Constitution Boulevard Street Light Project

Agency: City of Lawrenceville
State: Georgia
Type of Government: State & Local
Category:
  • 62 - Lighting Fixtures and Lamps
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Apr 25, 2024
Due: May 29, 2024
Solicitation No: SB034-24
Publication URL: To access bid details, please log in.
Bid Number: SB034-24
Bid Title: Constitution Boulevard Street Light Project
Category: Construction Services Bid Opportunities
Status: Open

Description:

Consists of but not limited to:

Work will consist of installing approximately 3,887 linear feet of conduit. This conduit will be installed into handhole boxes. 1/0 Triplex will be pulled into the conduit at approximately the same linear distance. Handhole boxes will be installed at each light location, and 12/2 wire will be fed into the handhole to power each light. Connections will be made in accordance to ECG spec. Approximately 22 decorative(12’ in height) light assemblies with concrete stumps will be used. Approximately 6 (30’ in height) direct bury poles will be used. Contractor is required to repair all landscaping, concrete, or asphalt back to like or better. Contractor to supply all traffic control

Publication Date/Time:
4/25/2024 8:00 AM
Closing Date/Time:
5/29/2024 3:00 PM
Pre-bid Meeting:
10:00A.M on 10/15/2024
Contact Person:
Chris Duncan
Related Documents:

