Inspection and Exercising of Water and Sewer Valves on an Annual Contract

expired opportunity(Expired)
From: Gwinnett County(County)
BL089-22 Inv

Basic Details

started - 31 Jul, 2022 (21 months ago)

Start Date

31 Jul, 2022 (21 months ago)
due - 15 Aug, 2022 (20 months ago)

Due Date

15 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
BL089-22 Inv

Identifier

BL089-22 Inv
Gwinnett County

Customer / Agency

Gwinnett County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

July 19, 2022 INVITATION TO BID BL089-22 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Inspection and Exercising of Water and Sewer Valves on an Annual Contract with four (4) options to renew for the Department of Water Resources. Bid submittal date and location: Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the Bid Number and Company Name. Bids will be received until 2:50 P.M. local time on August 8, 2022, 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 and virtually opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. Instructions on
Submitting Questions All contractors are urged to attend. Questions regarding bids should be directed to Shelley McWhorter, Purchasing Associate III, at shelley.mcwhorter@gwinnettcounty.com or by calling 770-822-8734, no later than 10:00 a.m. on July 29, 2022. Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. Insurance Successful contractor 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. 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. 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 email. We look forward to your bid and appreciate your interest in Gwinnett County. Shelley McWhorter, CPPB Purchasing Associate III The following pages should be returned as your bid: • Bid Schedule, pages 20-22 • E-Verify Affidavit • Code of Ethics Affidavit • References, page 25 • Sub-Contractor List, page 26 http://www.gwinnettcounty.com/ mailto:shelley.mcwhorter@gwinnettcounty.com http://www.gwinnettcounty.com/ BL089-22 Page 3 SPECIFICATIONS PART 1 – OVERVIEW OF WORK Gwinnett County is soliciting competitive, sealed bids for services related to the inventory, condition assessment and maintenance of the County’s Water and Sewer System Valves on an Annual Contract with the option of four (4) offers for contract renewal for the Department of Water Resources (DWR). The project requirements for the Contractor include, but are not limited to: valve locating, valve inspection, valve exercising, valve box adjustment, valve box replacement, GPS, and other similar tasks. Valves to be addressed under this Contract vary between 2-inch and 48-inch. Exact valve locations will not always be pre-determined prior to assignment of work and may require research of GCDWR web browser GIS to access As-Builts, GCDWR files and field reconnaissance by the successful bidder. Work areas will range from: major thoroughfares, streets, highways, rural roadways, and off-road easement areas adjacent to creeks, streams, rivers, or other areas with difficult access. This Contract will be issued on an annual basis, with no guaranteed minimum or maximum amount of work. The work will be procured on an “as-needed” basis, and it is intended that planned work will be spread equitably across the year. The Work shall include the furnishing of all implements, machinery, equipment, tools, materials, transportation, traffic control equipment, labor, necessary research, permits, data management equipment, and incidentals required for the safe prosecution and completion of the work. Bids submitted in response to this solicitation shall be all-inclusive and provide for the complete execution of the work without exception. PART 2 - GENERAL REQUIREMENTS 1. Unless otherwise specified, all items and work will be in accordance with the Georgia Department of Transportation Standard Specifications - Construction of Roads and Bridges – latest edition, and all supplements thereto, and Gwinnett County, “Water System Design and Construction Standards for Development Projects, Latest Revision” and “Gwinnett County Department Of Water Resources - Sanitary Sewer Pump Station And Force Main Design And Construction Standards For Developer-Installed Systems – Latest Revision”. Specification booklets may be obtained from the Gwinnett County website. https://www.gwinnettcounty.com/static/departments/DWR/pdf/2016_Water_Sewer_Standards.pdf Valve inspections / assessments shall satisfy the requirements of this Bid document and AWWA M44, “Distribution Valves: Selection, Installation, Field Testing, and Maintenance” 2. Potential bidders must demonstrate that trained, responsible people will be used for this contract prior to their use in conducting the work. Contractor and its employees must be trained in, and follow, all applicable OSHA guidelines prior to entering into any work situation which would be governed by these regulations. 3. All required traffic control shall be provided by the Contractor, shall be all-inclusive, and shall not be considered as a separate line item. Traffic Control shall include the preparation of any necessary plans and acquisition of permits. When necessary for safety, Contractor shall only use certified flagmen to support traffic control requirements. The flow of traffic will be maintained at all times during construction by permitting at least one lane of traffic to move through the construction site. 4. A contract, if awarded, will be an "Open-End" type to provide for the requirements of GCDWR 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, any quantities listed on the Bid Sheets are intended to provide equitable comparison of the bids submitted and may be increased, decreased or eliminated as necessary to satisfy the needs of the County. 5. GCDWR reserves the right to perform any work using in-house forces where deemed advantageous. https://www.gwinnettcounty.com/static/departments/DWR/pdf/2016_Water_Sewer_Standards.pdf BL089-22 Page 4 6. Successful contractor may be required to provide a list of equipment currently owned and the number of employees available to complete the work associated with this contract. This list should be maintained on an annual basis or upon demand of the County Contract Manager if it is believed that the Contractor is failing to respond in a timely manner due to the lack of resources. Contractor shall report on a monthly basis the names of their employees and the number of crews working under this contract. 7. The successful contractor(s) shall provide the County a bi-weekly or weekly report, as directed by the County Contract Manager, with information as requested in each section to include but not be limited to all outstanding work and the estimated time of completion for each category of work. 8. It will be the Contractor’s responsibility to be aware of the “dig law” in Georgia and follow the procedure as outlined by the Georgia Utility Facility Protection Act (GUFPA). Contractor shall coordinate their work such that sufficient time is allotted for field location of utilities. 9. Before submitting a Bid, each bidder shall: examine the Bid Document Package thoroughly; become familiar with local conditions affecting cost or work; become familiar with federal, state and local laws, ordinances, rules and regulations affecting cost or work progress or performance; study and carefully correlate Bidder’s observations with the Bid Document Package; and notify County concerning conflicts, errors, or discrepancies in Bid Document Package prior to the question deadline noted on page 1. 10. It is the intent of these Bid Documents to procure the goods and services needed to achieve complete works, fully functional and in compliance with County standards and specifications including accompanying documentation as appropriate to the work. It is not the intent of these documents to provide a complete and full description of the standard methods and materials necessary to achieve the end result. The omission from these documents of standard procedures or materials normally used in the implementation of the Work shall not relieve the successful Bidder from the performance of those requirements nor be cause for claims for additional compensation unless specifically identified in the Bid. Submission of a Bid shall be evidence that the Bidder considers the Work to be adequately described in the Bid Documents. PART 3 - GENERAL SPECIFICATIONS 1. Insurance Requirements The successful contractor and all subcontractors, as required herein, will be required to meet the attached insurance requirements. Contractor must supply a current Certificate(s) of Insurance that meets all specified requirements before the award can be made. 2. Training Certificate The successful contractor and all subcontractors as required herein, should provide a copy of the Training Certificate(s) as specified in the bid documents before undertaking the associated work. Specifically, documentation of Confined Space Training for all persons involved in such efforts, and flagmen used in the control of traffic shall be certified and trained in such work. 3. References GCDWR requests a minimum of three (3) verifiable references where work of a similar size and scope has been successfully completed. Bids will be considered only from experienced and well-equipped contractors engaged in work of this type and magnitude. List similar work successfully completed within the last seven years; on page, the ‘brief description of project’ should include: the location and size by number of valves addressed. References should specify the role of the Bidding firm on the job, responsibilities, and level of authority. (Prime / Sub / vendor) Bidder is responsible for the provision of accurate reference contact BL089-22 Page 5 information. When contacted, references should be able to confirm that the Bidder has performed valve inspection services of similar size and scope (a minimum of 9000 inspections/year, including a minimum of 250 valves on mains 36-inch diameter or greater) for at least three of the last seven years. Bidder may include multiple references if needed to achieve a combined total of 9000 valves per year. References provided should be from projects where the Bidder acted as the lead inspection firm or Prime Contractor with direct responsibility for the valve inspections and should refer to work performed under the Bidding Firm’s current name. If the Bidding Firm’s name was changed for administrative purposes without significant restructuring of their inspection service equipment and staff, references for work performed under the previous name would be considered. 