pinnacle as necessary to facilitate the assembly of the building components. Connection clips shall be located as shown on Pinnacle’s erection drawings. 6.2.8 Base Options 6.2.8.1 Base Angles Base angles shall be 2” x 4” angles precision cold-formed from steel with a minimum design thickness of .059”. Base angles shall be attached to the concrete foundation with 1⁄4” x 1 1⁄4” minimum Metal Hit Anchors or equivalent at 2’-0 maximum spacing. Pinnacle Structures, Inc. shall not furnish the base angle anchors. 6.2.8.2 Base Angle Trim Base angle trim shall be optional in lieu of Base Angles. Base angle trim shall be 0.059” minimum thickness steel with factory applied Bronze paint. Base angle trim shall be attached to the concrete foundation with 1⁄4” x 1 1⁄4” minimum Metal Hit Anchors or equivalent at 2’-0 maximum spacing. Base angle trim shall be optional to replace base angles and eliminate the necessity for a concrete notch. Pinnacle Structures, Inc. shall not furnish the base angle trim anchors. 6.2.8.3 Base Girts Base Girts shall be optional in lieu of Base Angles or Base Angle Trim. Base girts shall be located 6” above the finished floor elevation. Page 2.7 Date 2/05/14 6.3 End Frames 6.3.1 Non-Expandable End Frames 6.3.1.1 Built-up End Frames Non-expandable (built-up) end frames shall consist of cold-formed channel rafters or welded plate rafters and welded plate or Hot rolled columns. Column-to-rafter connections shall transmit shear and axial loads only. 6.3.1.2 Rigid Frame End Frames Non-expandable rigid frame end frames shall consist of a primary frame designed to support one half of the end bay loadings. Endwall column-to-rafter connections shall transmit shear loads only. 6.3.2 Expandable End Frames Expandable end frames shall consist of a primary frame designed to support a full bay and endwall columns of welded plate or hot rolled steel. Endwall column-to- rafter connections shall transmit shear loads only. 6.4 Covering 6.4.1 Material 6.4.1.1 Unpainted GALVALUME® Unpainted GALVALUME® shall conform to ASTM A792 with a coating class of AZ 50 or heavier, chemically treated and lightly oiled. All 26 gauge unpainted GALVALUME® used for roof and wall applications shall be grade 80, except when used for trim it shall be grade 50. All 24 gauge unpainted GALVALUME® used for roof and wall applications shall be grade 80, except for 24 gauge shall be grade 50. 6.4.1.2 Painted GALVALUME® GALVALUME® used as a substrate for factory applied baked on paint shall conform to ASTM A792 with a coating class of AZ 50 or heavier, minimum spangle, as specified by the coater. All 26 gauge painted GALVALUME® used for roof and wall applications shall be grade 80. All 26 gauge painted GALVALUME® used for trim shall be grade 50. All 26 gauge painted GALVALUME® used for roof and wall applications shall be grade 80, except for 24 gauge shall be grade 50. Page 2.8 Date 2/05/14 6.5 Covering Fasteners 6.5 1 Material 6.5.1 1 Exposed Roof Fasteners (Screws) Exposed roof fasteners shall have a zinc aluminum case hex washer head fixed over the head of a carbon steel plated fastener. Each fastener shall have a neoprene washer fitted and protected under the hex washer head. 6.5.1.2 Non-exposed Roof Fasteners Fasteners for non-exposed roof applications shall be made of carbon steel with zinc electroplating finish with or without bonded neoprene washer. 6.5.1.3 Wall Fasteners Wall fasteners shall be made of carbon steel with zinc electroplating with bonded neoprene washer. 6.5.2 Fastener (Screw) Finish 6.5.2.1 Long-Life Finish Long-life finish shall consist of composite fluorocarbon combined with organic polymers to form a plastic-alloy finish which is applied to the entire fastener and washer assembly by means of a DIP/SPIN/CURE process, providing exceptional corrosion protection. 6.5.2.2 Paint Painted fasteners shall be provided to match the wall and roof panel color. Paint shall be a factory applied baked on finish. 6.5.2.3 Zinc Aluminum The zinc aluminum finish of the exposed roof fasteners shall be adequately formulated to be corrosion resistant and to never red rust. Page 2.9 Date 2/05/14 6.5.3 Covering Fastener Types Ultimate Strengths Type Pull Designation Sizes Pullout Over Shear Exposed #12-14 x 1 1⁄4” 770# 794# 2050# Self-Drilling #12-14 x 1/1/2” to to Roof Screw 1850# 1647# Exposed 256# 794# 2850# Self-Drilling 1⁄4”-14 x 7/8” to to Roof-lap Screw 688# 1647# Non-Exposed #12-14 x 1 1⁄4” 770# 2050# Self-Drilling to Clip Screw 1858# Self-Drilling #12-14 x 1 1⁄4” 770# 501# 2050# Wall Screw #12-14 x 1 1⁄2” to to 1850# 649# Self-Drilling 256# 501# 2858# Wall-lap Screw 1⁄4”-14 x 7/8” to to 688# 649# 6.6 Building Trim 6.6.1 General Formed GALVALUME® steel flashing with factory baked on paint shall be provided at corners, endwall rakes, eaves, and openings to insure a neat, weather tight structure. 6.6.2 Eave Trim Options The junction of the roof panels and sidewall panels shall be adequately flashed with formed GALVLUME® steel with factory baked on paint. Eave flashing shall be one of the following: A. Eave gutters with downspouts. B. Eave box trim. Eave box trim which resembles the configuration of the endwall flashing is recommended for northern regions where ice and snow make eave gutters impractical. C. Sidewall flashing. Sidewall flashing shall be formed to the roof slope and capped over the top of the sidewall panels. D. Combination of A and C. Page 2.10 Date 2/05/14 6.6.3 Eave Gutters Eave gutters shall be suspended box sections supported at 3’-0 on center (maximum) and formed to match the configuration of the endwall flashing. Eave gutters shall have a minimum cross-sectional area of 24 square inches for water flow. Pop rivets, hanger clips and sealant shall be used to secure the gutter and seal the gutter end laps. 6.6.4 Eave Gutter Downspouts Downspouts shall be a minimum of 3 1⁄2” x 4” rectangular sections. Spacing of the downspouts will be dictated by the building width and the local rainfall intensity. Locations shall be shown on Pinnacle Structures, Inc. erection drawings. Field connected downspout elbows shall be provided to divert water away from the building when applicable. 6.6.5 Corner Flashing The juncture of sidewall panels and endwall panels shall be adequately flashed to ensure weather tightness and neat appearance. The flashing shall be designed to complement the wall panel used and shall match the wall panel color, unless noted otherwise. 6.6.6 Accessory Flashing Accessories which penetrate the wall or roof panels shall be adequately flashed and caulked as necessary to ensure weather tightness and neat appearance. 