Place an ad
WARNING: This ad has expired and is no longer valid as of June 18, 2019

Advertisement 1.1 Sealed Bids for the Olive Road

ADVERTISEMENT 1.1 SEALED BIDS for the Olive Road Waterline Replacement, Phase I will be received by the City of Trotwood, Ohio until 10:00 a.m., (local time) on June 18, 2019, at the Trotwood Public Works Building, 2400 Olive Road, Trotwood, Ohio 45426, and publicly opened and read at that hour and place. A Mandatory Pre-Bid meeting is scheduled for June 4, 2019 at 10:00 at the Public Works Building located at 2400 Olive Road, Trotwood, OH 45426. 1.2 SCOPE OF WORK The project consists of replacing an existing 8" main with a new 12" DIP water main, including hydrants and water service connections. 1.3 THE ABOVE IMPROVEMENT shall be in accordance with the Contract Documents. The City of Trotwood reserves the right to reject any or all bids in accordance with the Contract Documents. The City of Trotwood reserves the right to add to or to subtract from the contract quantities. The City of Trotwood also reserves the right to hold all proposals for sixty (60) days. 1.4 PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS can be obtained from the City of Trotwood Public Works Building, 2400 Olive Road, Trotwood, Ohio 45426, Monday through Friday, beginning Monday, May 6, 2019. The Plans and Contract Documents will be provided in PDF format and placed on a CD for contractors at no charge. Copies of the Bidding Documents may also be examined at the Dayton Builders Exchange, Allied Construction Industries, iSqFt and McGraw-Hill Construction Dodge plan rooms. 1.5 EACH BIDDER is required to furnish with its proposal, a Bid Guaranty (5% of the Bid Amount) and Contract Bond (100% of the Bid Amount) in accordance with Federal Requirements (24 CFR 85.36(h) or 84.48)). Bid security furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. 1.6 EACH PROPOSAL must contain the full name of the party or parties submitting the proposal and all persons interested therein. All legal forms in the bid book should be used and/or acknowledged when submitting a bid including all required OPWC and CDBG forms. Each bidder must submit evidence of its experiences on projects of similar size and complexity. All contractors and subcontractors involved with the project will to the extent practicable use Ohio products, materials, services and labor in the implementation of the project. Additionally, contractor compliance with the equal employment opportunity requirements of Ohio Administrative Code Chapter 123 is required, as well as Executive Order 11246 as amended. Federal requirements for MBE/WBE and Section 3 utilization goals shall apply, with Montgomery County's goals being 11.5% for MBE participation and 6.9% for WBE. A good faith effort must be documented. 1.7 BIDDERS must comply with the Davis Bacon Wage Rates on Public Improvements as determined by the Federal Bureau Department of Labor. 1.8 This project is being funded partially with OPWC and CDBG funds. 5-5, 5-12/2019
May 5, 2019
June 18, 2019
June 18, 2019 8:05pm