Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract)

From: DeKalb(County)
24-101625-ITB

Basic Details

started - 01 Mar, 2024 (1 month ago)

Start Date

01 Mar, 2024 (1 month ago)
due - 01 May, 2024 (in 4 days)

Due Date

01 May, 2024 (in 4 days)
Bid Notification

Type

Bid Notification
24-101625-ITB

Identifier

24-101625-ITB
DeKalb County

Customer / Agency

DeKalb 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.

Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 2 TABLE OF CONTENTS Title Page Number Acknowledgment of Bidder 3 Instructions to Bidders 4-19 Scope of Work 20-24 Bidder’s Unit Price Form 25-27 Bid Bond Acknowledgement and Bid Bond Form 28-31 DeKalb First LSBE Information with Exhibits 1-2 & Mentor Protégé Initiative Form 32-42 First Source Jobs Ordinance Information with Exhibits 1- 4 43-47 Certificate of Corporate Bidder Certificate of Authority – Joint Venture Bidder Bidder’s/Contractor Affidavit of Compliance with O.C.G.A. §13-10-91 48 49 50 Subcontractor Affidavit of Compliance with O.C.G.A. §13-10-91 51 Contractor Reference and Release Form 52-53 Subcontractor Reference and Release Form 54-55 Public Works Construction Affidavit and Oath of Successful Bidder 56-57 Required Document Checklist 58-59 Wage Determination for Heavy Construction – DeKalb County, GA 60-65 Georgia Environmental Finance Authority Sample
Documentation 66-69 Notice of Requirement of Affirmative Action to Ensure Equal Employment Opportunity (EEO) (Executive Order 11246) Located at 41 CFR §60-42 70-71 Sample Form Contract for Construction Technical Specifications 72-156 Exhibit 1 Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 3 ACKNOWLEDGEMENT OF BIDDER I have had the opportunity to review and have reviewed this Bid Document Package dated _________, 20 in its entirety and I agree that it is accurate and complete. I am duly and properly in office and I am fully authorized and empowered to execute this Acknowledgement for and on behalf of the Contractor. By: (SEAL) Signature Name (Typed or Printed) Title Name of Business Federal Tax I.D. Number ATTEST: Signature Name (Typed or Printed) Title Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 4 INSTRUCTIONS TO BIDDERS GENERAL Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on the 1st day of May, 2024, for ITB No. 24-101625 according to the Drawings and Specifications entitled Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) on file in the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030. Bid Price Form shall be opened and read aloud 3 to 5 business days after Bid Opening Date. Sealed Bids shall be submitted on the form furnished by the County and shall be submitted as indicated below. SUBMIT ONE (1) HARDCOPY ORIGINAL BID PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID DOCUMENT AND REQUIRED DOCUMENTS WITH THE EXCEPTION OF THE BID PRICE FORM) STAMPED “ORIGINAL” AND ONE (1) IDENTICAL COPY OF THE BID PACKAGE ON ONE (1) UNLOCKED FLASH DRIVE (DO NOT INCLUDE THE UNIT PRICE FORM) STAMPED TO THE ADDRESS LISTED ABOVE. SUBMIT ONE (1) HARDCOPY ORIGINAL OF BID PRICE FORM AND ONE (1) IDENTICAL COPY OF THE BID PRICE FORM AND ONE (1) UNLOCKED FLASH DRIVE. BOTH SUBMITTALS MUST BE SUBMITTED TOGETHER WITHIN A SEPARATE, SEALED ENVELOPE MARKED ON THE OUTSIDE WITH THE NAME OF THE BIDDER, THE DATE AND HOUR OF OPENING, AND THE INVITATION TO BID NUMBER AND PROJECT NAME Bids will be considered only from experienced and well-equipped contractors. Prior to beginning work, the successful Bidder will file with the County a Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, with the terms and surety to be approved by the County; and furnish satisfactory proof of carriage of the insurance required. SUBMITTING BIDS Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 5 Bids are to be submitted on the proper unaltered forms, and shall be addressed to the DeKalb County Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, sealed, dated and enclosed in an envelope or package appropriately marked on the outside with the name of the Bidder, the date and hour of opening, and the Invitation to Bid Number and Project Name. FAILURE TO SUBMIT THE BID PRICE FORM IN A SEPARATE SEALED ENEVELOPE SHALL RESULT IN THE BID BEING DEEMED NON- RESPONSIVE. INCLUDING THE PRICE SCHEDULE IN ANY AREA OUTSIDE OF ITS SEPARATE, SEALED ENVELOPE, INCLUDING THE UNLOCKED FLASH DRIVE, WILL RESULT IN BIDDER’S BID BEING DEEMED NON- RESPONSIVE. It is the responsibility of each Bidder to ensure that its submission is received by 3:00 p.m. on the bid due date. The time/date stamp clock located in the Department of Purchasing & Contracting shall serve as