7.0 MATERIALS 7.1 Structural Plate, Sheet and Bar All structural plate, sheet and bar shall have a minimum yield strength of 55,000 psi. 7.2 Cold-Formed All cold-formed structural material shall have a minimum yield strength of 55,000 psi. 7.3 Hot Rolled Sections All hot rolled sections shall have a minimum yield strength of 36,000 psi. 7.4 Pipe All structural pipe sections shall have a minimum yield strength of 36,000 psi. 7.5 Rod All rod used as structural bracing shall have a minimum yield strength of 36,000 psi. Page 2.11 Date 2/05/14 7.6 Cable All cable used as structural bracing shall be extra high strength galvanized (“A” Coat) wire strand (left-hand lay). 7.7 Covering All 26 gauge cold-formed panel material shall have a minimum yield strength of 80,000 psi. All 24 gauge cold-formed panel material shall have a minimum yield strength of 50,000 psi 7.8 High Strength Bolts All bolts used in primary structural connections shall be ASTM A325 Bolts. High Strength Nuts High strength nuts shall be ASTM 194 Grade 2H. Acceptable substitutes are ASTM 563 Grade C, C3, D, DH, DH3. 7.9 Standard Bolts All Bolts used in secondary structural connections shall be ASTM A307 Bolts 7.10 Standard Nuts Standard nuts shall be ASTM A563 Grade A or Grade 2. 8.0 SHOP FABRICATION 8.1 Scope All fabricated members shall be sheared, formed, punched, welded, and painted in the plant of the manufacturer. All holes and clips required to facilitate the attachment of secondary framing shall be provided by Pinnacle Structures, Inc. 8.2 Welding All shop welding shall be in accordance with the American Welding Society and the American National Standards Institute Structural Welding Code (ANSI/AWS D1.1). Dimensional tolerances of fabricated components shall comply with the Metal Building Manufacturers Association (MBMA) Metal Building Systems Manual, Section 9 – “Fabrication and Erection Tolerances”. All welding shall be done by welders certified in accordance with AWS Code. Flanges and webs of “I” section shall be joined by a continuous automatic submerged arc welding (SAW) process or a semi-automatic gas metal arc welding (GMAW) process. Flange-to-web welds shall be applied on only one side of the web unless load transfer requirements dictate that welds be applied to both sides. Page 2.12 Date 2/05/14 8.3 Structural Primer All fabricated members other than GALVALUME, galvanized, or prepainted panel and flashing material shall receive a factory applied coat of rust inhibiting primer. The primer shall be a universal anti-corrosive, lead and chromate free, fast drying, modified alkyd primer. 8.4 Identification All fabricated items shall have an identifying mark which corresponds to the mark shown on the erection drawings. The mark shall be stamped, stenciled, or printed on or attached to the items or to their containers. 9.0 FRAMED OPENINGS Framed openings shall consist of cold-formed headers and jambs of a sufficient depth designed and located to allow flush framing of the wall girts. Flashing shall be provided to ensure weather tightness and neat appearance. 10.0 CANOPIES 10.1 Eave Line Flush Sidewall Canopy Eave line flush canopies shall consist of structural rafters of shop welded steel plate cantilevered to support flush mounted purlins and eave struts. Rafter depths shall match purlin depths so that the top and bottom flanges of the rafters are flush with the top and bottom flanges of the purlins and eave struts. Canopy roof panels shall be an extension of the main building roof panels. As an option, canopies may be soffited with panels attached to the bottom flanges of the purlins and eave struts. Canopies shall be flashed at the eaves and ends to conceal the purlins and structural rafters. 10.2 Below Eave Line Flush Canopy Below eave line flush canopies shall consist of structural rafters of shop welded steel plate to support flush mounted purlins and eave struts. Rafter depths shall match purlin depths so that the top and bottom flanges of the rafters are flush with the top and bottom flanges of the purlins and eave struts. Canopy roof panels shall be adequately flashed to the building wall panels. As an option, canopies may be soffited with panels attached to the bottom flanges of the purlins and eave struts. Canopies shall be flashed at the eaves and ends to conceal the purlins and structural rafters. Page 2.13 Date 2/05/14 10.3 Eave Line Structural Canopy Eave line structural canopies shall consist of structural rafters of shop welded steel plate cantilevered to support purlins and eave struts. Rafters shall be tapered sections mounted below the bottom flanges of the canopy purlins. Canopy roof panels shall be an extension of the main building roof panels. As an option, canopies may be soffited with panels attached to the bottom flanges of the purlins and eave struts. Canopies shall be flashed at the eaves and ends to conceal the purlins. 10.4 Below Eave Line Structural Canopy Below eave line structural canopies shall consist of structural rafters of shop welded steel plate cantilevered to support purlins and eave struts. Rafters shall be tapered sections mounted below the bottom flanges of the canopy purlins. Canopy roof panels shall be adequately flashed to the building wall panels. As an option, canopies may be soffited with panels attached to the bottom flanges of the purlins and eave struts. 10.5 Purlin Extension (Endwall Overhang) Purlin extensions shall be projections of the end bay purlins and roof panels beyond the endwall steel reference line. As an option, purlin extensions may be soffited with panels attached to the bottom flanges of the purlins and eave struts. Flashing shall be provided at the eaves and the rakes of the purlin extensions to match the main building flashing and to ensure weather tightness and neat appearance. 11.0 FACADE SYSTEM 11.1 Structural Facades Structural facades shall be field assembled and consist of outriggers and stanchions of shop welded steel plate which support 8” cold-formed struts top and bottom. Facades shall project a minimum of 2’-0 from the building wall and extend a minimum of 2’-0 below the building eave. Facades may be either vertical or sloped toward the building 2” per 12” of vertical height. Façade face panels shall be included. Soffit panels, back panels and valley gutters shall be optional. Endwall facades with back panels shall project a minimum of 8” above the roof line. Flashing shall be provided to trim facades at the top, bottom, corners and ends. 12.0 PARTITIONS Partitions shall include all columns, girts, panels, flashing and fasteners necessary for a complete installation. Partition girts may be exterior or flush mounted. Partitions may be sheeted on one or both sides. Page 2.14 Date 2/05/14 13.0 ROOF MODIFICATION 13.1 Ice and Snow Condition Roof Upon written request, or at Pinnacles discretion, Pinnacle shall provide additional material to guard against roof damage resulting from ice and snow accumulations. The additional materials shall consist of additional fasteners to be applied along the building eaves and roof panel side laps and additional gutter clips (2’-0 O.C.). 