4. Pricing on Bid Schedule Unit pricing should include all related costs to that particular item and should be shown as two (2) decimal points (Example: $2.53 – not $2.531) and shall be all-inclusive for the item to be provided or service to be rendered unless specifically identified otherwise by the provided Bid Form. 5. Contractor Responsibilities The successful contractor will provide an appropriate staff of employees, including supervisory personnel, for the efficient operation of the services hereunder. Contractor represents that all its employees, agents, and suppliers who perform services under this contract shall be qualified and competent to perform such services. Contractor shall have personnel that can be contacted Monday through Friday 7:00 to 6:00 daily to answer any questions from the Contract Manager relating to work orders, location of where staff is working, when work orders will be worked and when landscaping / surface restoration will be completed. The public should be able to easily identify contractor employees. The successful contractor(s) will at a minimum provide crews with picture identification badges which should be clearly displayed at all times the crews are working. All trucks should be marked with contractor’s name and contact number on both driver’s and passenger sides of the vehicle. Contractors shall be very sensitive and supportive to the public and respect their property while conducting the work. Contractor shall be aware that they will at times interact with the public. Such encounters should be handled politely but should only provide general information. Specific questions should be deferred back to the Contract Manager for response. The Contractor should not make statements concerning the work to representatives of any media outlets without express permission from the County as to form and content. 6. Materials The Contractor will be required to furnish all material, labor, tools, equipment, and all other items necessary to complete the work, including but not limited to, valve risers, valve stem extensions and guides, valve boxes, valve box lids, valve pads, and valve markers. As well as miscellaneous items including but not limited to; dirt, crusher run, gravel, cold/hot patch mix, concrete, grass seed, pine/wheat straw, sod, pine bark, and other landscaping materials to be installed under this contract. All materials shall conform to the applicable Gwinnett County specifications for such products. Unit pricing on the bid schedule must be all-inclusive to provide the service or item being requested for each line item with no exceptions. 7. Inspection A County representative will inspect the work done under this agreement and is hereby authorized and empowered to reject and refuse all work, the methods of application, or any part thereof, in fulfillment of the bid, that does not comply in kind, quality, quantity, time, or place with the Bid Documents. GCDWR does not commit to having full time inspection of the work while in progress. Any lack of inspection will in no way relieve the Contractor of his responsibility and liability to provide quality workmanship in accordance with the Specifications. Inspection of the Work by the County during installation does not relieve the Contractor of BL089-22 Page 6 responsibilities for documentation, Quality Assurance, or any other requirements of this solicitation. Any approval of the Work in the field by the inspector shall not be construed as Final Acceptance of the Work. 8. Damages Any incidental damages to adjacent works, structures, or utility arising for work performed by Contractor their subcontractors, or associates shall be repaired by the Contractor at the Contractor’s sole expense. Contractor is advised that complaints against their work for damages may be filed up to 90 days from the date that the work is performed. 9. Concrete Sidewalks/Driveways Any sidewalks damaged in the pursuit of this contract will be replaced in sections from existing joint to joint and finished to match the existing sidewalk. Driveways will be replaced to the first contraction joint. All concrete and road cut repairs must be completed prior to submission of invoices. All replacements must meet the specifications of “Water System Design and Construction Standards for Development Projects, Latest Revision.” Copies may be obtained from Gwinnett County Website at the link provided above. Note: Contractor shall inspect concrete driveways and walkways prior to commencing work to determine if there are pre-existing cracks or damage in areas adjacent to the proposed work. If damage is visible, Contractor should take photographs to document conditions. Photograph naming shall comply with section Part 4 – Section B - paragraph 14 of these documents and shall clearly identify in the photos which specific property and location to which they refer. When replacing and/or constructing a concrete driveway, the existing driveway shall be cut with a concrete saw, and 1/2-inch preformed joint material, full depth, is to be used at the joint. Joint material shall also be placed between the curb and driveway if applicable. All concrete used to construct the various items shall have a minimum compressive strength of 3000 psi at 28 days. Form offsets at radius points shall be at least 12 inches to avoid slivers of concrete that may be easily broken off. Curing of all concrete shall be in accordance with Section 430.04-J of the Georgia Department of Transportation Standard Specifications – latest edition. Curing shall be considered incidental to the construction, and no additional payment will be made. 10. Disposal of Waste Materials The unit prices provided by the Bidder shall include the removal and appropriate disposal of all debris generated by the work. Piling debris on the street or the right-of-way is not acceptable. The removal and disposal of all waste materials will be considered incidental to the particular pay item being constructed. Salvaged risers, metal boxes, or metallic valve box lids shall be returned to the County for recycling at a location as directed by DWR. 11. Road Cuts All road cuts exceeding 12 square feet must have prior approval from the GCDWR Contract Manager. All road cut repairs must be completed prior to submission of invoices. Repair of road cuts must meet Georgia D.O.T. and Gwinnett County D.O.T. specifications. In the event the road cut fails, the contractor shall be required to compact and repair defective road cut at the Contractor’s own expense. Any damage to vehicles due to defective road cut will be remedied at the expense of the Contractor. Repair of road cuts must meet all of Georgia and Gwinnett D.O.T. specifications. Compaction of backfills shall be built up in layers and each layer shall be compacted. Layers shall be no more than 6 inches in depth. The final two layers shall be crusher run at a minimum depth of 6” each. The final top dress shall be a hot patch and rolled level with existing road. In the event the road cut fails (i.e., separation, settlement, etc.), the contractor shall be required to compact and repair the defective road cut at their own expense. Any damage to BL089-22 Page 7 vehicles due to a defective road cut will be addressed by, and at, the sole expense of the contractor. When replacing concrete, the pavement section installed by the Contractor shall reflect the pavement section removed and shall meet applicable Georgia D.O.T. and Gwinnett County D.O.T. Specifications. At no time will it be acceptable to leave the job site of a road cut without temporarily repairing the cut. The cut must be left with compacted material and crusher run. The final top dress should be made within 7 to 10 days of original cut. No payment for the installation will be paid until all work is complete. 12. Landscaping Surface restoration of impacted areas adjacent to the work shall be classified as one of three categories: unpaved, asphalt-paved, or concrete-paved. All surface restoration must be completed prior to submission of invoices. A. Unpaved Yards shall be hand raked smooth, upon completion of repairs, so there are no lumps, chunks of dirt, roots or rocks. Excavation area should be restored to its original condition to match previous contour and the site must be free of all debris. Only after the site is level shall there be the application of seed and straw. If the lawn is not fescue, contractor still needs to rake the soil level and remove any clumps of clay or stones. Contractor will restore all landscaping to original condition and customer satisfaction, to include buying all grass seed, sod, wheat/pine straw and pine bark if needed. It will be the Contractor’s responsibility to completely restore, at their sole expense, any improvements or structures, including but not limited to sheds, fences, walkways, driveways, irrigation, domestic water line, mailboxes, and mailbox posts which were damaged either directly or indirectly by the Contractor’s activities. When the landscaping crew installs replacement sections of sod, such sections shall be placed as to not allow a gap more than 1⁄2” between the existing grass edges and the new sod. All replacement sections of sod shall be rectangular in shape and shall not be applied as plugs to fill small irregular shaped areas. Contractor shall provide all services necessary to remove or subcontract the removal - and replacement as appropriate - of any trees, shrubs, structures, or specialized landscaping (such as brick/stone fences or retaining walls) which obstruct the performance of the Work. Contractor shall affix orange flagging tape to identify such obstructions to the work. Such trees, shrubs, or improvements shall not be removed without the prior authorization of the Contract Manager who will coordinate with the homeowner to obtain their approval. Contractor shall undertake the removal of such improvements only with the specific approval of the Contract Manager. Contractor shall be solely liable for all costs associated with such removal and replacement if they fail to obtain prior authorization for removal of such. Contractor shall be compensated at not more than cost plus 10% for the removal and reinstallation of specialized landscaping, and such cost shall be identified prior to undertaking the work. No payment shall be made to the Contractor for delays associated with the negotiation of landscaping removal. Approval for additional payment to address specialized landscaping is on a case-by-case basis at the sole discretion of the County and approval at one location shall not be extended by the Contractor to other locations nor set a precedent. B. Asphalt-Paved Asphalt paving restoration shall meet the criteria set out above in paragraph 11. Contractor shall saw-cut the asphalt prior to removal to ensure that the repair is neat and clean. The Contractor shall ensure that the top of the valve box is flush with the surface of the paving upon completion and does not create a traffic impact. The County reserves the right to allow cold-patch restoration in locations deemed appropriate in its sole discretion. C. Concrete-Paved Concrete paving, curb, or gutter on GA DOT maintained roads, which is impacted by the work shall be BL089-22 Page 8 restored in compliance with GA DOT specifications. In all other locations, the replacement concrete section installed by the Contractor shall reflect the original concrete section removed. Contractor shall saw-cut the concrete prior to removal to ensure that the repair is neat and clean. The Contractor shall ensure that the top of the valve box is flush with the surface of the paving upon completion and does not create a traffic impact. The County reserves the right to allow a flowable-fill restoration in locations deemed appropriate in its sole discretion. 