DOCO Alley Improvements Phase III

Agency: City of Albany
State: Georgia
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 7, 2024
Due: Apr 9, 2024
Solicitation No: 24-035R
Publication URL: To access bid details, please log in.
Number Bid Name Pre-Bid Bid Opening Bid Tabulation
24-035R DOCO Alley Improvements Phase III

*Mandatory* 03/14

04/09/2024

Attachment Preview

March 07, 2024
INVITATION TO BID
DOCO Alley Improvements Phase III
Bid Reference No. 24-035R
Sealed Bids will be received by the City of Albany, Procurement Division, Suite 260, 222 Pine Avenue,
Albany, Georgia, on behalf of the Dougherty County Board of Commissioners until 2:30 p.m., April
09, 2024, for the DOCO Alley Improvements Phase Ill, in accordance with Drawings,
Specifications and other Contract Documents. Bids will be opened and publicly read aloud at the
above stated time and place. The scope of work is contained in the bid documents.
A Mandatory Pre-Bid conference will be held on March 14, 2024, at 10:00 a.m. in the
Procurement Division, 222 Pine Avenue, Suite 260, Albany, Georgia 31701 and simultaneously on zoom
at the following link:https://us06web.zoom.us/j/85177852064?pwd=zZXDkFdgH9tYrSNWYcsPEwFmDxoslI.1
All interested vendors are required to attend.
This project will be bid on a unit price basis for all specified work and will be awarded to the
_responsive and responsible bidder submitting the lowest total base bid.
5% Bid Bond is required of all bidders. Bid bond must be present for bid to be read or
considered. 100% Performance and Payment bonds will be required of the successful bidder.
Bid documents are available at the Procurement Division, www.albanyqa.gov, and the Georgia
Procurement Registry. Plans, specifications and contract documents may be inspected at the
Procurement Division, 222 Pine Avenue, and the Dougherty County Public Works
Department, 2038 Newton Road, Albany, Georgia. The City of Albany and Dougherty County
strongly encourage Small Business firms to participate in this bid. Dougherty County Board of
Commissioners reserves the right to reject any and all bids and to waive any informalities in the
bidding process.
All corporations should provide the corporate seal, a copy of the Secretary of State Certificate of
Incorporation, and a listing of the principals of the corporation with bid.
For additional information, contact Ricky Gladney, Buyer, at (229) 431-3211. Submit all questions
via email to rqladney@albanyqa.gov cc: jswilliams@albanyqa.gov and kross@albanyqa.gov. The
deadline for questions is March 22, 2024, at 2:30 p.m. Questions received after this deadline
may not be answered. Replies of substance will be in the form of ritten addenda and made
available to all potential bidders.
FINANCE
T i .�
shua Wllliams,WPB
rocurement Manager
P.O. BOX 447 ALBANY, GA 317021 PHONE: 229.431.3211 I FAX: 229.431.2184 I www.albanyga.gov
DOUGHERTY COUNTY
PROCUREMENT DIVISION
ALBANY, GEORGIA
INSTRUCTION TO BIDDERS
These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract terms
issued with any individual bid.
1.
The following criteria are used in determining low responsible bidder.
(a) The ability, capacity and skill of bidder to perform required service.
(b) Whether bidder can perform service promptly or within specified time.
(c) The character, integrity, reputation, judgment, experience and efficiency of bidder.
(d) The performance of previous contracts.
(e) The suitability of equipment or material for County use.
(f) The ability of bidder to provide future maintenance and parts service.
2.
Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in
determining low bids if they are deemed advantageous to the County.
3.
All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors.
4.
All requested information should be included in bid envelope. All desired information must be signed and included for your bid to
receive full consideration. Failure to submit any required form will be cause for bid to be rejected as non-responsive.
5.
All questions, inquiries and requests for clarification shall be directed to Procurement.
6.
For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely and
without further obligation on the part of the County at the close of the calendar year in which it was executed and at the close of
each succeeding calendar year for which it may be renewed; (2) The contract may provide for automatic renewal unless positive
action is taken by the County to terminate such contract, and the nature of such action shall be determined by the County and
specified in the contract; (3) The contract shall state the total obligation of the County for the calendar year of execution and shall
further state the total obligation which will be incurred in each calendar year renewal term, if renewed; and (4) The contract shall
provide that title to any supplies, materials, equipment, or other personal property shall remain in the vendor until fully paid for by the
County.
7.
Quote all prices F.O.B. Albany, Georgia or our warehouse or as specified in bid documents.
8.
Each bid or proposal shall be clearly marked on the outside of the envelope as a Sealed Bid whether using a County furnished
envelope or other envelopes.
9.
Bid/Proposal must be received and stamped by the Procurement Office before time stipulated in bid/proposal documents. No
responsibility will attach to any County representative or employee for premature opening of bid not properly addressed or identified.
10.
If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of supply.
11.
Bids received late will not be accepted, and the County will not be responsible for late mail delivery.
12.
Should a bid be misplaced by the County and found later it will be considered.
