Construction and/or Replacement of Concrete Curbs, Gutters, Basin Lids, and Sidewalks on an Annual Contract

Agency: Gwinnett County
State: Georgia
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Dec 28, 2023
Due: Jan 4, 2024
Solicitation No: BL173-23 INV
Publication URL: To access bid details, please log in.
  • BL173-23 INV

    Construction and/or Replacement of Concrete Curbs, Gutters, Basin Lids, and Sidewalks on an Annual Contract

    Buyer Contact : kaley.ivins@gwinnettcounty.com

    Opening Date : 01/04/2024 03:00 PM EST

    Addendum : BL173-23 Ad1 , BL173-23 Ad2

    84

  • Attachment Preview

    BL173-23
    Page 1
    November 29, 2023
    INVITATION TO BID
    BL173-23
    The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Provision
    of Construction and/or Replacement of Concrete Structures on an Annual Contract with four (4) one-year options to renew
    for the Department of Transportation.
    Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company
    Name. Bids will be received until 2:50 P.M. local time on December 29, 2023 at the Gwinnett County Financial Services –
    Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time
    will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following
    business day on our website www.gwinnettcounty.com.
    A pre-bid conference is scheduled for 10:00 A.M. on December 07, 2023, at the DOT Central, 620 Winder Hwy,
    Lawrenceville, GA 30045. All bidders are strongly urged to attend.
    Questions regarding bids should be directed to Kaley Ivins, Purchasing Manager, at kaley.ivins@gwinnettcounty.com or by
    calling 770-822-8732 no later than 3:00 p.m. December 07, 2023. Bids are legal and binding upon the bidder when submitted.
    All bids should be submitted in duplicate.
    Successful vendors will be required to meet insurance requirements. The Insurance Company should be authorized to do
    business in Georgia by the Georgia Insurance Department and must have an A.M. Best rating of A-5 or higher.
    All contractors must submit with bid, a bid bond, certified check or cashier's check in the amount of five percent (5%) of the
    total bid made payable to the Gwinnett County Board of Commissioners. Failure to submit a bid bond with the proper rating
    will result in the bid being deemed non-responsive. The successful bidder(s) will be required to furnish a contract
    Performance Bond and Payment Bond, each in the sum of up to $300,000.00 and provide insurance coverage as required by
    the contract documents. Insurance and Bonding Company should be licensed to do business by the Georgia Secretary of
    State, authorized to do business in Georgia by The Georgia Insurance Department, listed in the Department of Treasury's
    Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable
    reinsuring companies. The bid bond, payment bond, and performance bond must have an A.M. Best rating of A-5 or higher.
    Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any
    requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity
    of Gwinnett County Government should be directed to the ADA Coordinator at the Gwinnett County Justice and
    Administration Center, 770-822-8165.
    The written bid documents supersede any verbal or written prior communications between the parties. Award will be made
    to the contractor submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or
    all bids, to waive technicalities, and to make an award deemed in its best interest. Bids may be split or awarded in entirety.
    Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible
    bidder(s) at its discretion.
    Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a
    bid will be notified via e-mail. We look forward to your bid and appreciate your interest in Gwinnett County.
    Sincerely,
    Kaley Ivins
    Purchasing Manager
    The following pages should be returned as part of your bid:
    Bid Schedule, Pages 15-20
    References, Page 21
    Subs List, Page 22
    Ethics Affidavit, Page 50
    E-verify Affidavit, Page 51
    BL173-23
    Page 2
    SCOPE OF WORK
    SPECIFICATIONS
    Services include but are not limited to pouring concrete structures, curbs and gutters, catch basins, spillways, walkways and
    driveways. Contractor will supply all labor, materials and equipment necessary to perform the job as per attached
    specifications. Most work is in residential areas and is time sensitive. A curb machine will be required for all projects in
    which 500 feet or more of curb is to be installed.
    GENERAL REQUIREMENTS
    Bidders are advised to thoroughly understand the General Conditions and Special Provision Sections prior to submitting their
    bid.
    A.
    QUALIFICATIONS
    1.
    Bids will be considered only from experienced and well-equipped Contractors engaged in work of this type
    and magnitude.
    2.
    Bidders may be required to submit evidence setting forth qualifications that entitle him to consideration as a
    responsible Contractor. Before accepting any bid, the County may require evidence of the Contractor's
    financial ability to successfully perform the work to be accomplished under the contract.
    3.
    Gwinnett County reserves the right to reject any or all bids, to waive informalities and re-advertise. It is