13. Subcontractors The General Contractor will be allowed to utilize subcontractors for work under this contract. The use of subcontractors not listed in the Bid for the work must have the prior approval of the GCDWR. Subcontractors must utilize vehicles that display the Company Name of the Contractor. Invoices showing actual fees to be paid to the subcontractor shall be required documentation in Pay Requests submitted by the Contractor. Reduction in costs associated with the use of a Subcontractor not listed in the Bid shall be reflected in future Pay Requests to the County. Increased costs associated with the addition of a subcontractor after the Bid shall not be cause for increased compensation to the Contractor. 14. Worksites The Contractor shall be responsible for appropriately securing and protecting the site until the work is completed. The County will not remove or dispose of debris or spoil generated by Contractor from worksites. Contractor shall be required to clean up mud and dirt from all repair sites, smooth any ruts or wash-out areas, provide and install landscaping, stabilize in accordance with NPDES, State and County Erosion and Sediment Management regulations, remove any debris generated, and leave sites in original condition or better. Repeated failure of the Contractor to adequately restore and clean work sites in a timely manner shall be grounds for termination. 15. Contact The Contractor shall provide the name of a contact person for this work. Said person shall have a cell phone and must be well informed and up to date regarding the work currently underway, completed, and scheduled. The contact person must be available at all times during regular business hours, and any other time field crews are working. 16. Repairs by the County If faulty works and/or inadequate landscaping by the Contractor are repaired by the County, all costs (direct or indirect) arising from the faulty work shall be deducted from any payments due to the Contractor for services rendered. A detailed explanation shall be attached to each deduction. 17. Failure of Contractor to Perform Failure of the Contractor to perform according to the requirements of this bid and within the times as stipulated will constitute a default of contract. Default of contract will be grounds for termination of contract and re- award to the second low, responsive and responsible bidder. Additional remedies include Contractor’s performance would be reviewed by the Gwinnett County Purchasing Policy and Review Committee; documentation of Contractor’s performance would be placed in the Vendor Performance File; Contractor would be placed on Gwinnett County’s Ineligible Source List and any future solicitations and/or awards could be denied for a period of up to 2-years. Gwinnett County Department of Water Resources reserves the right to hire another Contractor to reduce backlog if the County feels such backlog is excessive due to the inability of the Contractor to complete the Work in a timely manner. The Contractor will pay any additional costs incurred if backlog is due to the inability of the Contractor to provide the number of crews indicated in the Bid, or the productivity of the field crews is found to be unacceptably lower than indicated by the Contractor’s proposed schedule. BL089-22 Page 9 18. Normal Hours of Work The GCDWR normal business hours are listed below. All work must be performed during these business hours. Exceptions to these hours [including Holidays, Saturdays and Sundays] must have prior approval by GCDWR Contract Manager. After hours or holiday work requiring attendance of County Staff must be scheduled at least two business days in advance. For the purposes of this bid, the following definitions hold: • Normal Business Hours: Monday through Friday, 8:00 a.m. to 5:00 p.m. • Weekend Hours will be defined as 5:00 p.m. Friday to 8:00 a.m. Monday • Holidays will be defined and recognized as New Years Day, Martin Luther King, Jr. Day, Veterans Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Eve, and Christmas Day. • Furlough Days: The number and occurrence of Furlough Days are subject to redefinition annually and are considered as holidays with respect to scheduling. 19. Bid Security Each Bid shall be accompanied by Bid Security made payable to Owner in the amount equal to five percent (5%) of the Bidder’s maximum Base Bid Price. Bid Security shall be cashier’s check or Bid Bond issued by Surety meeting requirements. Bid bond should be on County provided form found in the bid package. Failure to use County forms may constitute a non-responsive bid and may be rejected. Bid Security for Successful Bidder will be retained until bidder has executed Agreement and furnished required payment and performance bonds. If Successful Bidder fails to furnish the qualifications submittals or fails to execute and deliver Agreement and furnish required Payment and Performance Bonds within fifteen (15) calendar days after Notice of Award, Owner may annul Notice of Award and Bidder’s Bid Security will be forfeited. Bid Security, for any Bidder, may be retained by the Owner until the ninety-first (91st) day after Bid opening. If Notice of Award is issued within ninety (90) calendar days after Bid opening, Bid Security for Bidder receiving Notice of Award may be retained by Owner up to ninety (90) calendar days after Notice of Award. Bid Bond shall be issued by company having a registered agent in State of Georgia and shall comply with any additional requirements listed below. 20. Bid Bond Forfeiture The Successful Bidder, upon his failure or refusal to execute and deliver the Contract and Bonds required within fifteen (15) calendar days after receipt of Notice of Award, shall forfeit to the Owner, as penalty for such failure or refusal, the security deposited with Bid. 21. Qualifications of Surety Companies In order to be acceptable to Owner, Surety Company issuing Bid Guaranty Bonds, or 100% Performance/Payment bonds as required in the Bid shall meet and comply with following minimum standards: Bonding Company must be licensed to do business in Georgia 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 have an A.M. Best rating of A-V 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. BL089-22 Page 10 Surety shall be admitted to do business in State of Georgia and shall be registered to provide such surety by the State of Georgia Insurance Commissioner. Attorneys-in-fact who sign bid bonds or performance/payment Bonds shall file with bond certified power of attorney to sign bond. Surety company agents shall list name, address, and telephone number on bonds. 22. Payment and Performance Bonds Performance and Payment Bonds shall be for 100% of the total Base Bid and shall extend twelve (12) months beyond date of final payment. Bonds shall contain waiver for alteration to Contract terms, time extensions, or forbearance on Owner's part. 23. Termination for Cause The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor’s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s rights or remedies by law. 24. Termination for Convenience The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance. 25. Right to Investigate GCDWR may make any investigations deemed necessary to determine Bidder's ability to perform the Work, and Bidder shall furnish all information and data requested. Bidder's inclusion as a pre-qualified Bidder will not prohibit the Owner from reserving right to reject any bid from any Bidder that the County considers not properly qualified to carry out Contract obligations or able to satisfactorily complete the Work on schedule. 25. Local Agent If Bidder does not have offices in the State of Georgia, such Bidder shall designate a proper agent in the State of Georgia on whom service can be made in the event of litigation. PART 4 - SCOPE OF WORK Section A - GENERAL The valve location, inspection, and exercising project is designed to help GCDWR retrieve critical information relative to the operation and maintenance of its water and sewer infrastructure; verify the location of valves; exercise valves; identify valves in need of repair; and repair or adjust their valve box enclosures. The project requirements for the Contractor include, but are not limited to project planning, appointment scheduling, valve location, valve exercising, valve box adjustment, valve box replacement, GPS, inspection, documentation, public interaction, and handling the associated problems that occur with this type of project. Any maps provided to the Contractor by the County shall be in electronic format only. Preparation and printing of hard copies shall be the sole responsibility of the Contractor. The Contractor shall locate, inspect, and exercise valves assigned by GCDWR and shall clean, clear, adjust or straighten valve boxes as needed and as instructed by GCDWR. The valve locations to be collected by the Contractor shall be assigned by a generated list of assets. The Contractor shall be responsible for locating, BL089-22 Page 11 inspecting, and exercising valves within that generated list with the exception of Air Release Valves (ARV), and Pressure Reducing Valves (PRV). If the Contractor identifies a County valve which is not on the GIS-based maps provided, the Contractor will be responsible for inspecting, locating, and exercising the valve as if it were shown on the maps. Contractor is not responsible for searching for valves which are not identified on the maps, and failure to identify such valves will not be held against the Contractor. Contractor shall specifically notify the Contract Manager on a weekly basis of any valves identified in the field but not indicated on the GIS-based maps. Temporary naming conventions for previously unidentified valves located in the field by the Contractor shall be discussed during the kick-off meeting. Contractor may have to collect mapping grade (sub-meter accuracy) GPS coordinates for valves within the identified area other than those excluded above. If the valve cannot be located, then the Inspection results shall be logged as CNL (Could Not Locate). No payment shall be made for valve location efforts if the valve is identified by the Contractor as CNL. Upon location, the valve and valve box shall be inspected to determine compliance with county standards, “Water/Sewer System Design and Construction Standards for Development Projects, Latest Revision” (Located on the website provided in Part 2 of this document). If the valve and valve box are in good order, the valve box shall be cleaned of any debris, the valve shall be exercised (with the exception of end-of-line valves) and the documentation set out in the inspection form attached shall be collected. Although the valve location and inspection efforts may be carried out simultaneously, these efforts are considered as separate for the purposes of payment. As part of the inspection, Contractor shall determine whether the valve is leaking prior to the test, monitor the valve after achieving closed condition to assure the valve has sealed, and upon completing the inspection to assure no leaks have developed during the exercising effort. If it is determined that the valve box is not aligned with the valve, straightening of the