the official authority to determine lateness of any bid. The bid opening time shall be strictly observed. Be aware that visitors to our offices will go through a security screening process upon entering the building. Bidders should plan enough time to ensure that they will be able to deliver their submission prior to our deadline. Late submissions, for whatever reason, will not be evaluated. Bidders should plan their deliveries accordingly. Telephone or fax bids will not be accepted. PRICE SCHEDULE OPENING Price Schedule openings shall be conducted in the Department of Purchasing and Contracting three (3) to five (5) days after the bid opening. Only the Price Schedules of responsive bidders shall be opened. The County reserves the right to decide which bid(s) will be deemed responsive and said determination shall be made in accordance with the requirements stated in this solicitation. Any reference to Bid Price Form, Bidder’s Unit Price, Bidder’s Unit Price Form or Price Schedule shall be deemed to be in reference to Bidder’s Unit Price Form. In all cases, if there is a discrepancy between the supplier’s quoted unit price and the extended price, the unit price will govern, unless otherwise specified in the solicitation. Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 6 BUSINESS AND PROFESSIONAL LICENSE Bidders shall submit a copy of its current, valid business license with its Bid or upon award. If the Bidder is a Georgia corporation, Bidder shall submit a valid county or city business license. If Bidder is a joint venture, Bidder shall submit valid business licenses for each member of the joint venture. If the Bidder is not a Georgia corporation, Bidder shall submit a certificate of authority to transact business in the state of Georgia and a copy of its current, valid business license issued by its home jurisdiction. If Bidder holds a professional license, then Bidder shall submit a copy of the valid professional license. Failure to provide the business license, certificate of authority, or professional license required by this section, may result in the proposed Bid being deemed non-responsive. UTILITY SYSTEMS CONTRACTOR’S LICENSE As required by O.C.G.A. § 43-14-8, et seq., a Bidder responding to this Invitation to Bid must provide a copy of its or its subcontractor’s Georgia Utility Systems Contractor’s License, Utility Manager’s Certificate, with its Bid. All licenses and certificates must be issued in the name of the person or entity that will perform the utility work. If a subcontractor’s Georgia Utility Systems Contractor’s License is submitted with the Bid, the subcontractor must be listed as such on appropriate Bid Bond Acknowledgement Form. All licenses and certificates must be current, valid, and issued in compliance with applicable law. Failure to provide this license or number and necessary certificates in this format will result in the proposed Bid being deemed non- responsive. MANDATORY PRE-BID CONFERENCE A mandatory pre-bid conference will be held at 2:00 p.m. on the 19th day of March 2024 via Zoom at the following link: https://dekalbcountyga.zoom.us/j/884 25297377. Bidders are required to attend and participate in the mandatory pre-bid conference. Bidders shall sign in at the mandatory pre-bid meeting as proof of attendance. Only the Bidder or its authorized representative or employee shall sign in at the mandatory pre-bid meeting. For individual firms planning to bid as a yet to be formed joint venture, a representative from each firm is required to attend and sign in. Failure of a Bidder to attend or sign in at the mandatory pre-bid conference will be cause for rejection of Bid. https://dekalbcountyga.zoom.us/j/88425297377 Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 7 For information regarding the mandatory pre-bid conference, please contact Jabari Jackson, Procurement Technician at (404) 687-2744 or jjjackson@dekalbcountyga.gov. QUESTIONS, ADDENDA AND INTERPRETATION All questions concerning the Project and requests for interpretation of the solicitation may be asked and answered at the pre-bid conference; however, oral answers are not authoritative. Questions and contract exceptions must be submitted to the Department of Purchasing and Contracting in writing via email to insert jjjackson@dekalbcountyga.gov. Questions and requests for information or clarification concerning the specifications in this ITB, and contract exceptions must be submitted to the above listed contact person via email no later than the date and time listed in the bid timetable. Questions, requests for interpretation, and contract exceptions received after the above