13.2 UL 90 Wind Uplift Classified Roof Upon written request, Pinnacle Structures, Inc. shall provide UL labeled components and details to construct a roof which meets the requirements for an Underwriters Laboratories Classified Roof. 14.0 WINDOWS 14.1 Horizontal Slide Windows Aluminum horizontal slide windows shall have extruded aluminum structural sections in mill finish and bronze. Window jambs shall be weather stripped with 3/16” x 1⁄4” pressure sensitive butyl sealant. Sashes shall be factory glazed clear glass. Sliding sections shall have cam or sweep interior locks and exterior screens. Windows shall be furnished complete with framing, fasteners, flashing and sealant necessary to ensure weather tightness and neat appearance. 15.0 SWING DOORS 15.1 Door Frames Swing door frames shall be fabricated from 16 gauge galvanized or Galvalume steel with strike and hinge reinforcements. Door frames shall be bonderized and cleaned to provide paint adhesion. Door frames shall be given one coat of primer and one finish coat of white enamel (1.7 to 2.1 mils dry film). 15.2 Door Leaves Swing door leaves shall be fabricated from hot-dip galvanized G-60, or GALVALUME 20 gauge, mill bonderized, embossed steel with a stretcher level degree of flatness. After cleaning, all exterior surfaces shall be given a primer coat followed by a finish coat of white enamel (0.9 to 1.1 mils dry film.). Internal construction of swing door leaves shall be expanded polystyrene core with closed-cell rigid thermoplastic material with a U factor of 0.16. Page 2.15 Date 2/05/14 15.3 Lockset Options Swing doors shall be provided with one of the following locksets: A. Cylindrical locksets with 2 3⁄4” backset with lever handles and satin chrome finish. Locksets shall be reversible for right or left hand operation. B. Heavy-duty mortise locksets with 2 3⁄4” backset with lever handles and satin chrome finish. Field reversible locksets shall be furnished for right or left hand operation. C. Rim type exit panic devices shall attach to doors prepared for cylindrical locksets. Push bars shall be furnished 23” in length. Panic hardware shall be furnished in a dull finish. 15.4 Thresholds Aluminum thresholds shall be sealed beneath and anchored to the concrete floor with countersunk fasteners. Thresholds, used in conjunction with door bottoms, shall provide a weather tight seal at the bottom of the door. 15.5 Door Bottoms Swing door bottoms shall be face-mounted assemblies consisting of drip strips with vinyl insert sweeps to seal the bottoms of the doors to the thresholds. 15.6 Trim Trim flashing shall be provided for the heads and jambs of door frames when door frames are located at sheeted walls. 15.7 Swing Door Closer Door closers shall be of rack and pinion construction. The rack and pinion shall be made of heat-treated steel and mounted in a cast hydraulic iron case. Closing of the doors shall be controlled by dual needle valves which shall be concealed against unauthorized adjustment. Closers shall be surface applied with projections not over 2 3⁄4” and shall be capable of being applied on 1 3⁄4” top rails or top jambs for inverted mounting. 16.0 WALL AND ROOF LIGHT PANELS 16.1 General Wall lights, roof lights and insulated roof lights shall be either fiberglass reinforced modified acrylic or fiberglass reinforced polyester translucent material. Wall and roof lights shall be furnished in the configuration of the wall or roof panels as applicable. Each wall and roof light shall be sized to replace one panel width and shall lap the building panel at the ends. Wall and roof lights shall be furnished with the sealant and fasteners necessary for the installation. Page 2.16 Date 2/05/14 16.2 Wall Lights Wall lights shall be chopped fiberglass reinforced, 8 ounce per square foot modified acrylic translucent material with a smooth finish. Wall lights shall be furnished white, in 5’-0 lengths max. Wall lights shall have light transmission factors of 40-50%. Wall lights shall be furnished for wall installation only and under no circumstances shall be installed in building roofs. 16.3 Roof Lights Roof lights shall be chopped fiberglass reinforced, 8 ounce per square foot modified acrylic translucent material with a smooth finish. Shadow panel roof lights shall be furnished white, in 11’-0 lengths only. Roof lights shall have light transmission factors of 40%-50%. Roof lights shall comply with the Underwriters Laboratories UL 90 Wind Uplift Classification when labeled and erected in accordance with UL 90 Roof Construction requirements. 16.4 UL 25 Flame Spread Rated Lights UL 25 roof lights shall be mat fiber reinforced, 8 ounce per square foot, fire retardant (Underwriters Laboratories UL 25 Flame Spread Classification) polyester translucent material with a smooth finish. UL 25 roof lights shall have light transmission factors of 0.46 and heat transmission factors of 0.64. UL 25 roof lights shall comply with the Underwriters Laboratories UL 90 Wind Uplift Classification when labeled and erected in accordance with the UL 90 Roof Construction requirements. 16.5 Insulated Roof Lights Insulated roof lights shall be factory assembled units consisting of white roof lights and 4 ounce per square foot translucent pans which create a 1⁄4” dead air space. Each roof light and pan shall be sealed with contact adhesive and pressure sensitive tape mastic. Insulated roof lights shall comply with the Underwriters Laboratories UL 90 Wind Uplift Classification when labeled and erected in accordance with UL 90 Roof Construction requirements. Insulated roof lights shall be furnished in 11’-0 lengths only. 17.0 SEALANT 17.1 Tube Sealant Tube sealant shall be a one-component, moisture curing polyurethane multi-purpose sealant. The sealant shall exhibit extreme stability in the presence of ultra-violet radiation atmospheric contamination and infrared radiation. 17.2 Tape Sealant (Bead Mastic) Tape sealant shall be a cross-linked isobutylene / isoprene copolymer tape that will not lose shape due to storage or transportation. Tape sealant shall be available in the following size rolls: 1⁄4” x 3/16” x 40’ rectangular, 7/8” x 3/16” x 40 ‘ rectangular and 1 1⁄2” x 3/32” x 45’ rectangular. Page 2.17 Date 2/05/14 18.0 CLOSURE STRIPS 18.1 Closure Strips Closure strips shall be made of semi-rigid cross-linked polyethylene foam sheets fused together in plywood-like lamination. Foam closure strips shall be formed to fit the contour of the ribbed panels. CITY OF ALBANY FINANCE DEPARTMENT PROCUREMENT DIVISION ALBANY, GEORGIA INSTRUCTIONS TO BIDDERS These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract terms issued with any individual bid. 1. The following criteria are used in determining low responsible bidder. (a) The ability, capacity and skill of bidder to perform required service. (b) Whether bidder can perform service promptly or within specified time. (c) The character, integrity, reputation, judgment, experience and efficiency of bidder. (d) The performance of previous contracts. (e) The suitability of equipment or material for City use. (f) The ability of bidder to provide future maintenance and parts service. 2. Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in determining low bids if they are deemed advantageous to The City. 3. Unless otherwise specified all materials, supplies or equipment quoted herein must be delivered within thirty (30) days from date of notification of award or by exception noted on bid sheet. 4. Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their own way, the difficulties, which are likely to be encountered in the execution of same. 5. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may purchase more or less than the estimated quantity, and the bidder must not assume that such estimated quantity is part of the contract. 6. All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors. 7. All requested information should be included in the sealed bid envelope. All documents and information must be signed and included for your bid to receive full consideration. Failure to submit any required information or document will be cause for bid to be rejected as non-responsive. 8. Failure of the bidder to sign the bid document or have the signature of any authorized representative or agent on the bid in the space provided will be cause for rejection of the bid. Signature(s) must be written in ink. 9. Failure to enclose bid bond, where required, will result in rejection of the bid. Bond may be in the form of cash, certified check, cashier’s check or Surety Bond issued by a Surety Company licensed to conduct business in Georgia. 10. All bidders should provide their tax identification number with the bid. 11. All bidding Corporations should provide the corporate seal, a copy of the Secretary of State’s Certificate of Incorporation, and a listing of the principals of the corporation with the bid. 12. Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents. 13. If the bidder proposes to furnish any item of a foreign make or product, he/she should write “Foreign” together with the name of the originating country opposite such item on the bid. 14. When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list where there is more than one sample. The City reserves the right to mutilate or destroy any samples submitted whenever it may be in the best interests of The City to do so for the purpose of testing. 15. The City will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the trade name or names of such materials on the bid or price quotation form. 16. Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding schedule are done at the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation that affects the price, quality or delivery date (when delivery is required by a specific time). 17. Each bid or proposal will be submitted in a SEALED ENVELOPE. Additionally, that envelope shall be clearly marked on the outside as a Sealed Bid with the Bid Number clearly printed. 18. Bids must be received and stamped by the Procurement Office before the date and time stipulated in bid documents. The City of Albany assumes no responsibility for submittals received after the advertised deadline or at any office or location other than that specified herein, whether due to mail delays, courier mistake, mishandling, or any other reason. No responsibility will attach to any City representative or employee for premature opening of bids not properly addressed or identified. 19. If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of supply. 20. Bids received late will not be accepted, and The City will not be responsible for late mail delivery. 21. Should a bid be misplaced by The City and found later it will be considered. 22. The unauthorized use of patented articles is done entirely at the risk of the bidder. 23. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to instruct in their application or use. A bidder at any time requested must satisfy the Procurement Office and City Commission that he has the requisite organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which he is interested. Bid Ref. #24-025 Golf Course Maintenance Buildings 2 24. Only the latest model equipment as evidenced by the manufacturer’s current published literature will be considered. Obsolete models of equipment not in production will not be acceptable. Equipment shall be composed of new parts and materials. Any unit containing used parts or having seen any service other than the necessary tests will be rejected. In addition to the equipment specifically called for in the specifications, all equipment catalogued by the manufacturer as standard or required by the State of Georgia shall be furnished with the equipment. Where required by the State of Georgia Motor Vehicle Code, vehicles shall be inspected and bear the latest inspection sticker of the Georgia Department of Revenue. 25. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Officer and/or the Department to which they are delivered. If defective material, equipment or supplies are discovered, the contractor, upon being instructed by the Procurement Officer, shall remove, or make good such material, equipment or supplies without extra compensation. It is expressly understood and agreed that the inspection of materials by The City will in no way lessen the responsibility of the contractor or release him from his obligation to perform and deliver to The City sound and satisfactory materials, equipment or supplies. The contractor agrees to pay the cost of all tests on defective material, equipment or supplies or allow the cost to be deducted from any monies due him by The City. 26. For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely and without further obligation on the part of The City or County at the close of the calendar year in which it was executed and at the close of each succeeding calendar year for which it may be renewed; (2) The contract may provide for automatic renewal unless positive action is taken by The City or County to terminate such contract, and the nature of such action shall be determined by The City or County and specified in the contract; (3) The contract shall state the total obligation of The City or County for the calendar year of execution and shall further state the total obligation which will be incurred in each calendar year renewal term, if renewed; and (4) The contract shall provide that title to any supplies, materials, equipment, or other personal property shall remain in the vendor until fully paid for by The City. 27. Unless otherwise specified The City reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of The City. 28. The successful bidder shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate, if applicable, before any work can commence. Contractor as well as any and all known subcontractors must possess or will be required to obtain a City of Albany Occupational Tax Certificate or Registration. 