valve box shall not require pre-authorization, but request for payment for such work MUST be accompanied by photo-documentation prior to beginning and following the work, clearly indicating the need for straightening and the depth of misalignment. Adjustment of valve boxes vertically to meet County standards shall not require pre-authorization, but requests for payment for such work MUST be accompanied by photo-documentation prior to beginning and following the work, clearly indicating the need for adjustment and the vertical change provided in inches. GCDWR reserves the right to prioritize the order in which activities are performed by the Contractor. The County reserves the right to require a County inspector to be present during the operation and inspection of any valve deemed critical by the County, and require the Contractor to schedule the inspection such that a minimum one- business-day notification is provided. For instance, the County could specify that all valves along a specific highway within an assigned area are addressed prior to moving to the other portions of that area and require an on- site County inspector for valves on that main. Contractor is to submit bi-weekly reports regarding the number of valve sites completed, the level of service provided at each, the number of crews pursuing the work, and outstanding backlog. Summary reports shall be required from the Contractor as part of the Monthly Payment Requests. The Monthly Payment Requests shall be accompanied by a listing of each Facility ID addressed; type of work completed, and full documentation and data delivery. More frequent reporting may be required if DWR feels that there is insufficient progress of the work or concerns regarding the quality of either the work product or data submitted by the Contractor. The County representative will inspect the work done under this agreement and is also hereby authorized and empowered to reject and refuse the work, any portion thereof, and/or the methods of application which are deemed not to comply in kind, quality, quantity, time, or place with the Bid Documents. GCDWR does not commit to having full time inspection of the work while in progress. GCDWR reserves the right to review the quality of work at randomly selected sites as part of the Monthly Payment Request approval process. BL089-22 Page 12 Section B – INSPECTION Task A1: Location, Inspection and Exercising of Valves 1. Valve Location: The Contractor shall use a Global Positioning System (GPS) to provide coordinates for each valve location requested. Contractor shall provide mapping grade locations for all valves surveyed. ARV’s, and PRV’s shall not be included under this contract. 2. GCDWR will provide an electronic map showing general locations of valves to be field located using GPS. Contractor shall be responsible for providing hard-copy work maps or otherwise supplementing the electronic map provided by the County. The County expressly states herein that the electronic maps provided are general in nature and exact locations of the valves are not known. Contractor shall be responsible for finding the actual physical location of the valves in the field. Contractor shall provide crews experienced in such field operations and shall ensure that they are adequately equipped to efficiently carry out the location of the valves. Valves on the County wastewater force mains maybe included in this list of assets. 3. Contractor is herein notified that valves may be paved over, overgrown, or otherwise obscured from sight, and may not have valve markers. Adequate time shall be included in the bid to perform a reasonable search whether in the Right of Way, in the roadway, or open easement areas. It is the experience of the County that the time required to locate a valve can vary significantly. Contractor shall use visual inspection, probe rods, magnetic locators, GCDWR web access GIS to view As-Builts, and other appropriate tools or methods of their choosing to locate the valves. The Bidder shall determine the appropriate amount of search time to include in their Bid Price based on their own methods, crews, experience and equipment. Search time shall in no case be limited in the Bidder’s submittal to less than 15 minutes per site. At the sole discretion of GCDWR, up to one hour of additional, compensated search time at the unit rate bid may be allotted for an extended field location effort. Contractor should not assume that additional compensated search time will be authorized and should include sufficient time for field location efforts as part of their unit rates. The County will not issue payment for extended search times, unless such effort was pre-authorized for that location. Compensation for additional search time shall be limited to a maximum of one-hour at any location. County shall not pay stand-by charges, travel time, or any other costs associated with the location of valves. Authorization by the County for additional compensated search time at one location shall not be considered or construed as authorization of additional search time at other locations or set a precedent for such. 4. If a valve is not located by the Contractor, it shall be identified as “CNL”. It is the intent of the County that all the valves identified on the GIS maps be inspected and exercised. Any valve identified on the County-provided maps which is labeled by the Contractor as CNL shall be considered as and inspection defect on the part of the Contractor. The identification of CNL as a defect is to prevent a Contractor from simply skipping valves that are not easily found rather than putting forth a diligent effort to field locate valves. The error-rate generated by the CNL identification will be tracked separately from procedural or data errors and will not count against the reported quality of the data delivery of the Contractor. However, repetitive failure of the contractor to achieve 95% or better locations, such will be noted against the Contractor as a performance issue. 5. The Contractor will provide x, y coordinates for each located valve. These shall be Georgia West State Plane coordinates in the NAD 83 projection. The accuracy of the coordinates shall be less than one (1) meter horizontal. 6. Upon locating a valve and collecting GPS coordinates, Contractor shall inspect the valve box to determine whether it meets the standards of GCDWR with respect to integrity of the unit and its location with respect to grade. The valve shall be exercised by the Contractor as set out herein and in compliance with AWWA standards. The Contactor shall verify turns-to-open, and operational data pertinent to the valve prior to BL089-22 Page 13 exercising. Contractor shall determine to the extent possible after clearing any debris from the valve box to fully expose operating nut: whether the valve is leaking, physical condition, the position of the valve (open or closed), the open direction (clockwise or counterclockwise), number of turns to close, allowable torque to turn, and shall document any difficulties in the operation of the valve. The valve shall be monitored by a leak detection device prior to operating, upon achieving full closure, and after exercising. Any leaks identified, or failure to achieve a complete seal upon closing, shall be reported to the County contract Manager. Contractor shall ensure that the valve is returned to its previous state upon completion of their work. 7. Contractor shall use caution in exercising valves to ensure that the customers are not adversely impacted. Valves shall be opened and closed slowly to avoid generating pressure waves or dislodging sediment in the system. Customers shall be informed prior to exercising a valve if such operation will result in temporary loss of service. Any activities which may result in service disruption to the customer shall be coordinated through GCDWR prior to performing. 8. If a valve is found to be in a position other than that indicated as normal by the GIS, GCDWR should be contacted prior to undertaking any activities to determine the appropriate course of action. 9. The contractor shall assure a valve key will fully seat on the operating nut and operate all valves (with the exception of end-of-line valves) fully in both directions twice. Valves sized 12” and less are to be exercised manually. Valves 16” and larger may be operated automatically. Contractor shall not apply more torque to a valve than that for which it is rated. Contractor shall use valve-operating methods which allow them to control and assess the torque applied. The use of breaker bars or handle extensions shall not be considered appropriate. Damage to the valve stem or shear pin due to over-torqueing during the inspection shall be repaired by the County and shall be at the Contractor’s sole expense. Prior to proceeding with this work, Contractor shall demonstrate to the satisfaction of the County that their methods and equipment are protective of the Valves and will not result in over-torqueing. Acceptance of Contractor’s proposed methods and equipment by the County shall not relieve the Contractor of sole responsibility for damages to the County’s valves arising from the actions of the Contractor’s field crews. 10. Contractor shall not apply more than 300-lbs torque to any valve without express permission of the County. Any valve requiring operational torque in excess of the limit specified by the Manufacturer shall be identified as “Frozen” and shall be identified for repair to the GCDWR. 11. Contractor shall coordinate with the GCDWR prior to operating any valve larger than or equal to 24-inch diameter on the water mains. 12. All data identified in the attached inspection form shall be collected and recorded at a minimum. Data shall be complete and verified by the Contractor prior to being transferred to GCDWR. 13. If the existing valve box is found to be at an improper grade or damaged the valve box shall be adjusted to grade or replaced in accordance with Gwinnett County Specifications. Such work shall not be considered as a “repair” and shall be performed at the time of the inspection without the requirement for a Work Order specific to that task. However, pre- and post-adjustment photo-documentation supporting the need for the work shall be required. No payment for adjusting a valve box to grade shall be made by the County without such photo- documentation. 14. If it is determined that the valve box is not aligned with the valve, straightening of the valve box shall be undertaken by the inspection crew. Such work shall not require pre-authorization, but request for payment for such work MUST be accompanied by photo-documentation prior to beginning and following the work, clearly indicating the need for straightening and/or the depth of misalignment. BL089-22 Page 14 15. The Contractor shall submit electronic copies of the inspection and location documentation collected under this contract in addition to the hard-copy files. A file format for the submittal of electronic data collected under this Contract will be provided to the Successful Bidder at the Kick-Off Meeting. Electronic data shall be provided using permanent media such as DVDs or hard drives. E-mailed data files shall not suffice as a final form for submittal. 