13.
Bids requiring bid bonds will not be read or considered if bond is not enclosed. Bond may be in the form of cash, certified check,
cashier’s check or Surety Bond issued by a Surety Company licensed to conduct business in Georgia.
14.
All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to advise in their
application or use. A bidder at any time requested must satisfy the Procurement Office and County Commission that he has the
requisite organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in accordance with the
provisions of the contract in which he is interested.
15.
Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding schedule are
done at the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation that affects the price,
quality or delivery date (when delivery is required by a specific time).
16.
When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list where
there is more than one sample. The County reserves the right to mutilate or destroy any samples submitted whenever it may be in
the best interests of the County to do so for the purpose of testing.
17.
County will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the trade name or
names of such materials on the bid or price quotation form.
18.
The unauthorized use of patented articles is done entirely at the risk of the successful bidder.
19.
The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The County may
purchase more or less than the estimated quantity, and the vendor must not assume that such estimated quantity is part of the
contract.
20.
Only the latest model equipment as evidenced by the manufacturer’s current published literature, will be considered. Obsolete
models of equipment not in production will not be acceptable. Equipment shall be composed of new parts and materials. Any unit
containing used parts or having seen any service other than the necessary tests will be rejected. In addition to the equipment
specifically called for in the specifications, all equipment catalogued by the manufacturer as standard or required by the State of
Georgia shall be furnished with the equipment. Where required by the State of Georgia Motor Vehicle Code, vehicles shall be
inspected and bear the latest inspection sticker of the Georgia Department of Revenue.
Bid Ref. #24-035R DOCO Alley
2
Improvements Phase III
21.
The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin and
Georgia vendors shall provide Georgia Motor Vehicle form MV1.
22.
Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their own way,
the difficulties, which are likely to be encountered in the prosecution of the same.
23.
All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Office
and/or the Department to which they are delivered. If defective material, equipment or supplies are discovered, the contractor, upon
being instructed by the Procurement Office, shall remove, or make good such material, equipment or supplies without extra
compensation. It is expressly understood and agreed that the inspection of materials by the County will in no way lessen the
responsibility of the contractor or release him from his obligation to perform and deliver to the County sound and satisfactory
materials, equipment or supplies. The contractor agrees to pay the cost of all tests on defective material, equipment or supplies or
allow the cost to be deducted from any monies due him by the County.
24.
Unless otherwise specified by the procurement office all materials, supplies or equipment quoted herein must be delivered within
thirty (30) days from date of notification or exception noted on bid sheet.
25.
A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to the County or who has
failed in any former contract with the County to perform work satisfactorily, either as to the character of the work, the fulfillment of
the guarantee, or the time consumed in completing the work.
26.
Reasonable grounds for supposing that any bidder is interested in more than one proposal/bid for the same item will be considered
sufficient cause for rejection of all bids/proposals in which he is interested.
27.
Unless otherwise specified the County reserves the right to award each item separately or on a lump sum basis, whichever is in the
best interest of the County.
28.
The County reserves the right to waive any minor discrepancies, reject any or all bids or proposals, and to purchase any part, all or
none of the services, materials, supplies or equipment specified.
29.
Failure of the bidder to sign the bid or have the signature of any authorized representative or agent on the bid/proposal IN THE
SPACE PROVIDED will be cause for rejection of the bid. Signature must be written in ink.
30.
Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without cause in the
60-day period after bids are opened.
31.
It is mutually understood and agreed that if any time the Procurement Office shall be of the opinion that the contract or any part
thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating
any of the conditions or covenants of the agreement, or is executing the same in bad faith, the Procurement Office shall have the
power to notify the aforesaid contractor of the nature of the complaint. Notification shall constitute delivery of notice, or letter, to
address given in bid/proposal. If after three working days of notification the conditions are not corrected to the satisfaction of the
Procurement Office, he shall thereupon have the power to take whatever action he may deem necessary to complete the work or
delivery herein described, or any part thereof, and the expense thereof, so charged, shall be deducted from any paid by the County
