December 13, 2023
NOTICE OF BID
BUFORD HIGHWAY CIP REPLACEMENT – SECTION C
BL006-24
The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified
contractors for the Buford Highway CIP Replacement – Section C.
Bid submittal date and location:
Sealed bids will be received by the Gwinnett County Department of Financial Services - Purchasing
Division-2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046 until 2:50 P.M. local time on
January 23, 2024 and then publicly opened and read aloud at 3:00 P.M. Any bid received after 2:50
P.M. will not be accepted. Bid envelope must be marked on the outside with Bid Number, name of
Bidder, date and time of opening. Contractor providing the utility work must have a current valid Utility
Contractors License.
Project Description:
Installation of approximately 11,500 LF of 16-inch DIP water main along Buford Hwy between Old
Peachtree Road and Sugarloaf Parkway. Includes branch connections and tie-in’s, abandoning
existing parallel cast iron water mains, service line reconnections, traffic control, erosion control and
site clean up, all other work required to complete the project.
View Construction Drawings and Specifications at the following locations:
Gwinnett County Dept. of Financial Services
Barge Design Solutions
Purchasing Division – 2nd Floor
Ashley Williams
75 Langley Drive
6525 The Corners Parkway, Suite 450
Lawrenceville, GA. 30046
Peachtree Corners, GA 30092
865-934-4118
Gwinnett County Dept. of Water Resources
Ashley.williams@bargedesign.com
684 Winder Highway
Bidding.bargedesign.com
Lawrenceville, GA 30046
Obtain Construction Drawings and Specifications
Drawings and Specifications must be purchased from Barge Design Solutions through the online
purchasing system at bidding.bargedesign.com for a non-refundable fee of $250.00 for a hardcopy
or $50.00 for a digital copy. Only complete sets will be issued. Applications for documents, together
with a non-refundable payment should be filed with the Engineer. Bidders wanting to submit a bid
must purchase plans via Bidding.Bargedesign.com.
Obtain the Plan-Holders List
The plan-holders list is available from bidding.bargedesign.com.
Special Conditions:
The Gwinnett County Department of Water Resources shall comply with O.C.G.A § 36-91-20 as
amended for mandatory pre-qualification of prospective bidders. This notice is ONLY for bidders that
have already prequalified under the Annual Prequalification of Contractors for Installation,
Replacement and/or Relocation of Pressurized Water Mains and Appurtenances, Subsection 2 –
Medium 16" to less than 24".
NOTICE OF BID - PAGE 2
BUFORD HIGHWAY CIP REPLACEMENT – SECTION C
BID DATE:
JANUARY 23, 2024
BID NUMBER: BL006-24
For contractors interested in pre-qualification, the Annual Pre-Qualification Application must be
completed and submitted to the Gwinnett County Department of Financial Services - Purchasing
Division-2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046 or submitted via email to
Brittany.Bryant@GwinnettCounty.com. Contractor must be pre-qualified prior to the first date of the
advertisement. You may download the Prequalification Application at www.GwinnettCounty.com or
contact Brittany Bryant, CPPB at BRITTANY.BRYANT@GWINNETTCOUNTY.COM and ask that an
application be sent to you. Depending on the scope and complexity, individual projects may require
pre-qualification, independent of the annual pre-qualification process.
NOTE: Bids submitted by contractors who have not been prequalified under the Annual
Prequalification of Contractors for Installation, Replacement and/or Relocation of Pressurized Water
Mains and Appurtenances, Subsection 2 – Medium 16" to less than 24". WILL NOT BE CONSIDERED.
Pre-bid Date and Location:
A pre-bid conference is scheduled for 10:00 A.M. on January 05, 2024 in the parking lot of George
Pierce Park Community Center - Yellow Trail, 55 Buford Hwy NE, Suwanee, GA 30024. All interested
parties are urged to attend. The pre-bid conference is to be utilized by contractors and subcontractors
to ask any questions in order to submit a bid for this project. All bidders are strongly urged to attend.
Facility Access
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, Gwinnett County Justice and Administration Center, 770-822-8165.
Safety Protocol/BYOPPE
During the on-site pre-bid conference, Personal Protection Equipment (PPE) shall
be worn. PPE includes but is not limited to ANSI Class 2 or 3 safety vests, Class E
hard hats, ANSI approved eye protection, safety toe boots and hearing protection
where required. Bring your own PPE. (NOTE: PPE is not required inside the
administrative building)
Instructions on Submitting Questions
Questions regarding bids should be submitted to Brittany Bryant, CPPB, Purchasing Associate III at
fax 770-822-8728, or email Brittany.Bryant@gwinnettcounty.com no later than 3:00 p.m. local time,
January 11, 2024. Bids are legal and binding upon the bidder when submitted.
Bonding and Insurance:
All Bidders are required to submit a Bid Bond or a certified check made payable to the Gwinnett
County Board of Commissioners in the amount of five percent (5%) of the total amount bid. The Bid
Bond or certified check must be enclosed in the envelope with the sealed bid. The successful bidder
will be required to furnish a contract Performance Bond and Payment Bond, each in the sum of 100%
of the total amount bid and provide insurance coverage as required by the contract documents.
Bonding Company should be licensed to do business in Georgia, 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 the Treasury's Publication of Companies Holding Certificates
of Authority as Acceptable Surety on Federal Bonds and as Acceptable Reinsuring Companies and
must have an A.M. Best rating of A-X or higher.
All bonds should be submitted on forms provided by Gwinnett County and agencies providing bonds
and insurance should provide proof that they meet the criteria outlined in the bid and contract
documents.
NOTICE OF BID - PAGE 3
BUFORD HIGHWAY CIP REPLACEMENT – SECTION C
BID DATE:
JANUARY 23, 2024
BID NUMBER: BL006-24
Bid Withdrawal:
No Bidder may withdraw his Bid within sixty (60) days after the actual date of the opening thereof.
Liquidated Damages:
Bidder agrees to complete the Contract awarded within the "allowable calendar days for completion"
from the date of the "Notice to Proceed" and he further agrees that the Owner may retain from the
monies which may become due the amount of $500.00 (Substantial) / $500.00 (Final) for each and
every day that the completion of the work may be delayed.
Bids in the case of Corporations not chartered in Georgia, must be accompanied by proper certification
stating that said Corporation is authorized to do business in the State of Georgia.
The County will award the Contract to the lowest "qualified" bidder, subject with the Owner's right to reject
any or all bids, to waive technicalities, and to make an award deemed in its best interests. With limited
response, Gwinnett County reserves the right to extend the solicitation opening date as appropriate in
order to assure a competitive procurement process.
CONSECUTIVE CALENDAR DAYS FOR COMPLETION:
450 (Substantial) / 500 (Final)
GWINNETT COUNTY BOARD OF COMMISSIONERS