16. The Contractor shall document each valve found with photographs. The photos shall be taken with at minimum a 3 mega pixel camera with the picture size being no less than 1920 by 1440 and the file size no greater than 1.0 MB. 17. Each valve located and assessed, shall have a set of photographs taken displaying the following: a. Valve cover showing marking of Facility ID b. Top side of valve looking along the pipeline direction of flow to notate location (landmarks to help identify location) c. Photographs shall be named in the following manner to accompany the electronic database submittal:  VLV_ ValveFacilityID_ContractorUniqueID_Date_IncrementalNumber.jpg 18. Valve sites which are identified by the Contractor as in need of repair shall document the full extent of the repairs required to bring the valve site into compliance with County standards. If surface conditions prevent the inspection of the valve site, the location shall be identified as “CNA” (could not access) and a description as to the reasons / cause for inaccessibility shall be documented. Valve sites that are located and accessible but reflect valves that cannot be exercised shall be identified immediately to the County as “CNE” (could not exercise) with a full description as to the reasons the valve is considered inoperable. 19. Minimum Data Deliverable Quality Assurance / Quality Control are as follows: a. Contractor shall provide a sample completed set of data prior to project start for review by the County to ensure that procedures followed in the field meet data collection protocols. b. Contractor shall be required to collect coordinates from approximately 10% of the valve locations a second time as a Quality Assurance process. These secondary readings shall not be collected by the same field crew originally responsible for the data. The costs of QA/QC efforts shall not be billed separately and shall be built into the unit rates bid. c. The Contractor shall operate a quality control system, to be approved by the designated Contract Manager, which will effectively gauge the accuracy of all survey, inspection and repair reports produced by the operator. d. The minimum levels of accuracy to be attained under the various survey headings are as follows: 1. Inspection Accuracy 95% 2. GPS Accuracy 98% e. The Contractor’s data quality control program shall include routine auditing of the work completed by qualified personnel. The qualified personnel shall meet the minimum specified Contract requirements for the performance of the work and shall be approved in writing by the Contract Manager. 20. The data submissions shall undergo random review checks for Quality when submitted to the County. Should accuracy levels fall below 95%, the data submittal will be refused, and payment will not be released. Contractor will be required to correct or re-do inspections until 95% level of accuracy is reached. Repeated data submittal refusals for quality under 95% will constitute cause for dismissal. a. All costs associated with the rectification of the data integrity and the intensified QA processes are at the expense of the Contractor. 21. Data Deliverables shall be as follows: a. Electronic database with inventory and inspection data, along with electronic copies of the photographs of each shall be submitted to the County. The data to be collected is outlined in Attachment A, Valve Inventory BL089-22 Page 15 Inspection Form and shall be tied to the County GIS maps through the Valve Facility ID numbers. The electronic database format will be provided to the Successful Bidder at the Kick-off Meeting. b. Data Collection Methods: Electronic data must be delivered in the prescribed method for uploading to the County’s Maintenance Management System (CMMS). However, the Contractor may use whatever method he chooses to collect the data. Electronic copies of blank data tables will be provided to Contractor at the Project Kickoff Meeting. c. The County provided electronic base map will include Facility ID numbers to identify the valves. The Contractor will deliver to the County a CD, DVD or hard drive, with a database containing all inspection data that shall use the Facility ID number to correlate the data collected in the format provided at the Project Kickoff Meeting. Task A2: Adjustment of Valve Boxes 1. Valve Box Adjustments must meet all standards applicable to the task as set forth in the GCDWR “Water System Design and Construction Standards for Development Projects, Latest Revision”. Copies are available at the Gwinnett County website as identified in PART 2 of this Document. 2. If it is determined that the valve box is not aligned with the valve, straightening of the valve box shall not require pre-authorization, but request for payment for such work MUST be accompanied by photo-documentation prior to beginning and following the work, clearly indicating the need for straightening and the depth of misalignment. 3. If valve box is in need of repair, the Contractor shall perform such repair in compliance with County Standards. Valve boxes shall be centered plumb over the operating nut of the valve. The cover of the valve box shall be flush with the surface of the finished pavement, finished ground after landscaping, or as directed. The valve box shall not be in direct contact with the bonnet of the valve and shall be supported in such a manner as not to transmit shock, stress or load directly to the valve. A formed and poured or pre-cast concrete collar shall be placed around the collar of the valve box in unmaintained landscapes. Valve boxes are to be of the adjustable “slip-type”. Screw adjusting valve boxes are not permitted. Only 6” ductile iron pipe is to be used as a riser. If the vertical adjustment of the valve box results in the need for valve stem risers, such improvement shall be made. 4. Where the depth of cover is more than 5’, the contractor shall install a GCDWR approved, permanent valve stem extensions and guides with centering ring no further than 6” below operating nut. 5. Valve markers shall be of Class A concrete D.O.T. (highway specifications) 4” square by 4’ long, same construction as that if highway right-of-way marker, with words “Water Valve” or a “V” cast vertically into the marker beginning 2” below the top with a 1 “to 1 1⁄4” brass or aluminum plug 1” below the lettering. Plug shall be stamped with the distance between the valve and marker. The markers shall be set as close to the right-of-way line opposite the valve as possible with the plug facing the valve. The marker should be located so as to avoid damage by traffic. The top of the marker shall be set 24” above finished grade. 6. Contractor shall be responsible for any incremental cost difference should it be necessary to replace an existing valve box with a new valve box due to damage to the existing box through any act of carelessness or negligence on the part of their crew during the adjustment effort. 7. Upon completion of specified tasks, all surrounding areas which have been disturbed by the Contractor’s activities shall be restored to a condition equal to or better than the original site condition. Surface restoration activities include, but are not limited to replacement in kind of pavement, curb and gutters, sidewalks, sod, fencing, etc. Nothing in this section shall relieve the Contractor of his responsibility to provide improvements to the existing surface conditions if such are identified in the plans, the specifications, or required by law. The BL089-22 Page 16 Contractor shall be required to provide stabilization of the work area in compliance with erosion and sediment control ordinances even if the area was bare ground prior to the work. 8. Contractor shall be equipped and prepared to perform any adjacent repair which was damaged by the Contractor’s actions during the rehabilitation or replacement of a valve box. Contractor to supply all necessary earthworks, labor, equipment, materials, and tools necessary to safely perform such repairs at their sole expense and shall not bill the County for such Work. 9. Any such adjacent repair shall meet GCDWR standards and shall be approved by the County Inspector as part of the Work. 10. Contractor to provide a complete inspection of the valve site following the replacement or repair of a valve box including the inspection form attached to this Contract and photo-documentation of the completed installation. Contractor to assure that the Facility ID number of the associated valve is included in the documentation of the Work. 11. The Contractor shall remove all debris generated after completion of the work and dispose of it in a legal manner and shall return materials specified for recycling to the designated facility. 12. Upon completion of specified tasks, all surrounding areas shall be restored to a condition equal to or better than the original site condition. This includes, but is not limited to pavement, curb and gutters, sidewalks, sodding, fencing, etc. Appropriate erosion control measures such as seed, and mulch shall be provided in unpaved areas disturbed by the work even if the existing condition was bare ground. Section C - GENERAL Activities identified under Section C are mandatory and shall be incorporated into the unit rates provided by the Bidder in Section A of the Bid Forms. No separate line items are to be added for administrative efforts nor shall these services be excluded by the Bidder. 1. Scheduling and Notification The successful Contractor will be responsible for contacting any private citizens or businesses prior to entering their property to perform a Contract service. Contractor shall provide copies of approvals from Homeowners to enter their property as part of the Work Documentation. Contract Manager shall be notified if an Owner refuses the Contractor permission to enter. Contact information will be provided to the Contractor by GCDWR if it is known. The Contractor’s proposed method of contact shall be approved by GCDWR as to form and content prior to distribution. The Work to be performed under this Contract is anticipated to be an on-going but discontinuous effort. As such, the Contractor will schedule and sequence the work to provide efficiency. Such schedule will be provided to GCDWR in advance. Contractor shall be accountable to the schedule submitted. 2. Safety Contractors shall perform the work in compliance with OSHA; DOT; MUTCD and all other applicable safety regulations. The Contractor will ensure their sub-consultants and sub-contractors have active safety programs at least as comprehensive as the Contractor’s. 3. Bid Schedule Quantities The County herein specifies that the quantities shown on the Bid Schedule are solely for the purpose of creating an efficient Bid Review process wherein all parties provide bids based upon an equal number of units. The quantities provided on the Bid Schedule DO NOT represent the actual number of units to be addressed BL089-22 Page 17 under this Contract. The quantities included on the Bid Schedule shall not be construed in any manner as an authorization to perform said quantity of Work under the associated Line Item. The County does not have an actual count of structures to be addressed under this Contract. As such, the quantities provided in the Bid Schedule do not represent an estimate or guarantee of Work to be undertaken. The Unit Rate supplied by the Contractor shall be applicable to the associated Line Items during this Contract regardless of number or quantity. The County makes no representation here that all Line Items will be used under this Contract. Payment shall be made based on Work assigned by the County and successfully completed by the Contractor. The County makes no representation here that Work will be assigned in sufficient quantity to allow the Contractor to realize the full value of the Bid amount. 