stated time or sent to anyone other than the listed contact person will not receive a response or be the subject of addenda. For questions and requests for interpretation after the pre-bid conference, each response shall be given in written addendum, separately numbered and dated, and published on the County website in sufficient time for interested parties to review. No requests for interpretation, answers to scope or specification questions, contract exceptions, or additional information shall be accepted after 5pm, Tuesday, March 26, 2024. ACKNOWLEDGMENT OF ADDENDA Addenda may be issued in response to changes in the Invitation to Bid. Addenda must be acknowledged by signing and returning the Mandatory Addendum Acknowledgement with the Bid. Acknowledgments must be received by the County before the Bid opening time and date. Failure to properly acknowledge any addendum may result in the proposed Bid being deemed non-responsive. Bidder may call Jabari Jackson at (404) 687-2744 or send an email to jjjackson@dekalbcountyga.gov to verify the number of addenda prior to submission. All addenda issued for this Project may be found on DeKalb County’s website, http://www.dekalbcountyga.gov/formalbids. AUTHORITY TO SIGN If a Bid is submitted by an individual, his/her name and mailing address must be shown. If mailto:jjjackson@dekalbcountyga.gov mailto:jjjackson@dekalbcountyga.gov mailto:jjjackson@dekalbcountyga.gov http://www.dekalbcountyga.gov/formalbids Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 8 submitted by a corporation, partnership, or joint venture, the name and physical mailing address of each member of the corporation, partnership, or joint venture must be shown. If submitted by a corporation, the Certificate of Corporate Bidder in the form attached to the Bid Document Package must be executed and submitted with the Bid. If submitted by a joint venture, the Certificate of Authority – Joint Venture in the form attached to the Bid Document Package must be executed and submitted with the Bid. A post office box is not acceptable as a physical mailing address. The legal and proper name of the proprietorship, corporation, or partnership submitting the Bid shall be printed or typed in the space provided on the Certificate of Corporate Bidder. BID GUARANTEE TO ACCOMPANY BID Each Bid must be accompanied by a Bid Guarantee in an amount of not less than ten percent (10%) of the amount of the Bid. The Bid Guarantee may be in the form of an official bank check payable to DeKalb County, or a Bid Bond in the form provided in the Bid Document Package. The Bid Bond shall be issued by a surety company licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and have a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better. THE BID GUARANTEE SHALL NOT BE INCLUDED IN THE SEPARATE SEALED ENVELOPE WITH THE BIDDERS’S UNIT PRICE FORM VALID INSURANCE, BONDS, LICENSES, PERMITS, AND CERTIFICATES Bidder shall ensure that any bond, bid bond, payment bond, performance bond, insurance, license, permit or certificate submitted in response to this Invitation to Bid or as part of the Contract for this Project shall be current and valid when submitted, and shall remain valid, current and maintained in good standing for the Contract Term. CONTRACTOR’S INSURANCE COVERAGE A. Upon award the Contractor shall, without expense to the County, provide certificates of insurance, and copies of signed insurance policies including declarations pages from companies that are authorized to engage in the insurance business in the state of Georgia and are otherwise acceptable to the County Finance Director or his/her designee. Such insurance shall be placed with admitted insurers that maintain an A.M. Best's rating of not Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 9 less than A (Excellent) with a Financial Size Category of VII or better with coverage forms acceptable to Contractor. The insurance described below shall be maintained uninterrupted for the duration of the project, including any warranty periods, and shall protect Contractor, and others as required by contract, for liabilities in connection with work performed by or on behalf of Contractor, its agents, representatives, employees, or Contractors. (1) Workers Compensation Insurance. Statutory workers compensation insurance is to be provided in compliance with the requirements of Georgia law with limits not less than the following: Employer’s liability insurance by accident, each accident $1,000,000 Employer’s liability insurance by disease, policy limit $1,000,000 Employer’s liability insurance by disease, each employee $1,000,000 (2) Commercial