29. The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin and Georgia vendors shall provide Georgia Motor Vehicle form MV1. 30. The City reserves the right to reject any and all bids, to waive any informalities in the bid process, and to award the contract as may be in the best interest of the City and/or re-advertise for bids. 31. Local bidder (domiciled in Albany City Limits) will receive bid in the event of tie bids. In the case of tie bids between out of town companies or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss, or drawing straws. The Board of Commissioners passed a local preference ordinance on January 27, 2015. Where applicable, this ordinance will govern. Local preference will not be a basis for award on bids that are federally funded. 32. No bidder writing restrictive specifications for The City will be allowed to bid on the project. 33. Reasonable grounds for supposing that any bidder is interested in more than one bid for the same item will be considered sufficient cause for rejection of all bids in which he/she is interested. 34. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to The City/County or who has failed in any former contract with The City to perform work satisfactorily, either as to the character of the work, the fulfillment of the guarantee, or the time consumed in completing the work. 35. It is mutually understood and agreed that if any time the Procurement Officer shall be of the opinion that the contract or any part thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating any of the conditions or covenants of the agreement, or is executing the same in bad faith, the Procurement Officer shall have the power to notify the aforesaid contractor of the nature of the complaint. Notification shall constitute delivery of notice, or letter, to address given in bid/proposal. If after three working days of notification the conditions are not corrected to the satisfaction of the Procurement Officer, he shall thereupon have the power to take whatever action he may deem necessary to complete the work or delivery herein described, or any part thereof, and the expense thereof, so charged, shall be deducted from any paid by The City out of such monies as may become due to the said contractor, under and by virtue of this agreement. In case such expense shall exceed the last said sum, then and in that event, the bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of such excess to The City on notice by the Procurement Officer of the excess due. 36. Contracts may be cancelled by The City with or without cause with 30-day written notice. 37. Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time of opening of bids, otherwise such complaint cannot be properly considered. 38. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without cause in the 60-day period after bids are opened. 39. All questions, inquiries and requests for clarification shall be directed to Procurement. 40. Prior to submission, all bidders are encouraged to check the website at www.albanyga.gov or call the Procurement Office at 229-431-3211 for any addendums. PROCUREMENT FORM - Revised 11/18/2021 Bid Ref. #24-025 Golf Course Maintenance Buildings 3 SPECIAL INSTRUCTIONS GOLF COURSE MAINTENANCE BUILDINGS BID REF. #24-025 1. Project consists of two new pre-engineered structures and related site improvements on a site of approximately one acre. Building number one is a 4,000 s.f. combination office building and shop for maintaining golf course equipment. Building number two is a 2,500 s.f. open storage building for parking equipment and storing green sand. Pre-engineered buildings have an eave height of 16 ft. with concrete slabs and monolithic concrete foundations. Both have metal siding and roofing. Existing site is a paved parking lot; existing paving and curbs will be removed as part of the project. Sitework includes erosion control and stormwater runoff reduction storage. The project manual and drawings can be downloaded here: https://www.dropbox.com/scl/fo/knuw6h5otm4ncizo5u38z/h?rlkey=da06zrj3uwmhq6qwuu8edvu s8&dl=0 2. Contractor's bid shall include all necessary labor, materials, tools, equipment, and all other items necessary to complete the contract requirements in accordance with specifications, general conditions, special instructions to bidders and all other provisions included in this invitation to bid. 3. Bidder shall be responsible to visit the job site and familiarize himself with the local conditions. 4. No bid may be withdrawn for a period of sixty (60) days from the bid opening date. 5. The Owner reserves the right to reject any and all bids and to waive any informalities in the bidding process. 6. The Owner of this project is the City of Albany. 7. Contract Time: Contract must be completed within one hundred eighty (180) calendar days following the issuance of the Notice to Proceed. Performance will be monitored and documented by the Project Manager. Not completing this contract within the time specified may hamper the contractor’s ability to secure future contracts with the City. 8. Liquidated Damages: Time is an essential element of the Contract, and any delay in the prosecution of The Work may inconvenience the public, obstruct traffic, or interfere with business. In addition to the aforementioned inconveniences, any delay in completion of The Work will always increase the cost of engineering. For this reason, it is important that the work be pressed vigorously to completion. Should the Contractor fail to complete the work within the time stipulated in the Contract or within such extra time that may be allowed, charges shall be assessed against any money due or that may become due the Contractor in accordance with the rate of seventy-five dollars ($75) per calendar day. 9. Bid Bond: Each bid shall be accompanied by a bid bond (surety) acceptable to the Owner, in an amount equal to at least five (5%) percent of the bid, payable without condition to the Owner as a guaranty that the bidder, if awarded the contract, will promptly execute the Agreement in accordance with the bid and other contract documents, and will furnish good and sufficient bond for the faithful performance of the same, and for the payment to all persons supplying labor and material for the work. The bid bond must be presented in its original form. Copies are not acceptable. 