4. Administration The undertaking of this project will require thorough documentation both electronically and physically. The work will require significant levels of administrative support on the part of the Contractor to ensure that the work complies with the requirements of the County and proceeds in an efficient and safe manner. Such activities are considered integral to the performance of the work and shall not be billed separately. Contractor shall consider these activities and account for them in the development of their unit rates including staffing, equipment, and materials that will be required for the performance of the work. Contractor shall consider in their unit rates the need to meet with the County during the performance of the work to transfer data, provide performance updates, and ensure that the work is satisfactory. PART 5 - BREAKDOWN AND EXPLANATION OF BID SCHEDULE Section A - Valve Location, Inspection, and Exercising / Adjustment of Valve Boxes Bidder must provide a rate for each Line Item identified on the Bid Form. Bidder may not delete any Line Item or add Line Items to this Bid Form. Bid Prices included on the Bid Form shall be full compensation for all materials, labor, equipment, research, planning, permitting, tools, utilities, transportation, taxes, overhead, markup, incidentals, and services necessary for the execution and completion of the Work in the Contract Documents to be performed under this Contract. For the Work described, actual quantities of each bid item shall be measured in the field and certified by the Contract Manager and/or GCDWR upon completion of inspection in the manner set forth for each item in this and other sections of the Specifications. Payment for all items listed on the Bid Form will constitute full compensation for all Work shown and specified to be performed. Unit pricing in the Bid Schedule must be all-inclusive for each line item with no exceptions. The Contractor shall assist and fully cooperate with GCDWR to determine proper measurement and payment for each item providing complete backup documentation as requested by GCDWR to substantiate payment due. Payment shall not be made for Work, which is still in progress, Work rejected by the Inspector or improperly performed, where field forms or electronic data are incomplete or inaccurate, where recorded data are inconsistent or illegible, or where supporting documentation are not present. No payment shall be made for any work indicated in the Bid Documents as requiring pre-authorization where the Contractor performed such work without said authorization. Item 1.1 GPS Location of Valves: Unit cost each is for labor and materials to: acquire mapping grade (sub- meter accuracy) GPS x, y coordinates; remove and dispose any debris in the valve box; and site clean-up. Payment shall be made at the Unit Rate Bid – per each valve assigned by GCDWR, inspected and located. (Per Part 4, section B, Task A1) Item 1.2 Inspect and Exercise Valves: Unit cost each is for labor and materials to: remove and dispose any debris in the valve box; inspect the valve and valve box; document and photograph the valve BL089-22 Page 18 condition and operating status; exercise the valve; and site clean-up. This line Item is not to be used if the Valve Box is determined to be “CNA” (could not access) and the valve cannot be exercised and inspected. Payment shall be made at the Unit Rate Bid – per each valve assigned by GCDWR and inspected. (Per Part 4, section B, Task A1) Item 2.1 – 2.3 Straighten Existing Valve Box (depth varies): Unit cost each is for the straightening of a misaligned valve box such that it is plumb and centered over the valve stem; clean out and dispose debris, concrete collar if required; all earthworks, excavation, and backfill; concrete; asphalt; gravel or other base materials necessary; pavement replacement; landscaping; and site cleanup. Payment shall be made at the Unit Rate Bid – per each valve box assigned by GCDWR and addressed. (Per Part 4, section B, Task A2) Item 2.4 Adjust Existing Valve Box to Grade: Unit cost each is to adjust an existing valve box vertically to grade or as otherwise required by County Specifications; clean out and dispose debris; install concrete collar if required; all earthworks, excavation, and backfill; concrete; asphalt; gravel or other base materials necessary; pavement replacement; landscaping; and site cleanup. This Line Item shall not be paid if other repairs or replacement of the Valve box are undertaken at that location. Payment shall be made at the Unit Rate Bid – per each valve box assigned by GCDWR and adjusted. (Per Part 4, section B, Task A2) Item 3 Installation Of A Concrete Collar On An Existing Valve Box At Grade Not In Association With Any Other Pay Item: Unit cost each is for all material and labor for the installation of a concrete collar on an existing valve. This line item is to be used only when no other adjustment or repair activities are performed on either the valve or the valve box. Payment shall be made at the Unit Rate Bid – per each collar installed at a valve location assigned by GCDWR and installed (Per Part 4, section B, Task A2) Item 4 Installation Of A Concrete Valve Marker: Unit cost each is for the material and labor required for the installation of a concrete valve marker. Payment shall be made at the Unit Rate Bid – per each valve marker installed at a valve location when assigned by GCDWR. (Per Part 4, section B, Task A2) Item 5 Hourly Rate for Extended Search: Unit rate for all labor and equipment needed to search for a valve indicated on the County-provided maps but not located during the initial search performed by the field crews. Submittal of charges under this line item requires the pre-authorization of GCDWR and is limited to a case-by-case basis. Payment shall be made at the Unit Rate Bid – per each location authorized by GCDWR and is strictly limited to a maximum of one hour. (Per Part 4, section B, Task A1) Item 6 Surface Restoration Not In Association With Any Other Pay Item: Unit cost per square yard is for the labor and materials necessary to restore surfaces damaged while searching for covered valves at a location indicated by the GIS and supported by field evidence, but which result in a failed locate. Contractor must obtain concurrence of the GCDWR prior to billing under this Line Item including limits of areas to be addressed. No payment under this Line Item shall be made if the Contractor relied solely on the GIS location and diligent effort for field location was not conducted. Restoration must meet or exceed original condition. Contractor shall comply with DOT specifications appropriate to the concrete or asphalt section removed when restoring paved surfaces. GCDWR specifications shall be applied to sidewalk or driveway replacements as appropriate. Non-paved areas so disturbed shall be landscaped to achieve original condition or better. Payment shall be made at the Unit Rate Bid – per square yard authorized by GCDWR and restored. (Per Part 4, section B, Task A2) BL089-22 Page 19 Item 7 Valve Stem Extensions and Guides: Unit cost each is for labor and materials to install valve stem extensions and guides. Payment shall be made at the Unit Rate Bid – per each extension assigned by GCDWR and repaired. (Per Part 4, section B, Task A2, Para 1,7) Item 8a Deduct for use of Flowable Fill Restoration of Concrete. An adjustment (per square yard) of the unit rate to be applied for each work location where the Contractor is allowed to use flowable fill in lieu of the existing concrete section removed. The value applied under this line item will be used to adjust the unit rate provided under any valve box adjustment, valve box straightening, or valve repair taking place in Concrete where surface restoration is performed using this alternate method and shall be applied per each location. Item 8b Deduct for use of Cold Patch Restoration of Asphalt. An adjustment (per square yard) of the unit rate to be applied for each work location where the Contractor is allowed to use a cold patch method. The value applied under this line item will be used to adjust the unit rate provided under any valve box adjustment, valve box straightening, or valve repair taking place in asphalt where surface restoration is performed using this alternate method and shall be applied per each location. BL089-22 Page 20 Failure to return these pages as part of your bid document may result in rejection of bid. BID SCHEDULE Submitting Contractor Name ITEM # DESCRIPTION APPROX. ANNUAL QTY UNIT COST TOTAL COST 1.1 GPS Location of Valves 100 ea $ $ 1.2 Inspect and Exercise Valve 9,000 ea $ $ 2.1 Straighten Existing Valve Box (1”-5’) A. Out of Pavement 200 ea $ $ B. In Asphalt Pavement 100 ea $ $ C. In Concrete Pavement 100 ea $ $ 2.2 Straighten Existing Valve Box (5’1 -10’) A. Out of Pavement 100 ea $ $ B. In Asphalt Pavement 100 ea $ $ C. In Concrete Pavement 100 ea $ $ 2.3 Straighten Existing Valve Box (10’1”- 15’) A. Out of Pavement 50 ea $ $ B. In Asphalt Pavement 50 ea $ $ C. In Concrete Pavement 50 ea $ $ 2.4 Adjust Existing valve Box to Grade A. Out of Pavement 1,000 ea $ $ BL089-22 Page 21 Failure to return these pages as part of your bid document may result in rejection of bid. BID SCHEDULE Submitting Contractor Name ITEM # DESCRIPTION APPROX. ANNUAL QTY UNIT COST TOTAL COST B. In Asphalt Pavement 500 ea $ $ C. In Concrete Pavement 500 ea $ $ 3 Installation of a Concrete Collar on an Existing Valve Box at Grade 500 ea $ $ 4 Installation of a Concrete Valve Marker 500 ea $ $ 5 Extended Search Time 150 hrs $ $ 6 Surface Restoration not Associated with any other pay item A. All Types Asphalt Paving 500 sy $ $ B. All Types Concrete Paving 500 sy $ $ C. All Other Types of Unpaved Areas 500 sy $ $ 7 Valve extensions and Guides 50 ea $ $ BID TOTAL $ 8a. Deduct for Flowable Fill Restoration of Concrete 1 sy $ - 8b. Deduct for Cold Patch Restoration of Asphalt 1 sy $ - BL089-22 Page 22 Failure to return these pages as part of your bid document may result in rejection of bid. BID SCHEDULE The undersigned acknowledges receipt of the following addenda, listed by number and date as issued appearing on each: Addendum No. Date Addendum No. Date Addendum No. Date Pricing during Contract Term Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for Gwinnett County to declare bid non-responsive. Contract to begin September 14, 2022 or upon award, whichever is later. Unless otherwise noted, quoted prices will remain firm for four (4) additional one (1) year periods. • If a percentage decrease will be a part of this quote, please note in the space provided along with an explanation. 