General Liability Insurance. Commercial general liability insurance is to be provided with limits not less than the following: $1,000,000 per occurrence for bodily injury and property damage liability $1,000,000 personal and advertising injury liability $2,000,000 general aggregate $2,000,000 products-completed operations aggregate $100,000 damage to rented premises (each occurrence) $5,000 medical expense (any one person) (3) Umbrella or Excess Insurance. Umbrella or excess insurance is to be provided with General Liability, Auto Liability and Employers Liability scheduled as underlying policies with limits not less than the following: $5,000,000 per occurrence $5,000,000 aggregate (4) Comprehensive Automobile Liability Insurance. Comprehensive automobile liability insurance with form coverage is to be provided for all owned, non-owned and hired vehicles with combined single limit of $1,000,000. Automobile liability insurance shall be written on ISO Business Auto Coverage Form CA 0001 (1990 edition or later), or a substitute form providing equivalent coverage, and shall cover liability for bodily injury and property damage arising from the use or operation of any automobile, including those owned, hired, or otherwise operated or used by or on behalf of Contractor. The policy must include Broadened Pollution Liability Endorsement CA9948 12 93. (5) Builder’s Risk Insurance Coverage. DeKalb County shall procure and maintain Builders Risk Insurance on the entire work which provides “All-risk” form that shall at least Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 10 include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism, malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by flood), and such other perils or causes of loss as may be specifically required by Supplementary Conditions) until Final Completion and Acceptance of the Project. Such policy of insurance shall contain at least the following sub-limits of insurance and deductibles: Sub-limits: Property in Transit $1,000,000 Property in Offsite Storage $1,000,000 Plans & Blueprints $25,000 Debris Removal 25% of Insured Physical Loss Delay in Completion / Soft Cost TBD Ordinance of Law (Increased Cost of $1,000,000 Construction) Flood and Earthquake TBD – Full Contract Value Deductibles: Flood and Earthquake $25,000 Water Damage other than Flood $100,000 All other Perils $10,000 B. The County, its elected officials, officers, employees, and agents, hereinafter referred to in this article and in the article entitled “Certificates of Insurance” as “the County and its officers” are to be named as additional insured on all policies of insurance except worker’s compensation insurance with no cross suits exclusion. The County and its officers shall be included as additional insureds under commercial general liability and commercial umbrella insurance, for liabilities arising out of both the ongoing and completed operations of Contractor. Such additional insured coverage shall be endorsed to Contractor’s policy by attachment of ISO Additional Insured Endorsement forms CG 20 10 10 01 (ongoing operations) and CG 20 37 10 01 (products-completed operations), or form(s) providing equivalent coverage. C. All coverages required of the Contractor will be primary over any insurance or self- insurance program carried by the County. D. If the Contractor is a joint venture involving two (2) or more entities, then each independent entity will satisfy the limits and coverages specified here or the joint Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 11 venture will be a named insured under each respective policy specified. E. In addition to procuring and maintaining commercial general liability insurance, automobile liability and commercial umbrella insurance, for the Contract Term, Contractor shall continue to procure and maintain the products-completed operations liability insurance coverage and commercial umbrella insurance after the Work is substantially complete for the entire Contract Term or for the applicable five-year statutory limitation, whichever is greater. For such period of time, all terms and conditions of such coverage shall remain unchanged, including the limits specified herein and the requirement to provide the County with coverage as an additional insured. F. Contractor agrees to waive all rights of subrogation and other rights of recovery against the County and its officers and shall cause each Subcontractor to waive all rights of subrogation for all coverage. G. Failure of the County to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the County to identify a deficiency from evidence