out of such monies as may become due to the said contractor, under and by virtue of this agreement. In case such expense shall
exceed the last said sum, then and in that event, the bondsman or the contractor, his executors, administrators, successors, or
assigns, shall pay the amount of such excess to the County on notice by the Procurement Office of the excess due.
32.
If the bidder proposes to furnish any item of a foreign make or product, he should write “Foreign” together with the name of the
originating country opposite such item on bid/proposal.
33.
Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time of
opening of bids, otherwise such complaint cannot be properly considered.
34.
No vendor writing restrictive specifications for the County will be allowed to bid on the project.
35.
Contracts may be cancelled by the County with or without cause with 30-day written notice.
36.
Dougherty County has an equal opportunity purchasing policy. The County seeks to ensure that all segments of the business
community have access to supplying the goods and services needed by the County programs. The County affirmatively works to
encourage utilization of minority business enterprises in our procurement activities. The County provides equal opportunities for all
businesses and does not discriminate against any vendors regardless of race, color, religion, age, sex, national origin, or handicap.
37.
All Corporations must provide the corporate seal and a copy of the Secretary of State’s Certificate of Incorporation upon
request.
38.
Local bidder (domiciled in Dougherty County) will receive bid in the event of tie bids. In the case of tie bids between out of town
companies or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss, or drawing
straws.
39.
The contractor shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate,
if applicable, before any work can commence. Contractor as well as any and all known subcontractors must possess or will be
required to obtain a City of Albany Occupational Tax Certificate or Registration.
40.
Prior to submitting bid, check website at www.albanyga.gov or call the Procurement Office at 229-431-3211 for any
subsequent addendums.
PROCUREMENT FORM – REVISED 3/18/2018
Bid Ref. #24-035R DOCO Alley
3
Improvements Phase III
DOCO ALLEY IMPROVEMENTS PHASE
III INSTRUCTIONS TO BIDDERS
Bid Reference No. 24-035R
SCOPE OF SERVICES:
1. Background: The Scope of this project is to furnish all labor, materials and equipment necessary to
provide for alley paving improvements on five different alleys located in the unincorporated area of
Dougherty County. Project involves laying 13,154 square yards of 8” GAB, 1,390 Tons of 2”
(12.5 mm) Superpave asphalt concrete, installing 841 linear feet of 15” RCP, installing 1,929 linear
feet of 18” RCP, installing 73 linear feet of 24” RCP, installing 14 linear feet of 30” RCP, 30 storm
drainage structures, clearing and grubbing, grading, installing erosion and sedimentation control
devices, relocating traffic signs, relocating fence, traffic control and various other related
appurtenances as indicated in the Bid Form and as shown on the Drawings or specified in the
Specifications. Complete bid documents, drawings, and specifications are available to download at
the following link: https://www.dropbox.com/scl/fo/ds1hhx8ccalsmnkl66bze/h?rlkey=85wcq6q40a2ftunqbn0fmdds1&dl=0
2. Contractor’s bid shall include all necessary labor, materials, tools, equipment, and all other items
necessary to complete the contract requirements in accordance with bid documents, special
instructions, specifications, and all other provisions included in this invitation to bid. It is the bidder’s
responsibility to visit the jobsite and become familiar with the local conditions.
3. Corporations: All Corporations should provide the corporate seal, a copy of the Secretary of State
Certificate of Incorporation, and a listing of the principals of the corporation with the bid.
4. Bid Form: Bids must be submitted on the bid form provided in this bid document to the City of
Albany Procurement Division, 222 Pine Avenue, Suite 260, Albany, Georgia. Bid is for a unit price
contract. Bid is for all work specified in this bid document and will be awarded to the lowest
responsive and responsible bidder.
5. Contract Time: Completion time is one hundred-fifty (150) calendar days, following the
issuance of the Notice to Proceed. Performance will be monitored and documented by the Project
Manager.
6. Liquidated Damages: Should the Contractor, or, in case of default, the Surety fail to complete the
work within the time stipulated in the contract or within such extra time that may be allowed,
charges shall be billed to the contractor or assessed against any money due or that may become
due the Contractor at a rate of three hundred dollars ($300) for each day that expires after the
allowed contract time for the completion and readiness of final payment until the Work is complete
and ready for payment.
7. The Owner of this project is Dougherty County. The Owner reserves the right to reject any and all
bids, to waive any informalities in the bid process, and to award the contract as may be in the best
interest of the Owner or re-advertise for bids.
8. Contract: The successful bidder will be required to submit four (4) executed copies of the contract
contained herein within ten (10) days following the issuance of the Notice of Award.
9. INSURANCE: In order to contract with the Dougherty County Board of Commissioners, suppliers/
contractors providing professional, technical and/or construction services are required to provide
acceptable proof of insurance coverage. Acceptable proofs of insurance: (i) a Certificate of
