Summary of Specifications:
CITY OF JACKSONVILLE, NORTH CAROLINA
Public Services Fleet Complex Phase II Improvements Project Bid No. FY 15-02
FTA Grant No.: NC-96-X019-00
ADVERTISEMENT FOR BIDS
Sealed Bids from qualified Bidders for the construction of the Public Services Fleet Complex Phase II Improvements Project – Bid No. FY 15-02 will be received, by the City Clerk of the City of Jacksonville, at Meeting Room A & B, City Hall, 815 New Bridge Street, Jacksonville, NC 28540, until 3:00 p.m. Eastern Standard Time on October 15, 2014, at which time they will be publicly opened and read.
The project consists The City of Jacksonville Public Services Fleet Complex Phase II Improvements project includes asphalt and concrete paving to improve operations and parking for Transit and Public Services facilities located at 305 South Marine Boulevard in Jacksonville, NC. Improvements include the addition of drive aisles, bus parking, and standard vehicle parking. The work shall include, but is not limited to demolition of existing asphalt and concrete, asphalt and concrete pavement placement, placement of concrete curbing, installation of storm drainage, installation of a storm water detention basin, adjustment of storm water detention basin riser structures, water line and fire hydrant relocations, placement of thermoplastic pavement markings and signs, and landscaping.
Bids will be received on single prime contract basis. Bids shall be on a lump sum and/or unit price basis.
Bidding Documents may be examined at the office of the Owner, Engineering Division of Public Services, City Hall, 815 New Bridge Street, Jacksonville, NC 28540. Copies may be obtained from the offices of the Owner, Engineering Division of Public Services, City Hall, 815 New Bridge Street, Jacksonville, NC 28540 for the non-refundable amount of $55.00 for each set. Payment for documents must be received by the Engineering Division and shall be made payable to the City of Jacksonville. Partial sets of Bidding Documents will not be available. Neither the Owner nor the Engineer will be responsible for full or partial sets of Bidding Documents, including any addenda, obtained from other sources. Persons requesting shipment of documents shall bear the additional, non-refundable cost of shipment.
Bid and Contract securities shall be provided in accordance with Articles 10 and 23 of the Instructions to Bidders. The City of Jacksonville will conduct a Mandatory Pre-Bid meeting at City Hall, Meeting Room A & B, on September 30, 2014 at 10:00 a.m. immediately followed by a site visit.
Bidders shall provide proof of qualifications to perform the Work as described in Article 5 of the Instructions to Bidders.
The Jacksonville City Council reserves the right to waive any informalities, to reject any or all Bids, and to accept that Bid or Bids which appear to be in the Owner’s best interest.
Bidders must be properly licensed under Chapter 87 of the North Carolina General Statutes and under Municipal Code 11-9. A business privilege License is required to engage in business in the City of Jacksonville.
“The City of Jacksonville is an Equal Opportunity Employer and Service Provider and encourages participation by small-, minority-, and female-owned firms.” The Bidder’s attention is called to the Equal Employment Opportunity Clause as shown in the Contract Documents. The Bidder must insure that employees and applications for employment are not discriminated against because of race, religion, creed, sex, or national origin. Bidders must make positive efforts to use small or minority business enterprises.
If you have questions, or would like the complete Request For Bid document, please contact Deanna Young at (910) 938-5233.
By: Deanna Young Title: Capital Projects Administrator Date: September, 2014
Consulting Engineer:
Ernie Olds, PE Becker Morgan Group 3205 Randall Parkway, Suite 211 Wilmington, NC 28403 (910) 341-7600
++ END OF ADVERTISEMENT FOR BIDS ++