provided will not be construed as a waiver of the Contractor’s obligation to maintain such coverage. H. Contractor understands and agrees that the purchase of insurance in no way limits the liability of the Contractor. CERTIFICATES OF INSURANCE A. Certificates shall state that the policy or policies shall not expire, be cancelled, or altered without at least sixty (60) days prior written notice to the County. Policies and Certificates of Insurance listing the County and its officers as additional insureds (except for workers’ compensation insurance) shall conform to all terms and conditions (including coverage of the indemnification and hold harmless agreement) contained in this Contract. B. The Contractor agrees to name the County and its officers as additional insured on the commercial general liability insurance, using the ISO Additional Insured Endorsement forms CG20101001 (ongoing operations) and CG20371001 (products-completed operations) forms, or form(s) providing equivalent coverage. Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 12 C. Certificates of Insurance must contain the policy number, policy limits, and policy expiration date of all policies issued in accordance with this Contract; the location and operations to which the insurance applies. Certificates must be provided annually for the duration of the project. If applicable, a specific statement must be included that blasting coverage is included to the extent such risk is present; that Contractor’s protective coverage applies to any Subcontractor’s operations; and Contractor’s contractual liability insurance coverage applies to any Subcontractor. D. This insurance for the County as the additional insured shall be as broad as the coverage provided for the named-insured Contractor. It shall apply as primary insurance before any other insurance or self-insurance, including any deductible, non-contributory, and waiver of subrogation provided to the County as the additional insured. E. The Contractor shall be wholly responsible for securing certificates of insurance coverage as set forth above from all Subcontractors who are engaged in the Work. F. If the County shall so request, the Contractor will furnish the County for its inspection and approval such policies of insurance with all endorsements, or confirmed specimens thereof certified by the insurance company to be true and correct copies. G. Contractor shall be responsible and have the financial wherewithal to cover any deductibles or retentions included on the certificate of insurance. H. Such certificates should be sent to the County and must identify the “Certificate Holder” as follows: DeKalb County, Georgia Director of Purchasing & Contracting The Maloof Center 1300 Commerce Drive, 2nd Floor Decatur, Georgia 30030 OWNER CONTROLLED INSURANCE PROGRAM (OCIP) OCIP Insurance Coverage: In connection with the Work, and for the Contractor and those subcontractors deemed eligible by the County for participation, the County will implement an Owner Controlled Insurance Program (“OCIP”), providing certain insurance coverages as detailed herein. The insurance coverages provided by the OCIP apply only to the Work Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 13 performed on the Project site. The Contractor and its Subcontractors shall provide their own insurance for all off-site activities. The Contractor’s Risk/All Risk Property Insurance component of the OCIP will expressly exclude coverage on Contractor’s and Subcontractors’ machinery, tools, and equipment not destined to become a part of the Project Work. OCIP Manual of Insurance Procedures: The OCIP coverage provided by the County shall be further detailed in, and the Contractor requirements with respect to the OCIP shall be described in, the General Liability Wrap-up Manual (“the Manual”) to be incorporated into the Contract Documents and to be issued via an Exhibit to the Contract. This Manual Includes information on the following OCIP coverages: Commercial General Liability, Excess Liability, and Builder’s Risk/All Risk Property Insurance. RIGHTS RESERVED The County reserves the right to reject any or all Bids, to waive informalities, and to re- advertise. The County reserves the right to decide which Bid will be deemed lowest, responsive and responsible. For consideration as a responsible Bidder, the proposed Bidder shall, among other qualifications, demonstrate in its Bid that it has been the general contractor engaged in construction and successful completion of facilities of similar character and magnitude for at least Five (5) years, and shall demonstrate the financial ability to perform the