    understood that all bids are made subject to this agreement, that Gwinnett County reserves the right to
    decide which bid it deems lowest and best, and in arriving at this decision, full consideration will be given to
    the reputation of the bidder, his financial responsibility, and work of this type successfully completed.
    4.
    Contractor’s employees must be capable of communicating with homeowners to report the status of their
    work. There shall be at least one person, in a position of responsibility, representing the Contractor on site
    at all times that is capable of translating from English to languages used by the work force.
    5.
    Bidders are advised to examine the specifications carefully. Bidders are also advised to inform themselves
    fully in regard to conditions under which work will be performed. Gwinnett County will not be responsible for
    bidders' errors or misjudgment, nor for any information on local conditions or general laws and regulations.
    6.
    Any unauthorized additions, conditions, limitations, or provisions attached to the bid shall render it informal
    and may be cause for rejection. Gwinnett County reserves the right to waive informalities.
    7.
    Gwinnett County reserves the right to reject any and all bids from any person, firm, or corporation who is in
    arrears in any debt and obligation to Gwinnett County, Georgia.
    8.
    Contractor must demonstrate the ability to perform work simultaneously if given multiple locations.
    Separate work crews must be provided to adequately meet the requirements of each location.
    9.
    Time is of the utmost importance in this contract. The successful bidder will be required to coordinate his work
    with the designated County Officials and must carry on with the utmost diligence in order to complete the
    work at the earliest possible date.
    It is the County’s intent to award to multiple contractors, utilizing the contractor(s) based on cost and availability.
    Once the contract is awarded, work will generally be assigned based on the cost, but may also include
    responsiveness to the construction schedule and scope of work on individual projects. The scope for each
    individual project will be identified and presented in a Scope of Work document to the contractor by the County.
    The contractor may be required to provide a Not-to-Exceed quote based on the rates provided as part of this bid, as
    noted in the attached Bid Schedule.
    B.
    LOCATION AND SITE
    1.
    The sites of the proposed work are at various locations within Gwinnett County, Georgia.
    2.
    The Contractor shall accept the sites in their present condition and carry out all work in accordance with the
    requirements of the specifications, as indicated on the drawings or as directed by the engineer/project
    manager.
    3.
    The Contract Documents contain the provisions required for the completion of the work to be performed
    pursuant to this contract. Information obtained from an officer, agent, or employee of Gwinnett County or
    BL173-23
    Page 3
    any other person shall not affect the risks or obligations assumed by the Contractor or relieve him from
    fulfilling any of the Conditions of the Contract. Each bidder is responsible for reading and being thoroughly
    familiar with the Contract documents. The failure or omission of any bidder to so familiarize himself shall in no
    way relieve any bidder from any obligation in respect to his bid.
    4.
    The Contractor shall comply with all stipulations contained in easements acquired by the County. The
    Contractor is responsible for the location of above and below ground utilities and structures that may be
    affected by the work.
    The work connected with the Contract shall be performed in accordance with all applicable OSHA regulations and
    standards and regulations including any additions or revisions therein until the job is completed and accepted by
    Gwinnett County.
    C.
    GENERAL BOND REQUIREMENTS (PER SECTION)
    1.
    Bid Bonds - Amount of bond should be 5% of contract amount and submitted with your bid. Gwinnett County
    form Attached (Attachment A). Failure to submit a bid bond with the proper rating will result in the bid being
    deemed non-responsive. Failure to use Gwinnett County Bid Bond Form may result in bid being deemed
    non-responsive and automatic rejection may occur.
    2.
    Performance and Payment Bonds - The successful bidder(s) will be required to furnish a contract
    Performance Bond and Payment Bond, each in the sum of up to $2 million.
    3.
    Bonding Company must be authorized to do business by the Georgia Insurance Department.
    4.
    An original/certified copy of the Bonding Company's Certificate of Authority or Power of Attorney must be
    attached to bond. The Certificate of Authority may be obtained from the Georgia Insurance Department.
    5.
    The bid bond, payment bond, and performance bond must have an A.M. Best rating of A-5 or higher.
    6.
    Bonding Company must be listed in the Department of the Treasury's publication of companies holding
    Certificates of Authority as acceptable surety on Federal Bonds and as acceptable reinsuring companies.
    (Dept. Circular 570; 1992 Revision).
    7.
    After bid opening, vendor has up to forty-eight (48) hours to notify the Gwinnett County Purchasing Office of an
