Notice To Contractors
Federal Aid Project No. TAPAA-TA21(927)
Of City Of Rainsville
Dekalb County, Alabama
Sealed Bids Will Be Received By The City Of Rainsville At City Hall, 70 McCurdy Avenue South, Rainsville, Alabama (Bid Opening Will Be In The City Annex Building, 98 McCurdy Avenue South, Next Door To City Hall), Until 10:00 A.M. CDT On Wednesday, May 1, 2024 And At That Time Publicly Opened For Constructing The Following:
Sidewalks Along McCurdy Avenue North In The City Of Rainsville
The Bracket Estimate On This Project Is From 400,000 To 500,000 This Bracket Range Is Provided Only As A General Indication Of A Broad Financial Size Category For The Project. It Should Not Be Used In Preparing A Bid, Nor Will It Have Any Bearing On Any Decision To Award The Contract. The Principal Items Of Work Are Approximately As Follows:
661 SY Of Removing Concrete Sidewalk, 735 LF Of Removing Curb And Gutter, 256 Tons Of Crushed Aggregate, 303 SY Of Planing Existing Pavement, 183 Tons Superpave Bituminous Concrete Wearing Surface, Patching, 147 LF Of 18” Storm Sewer Pipe (Class 3 R.C.), 50 Sf Detectable Warning Surface, 4 Each Junction Box, Type 1, 2 Each Inlets, Type S3, 1 Each Inlet, Type B, 4 Each Grate Inlet, 1 LS Mobilization, 679 SY Of Concrete Sidewalk, 4” Thick, 218 SY Of Concrete Driveway, 6” Thick, 166 LF Of Concrete Gutter, 101 LF Of Concrete Curb, 726 LF Of Combination Curb And Gutter, Type C, 52 CY Of Topsoil, 295 SY Of Solid Sodding (Bermuda), 2,500 LF Of Construction Safety Fence, 1 LS Geometric Controls, 342 SF Of Traffic Control Markings, Class 2, Type A, 22 SF Of Class 9, Aluminum Flat Sign Panels, 77 LF Of Roadway Sign Post, Traffic Control And Related Items.
The Entire Project Shall Be Completed In Sixty (60) Working Days.
A Cashier’s Check (Drawn On An Alabama Bank) Or Bid Bond For 5% Of The Amount Bid (Maximum Of $10,000.00) And Made Payable To The City Of Rainsville Must Accompany Each Bid As Evidence Of Good Faith. It Is Not Required That A Contractor Be Licensed In Order To Submit A Bid; However, Prior To Award Of A Contract, Proper Proof Of All Applicable Licensures Must Be Provided By The Contractor. Proof Of Insurance Coverages Of The Types And Amounts As Set Forth In The Project Specifications Will Be Required Of The Contractor, And Any And All Subcontractors, Prior To Beginning Work. The Contractor Will Be Required To Perform Work Amounting To At Least 30% Of The Total Contract Cost With His Own Organization.
Contractor Prequalification Is Not Required To Bid On This Project. However, The Award Of The Contract Will Not Be Made To Any Bidder Who, At The Time Of The Award, Is Considered By The Alabama Department Of Transportation (ALDOT) To Be Disqualified From Bidding, Nor To Any Bidder Who Is An Affiliate Of Or Has A Corporate Officer, Director, Or Principal Owner Who Is A Corporate Officer, Director, Or Owner Of, Another Person Who Is Presently Disqualified By ALDOT. Further Details And Definitions Regarding This Provision Are Included In The Project Specifications.
To Be Eligible For Consideration, Bids Must Be Submitted On Complete Original Proposals Made Available By The Owner. Bid Documents (Including Plans And Proposals) Are Available At Ladd Environmental Consultants, Inc., 1207 Chitwood Avenue Se, Fort Payne Alabama 35967-4822 Upon Payment Of A Refundable (If Plans Are Returned In Reusable Condition Within 10 Days Of Bid Opening) Deposit Of $50.00. Checks Shall Be Made Payable To Ladd Environmental Consultants, Inc. Bid Documents Will Be Mailed Only Upon Receipt Of Deposit. No Bid Documents Will Be Distributed Later Than 24 Hours Prior To The Scheduled Opening Of Bids.
Bid Documents Are On File At City Of Rainsville, Rainsville, Al; Ladd Environmental Consultants, Inc., Fort Payne, Al; Construct Connect Plan Room, 1-800-363-2059; Dodge Data & Analytics Plan Room And The Blue Book Plan Room.
This Is A Federally Funded Project. The Proposed Work Shall Be Performed In Conformity With The Rules And Regulations For Carrying Out The Federal Highway Act And Other Acts Amendatory, Supplementary, Or Relative Thereto. This Project Is Subject To The Contract Work Hours And Safety Standards Act And Its Implementing Regulations. MBE/DBE Participation Is Encouraged; However, No Specific MBE/DBE Goals Have Been Established For This Project.
Minimum Wage Rates For This Project Have Been Pre-Determined By The Secretary Of Labor And Are Set Forth In The Advertised Specifications.
In Accordance With Title VI Of The Civil Rights Act Of 1964, 78 Stat. 252, 42 U.S.C. 2000D To 2000D-4 And Title 49, Code Of Federal Regulations, Department Of Transportation, Subtitle A, Office Of The Secretary, Part 21, Nondiscrimination In Federally-Assisted Programs Of The Department Of Transportation Issued Pursuant To Such Act, All Bidders Are Hereby Notified That It Will Be Affirmatively Ensured That In Any Contract Entered Into Pursuant To This Advertisement, Minority Business Enterprises 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, Religion, Sex, Or National Origin In Consideration For An Award.
The Right To Reject Any Or All Bids And To Disregard Any Minor Irregularities Is Reserved By The Owner.
HONORABLE RODGER LINGERFELT
CITY OF RAINSVILLE
Publish: April 11, 2024
Mountain Valley News