Resurfacing of Residential County Roads on a Term Contract

Agency: Gwinnett County
State: Georgia
Type of Government: State & Local
Category:
  • Q - Medical Services
Posted: Dec 12, 2023
Due: Jan 12, 2024
Solicitation No: BL175-23 INV
Publication URL: To access bid details, please log in.
  • BL175-23 INV

    Resurfacing of Residential County Roads on a Term Contract

    Buyer Contact : kaley.ivins@gwinnettcounty.com

    Opening Date : 01/12/2024 03:00 PM EST

    Addendum : BL175-23 Addendum 1

    48

  • Attachment Preview

    November 29, 2023
    INVITATION TO BID
    BL175-23
    The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the
    Resurfacing of Residential County Roads on a Term Contract 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 January 5, 2024 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 13, 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 15, 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. Successful supplier will be required to meet insurance requirements,
    submit a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond. 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 13-24
    References, Page 25
    Sub-Contractor List, Page 26
    Bid Bonds, Pages 29-30
    Ethics Affidavit, Page 42
    E-verify Affidavit, Page 43
    BL175-23
    RESURFACING OF RESIDENTIAL COUNTY ROADS ON A CONTRACT
    Page 2
    BIDDERS ARE ADVISED TO THOROUGHLY UNDERSTAND THE GENERAL CONDITIONS AND SPECIAL PROVISIONS, PRIOR
    TO SUBMITTING THEIR BID.
    I. GENERAL CONDITIONS
    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, which entitle him to consideration as
    a responsible Contractor. A list of work of similar character successfully completed within the last two years
    may be required giving the location, size, and listing equipment available for use on this work. 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. Status as a Georgia DOT certified, and prequalified contractor is one of the factors to be considered in
    determining qualification for this bid.
    B. GUARANTEE TO ACCOMPANY BID
    1. Bids must be accompanied by a certified check or cashier's check or acceptable bid bond (Gwinnett County
    form provided) in an amount not less than five percent (5%) of the total amount bid per section and made
    payable to Gwinnett County Board of Commissioners. Failure to use Gwinnett County form may result in bid
    being deemed non-responsive. Failure to submit a bid bond or certified check or cashier’s check will be cause
    for rejection.
    2. Contractors bidding on more than one section must submit a bid bond for each section they are bidding. If
    contractor is low on more than one section but does not want to have multiple awards, contractor must state
    this in his bid in order not to forfeit bid bond.
    C. JOINT VENTURES AND SUB-CONTRACTING
    Joint Ventures between two contractors will NOT be allowed in any section. Subletting will be allowed up to 30%
    of the actual paving/patching work which includes all mixes (9.5mm mix Type I, Leveling, and 12.5 mm Patching)
    for each section. This will be based on the estimated combined tonnage for these items in each section. The
    contractor will have the option to apply this to any or all items listed in the schedule of items without exceeding
    the 30% of combined tonnage. Any subcontractor listed must be approved by Gwinnett County DOT prior to doing
    any work and be registered with the Georgia Department of Transportation (GDOT).
    Subletting additional items (milling, crack filling, structure adjustment, and pavement markings) will be allowed
    and shall be in accordance with Section 108.01 of the Standard Specifications of the Georgia Department of
    Transportation.
    D. SUBMITTING BIDS
    1. Each Section should be submitted in separate envelopes.
    2. A contractor can bid on any or all sections applicable. If more than one or all sections are bid on, please keep
    in mind that you must be able to complete all awarded sections within the term of the contract.
    3. A bid bond should be submitted independently for each section of the bid.
    4. Bids should be submitted in envelope with the following information clearly typed or printed on the outside:
    Gwinnett County Purchasing Division
    Resurfacing of County Roads
    Bid Number and Section
    Date of Bid Opening
    Company Name
    BL175-23
    Page 3
    E. AUTHORITY TO SIGN
    The contractor should ensure that the legal and proper name of his proprietorship, firm, partnership or
    corporation is printed or typed in the space provided on the Schedule of Items.
    F. RIGHTS RESERVED
    1. Bidders are advised to examine the Plans and Specifications carefully and to make examinations of the site
    of the proposed work as are necessary to familiarize themselves with local conditions, which may affect the
    proposed work. Bidders are also advised to inform themselves fully in regard to conditions under which the
    work will be performed. Gwinnett County will not be responsible for Bidder’s errors or misjudgment, nor for
    any information on local conditions or general laws and regulations.
