| City of Lamesa Water System Improvements, Water Line Replacements Projects | Sealed proposals addresses to the City of Lamesa will be received at Lamesa City Hall, 601 South 1st Street, Lamesa, Texas 79331, until Tuesday, October 1, 2019 at 2:00 p.m. for the City of Lamesa Water Improvements, Water Line Replacements Project.
Immediately following closing time for receipt of bids, proposals will be publicly opened and read aloud at Lamesa City Hall. Any bid received after closing time will be returned unopened. Bids will be tabulated and presented to City of Lamesa for action at a later date. The City of Lamesa reserves the right to reject any or all bids or waive any informalities in bidding. Bids may be held by the City of Lames not to exceed 30 days from the date of the bid opening to review bids and investigating bidder qualifications before Contract award.
Information for bidders, proposal forms, Specifications, and Plans are on file at the City of Lamesa and the office of Parkhill, Smith & Cooper Inc. (PSC), Consulting Engineers, 4222 85th Street, Lubbock, Texas, 79423.
Attention is called to the fact that not less than, the federally-determined prevailing (Davis-Bacon and related Acts) wage rate, as issued by the Texas Department of Agriculture Office of Rural Affairs and contained in Contract Documents, must be paid on this project. In addition, the successful bidder must ensure employees and applicants for employment are not discriminated against because of race, color, religion, sex, sexual identity, gender identity, or national origin.
Bidders must submit a cashier's or certified check issued by a bank satisfactory to Owner, or Proposal Bond from a reliable Surety Company, payable without recourse to the City of Lamesa no less than 5 percent of bid submitted as a guaranty that Bidder will enter into a Contract and execute bonds in forms provided within 15 days after Notice of Award of Contract. Bids without required check or Proposal Bond will not be considered.
All contractors/ subcontractors that are debarred, suspended, or otherwise excluded from or ineligible for participation on federal assistance programs, may not undertake any activity in part or in full under this project.
Successful Bidder will be required to furnish Performance and Payment Bonds, each in the amount of Contract, written by a responsible Surety Company authorized to do business in the State of Texas, and satisfactory to Owner, as required by Article 5160, V.A.T.C.S., as amended by H.B. 344, passed by the Legislature, Regular Session 1959.
Bidders are expected to inspect site of work to inform themselves regarding all locations.
Copies of Plans, Specifications, and Contract Documents may be secured at the PSC office, 4222 85th Street, Lubbock Texas, 79423, 806.473.2200, as follows:
1. Download documents (PDF file extension format) from the PSC info exchange web site after registering as a plan holder with issuing PSC office.
No cost or deposit required for this option.
2. One set of paper copies for non-refundable deposit of $50.00.
3. A digital copy (PDF file extension format) upon a non-refundable deposit of $20.00 per each CD.
Deposit shall be company or cashiers' check made payable to Parkhill, Smith & Cooper Inc. No partial sets will be issued.
All Contractors, service providers, including Council of Government (COGs) and subcontractors, must have their eligibility status verified (not suspended or debarred) in the System for Award Management (www. SAM.gov) prior to any formal authorizing the award of a contract to the Contractor. |