    obvious error made in calculation of Bid. Withdrawal of Bid Bond for this reason must be done in writing within
    the forty-eight (48) hour period. Bid Bond may not be withdrawn otherwise.
    8.
    Failure to provide any required documents, Contract Performance Bond and Payment Bond, or furnish
    satisfactory proof of carriage of the insurance required within ten days after the date of Notice of Award of
    the Contract may be just cause for the annulment of the award and for the forfeiture of the bid guaranty
    Gwinnett County, not as a penalty, but as liquidation of damages sustained. At the discretion of the County,
    the award may then be made to the next lowest, responsible bidder, or the work may be re-advertised or
    constructed by County forces. The Contract and Contract Bonds shall be executed in duplicate.
    D.
    CONTRACT REQUIREMENTS
    1.
    Successful vendor is required to do the following within ten (10) days of notification.
    A.
    Return to Purchasing Office contract documents executed by the principal of the company and
    attested by the secretary or assistant secretary.
    B.
    Provide Insurance certificates as specified in the bid documents.
    C.
    Provide bonding as required by the bid documents.
    2.
    Failure to execute the Contract, Contract Performance Bond and Payment Bond, or furnish satisfactory
    proof of carriage of the insurance required within ten days after the date of Notice of Award of the
    Contract may be just cause for the annulment of the award and for the forfeiture of the bid guaranty to
    Gwinnett County, not as a penalty, but as liquidation of damages sustained. At the discretion of the County,
    the award may then be made to the next lowest, responsible bidder, or the work may be re-advertised or
    constructed by County forces. The Contract and Contract Bonds shall be executed in duplicate.
    BL173-23
    Page 4
    SPECIAL PROVISIONS
    1.
    Unless otherwise specified, all items shall be in accordance with the Georgia Department of Transportation State
    of Georgia Standard Specifications Construction of Transportation Systems - latest Edition, and all supplements
    thereto.
    2.
    All concrete used to construct the various items shall have a minimum compressive strength of 3000 psi at 28 days.
    3.
    The unit prices bid for "Remove existing curb and gutter", "Remove existing driveway/sidewalk pavement", and “Tree
    Root removal” includes the off-site disposal of all removed and/or excavated materials at the time of excavation.
    Piling the debris on the street and the right of way is not acceptable. The removal and disposal of all other
    miscellaneous concrete (catch basin tops, etc.) will be considered incidental to the particular pay item being
    constructed.
    NOTE: Gwinnett County will not be responsible for providing a disposal site.
    4.
    The unit prices bid for curb, pavement, and sidewalks shall include backfilling, dressing and grassing in kind (seed
    with seed), regardless of who excavated the existing curb or pavement. Such work shall be incidental to the bid
    unit price for each item. Gwinnett County may perform the backfilling, dressing and grassing operations on all
    other items. Sod shall be replaced with same type (Bermuda, Zoysia, Fescue, etc.) at the unit price stated on the
    bid schedule.
    5.
    The lengths referred to: under 50 LF, 50-500 LF, and over 500 LF pertain to the total length placed by the contractor
    on a given street or work order.
    6.
    It is the contractor’s responsibility to obtain positive drainage in all items and to construct all items to true lines and
    form with no irregularities or notify the County prior to construction if this is not deemed possible. Failure to do so will
    be cause for rejection and the Contractor shall remove the defective work and replace it with the acceptable work
    at his own expense.
    7.
    Unless otherwise directed by the County, a front and back form shall be required on all hand poured concrete
    curbing.
    8.
    Welded wire fabric (6x6 - W10xW10) shall be required in all concrete slabs and placed at mid-depth of the slab.
    9.
    When replacing and/or constructing a concrete driveway, the existing driveway shall be cut with the concrete saw,
    and 1/2 inch performed joint material, full depth, used at the joint. Joint material shall also be placed between the
    curb and driveway if applicable.
    10. Curing of all concrete shall be in accordance with Section 430 of the Georgia Department of Transportation
    Standard Specifications - 2021 Edition. Curing shall be considered incidental to the construction, and no additional
    payment will be made.
    11. Form offsets at radius points shall be at least 12 inches to avoid slivers of concrete that may be easily broken off.
    12. "Doweled integral curb", "Header curb" and Median curb shall include #4 bar placed longitudinally along the entire
    length of the curb at approximately mid depth, in addition to the other requirements of GA DOT Specifications
    9032 B. Cost of
    reinforcing materials and their installation shall be incidental to the pay items.
    13. The unit price for Integral concrete median shall include dowel bar installation, placement of reinforcement, concrete