    2. Any unauthorized additions, conditions, limitations, or provisions attached to the Bid shall render it informal,
    and may be cause for rejection.
    3. Individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue
    any verbal or written communications regarding a solicitation with any County officer, elected official,
    employee or other County representative without permission of the Purchasing Associate named in the
    solicitation between the date of the issuance of the solicitation and the date of the final contract award by
    the Board of Commissioners. The Purchasing Director will review violations. If determined that such
    communication has compromised the competitive process, the offer submitted by the individual, firm or
    business may be disqualified from consideration for award.
    G. AWARD OF CONTRACT
    1. The Contract will be an "Open End” type to provide for the requirements of Gwinnett County on an as needed
    basis. As it is impossible to determine the exact quantities of items and the roads, parking areas, etc., to
    receive these items, either for resurfacing or new roads, the quantities of items may be increased or
    decreased, and specific roads may be added or deleted as required to satisfy the needs of the County. Each
    section will be awarded to the lowest, responsive, and responsible bidder. Gwinnett County reserves the right
    to make an award as deemed in its best interest, which may include awarding to a single bidder or multiple
    bidders.
    2. Prior to award of the contract, the successful contractor will be required to submit a construction schedule
    to the County, demonstrating the contractor’s ability to commence and proceed in a timely manner on all of
    the Gwinnett County resurfacing contracts for which contractor is the successful bidder. Due to the time
    constraints on this contract, it is mandatory that the work be performed as quickly as possible. A contractor’s
    failure to demonstrate the ability to proceed as required may result in the award of one or all of those sections
    to the next low, responsive and responsible bidder, as deemed in the County's best interest.
    3. Prior to execution of a contract, a Contract Performance Bond and a Payment Bond, each equal to 100% of
    the Contract amount per section, must be provided by the successful Bidder (Gwinnett County form provided)
    by a surety company qualified to do business in the State of Georgia and satisfactory to Gwinnett County.
    Bonds given shall meet the requirements as listed in this Bid package. Failure to execute the Contract,
    Contract Performance Bond and Payment Bond, or furnish satisfactory proof of coverage of the insurance
    required within ten days after the date of Notice of the Contract may be just cause for the annulment of the
    award and for the forfeiture of the guaranty to Gwinnett County, not as a penalty, but as liquidation of
    damages sustained. Failure to progress in a timely manner after beginning the work may also be just cause
    for annulment of the contract award and re-advertisement and re-bidding of any or all these contracts. The
    Contract and Contract Bonds shall be executed in duplicate.
    BL175-23
    Page 4
    H. TERM
    Contract will begin on the issuance date of the Notice to Proceed and continue through December 31, 2024.
    However, for any order to pave and/or resurface any given roads, parking areas, etc., mailed or received, if
    forwarded by other means than through the mail to the Contractor on or before the Contract expiration date, the
    Contractor will be required to perform such resurfacing within a time agreed to by both parties and at the Contract
    unit prices. Failure to perform such work in the time agreed will result in Liquidated Damages of $1,000.00 per
    day until such work is completed.
    I. PRODUCTION REQUIREMENTS
    1. Time is of the utmost importance for this project. The successful bidder will be required to commence work
    within ten (10) calendar days from receipt of the Notice to Proceed and must carry on with utmost diligence
    in order to complete the work at the earliest possible date.
    2. It is important that the work proceeds promptly and continuously on the contract. In each Section, the
    contractor must meet or exceed the following production requirements and deadlines. If the contractor is
    awarded more than one section, the below requirements will be determined based on the cumulative total
    tonnage awarded, unless otherwise stated:
    a) Within 120 calendar days following the issuance date of the Notice to Proceed, the contractor must place
    a minimum of 50% of the total tonnage awarded of 9.5 mm (Type I and II) mixes for the residential streets
    listed in the Schedule of Items for each resurfacing section successfully awarded. Failure to reach the
    milestone in the time listed above will result in Liquidated Damages of $500.00 per calendar day until
    such work is completed.
    b) By October 31, 2024, the contractor must place a minimum of 100% of the total tonnage of 9.5 mm (Type
