Date and Time
|
October 8 2019 10:00 AM to 10:30 AM
|
|
|
Location
|
City Hall, 401 Independence Street
|
Description
|
Sealed proposals will be received for the Concrete Street Repair 2020 project at the Development Services Office, City Hall, until 10:00 AM, October 8, 2019.
PROJECT IDENTIFICATION: The locations for the work to be performed under these Contract Documents are on Rockwood Dr. from West End Blvd. to N. Henderson Ave., Rose St. from West End Blvd. to N. Missouri Ave., Terrie Hill Rd. at the intersection of Jurie St., Karau Ln. from Dead End (north) to Dead End (south), Butler St. at the intersection of N. Henderson Ave., Butler St. at the intersection of Price Dr., Cecilia St. from Penny Ave. to Perry Ave., N. Sunset Blvd. from Broadway to Woodlawn Ave., David Dr. from Lexington Ave. to Lisa Dr., Longview Dr. from Lexington Ave. to Lisa Dr.
The improvements consist of removing and replacing concrete streets as shown in the project plans, removal and replacement of portions of street, curb, gutter, sidewalks, and driveways, adjustments to existing manholes, inlets, and utility castings as noted for each location, all as described in the contract documents. The streets are located in various areas within the City of Cape Girardeau, Missouri.
A mandatory pre-bid conference will be held at promptly at 10:00 AM, September 24, 2019, at the Osage Centre, 1625 N Kingshighway. All questions concerning the project shall be submitted in writing to the City of Cape Girardeau Project Manager, Andrew Stone, by 12:00 Noon, October 1, 2019.
Proposals will be publicly opened and read aloud on October 8, 2019 at 10:00 AM, in the Development Services Conference Room at City Hall. All bidders are required to purchase plans and specifications to submit a bid for this project. A certified or cashier's check, or bid bond executed by the bidder and an approved Surety Company, in the amount of five (5%) percent of the bid shall be submitted with each Proposal.
The Owner reserves the right to reject any or all Bids, including without limitation the rights to reject any or all non-conforming, non-responsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, time or changes in Work and to negotiate contract terms with the Successful Bidder.
Plans, specifications, proposal form, and contract for said improvement may be seen and/or obtained in the Development Services Office, City Hall. A non-refundable fee of $50.00 per set is required.
All wages paid for work under this Contract shall comply with requirements of the prevailing wage law of the State of Missouri, Sec. 290.210 through 290.340, R.S. Mo 1978, as amended. Pursuant to 285.530 R.S. Mo, the bidder must affirm its enrollment and participation in a federal work authorization program with respect to the employees proposed to work in connection with the services requested herein. Additionally, pursuant to 292.675, R.S. Mo, the bidder is informed that all contractors or subcontractors doing work on this project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration (“OSHA”) or similar program.
|