Insurance with Additional Insured Endorsement (a Certificate of Insurance by itself is not acceptable)
or (ii) Declaration Pages of the insurance policies listed below which show the Dougherty County
Board of Commissioners as additional insured. The insurance company must be authorized to provide
insurance in the State of Georgia.
Required Insurance Policies and Endorsements:
Bid Ref. #24-035R DOCO Alley
4
Improvements Phase III
Commercial General Liability of at least $1,000,000 for bodily injury and property damage with
the Dougherty County Board of Commissioners as additional insured.
Automobile/Vehicle Liability of at least $500,000 each occurrence for bodily injury and property
damage covering owned, non-owned, leased and hired autos/vehicles with the Dougherty County
Board of Commissioners as additional insured.
Worker’s Compensation in the statutory limits of Georgia and Employers’ Liability with limits of
liability of no less than $100,000 of each accident/disease. These polices must also contain a
waiver of subrogation in favor of the Dougherty County Board of Commissioners.
All insurance policies must provide that the Dougherty County Board of Commissioners will be
notified within 30 days of any changes, restrictions and/or cancellation.
If applicable, Professional Liability in addition to above requirements, of at least $500,000 each
claim.
SUBMIT WITH BID, specimen copy of Certificate of Insurance. Upon award of contract and prior
to commencement of work under this contract, the successful bidder shall provide Dougherty
County a Certificate of Insurance showing the type and limits of insurance specified herein with
Dougherty County Board of Commissioners as an additional insurer.
10. Georgia Security and Immigration Compliance Act: The successful contractor will provide
certification that they are in compliance with the Georgia Security and Immigration Compliance
Act, certifying that the provisions of O.C.G.A § 13-10-91, Chapter 300-10-1, per the Georgia
Department of Labor, if applicable, have been complied with in full. Pursuant to O.C.G.A §13-10-
90(2), all subcontractors entering into a contract or agreement for hire on this Project must be
registered and participate in the Federal Work Authorization Program. Complete and submit a
copy of the form, applicable to your company, and applicable Subcontractor Affidavits.
11. Superintendent: The contractor shall have a superintendent or representative on the site at all
times while work is being performed. They will represent the contractor and all communications
given to them shall be binding as if given to the contractor.
12. Barricades and Warnings: The contractor shall provide, erect, and maintain all necessary
barricades, suitable and sufficient number of watchmen to direct traffic, and take all necessary
precautions for the protection of the work and safety of the public. If necessary, barricades and
obstructions shall be illuminated at night and lights shall be kept burning from sunset to sunrise.
13. Removal of Trash and Rubbish: The contractor shall be responsible for the removal and legal
disposal of all waste, trash, and rubbish resulting from the work under this contract. Work site shall
be kept clean and orderly during construction; trash shall be removed from the site or adequately
containerized daily. Any precious metals belong to the owner. All other debris is to be
taken to the Dougherty County Landfill.
14. Preservation of Property: The contractor shall carry out their work with such care and by the
proper methods to prevent damage to the property adjacent to the work or within streets, easement
locations to the extent the owner may have rights therein, or other property of the owners or of
others, whether adjacent to the work site or not, the removal, relocation, or destruction of which is
not called for by the provisions of the contract documents; it being a condition of the execution of
the contract that the work be performed in such manner that the property of others and other
property of the owner shall not be damaged in any way. The word PROPERTY, as used, is intended
to include among other types of property, public street improvements, storm and sanitary sewers,
water lines and appurtenances, or other structures. Should any property be damaged or destroyed,
the contractor at their own expense shall promptly, or within reasonable time, repair or make such
restoration as is practical and acceptable to the owner of the damaged or destroyed property. In
case of failure on the part of the contractor to repair or restore such property, or make good such
damage or injury, the Building Inspector may within forty-eight (48) hours notice, proceed to repair,
rebuild, or otherwise restore such property as may be necessary, and the cost thereof will be
deducted from any monies due or which may become due the contractor under this contract
agreement. The contractor shall, at all times in performance of the work, employ approved methods
and exercise reasonable care and skill so as to avoid delay, damage, injury or destruction of existing
Bid Ref. #24-035R DOCO Alley
5
Improvements Phase III
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 Request for Information (RFI) Active Contract Opportunity Notice ID AFCEC24R0002 Related Notice

Federal Agency

Bid Due: 6/08/2024

Follow USACE National Dredging Meeting, 5-6 June 2024 Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/10/2024

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

State Government of Georgia

Bid Due: 5/08/2024

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

State Government of Georgia

Bid Due: 5/06/2024

* 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.