10. Performance Bond and Payment Bonds: A 100% Performance Bond and 100% Labor and Materials Payment Bond will be required of awarded bidder. All bonds must be submitted to the Bid Ref. #24-025 Golf Course Maintenance Buildings 4 https://www.dropbox.com/scl/fo/knuw6h5otm4ncizo5u38z/h?rlkey=da06zrj3uwmhq6qwuu8edvus8&dl=0 https://www.dropbox.com/scl/fo/knuw6h5otm4ncizo5u38z/h?rlkey=da06zrj3uwmhq6qwuu8edvus8&dl=0 Procurement Office before work can commence. The bonds must be presented in their original form. Copies are not acceptable. 11. Bid Form: Bid must be submitted on the bid form provided by the City of Albany. Bid is for a lump sum contract and will be awarded to the responsive and responsible bidder submitting the lowest total base bid. 12. General Insurance Requirements: Contractor shall maintain applicable insurance for this project with companies licensed to do business in the State of Georgia acceptable to the City for the protection of the City and name it as an additional insured, against all claims, losses, costs or expenses arising out of injuries or death of persons whether or not employed by contractor, whether arising from the acts or omission, negligence or otherwise of contractor or any of its agents, employees, patrons, or other persons, and growing out of work being done by Contractor on behalf of City, such policies to provide for a liability limit on account of each accident resulting in the bodily injury or death of not less than One Million ($1,000,000) Dollars, a liability limit of not less than One Million ($1,000,000) Dollars for each accident for property damage. Contractor shall also carry product/completed operations liability insurance for personal injuries and/or death in the amount not less than One Million ($1,000,000) Dollars for any one person. Contractor shall maintain a combined single liability limit of One Million ($1,000,000) Dollars covering owned, non-owned, leased, and hired vehicles. 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 to the City of the continuance in force of said policy’s declaration page (s) to the Procurement Agent. Acceptable proofs of insurance: (i) a Certificate of Insurance with Additional Insured Endorsement (a Certificate of Insurance by itself is not acceptable) or (ii) Declaration Pages of the insurance policies listed below which show the City of Albany as additional insured. 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. 13. Indemnity Agreement: An executed copy of this form should accompany your bid and must be completed for contract award. (See attached). 14. Governing Law & Venue: An executed copy of this form should accompany your bid. (See attached). 15. Certificate of Non-Collusion: An executed copy of this form should accompany your bid. (See attached). 16. Drug Free Workplace: An executed copy of this form should accompany your bid. (See attached). 17. Debarred Bidders Integrity Form: An executed copy of this form should accompany your bid. (See attached). 18. Permits & Fees: Within five (5) days following the issuance of the Notice to Proceed, the contractor shall apply for all permits. 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 contractor shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate(s) before any work can commence. This documentation should Bid Ref. #24-025 Golf Course Maintenance Buildings 5 be on file in the Procurement Office prior to the start of any work associated with this contract. The contractor is required to contact the Project Manager, Chad Arnold, at 229-302-1663 within five (5) days of completion for a final inspection. 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 prior to commencement of work. 19. 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. 20. Superintendent: The contractor shall have a superintendent or representative on the site at all times while work is being performed. He will represent the contractor and all communications given to him shall be binding as if given to the contractor. 21. Preservation of Property: The contractor shall carry out his 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 his 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 avoid interference with, or interruption of, public utilities services, and shall cooperate fully with the owners thereof to the end. 22. Public Convenience and Safety: Fire hydrants on or adjacent to the street shall be kept accessible to the fire apparatus at all times and no material or obstructions shall be placed within ten (10) feet of any hydrant. Adjacent premises must be given access at all times and gutters shall not be obstructed. Materials shall not be stored along the streets. Traffic on streets shall be maintained at all times. Dust and debris shall not create a hazard or a nuisance. 23. 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. 24. 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. Bid Ref. #24-025 Golf Course Maintenance Buildings 6 25. 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. 26. Termination of Contract 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, 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 obligation 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. 27. Certification of Bidder’s Experience and Qualifications: The undersigned bidder certifies that he is, 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 he is skilled and regularly engaged in the general class and type of work called for in the contract documents. The bidder represents that he is competent, knowledgeable and has 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 he has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. 28. Corporations: All Corporations should provide 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. 29. Pre-Construction Conference: Successful bidder will be required to attend a Pre-Construction Conference with the owner’s representative to discuss any details of the project, submit a proposed work program schedule prior to the issuance of a Notice to Proceed. When work begins, contractor shall remain on this project, with normal work force, until the project is completed. 30. Georgia Security and Immigration Compliance Act: The successful contractor will provide certification that he is in compliance with the Georgia Security and Immigration Compliance Act, certifying that the provisions of GA Law, 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 Bid Ref. #24-025 Golf Course Maintenance Buildings 7 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. 31. Contractor’s Warranty: Contractor shall guarantee all specified work performed for a period of one (1) year from the date of written acceptance of the work by the Owner’s designated representative that all materials, labor, and workmanship provided under this contract are free from defects of any kind. At no expense to the City of Albany, the contractor shall make repairs to any defects found and reported during the warranty period. Final inspection, final acceptance, and final payment shall not be construed as a waiver of this warranty. The following are excluded from this warranty: a. Defects or failures resulting from abuse by the owner. b. Damage caused by fire, tornadoes, hail, hurricane, Acts of God, wars, riots, civil commotion, or vandalism. c. The contractor is not an insurer nor is he a guarantor of the suitability of or adequacy of design. Any other provisions of this warranty to the contrary notwithstanding, the contractor shall not be required to remedy any unsuitable or inadequate design. 