    work, and necessary traffic control.
    14. CONCRETE STRUCTURES- POURED IN PLACE
    Work Included: The Contractor shall furnish and place all materials necessary to construct concrete drainage
    structures, reinforced and non-reinforced as directed by the Engineer/Project Manager or the Plans. Such structures
    will ordinarily be used where the alternative precast concrete or brick structures are not feasible and/or economical;
    BL173-23
    Page 5
    and junction boxes, catch basins and reinforced walls.
    Payment: Payment for "Concrete Structures- Poured in Place" will be per cubic yard of concrete actually placed, as
    measured in place; and shall be full compensation for the necessary excavation, forming, reinforcing steel,
    pouring, finishing, removal of forms and backfill; as well as the cost of all materials.
    15. Paved Ditches- 4" Reinforced: The Contractor shall construct the paved concrete ditch with a minimum of 4" thickness
    of 3000 psi concrete. Concrete ditch shall be reinforced with a minimum 6" x 6" wwf w/expansion joints spaced at 30'
    max and construction joints at 10' max. A drop end section shall be constructed on both ends of ditch to a depth of
    2'. Ditch shall be constructed to a minimum 12" depth with 2:1 side slope or as directed by Construction Plans or
    Engineer/Construction Manager.
    16. All required traffic control shall be considered incidental to the contract unit prices, and no additional compensation
    will be made. All traffic control shall follow MUTCD standards.
    17. The contractor shall be responsible for contacting the utility "on-call" service at least 72 hours before beginning any
    excavation work on this contract for the Department of Water Resources.
    18. Timeline for Work:
    The contractor shall provide the county with a bi-weekly report listing all outstanding work and the estimated time of
    completion. Gwinnett County reserves the right to prioritize any work issued to contractors.
    Department of Transportation - Work shall begin within ten (10) days of the notification to the contractor and
    completed within thirty (30) days of original notification unless otherwise stated. Special projects may require a
    shorter timeline for completion.
    Department of Water Resources - Contractor shall proceed on a given project/work order within 7 working days of
    notification by the County to do so. The project/work order is to be complete within 14 days from date of work order
    including clean up and landscaping unless notified otherwise by Gwinnett County.
    19. A contract, if awarded, will be an "Open-End" type to provide for the requirements of Gwinnett County on an "as-ordered"
    basis. As it is impossible to determine the exact quantities of items that will be required during the life of this
    contract, the quantities listed may be increased, decreased or eliminated as necessary to satisfy the needs of the
    County.
    20. Gwinnett County reserves the right to perform any work using in-house forces where deemed advantageous.
    21. 70% of the work must be completed by the primary contractor. Gwinnett County reserves the right to approve any
    subcontractors that may be used.
    22. Additional Work
    Description: Any additional work performed by the Contractor that is not included under one of the bid unit prices in
    this contract will be paid for as an "extra" providing the work has been authorized in writing by the
    Engineer/Construction Manager.
    A.
    Payment: Such extra work shall be subject to payment as follows:
    1) Labor - Shall be paid for at the bid unit prices for extra work, according to each worker's position, and will
    be paid to the nearest 1/4 hour. Unless overtime work is specifically requested and agreed to in writing
    by the Engineer/Construction Manager in advance, all extra labor work will be paid at the bid Regular
    Hour Rate. The bid costs shall include all items of labor, including, but not limited to: public liability and
    workman's compensation insurance, social security, and old age and unemployment insurance.
    2) Materials - Any extra materials not covered under a bid unit price elsewhere in the contract will be paid at
    the actual cost of the materials, as verified by the Contractor's receipt of purchase, plus 15% for
    overhead and profit. Materials, which are covered under a bid unit cost in the contract, will be paid for
    at those bid prices.
    This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
    Daily notification on new contract opportunities

    With GovernmentContracts, you can:

    • Find more opportunities and win more business
    • Receive daily alerts for all new bid opportunities
    • Get contract opportunities matched to your business
    ONE WEEK FREE TRIAL

    See also

    Follow Notice of Intent to Sole Source Active Contract Opportunity Notice ID PR0011916714

    Federal Agency

    Bid Due: 11/15/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/29/2024

    PH Licensed Practical Nurse 2 Adult Health - Marietta Cobb County Apply Listing

    Georgia Local Government Access

    Bid Due: 5/07/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/10/2024

    * Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.