1st Renewal Period 2nd Renewal Period 3rd Renewal Period 4th Renewal Period • If a percentage increase will be a part of this quote, please note in the space provided along with an explanation. 1st Renewal Period 2nd Renewal Period 3rd Renewal Period 4th Renewal Period Certification of Non-Collusion in Bid Preparation Signature Date In compliance with the attached specifications, the undersigned acknowledges all requirements outlined in the "Instructions to Bidders" and all documents referred to therein, if this bid is accepted by the Board of Commissioners within sixty (60) days of the date of proposal opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the fee schedule. By submission of this proposal, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders. Legal Business Name Federal Tax ID Complete Address Does your company currently have a location within Gwinnett County? Yes No Representative Signature Printed Name Telephone Number E-mail address Contact Person (if someone other than the authorized representative listed above) Telephone Number E-mail address http://www.gwinnettcounty.com/portal/gwinnett/Departments/FinancialServices/Treasury/ BL087-22 Page 23 Solicitation Name & No. Inspection and Exercising of Water and Sewer Valves on an Annual Contract, BL089-22 CONTRACTOR AFFIDAVIT AND AGREEMENT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL) By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Immigration Reform Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security] to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. _________________________________________ _____________________________________ E-Verify * User Identification Number Date Registered _________________________________________ Legal Company Name _________________________________________ Street Address _________________________________________ City/State/Zip Code _____________________________________ _____________________________________ BY: Authorized Officer or Agent Date (Contractor Signature) __________________________________________ Title of Authorized Officer or Agent of Contractor ___________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______ DAY OF ______________________, 20_______ ________________________________________________ Notary Public My Commission Expires: ___________________________ * As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). For Gwinnett County Use Only: Document ID #________________ Issue Date: ___________________ Initials: ______________________ BL087-22 Page 24 Bid # & Description BL089-22, Inspection and Exercising of Water and Sewer Valves on an Annual Contract CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) In accordance with Section 54-33 of the Gwinnett County Code of Ordinances the undersigned bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors: 1. (Company Submitting Bid/Proposal) 2. (Please check one box below)  No information to disclose (complete only section 4 below)  Disclosed information below (complete section 3 & section 4 below) 3. (if additional space is required, please attach list) . Gwinnett County Elected Official Name Gwinnett County Elected Official Name . Gwinnett County Elected Official Name Gwinnett County Elected Official Name 4. Sworn to and subscribed before me this BY: day of , 20 Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal) Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its’ entirety at www.gwinnettcounty.com http://www.gwinnettcounty.com/ BL089-22 Page 25 Failure to return these pages as part of your bid document may result in rejection of bid. REFERENCES Submitting Contractor Name Gwinnett County requests a minimum of three (3) references where work of a similar size and scope has been completed by your Firm under its current name Note: References should be customized for each project, rather than submitting the same set of references for every project bid. The references listed should be of similar size and scope of the project being bid on. Do not submit a project list in lieu of this form. 1. Company Name Brief Description of Project Completion Date Contract Amount $ Start Dates Contact Person Telephone E-Mail Address 2. Company Name Brief Description of Project Completion Date Contract Amount $ Start Dates Contact Person Telephone E-Mail Address 3. Company Name Brief Description of Project Completion Date Contract Amount $ Start Dates Contact Person Telephone E-Mail Address BL089-22 Page 26 Failure to return these pages as part of your bid document may result in rejection of bid. SUBCONTRACTOR LIST Submitting Contractor Name I do , do not , propose to subcontract some of the work on this project. I propose to Subcontract work to the following subcontractors: NAME AND ADDRESS TYPE OF WORK BL089-22 Page 27 Gwinnett County, Georgia BID BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) Thereinafter referred to as Obligee: in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. WHEREAS, the Principal is about to submit, or has submitted, to Gwinnett County, Georgia, a proposal for furnishing materials, labor, and equipment for: BL089-22, Inspection and Exercising of Water and Sewer Valves on an Annual Contract WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder's check otherwise required to accompany this Proposal. NOW, THEREFORE, the conditions of this obligation are such that if the proposal be accepted, the Principal shall within ten days after receipt of notification of the acceptance, execute a Contract in accordance with the Proposal and upon the terms, conditions, and prices set forth in the form and manner required by Gwinnett County, Georgia, and execute a sufficient and satisfactory Performance Bond and Payment Bond payable to Gwinnett County, Georgia, each in the amount of 100% of the total Contract Price, in form and with security satisfactory to said Gwinnett County, Georgia, and otherwise, to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to Gwinnett County, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. BL089-22 Page 28 Gwinnett County, Georgia PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be constructed as a bond in compliance with the requirements thereof. Signed, sealed and dated this day of , A.D., 20 . ATTEST: (Principal) (Principal Secretary) By: (SEAL) (Address) (Witness as to Principal) (Address) (Surety) ATTEST: By: (Attorney-in-Fact) Resident or Nonresident Agent (Address) (SEAL) (Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. Principal Secretary, Principal and Witness as to Principal signature lines must be signed by three different individuals. Additionally, Resident or Nonresident Agent, Witness as to Surety, and Attorney-in-fact must be signed by three different individuals. BL089-22 Page 29 STANDARD INSURANCE REQUIREMENTS 1. Statutory Workers' Compensation Insurance (a) Employers Liability:  Bodily Injury by Accident - $100,000 each accident  Bodily Injury by Disease - $500,000 policy limit  Bodily Injury by Disease - $100,000 each employee 2. Commercial General Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply:  1986 (or later) ISO Commercial General Liability Form  Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04)  Additional Insured Endorsement (Form B CG 20 10 with a modification for completed operations or a separate endorsement covering Completed Operations)  Blanket Contractual Liability  Broad Form Property Damage  Severability of Interest  Underground, explosion, and collapse coverage  Personal Injury (deleting both contractual and employee exclusions)  Incidental Medical Malpractice  Hostile Fire Pollution Wording 3. Auto Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability 4. Umbrella Liability Insurance - $1,000,000 limit of liability (a) The following additional coverage must apply  Additional Insured Endorsement  Concurrency of Effective Dates with Primary  Blanket Contractual Liability  Drop Down Feature  Care, Custody, and Control - Follow Form Primary  Aggregates: Apply Where Applicable in Primary  Umbrella Policy must be as broad as the primary policy 5. Gwinnett County Board of Commissioners should be shown as an additional insured on General Liability, Auto Liability and Umbrella Liability policies. 6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935 8. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 or higher. Certain Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor’s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best’s rating of A-5 or better. BL089-22 Page 30 9. Insurance Company should be licensed to do business by the Georgia Department of Insurance. 10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number. 11. The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the insurance company (ies) if requested by the County to verify the compliance with these insurance requirements. 12 All insurance coverages required to be provided by the Contractor will be primary over any insurance program carried by the County. 13. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with each and every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense. 14. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements contained in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute. 15. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers, officials, employees, and volunteers from losses arising from work performed by the contractor for the County. 16. Special Form Contractors’ Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies, and contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents. 17. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a specific claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the County upon their request. 18. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all Subcontractors of their liability provisions of the Contract. 19. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, and any other laws that may apply to this Contract. 