Attachment Preview

April 25, 2024
INVITATION TO BID
SB034-24
The City of Lawrenceville is soliciting competitive sealed bids from qualified contractors for the Constitution
Boulevard Street Lights Project for the Lawrenceville Electric Department.
Sealed bids will be received by the Lawrenceville Finance Department, 70 S. Clayton Street, Main Level, Room M46A,
Lawrenceville, Georgia 30046 until 3:00 P.M. local time on Wednesday, May 29, 2024 and then publicly opened and
read aloud. Any bid received after 3:00 P.M. will not be accepted. Bid envelope should be marked on the outside with
Bid Number, name of Bidder, date and time of opening, and utility contractor’s license number.
A pre-bid conference is scheduled for 10:00 A.M. on Wednesday, May 15, 2024 at Lawrenceville City Hall located
at 70 South Clayton Street, 4th floor City Council Chambers, Lawrenceville, GA. 30046.
Questions regarding bids should be directed to Chris Duncan, Buyer, at chris.duncan@lawrencevillega.org, no later than
3:00 P.M. on May 16, 2024. Bids are legal and binding upon the bidder when submitted.
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.
No Bidder may withdraw his Bid within ninety (90) days after the actual date of the opening thereof.
Bidder agrees to complete the Contract awarded within the "allowable calendar days for completion" from the date of
the "Notice to Proceed".
A five percent (5%) bid bond must be submitted with the bid. Successful contractor will be required to provide a one
hundred percent (100%) payment and one hundred percent (100%) performance bond as well as an insurance certificate
fulfilling requirements as stated in the bid documents. Surety and insurance companies must have an AM Best rating of
A-5 or greater, be listed in the Federal Registry of Companies holding Certificate of Authority and acceptable sureties
on Federal Bonds, be licensed by the Georgia Insurance Department and the Georgia Secretary of State to do business
in the State of Georgia.
All bonds must be submitted on forms provided by the City of Lawrenceville and agencies providing bonds and
insurance should provide proof that they meet the criteria outlined in the bid and contract documents.
The City of Lawrenceville does not discriminate on the basis of disability in the admission or access to its programs or
activities. The written Bid Documents supersede any prior verbal or written communications between the parties.
SB034-24
Page 2
Award will be made to the contractor submitting the lowest responsive and responsible bid. The City of
Lawrenceville 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.
All companies submitting a bid will be notified in writing of award.
We look forward to your bid and appreciate your interest in the City of Lawrenceville.
Chris Duncan, CPPB
Buyer
The following pages should be returned in duplicate as your bid: Bidding Form, Pages 9-12
Bid Bond, Pages 14-15
Bidder Qualifications, Page 16-17
Non-Collusion Affidavit, Page 18
References, Page 19
Sub-Contractor list, Page 20
Contractor Affidavit, Page 30
SB034-24
Page 3
Scope of Work
Consists of but not limited to:
Work will consist of installing approximately 3,887 linear feet of conduit. This conduit will be installed
into handhole boxes. 1/0 Triplex will be pulled into the conduit at approximately the same linear distance.
Handhole boxes will be installed at each light location, and 12/2 wire will be fed into the handhole to
power each light. Connections will be made in accordance to ECG spec. Approximately 22 decorative(12’
in height) light assemblies with concrete stumps will be used. Approximately 6 (30’ in height) direct bury
poles will be used. Contractor is required to repair all landscaping, concrete, or asphalt back to like or
better. Contractor to supply all traffic control
SECTION I
INSTRUCTIONS TO BIDDERS
1. Each bidder must examine the Notice to Bid, Instructions to Bidders, Contract, Contract General
Conditions, Specifications, Bid Schedule, Drawings, and Addenda. Failure to do so will be at the
bidder’s risk.
2. Each bidder shall furnish all information required by the bidding requirements. The authorized
representative must sign the bid as well as print or type his/her name on the bid schedule. Erasures
or other changes must be initialed by the authorized representative signing the bid. Bids can only
be signed by a person authorized to commit company resources.
3. Bids are legal and binding upon the bidder when submitted. Receipt of addenda should be
acknowledged on the bid schedule. No oral interpretations or information can be considered as
binding.
4. Bid envelope should be marked on the outside with Bid Number, name of Bidder, date and time of
opening, and utility contractor’s license number. Faxed or e-mailed bids cannot be considered.
5. Bidding Requirements will consist of the following:
a) Bid Schedule
b) Bid Bond
c) Non-Collusion Affidavit
d) Statement of Bidder’s Qualifications
6. Award will be made to the bidder submitting the lowest responsive and responsible bid. The City
reserves the right to make such investigations as it deems necessary to determine the ability of the
bidder to perform, and the bidder shall furnish to the City, all such information for this purpose as
the City may request. The City reserves the right to reject any bid if the evidence submitted by, or
investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry
out the obligations of the contract.
7. Bids may be withdrawn only the case of mathematical error. The bidder shall give notice in writing
of his claim of right to withdraw his bid without penalty due to an error within two (2) business
SB034-24
Page 4
days after the conclusion of the bid opening procedure. Bids may be withdrawn from consideration
if the price was substantially lower than the other bids due solely to a mistake therein, provided the
bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment
mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of
a quantity of work, labor or material made directly in the compilation of the bid, which
unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence
drawn from inspection of original work papers, documents and material used in the preparation of
