Lakeland Sealed Solicitation

Title: Oliver Creek Sanitary Sewer Interceptor Contract C Pumping Stations and Vortex Flow Insert Tower Construction

Deadline: 5/20/2025 2:00 PM   (UTC-06:00) Central Time (US & Canada)

Status: Deadline Expired

Solicitation Number: 2022-8926

Description: City of Lakeland will be soliciting bids for Oliver Creek Sanitary Sewer Interceptor – Contract C –
Pumping Stations and Vortex Flow Insert Tower. The work to be done consists generally of:
Constructing Fletcher Creek Pumping Station, Fletcher Trace Pumping Station and Vortex Flow
Insert Tower, including excavation, new wet wells, valve vaults, junction structures, gravity
sewers, manholes, pipework, concrete work, site work, electrical work, accessories and other
related work as shown on the drawings and/or described in the specifications.
This project is being supported with American Rescue Plan Act, Coronavirus State and Local
Recovery Fund grant funding. Therefore, certain restrictions and other federal requirements
attach to this opportunity.
Notice is hereby given, pursuant to Tennessee Statue Section 16-19-104, the City of Lakeland,
Tennessee, will receive sealed bids for Oliver Creek Sanitary Sewer Interceptor – Contract C –
Pumping stations and Vortex Flow Insert Tower by City Manager, or his Designee at Lakeland City
Hall, 10001 U.S. Highway 70, Lakeland, Tennessee 38002 until 2:00 p.m. local time, MAY 20,
2025, and then at said office publicly opened and read aloud.
A Mandatory Pre-Bid Conference will be held at 2:00 p.m., Local Time, MAY 6, 2025 at Lakeland
City Hall. A site tour may be held to review the Project following this conference. Contact for
this Project is City Engineer, Emily Harrell, City of Lakeland.
Attendance in the Pre-Bid Conference is mandatory for Contractors who wish to be considered
qualified and/or responsible.

All bid documents may be examined at the following: www.allenhoshallplanroom.com.
City of Lakeland hereby notifies all bidders that it will affirmatively insure that in any contract
entered pursuant to this advertisement 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, sex,
or national origin in consideration for an award. City of Lakeland is an Equal Opportunity
Employer. Any contract that uses federal funds to pay for construction work is a “federally assisted
construction contract” and must include the equal opportunity clause found in 2 C.F.R. Part 200,
unless otherwise stated in 41 C.F.R. Part 60. We encourage all small and minority owned firms
and women’s business enterprises to participate. No bidder may withdraw his bid within ninety
(90) days after the actual date of the opening thereof.
PLEASE NOTE: Official plan holders list will only be available from Allen & Hoshall Plan Room at
www.allenhoshallplanroom.com.
The Copeland "Anti-Kickback" Act is also applicable, which prohibits workers on construction
contracts from giving up wages that they are owed. Contractor's name must not appear on
Sam.gov disbarment list.
A detailed listing of all subcontractors shall be provided by the Bidder. In accordance with the
Contract Documents, documentation that the prospective General Contractor and its
subcontractors meet minimum qualifications shall be provided and submitted. Subcontractors
must also not appear on Sam.gov disbarment list. Mark-ups on subcontractor work or Cost Plus
Overhead will be disallowed for reimbursement.
A Bid Guaranty in the form of a properly executed Bid Bond payable to the City in the amount of
not less than 5% of the total base bid amount must accompany each bid. Pursuant to T.S. 12-4-
201, in lieu of a Bid Bond, the following securities or cash may be substituted at the percentage
rate required for such bond: United States treasury bond or general obligation bond or
certificates of deposit irrevocably pledged from a state or national bank having its principle office
in Tennessee or a state or federal saving and loan association having its principal office in
Tennessee, or any state or national banks or state or federal savings and loans associations that
has its principal office located outside of Tennessee and that maintains a branch in this state, or
a letter of credit or cash. The successful Bidder will be required to execute an Agreement with the
City, in the form supplied in the bidding documents, within thirty (30) days after Notice of Award
is issued. The Notice of Award shall serve as notice that the Agreement is ready for execution.
The Bid Guaranty shall be forfeited as liquidated damages if the Bidder fails to execute the
Agreement within thirty (30) days after such Notice is issued or fails to provide proper Bond or
other form of Guaranty, as approved. The Bid Guaranty, if a Bid Bond, shall be executed by a surety or guarantee company authorized to do business in Tennessee. The Attorney-in-Fact who
executes the Bond on behalf of the surety. No other type of Bid Guaranty will be accepted. The
City may proceed against a Bid Guaranty unless either: a) the Agreement has been executed by
Contractor and Performance, and Labor and Material Payment Bonds have been furnished, as
required; or, b) the specified time has elapsed so that Bids may be withdrawn; or, c) the Bid has
been rejected.
Notice is hereby given that preference will be granted to Tennessee contractors, subcontractors,
laborers, and materials, supplies, equipment, machinery, and provisions produced,
manufactured, supplied, or grown in Tennessee, as required by Tennessee Statute Section 12-4-
121 et seq.
The successful bidder will be required to furnish a performance bond and payment bond in the
amount of his bid and shall, before entering on the work of said contract, be licensed as a
contractor as required by the regulations of the State of Tennessee General Assembly's
Contractor's Licensing Act of 1976, and all amendments thereto in effect on bid receipt date.
License number, expiration date, and license classification (Classification for this Project shall be
MU-B or BC-B or BC) shall be shown on the outside of the envelope containing the bid of the
General Contractor. The license number, expiration date, and license classification shall also be
shown for the electrical subcontractor, plumbing subcontractor, and mechanical subcontractor.
Failure to show these items on outside of envelope will result in bid being returned to Bidder
unopened, as required by Tennessee Contractor’s Licensing Act referenced above.
The owner reserves the right to waive any informalities or to reject any or all bids.


Pre-Bid Meeting Date: 5/6/2025 2:00 PM

Pre-Bid Meeting Details: A Mandatory Pre-Bid Conference will be held at 2:00 p.m., Local Time, MAY 6, 2025 at Lakeland City Hall (10001 US HWY 70 Lakeland, TN 38002). A site tour may be held to review the Project following this conference. Contact for this Project is City Engineer, Emily Harrell at eharrell@lakelandtn.org or Staff Engineer, Paul Posey at pposey@lakelandtn.org


Documents:

Documents as of 4/21/2025
24.0225R_Approved_ENGPLANS_20250326.pdf
72237C_PROJECT_MANUAL_CITY_OF_LAKELAND_PUMPING_STATIONS.pdf