32. Bid Submittals (All items listed below must be submitted with bid): a. Bid Form b. Bid Bond c. DBE Subcontractor Participation Form d. Addendum Acknowledgement Form The following items should be submitted with bid: a. Indemnity Agreement b. Governing Law and Venue Form c. Certificate of Non-Collusion Form d. Drug Free Workplace e. Debarred Bidders Integrity Form f. Corporate Seal g. Secretary of State’s Certificate of Incorporation h. Listing of the principals of Corporation i. Affidavit to Comply with OCGA § 13-10-91 j. Advertisement Form Pre-Bid Conference: A pre-bid conference will be held on November 17, 2023, at 10:00 a.m. at the Government Center, 222 Pine Avenue, Suite 260, Albany, Georgia 3101. All interested bidders are strongly encouraged to attend. For additional information, contact Ricky Gladney, Buyer I, at (229) 431-3211. Submit all questions via email to rgladney@albanyga.gov cc: jswilliams@albanyga.gov and kross@albanyga.gov. The deadline for questions is November 27, 2023, at 2:30 pm. Replies of substance will be answered in the form of an addendum and made available to all potential bidders. Bid Ref. #24-025 Golf Course Maintenance Buildings 8 * COMPLETE AND SUBMIT * BID FORM GOLF COURSE MAINTENANCE BUILDINGS CITY OF ALBANY Bid Reference No. 24-025 Bid of: __________________________________________________ Date:___________________ (Company Name) To: Procurement Division 222 Pine Avenue, Suite 260 Albany, Ga. 31701 We, the undersigned, do hereby declare that we have carefully examined the site of the proposed installations. We do hereby agree to furnish all material, transportation, equipment, apparatus systems, labor, and supervision required to do all work as listed within the scope above for the Lump Sum Price indicated below: Total Lump Sum Bid: Dollar amount (figures) $_____________________________________________________________________ Written Dollar amount $______________________________________________________________________ Bid shall be made on a Lump Sum basis for all specified work. Work shall begin at a mutually agreed upon date which will be set forth in the Notice to Proceed and shall be completed in accordance with contract time stated herein. This bid complies with the Instruction to Bidders contained herein, all 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. CERTIFICATION: The undersigned being duly sworn, hereby declares and affirms that they are an authorized representative of the above-named firm and further declares and affirms that the bid provided herein and the statements provided herein are true and correct and are sufficiently complete so as not to be misleading. ___________________________________ _____________________________________ Authorized Signature Company Name ___________________________________ _____________________________________ Address City State Zip ___________________________________ _____________________________________ Tax ID # Telephone # Fax # ___________________________________ _____________________________________ Seal (If Incorporated) Email Bid Ref. #24-025 Golf Course Maintenance Buildings 9 * COMPLETE AND SUBMIT * BID REFERENCE NO.24-025 ADDENDUM ACKNOWLEDGEMENT FORM Instructions: Please acknowledge receipt of addenda received by completing this addendum acknowledgement form. Check the box next to each addendum received and sign below. This addendum acknowledgement form should be submitted with your bid to expedite document processing. Acknowledgement: I, the undersigned, acknowledge receipt of the following addenda to the above referenced Invitation To Bid and have made any necessary revisions to my response or submittal. I understand that failure to confirm the receipt of addenda may be cause for rejection of this bid. Addendum No. 1 ⃣ Addendum No. 3 ⃣ Addendum No. 2 ⃣ Addendum No. 4 ⃣ ⃣ No Addenda received for Bid Reference NO.24-025. Print Name and Title of Authorized Signer Authorized Signature Date Bid Ref. #24-025 Golf Course Maintenance Buildings 10 *COMPLETE AND SUBMIT* Proposal Reference No. 24-025 BID FORM SCHEDULE OF DBE PARTICIPATION Name of Proposer: NAME OF DBE SUBCONTRACTOR ADDRESS (COUNTY, STATE) TYPE OF WORK SUBCONTRACTED DBE SUBCONTRACT VALUE DBE PARTICIPATION VALUE $ $ $ $ $ $ $ $ $ $ $ $ $ $ DBE PARTICIPATION TOTAL VALUE............................................................$_____________________________ The attainment of DBE participation goals for this contract will be measured as a percentage of the total dollar value of the contract. The undersigned will enter into a formal agreement with the MBE/WBE Subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with: _____________________________________ Sworn to and subscribe before me, this _____day of________,20____. (SEAL) NOTARY PUBLIC Name (Typed) Bid Ref. #24-025 Golf Course Maintenance Buildings 11 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, ______________________________________________________________________ as PRINCIPAL, and (Name of Principal) (Legal title and address of the Surety) as Surety (hereinafter referred to as "Surety"), are held and firmly bound unto the City of Albany, Georgia, hereinafter called the "Local Public Agency,' in the penal sum of ______________________________________________________________ Dollars ($____________) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ___________________, 20___ for the construction of __________________________ ______________________________________________________________________ NOW, THEREFORE, if the Principal shall not withdraw said Bid within the allowable period specified, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Local Public Agency in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the Local Public Agency the difference between the amount specified in said Bid and the amount for which the Local Public Agency may procure the required work or supplies or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise it is to remain in full force and virtue. Signed and sealed this _______ day of ___________________, 20___ __________________________________ _______________________________________ (Principal) (Witness) __________________________________ Seal (Title) __________________________________ _______________________________________ (Surety) (Witness) __________________________________ Seal (Title) Bid Ref. #24-025 Golf Course Maintenance Buildings 12 