    I and II) mixes for the residential streets listed in the Schedule of Items, for each resurfacing section.
    Failure to reach the milestone in the time listed above will result in Liquidated Damages of $1,000.00 per
    calendar day per section awarded until such work is completed.
    c) Within 30 calendar days following the road patching and milling work, the contractor must place the 9.5
    mm (Type I and II) topping mixes for residential streets listed in the Schedule of Items, for each
    resurfacing section. Failure to reach the milestone within the 30-day time listed above will result in
    Liquidated Damages of $100.00 per calendar day per road until such work is completed.
    • The work hours are as follows:
    Residential 9:00 AM - 6:00 PM
    The contractor may request in writing modifications to the work hours listed above. Gwinnett County has
    the right to approve or deny a request or respond with an alternate. Gwinnett County reserves the right to
    adjust the work hours during the contract period.
    J. RETAINAGE
    The county shall retain 5% of the gross value of the completed work, indicated by current estimates, until all pay
    items are substantially completed.
    K. LOCATION AND SITE
    1. The site of the proposed work is at the stated location(s) within Gwinnett County, Georgia. A list of proposed
    roads is included in these specifications; maps will be available at the pre bid conference.
    2. The successful Contractor shall accept the site in its 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.
    3. The successful Contractor, before submitting a bid, is advised to visit the site, and acquaint himself with the
    actual conditions and the location of any or all obstructions that may existon the site.
    4. 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
    any other person shall not affect the risks or obligations assumed by the Contractor or relieve
    BL175-23
    Page 5
    Contractor from fulfilling any of the conditions of the Contract. All contractors submitting a bid are
    responsible for inspecting the site and 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.
    5. The Contractor is responsible for the location of above and below ground utilities and structures, which may
    be affected by the work.
    L. COMPLIANCE WITH OSHA STANDARDS AND REGULATIONS
    The work connected with this Contract shall be performed in accordance with all applicable OSHA regulations
    and standards including any additions or revisions thereto until the job is completed and accepted by Gwinnett
    County.
    M. MATERIALS
    All materials furnished and/or installed by the Contractor shall be furnished only by Georgia Department of
    Transportation certified source and shall be within the limits, tolerances, formulae, etc., as established by the
    Georgia Department of Transportation.
    N. INSPECTION
    Gwinnett County does not commit to have a full-time inspection or testing of work while in progress or at sources
    of materials furnished. Any lack of inspection and/or testing will in no way relieve the Contractor of the
    responsibility to provide quality workmanship in accordance with the Specifications. Any test ordered under the
    supervision of the County that fails to meet standards and retesting is required will be at the contractor’s expense.
    O. CONTRACT REQUIREMENTS
    1. Successful vendor is required to do the following within ten (10) days of Notice:
    a) Return to Purchasing Office contract documents executed by the authorized representative and
    attested by the corporate secretary treasurer.
    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 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.
    II.
    SPECIAL PROVISIONS
    A. AREAS OF WORK
    1. The area of work for resurfacing will be within the limits defined on the County map. The work will be divided
    into six (6) sections: District 1, District 2, District 3, District 4, District 5, and District 6. Any roads added to the
    County's resurfacing program will be worked by the contractor’s section, in which they are located.
    2. This term contract covers only those existing roads scheduled for resurfacing by the Gwinnett County Road
    Maintenance Division, or being constructed by in-house construction forces, and in no way pertains to any
    asphalt work being performed on new construction or widening projects being built for Gwinnett County by
    private contractors.
    3. The schedule of items for each section includes estimated quantities for this work.
    4. The work will be divided into six (6) sections: District 1, District 2, District 3, District 4, District 5, and District 6.
    Please see Appendix A for the paving list and Appendix B for the Resurfacing Map.
    B. GEORGIA DEPARTMENT OF TRANSPORTATION
    Unless otherwise directed, all work performed under contract shall be in accordance with the Georgia Department
    of Transportation Standard Specifications, Construction of Roads and Bridges, 2021 Edition, and any
    supplemental specification modifying them except as noted below and in the special provisions.
    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.