|
Contact:
|
Renee Miller
|
PreBid Date:
|
N/A
|
PreBid Info:
|
|
|
Company:
|
W. K. Dickson & Co. Inc.
|
Bid Date:
|
11/02/2023
02:00 PM
|
Bid Info:
|
Sealed bids will be received by Hallsdale-Powell Utility District, at which
time will be publicly opened and read aloud at Hallsdale-Powell Utility District, 3745 Cunningham Road,
Knoxville, Tennessee 37918. Any person with a disability requiring special accommodations must
contact the Owner no later than seven (7) days prior to the Bid opening.
|
|
Project Location:
|
Knoxville, TN
|
|
|
|
|
|
Public Notes:
|
For information regarding this project please contact:
Cain Reed
W.K. Dickson & Co., Inc.
1111 Northshore Drive, Suite S400, Knoxville, TN 37919
Office: 865-270-3309
Email: creed@wkdickson.com
All questions must be submitted in written form to W.K. Dickson & Co., Inc. (address above) or to
creed@wkdickson.com. The deadline for submitting questions is seven (7) days prior to Bid.
This project is being supported with U.S. Department of the Treasury, American Rescue Plan,
Coronavirus State and Local Fiscal Recovery Fund (SLFRF) grant funding. Therefore, certain restrictions
and other Federal requirements attach to this opportunity.
Bids must be submitted for the complete project and must be enclosed in a sealed envelope, addressed to
Hallsdale-Powell Utility District, 3745 Cunningham Road, Knoxville, Tennessee 37918 or P.O. Box
5199, Knoxville, Tennessee 37928-0199. Outside of the envelope must be marked “Bid for
FY23-24 ARPA Funded Sewer Rehabilitation”. Envelope must also bear on the outside, the name of
the Bidder, Bidder’s address, and Bidder’s license number with expiration date (please refer to Document
00 21 13.1, State of TN ARP – Instructions to Bidders). All bids must be made on blank forms provided
and included in the bound document or as provided by Addendum prior to Bid.
Each proposal shall be accompanied by a cash deposit or certified check, drawn on a bank or trust
company insured by the Federal Deposit Insurance Corporation, in an amount equal to not less than five
percent (5%) of the proposal. In lieu thereof, the Bidder may offer a Bid Bond of five percent (5%) of the
Bid prepared on the Bid Bond form contained within the Contract Documents or a Surety Company’s
Standard Bid Bond form, duly executed by the Bidder as principal and executed by a Surety company
licensed under the laws of the State of Tennessee to execute such bonds and listed in the latest issue of
U. S. Treasury Circular 570, conditioned that the Surety will, upon demand, forthwith make payment to
the obligee upon said bond if the Bidder fails to execute the Contract in accordance with the Bid Bond.
Said deposit shall be retained by the Owner as liquidated damages in event of failure of the Successful
Bidder to execute the Contract within ten (10) days after the award or to give satisfactory surety as
required by law.
The successful Bidder will be required to furnish a performance bond in the amount of his/her Bid and
shall, before entering on the work of said Contract, be licensed as a Contractor of the State of Tennessee.
The Owner hereby notifies all Bidders that it will affirmatively insure that in any Contract entered into
pursuant to this advertisement will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, sex or national origin in
consideration for an Award. The Owner is an Equal Opportunity Employer. Any Contract that uses
federal funds to pay for construction work is a “federally assisted construction contract” and must include
the equal opportunity clause found in 2 C.F.R. Part 200, unless otherwise stated in 41 C.F.R. Part 60, and
encourages all small and minority owned firms and women’s business enterprises to participate. No
Bidder may withdraw his/her Bid within ninety (90) days after the actual date of the opening thereof.
The Copeland “Anti-Kickback” Act is also applicable, which prohibits workers on construction projects
from giving up wages that they are owed. The Contractor must not appear on the SAM.gov disbarment
list.
A detailed listing of all Subcontractors shall be provided by the Bidder. In accordance with the Contract
Documents, documentation that the prospective General Contractor and its Subcontractors meet minimum
qualifications shall be provided and submitted. Subcontractors must also not appear on the SAM.gov
disbarment list. Mark-ups on Subcontractor work or Cost Plus Overhead will be disallowed for
reimbursement.
The Contractor shall comply with the Department of Labor Safety and Health Regulations for
construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under
Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54), or latest revisions.
All Equipment/Manufacturer “Or-Equal” Qualification Packages, per Paragraph 10.0 of Document
00 21 13, Instructions to Bidders, must be submitted at least ten (10) days prior to the advertised Bid date.
The Owner reserves the right to reject any or all Bids and to waive informalities and technicalities.
|
|
Job Purchase Information:
|
Bidding is closed.
The Bid Tabulation can be viewed on the "Spec Sheets" tab of this post.
|
|
Addenda
|
|
|
|