20. The Contractor shall at a minimum apply risk management practices accepted by the contractors’ industry. Rev. 5/19 BL089-22 Page 31 STATE OF GEORGIA COUNTY OF GWINNETT GENERAL CONDITIONS FOR GWINNETT COUNTY CONSTRUCTION CONTRACTS GC-1 FAMILIARITY WITH SITE Execution of this agreement by the Contractor is a representation that the Contractor has visited the site, has become familiar with the local conditions under which the work is to be performed, and has correlated personal observations with the requirements of this agreement. GC-2 CONTRACT DOCUMENTS This agreement consists of Gwinnett County's request for proposals, instructions to bidders, Contractor's proposal, construction contract, Performance Bond, Payment Bond, general conditions, special provisions, specifications, plans, drawings, addenda, and written change orders. GC-3 DEFINITIONS The following terms as used in this agreement are defined as follows: Change Order - a written order to the Contractor, prepared by the Engineer and issued by the County for changes in the work within the general scope of the contract documents, adjustment of the contract price, extension of the contract time, or reservation of determination of a time extension. County - Gwinnett County, Georgia, a political subdivision of the State of Georgia, acting by and through the Chairman of its Board of Commissioners. Day - a calendar day of twenty-four hours lasting from midnight of one day to midnight the next day. Notice to Proceed - written communication issued by the County to the Contractor authorizing it to proceed with the work and establishing the date of commencement and completion of the work. Substantial Completion - the date certified by the engineer when all or a part of the work, identified in the engineer's certification, is sufficiently completed in accordance with the requirements of the contract documents so that the identified portion of the work can be utilized for the purposes for which it is intended. Work - all of the services specified, indicated, shown or contemplated by the contract documents, and furnishing by the Contractor of all materials, equipment, labor, methods, processes, construction and manufacturing materials and equipment, tools, plans, supplies, power, water, transportation and other things necessary to complete such services in accordance with the contract documents to insure a functional and complete facility. GC-4 CODES All codes, specifications, and standards referenced in the contract documents shall be the latest additions, amendments and revisions of such referenced standards in effect as of the date of the request for proposals for this contract. GC-5 REVIEW OF CONTRACT DOCUMENTS Before making its proposal to the County, and continuously after the execution of the agreement, the Contractor shall carefully study and compare the contract documents and shall at once report to the engineer any error, ambiguity, inconsistency or omission that may be discovered, including any requirement which may be contrary to any law, ordinance, rule, or regulation of any public authority bearing on the performance of the work. By submitting its proposal, the Contractor agrees that the contract documents, along with any supplementary written instructions issued by or through the engineer that have become a part of the contract documents appear accurate, consistent and complete insofar as can be reasonably determined. If the Contractor has reported in writing any error, inconsistency, or omission to the County, has properly stopped the effected work until instructed to proceed, BL089-22 Page 32 and has otherwise followed the instructions of the engineer, the Contractor shall not be liable to the County for any damage resulting from any such error, inconsistency, or omission in the contract documents. The Contractor shall not perform any portion of the work without the contract documents, approved plans, specifications, products and data, or samples for such portion of the work. GC-6 STRICT COMPLIANCE No observation, inspection, test or approval of the County or engineer shall relieve the Contractor from its obligation to perform the work in strict conformity with the contract documents. GC-7 APPLICABLE LAW All applicable State laws, County ordinances, and rules and regulations of all authorities having jurisdiction over the construction of the project shall apply to this agreement. All work performed within the right of way of the Georgia Department of Transportation shall be in accordance with DOT regulations, policies and procedures. The Contractor shall comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as specified and the Contractor agrees to indemnify and hold harmless the County, its officers, agents and employees, as well as the engineer, against any claim or liability arising from or based on the violation of any law, ordinance, regulation, order or decree affecting the conduct of the work, whether occasioned by the Contractor, his agents or employees. GC-8 PERMITS & LICENSES All permits and licenses necessary for the work shall be secured and paid for by the Contractor. If any permit, license or certificate expires or is revoked, terminated, or suspended as a result of any action on the part of the Contractor, the Contractor shall not be entitled to additional compensation or time. GC-9 TAXES The Contractor shall pay all sales, retail, occupational, service, excise, old age benefit and unemployment compensation taxes, consumer, use and other similar taxes, as well as any other taxes or duties on the materials, equipment, and labor for the work provided by the Contractor which are legally enacted by any municipal, county, state or federal authority, department or agency at the time bids are received, whether or not yet effective. The Contractor shall maintain records pertaining to such taxes and levies as well as payment thereof and shall make the same available to the County at all reasonable times for inspection and copying. GC-10 DELINQUENT CONTRACTORS The County shall not pay any claim, debt, demand or account whatsoever to any person firm or corporation who is in arrears to the County for taxes. The County shall be entitled to a counterclaim and offset for any such debt in the amount of taxes in arrears, and no assignment or transfer of such debt after the taxes become due shall affect the right of the County to offset any taxes owed against said debt. GC-11 LIEN WAIVERS The Contractor shall furnish the County with evidence that all persons who have performed work or furnished materials pursuant to this agreement have been paid in full prior to submitting its demand for final payment pursuant to this agreement. In the event that such evidence is not furnished, the County may retain sufficient sums necessary to meet all lawful claims of such laborers and materialmen. The County assumes no obligation nor in any way undertakes to pay such lawful claims from any funds due or that may become due to the Contractor. GC-12 MEASUREMENT All items of work to be paid for per unit of measurement shall be measured and certified by the Engineer. GC-13 ASSIGNMENT The Contractor shall not assign any portion of this agreement or moneys due therefrom without the prior written consent of the County. The Contractor shall retain personal control and shall provide personal attention to the fulfillment of its obligations pursuant to this agreement. BL089-22 Page 33 GC-14 FOREIGN CONTRACTORS In the event that the Contractor is a foreign corporation, partnership, or sole proprietorship, the Contractor hereby irrevocably appoints the Secretary of State of Georgia as its agent for service of all legal process for the purpose of this contract only. GC-15 INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall, at his sole cost and expense, indemnify, defend, satisfy all judgments, and hold harmless the County, the engineer, and their agents and employees from and against all claims, damages, actions, judgments, costs, penalties, liabilities, losses and expenses, including, but not limited to, attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, action, judgment, cost, penalty, liability, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless whether such claim is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any of the rights or obligations of indemnity which would otherwise exist as to any party or person described in this agreement. In any and all claims against the County, the engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation contained herein shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Worker's Compensation Acts, disability benefit acts, or other employee benefit acts. GC-16 SUPERVISION OF WORK The Contractor shall supervise and direct the work using the Contractor's best skill and attention. The Contractor shall be solely responsible for all construction methods and procedures and shall coordinate all portions of the work pursuant to the contract subject to the overall coordination of the engineer. All work pursuant to this agreement shall be performed in a skillful and workmanlike manner. GC-17 RESPONSIBILITY FOR WORK The Contractor shall not be relieved from the Contractor's obligations to perform the work in accordance with the contract documents by the activities or duties of the engineer, including inspections, tests or approvals required or performed pursuant to this agreement. GC-18 RESPONSIBILITY FOR ACTS OF EMPLOYEES The Contractor shall be responsible to the County for the acts and omissions of its employees, subcontractors, and agents as well as any other persons performing work pursuant to this agreement. All areas within the limits of the Project which are determined by the Engineer to be unnecessarily damaged, due either directly or indirectly to the process of construction, shall be responsibility of the Contractor to correct and repair. This is not a payment item and shall be done without additional compensation. GC-19 PAYMENT FOR LABOR AND MATERIALS Unless otherwise provided in this agreement, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the execution and completion of the work. GC-20 DISCIPLINE ON WORK SITE The Contractor shall enforce strict discipline and good order among its employees and subcontractors at all times during the performance of the work. The Contractor shall not employ any subcontractor who is not skilled in the task assigned to it. The engineer may, by written notice, require the Contractor to remove from the work any subcontractor or employee deemed by the engineer to be incompetent. BL089-22 Page 34 GC-21 HOURS OF OPERATION All work at the construction site shall be performed during regular business hours, except upon the engineer's prior written consent to other work hours. GC-22 FAMILIARITY WITH WORK CONDITIONS The Contractor shall take all steps necessary to ascertain the nature and location of the work and the general and local conditions, which may affect the work or the cost thereof. The Contractor's failure to fully acquaint itself with the conditions which may affect the work, including, but not limited to conditions relating to transportation, handling, storage of materials, availability of labor, water, roads, weather, topographic and subsurface conditions, other separate contracts to be entered into by the County relating to the project which may affect the work of the Contractor, applicable provisions of law, and the character and availability of equipment and facilities necessary prior to and during the performance of the work shall not relieve the Contractor of its responsibilities pursuant to this agreement and shall not constitute a basis for an equitable adjustment of the contract terms. The County assumes no responsibility for any understandings or representations concerning condition

Gwinnett County GA 30024Location

Address: Gwinnett County GA 30024

Country : United StatesState : Georgia

You may also like

Town of Highgate - Highgate Airport Water and Sewer Extension, Contract No. 1

Due: 03 May, 2024 (in 6 days)Agency: TOWN OF HIGHGATE

NCR-WOTR: ANNUAL LIFT INSPECTION

Due: 07 May, 2024 (in 10 days)Agency: INTERIOR, DEPARTMENT OF THE

2024 Water Gate Valve Exercising

Due: 08 May, 2024 (in 11 days)Agency: Town of Bedford

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.