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That ___________________________________________________________________________________ (Legal title and address of the Contractor) ___________________________________________________________________________________ as Principal (hereinafter referred to as "Contractor"), and _____________________________________ ___________________________________________________________________________________ (Legal title and address of Surety) as Surety (hereinafter referred to as "Surety"), are held firmly bound unto THE CITY OF ALBANY, GEORGIA, as Obligee (hereinafter referred to as "Owner"), in the amount of Dollars ($ ), to which payment Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounded Principal has entered into a contract with Owner dated the day of ____________________, 20____, for the construction of ___________________________________________________________________________________ NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if the Contractor shall promptly and faithfully perform and comply with the terms and conditions of said contract; and shall indemnify and save harmless the owner against and from all costs, expenses, damages, injury or loss to which said Owner may be subjected by reason of any wrongdoing, including patent infringement, misconduct, want of care or skill, default, failure of performance, on the part of said Principal, his agents, subcontractors or employees, in the execution or performance of said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. 1. The said Surety to this bond, for value received, hereby stipulates and agrees that no change, extensions of time, alteration or addition to the terms of the contract or the work to be performed thereunder, or the specifications or drawings accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications and drawings. 2. If pursuant to the contract documents the Contractor shall be declared in default by the Owner under the aforesaid Contract, the Surety may promptly remedy the default or shall promptly complete the contract in accordance with its terms and conditions. It shall be the duty of the Surety to give an unequivocal notice in writing to the Owner, within twenty-five (25) days after receipt of declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to the Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of rejected work, (c) the furnishing of each omitted item of work and (d) the performance of the contract. The Surety shall not assert solvency of its Principal as justification for its failure to give notice of election or for its failure to promptly remedy the default or defaults or perform the contract. Bid Ref. #24-025 Golf Course Maintenance Buildings 13 3. Supplementary to and in addition to the foregoing, whenever the Owner shall notify the Surety that the owner has notice that the Contractor has failed to pay any subcontractor, materialman, or laborer for labor or materials certified by the Contractor as having been paid for by the Contractor in accordance with said Contract, which said labor or materials have been included in a periodical application for payment and approved by the Owner or Owners designated Agent for payment and paid for by the Owner, the Surety shall, within 20 days of receipt of such notice, cause to be paid any unpaid amounts for such labor and materials. 4. It is expressly agreed by the Principal and the Surety that the Owner if he desires to do so, is at liberty to make inquiries at any time of subcontractors, laborers, materialmen, or other parties concerning the status of payments for labor, materials, or services furnished in the prosecution of the work. 5. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the legal successors of the Owner. Signed and sealed this _______ day of ____________________, 20____. __________________________________(SEAL) In The Presence of: Principal ________________________________________ ________________________________ Title Witness _________________________________ (SEAL) Surety _________________________________________ ______________________________ Title Witness Bid Ref. #24-025 Golf Course Maintenance Buildings 14 LABOR AND MATERIAL PAYMENT BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That: ____________________________________________________________________________ (Legal title and address of the Contractor) as Principal (Hereinafter referred to as "Principal"), and ________________________________ (Legal title and address of the Surety) as Surety (hereinafter referred to as "Surety"), are held and firmly bound unto the City of Albany, Georgia, as Obligee (hereinafter referred to as "Owner"), for the use and benefit of claimants defined, hereinafter, in the amount of ________________________________________________ Dollars ($____________), to which payment Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the above bounded Principal has entered into contract with Owner dated ________________, 20___ for the construction of ___________________________________ ____________________________________________________________________________. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that is the Principal shall promptly make payment to all subcontractors and other persons for all labor and materials supplied in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. It is agreed that this bond is executed pursuant to and in accordance with the provisions of Sections 23-1705 et. Seq. Of the Code of Georgia, as amended by the act approved February 27, 1956, and it intended to be and shall be construed to be a bond in compliance with the requirements thereof. Signed and sealed this ______ day of ______________ , 20____ . ___________________________________(Seal) In the Presence Of: Principal ____________________________________________________________________________ Title Witness ___________________________________(Seal) Surety ____________________________________________________________________________ Title Witness Bid Ref. #24-025 Golf Course Maintenance Buildings 15 *COMPLETE AND SUBMIT* GOVERNING LAW AND VENUE Contractor agrees that as to any actions or proceedings arising out 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. #24-025 Golf Course Maintenance Buildings 16 *COMPLETE AND SUBMIT* CERTIFICATION OF NON-COLLUSION The bidder being sworn, disposes and says, _____________________________________ ________________________________________________________________________ The Contractor submitting this, 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. #24-025 Golf Course Maintenance Buildings 17

401 Pine Avenue, Albany, GA 31701Location

Address: 401 Pine Avenue, Albany, GA 31701

Country : United StatesState : Georgia

You may also like

Golf Course Maintenance

Due: 01 Mar, 2026 (in 22 months)Agency: Village of Buffalo Grove