the bid sought to be withdrawn. The bidder’s original work papers shall be the sole acceptable
evidence of error and mistake if he elects to withdraw his bid. If a bid is withdrawn under the
authority of this provision, the lowest remaining responsive bid shall be deemed to be low bid.
No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor
or perform any subcontract or other work agreement for the person or firm to whom the contract is
awarded or otherwise benefit, directly or indirectly, from the performance of the project for which
the withdrawn bid was submitted.
Bidder has up to forty-eight (48) hours to notify the City of Lawrenceville Purchasing Office of an
obvious clerical error made in calculation of bid in order to withdraw a bid after bid opening.
Withdrawal of bid for this reason must be done in writing within the forty-eight (48) hour period.
Suppliers who fail to request withdrawal of bid by the required forty-eight (48) hours shall
automatically forfeit bid bond. Bid may not be withdrawn otherwise.
Bid withdrawal is not automatically granted and will be allowed solely at the City of
Lawrenceville’s discretion.
8. The City of Lawrenceville reserves the right to reject any or all bids, to waive technicalities, and to
make an award as deemed in its best interest.
9. The City is exempt from federal excise tax and Georgia sales tax with regard to goods purchased
directly by the City. Nevertheless, contractors are responsible for federal excise tax and Georgia
sales taxes, including taxes for materials incorporated in City construction contracts.
10. The attention of all bidders is directed to the fact that all applicable federal state laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over construction of
the project shall apply to the contract throughout, and they will be deemed to be included in the
contract the same as though therein written.
11. Information submitted by a bidder in the bidding process shall be subject to disclosure after bid
award in accordance with the Georgia Open Records Act of Compulsory Process.
12. Failure to observe any of the Instructions to Bidders or conditions in the Invitation to Bid may
constitute grounds for rejection of the bid. Failure to use City Bidding Form and to acknowledge
applicable addenda may result in a bid being deemed non-responsive an automatic rejection.
13. CONTRACT TIME:
The Work shall be completed within 180 consecutive calendar days.
14. ADD/DEDUCT: Add or deduct amounts indicated on the outside of the envelope are allowed and
will be applied to the lump sum amount. Amount shall be clearly stated and should be initialed
by an authorized company representative.
SB034-24
Page 5
15. LIQUIDATED DAMAGES:
"Liquidated Damages" shall mean the negotiated sum of which the Bidder agrees to pay for each
consecutive working day beyond the Contract Time required to complete the work.
16. CONSTRUCTION AREAS MIN. SAFETY REQUIRMENTS:
• The contractor shall ensure limited disruption to businesses, pedestrians and landscaping.
• The contractor shall post warning signs at all construction zones for citizens to be aware of their
surroundings.
• The contractor shall prevent any damage to adjacent sidewalk, utilities or private property
during construction.
17. SITE EXAMINATION:
The Bidder is advised to examine all the locations of the work and to inform himself fully as to its
conditions, the conformation of the ground, the character, quality and quantity of the products
needed preliminary to and during the execution of the work; the general and local conditions and
all other matters which can in any way affect the work to be done under the Contract. The Plans
are based on field run survey provided by the City of Lawrenceville, accuracy of this information
shall be verified by the Bidder.
The quantities given in the proposal form and Contract are approximate only, being given as a
basis for the comparison of bids. The City of Lawrenceville does not, expressly or by implication,
agree that the actual amount of work will correspond therewith, and reserves the right to increase
or decrease the amount of any class or portion of the work, or to omit portions of the work. All
items of work will be paid for at the respective BID prices for such work done and accepted by
the City.
Failure to examine the site will not relieve the successful bidder of his obligation to furnish all
products and labor necessary to carry out the provisions of his contract.
The Bidder shall notify the Owner of the date and time he proposes to examine the location of the
work. The Bidder shall confine his examination to the specific areas designated for the proposed
construction, including easements and public right-of-ways. If, due to some unforeseen reason,
the Owner's proceedings for obtaining the proposed construction site (including easements), have
not been completed, the Bidder may enter the site only with the express consent of the property
owner. The Bidder is solely responsible for any damages caused by his examination of the site.
18. REQUIREMENTS:
The minimum requirements; the bidder must have:
1) Maintain a permanent place of business.
2) Have a Utility Contractors license. (should be written on outside envelope)
3) Have the right equipment to perform the work.
4) Have done and to show proof of no less than THREE Contracts of similar character to the work
being bid, each with an original contract price of no less than $150,000.00 within the past five
years.
Be required to enter into a binding contract with the City to perform the work.
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 Specialized Litigation Training Active Contract Opportunity Notice ID JA-2024-05-0001 Related Notice Department/Ind.

Federal Agency

Bid Due: 12/21/2024

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

State Government of Georgia

Bid Due: 2/26/2027

Bid Number: 053-43 Bid Title: GENERAL CONTRACTOR FOR HIRE FOR TWO FIRE STATION

Hall County

Bid Due:

Follow Wireless Access Points Cabling at FLETC Glynco, GA Active Contract Opportunity Notice

Federal Agency

Bid Due: 9/22/2024

* 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.