required Work. Bidder may be required to submit evidence setting forth qualifications which entitle him to consideration as a responsible Bidder. A list of work of similar character successfully completed within the last Five (5) years may be required as set forth in the Invitation to Bid giving the location and size of each project. Bidder shall complete the Reference and Release Form attached to the Bidder Document Package. In addition, the Bidder shall submit upon request by the County, a list of equipment available for use on this Work with its Bid. Any additions, conditions, limitations, or provisions attached to the Bid shall render it informal and will be cause for rejection as non-responsive. No Bid may be revoked or withdrawn until ninety (90) days after the time set for opening the Bids. Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 14 AWARD OF CONTRACT The Contract, if awarded, will be awarded to that responsible Bidder whose responsive Bid will be most advantageous to the County, price and other factors considered. The County is entitled to make the determination in its sole discretion. The Contract between the County and the Contractor shall be executed in the form attached to the Bid Document Package and shall form a binding contract between the contracting parties. A Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, must be provided by the successful Bidder, issued in proper form by a surety company licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and which has a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better. Bonds given shall meet the requirements of the law of the State of Georgia including, but not limited to, O.C.G.A. §13-10- 1 and §36-91-21 et seq. FAILURE TO EXECUTE CONTRACT If the County so notifies a Bidder of an award of Contract and the Bidder fails to enter into the Contract in the form attached to the Bid Document Package within ten (10) days of receiving such notice or fails within that time to provide the required Payment and Performance Bonds and proof of required insurance, the amount of the Bid Bond or other Bid Guarantee shall be paid over to the County as liquidated damages. The acceptance of the payment of the Bid Bond shall not operate to bar any claim the County might otherwise have against the Bidder, and the County shall be authorized to pursue any claim against the Bidder for failure to consummate the Contract as may be authorized by law. TIME AND LIQUIDATED DAMAGES Construction must begin within ten (10) days from the date the Contractor acknowledges receipt of the Notice to Proceed, by signing and inserting the acknowledgement date on the Notice to Proceed. Contractor shall fully complete the Work within 1,460 days from and including the acknowledgement date. For failure to complete the Work within this period, the Contractor shall pay the County liquidated damages in the amount of One Thousand Five Hundred Dollars and No/100th ($1,500.00) for each day in excess of the Contract Time unless an extension of the Invitation No. 24-101625 Consent Decree – Major Gravity Sewer Line Capacity Restoration (Multiyear Contract) 15 Contract Time has been obtained by Change Order, as defined in the Contract, prior to the expiration of the Contract Term as defined in the Contract. LOCATIONS AND SITE The site of the proposed Work is at multiple location(s) within DeKalb County, Georgia. By submitting a Bid, the Bidder accepts the site in its present condition and agrees, if awarded the Contract, to carry out all Work in accordance with the requirements of the Contract, the Specifications and as shown on the Drawings. The Bidder shall, before submitting a Bid, visit the site and acquaint itself with the actual conditions and the location of any or all obstructions that may exist on the site. The documents comprising the Contract contain the provisions required for the completion of the Work to be performed pursuant to this Contract. Information obtained from an officer, agent, or employee of the County, or any other person shall not affect the risks or obligations assumed by the Contractor or relieve it from fulfilling any of the conditions of the Contract. Each Bidder, prior to submitting his Bid, is responsible for inspecting the site and for reading and being thoroughly familiar with all of the documents comprising the Contract and Bid Document Package. The failure or omission of any Bidder to so familiarize himself shall in no way relieve any Bidder from any obligation in respect to his Bid. The Contractor shall inspect all easements and rights-of-way to insure that the County has obtained all land and rights- of-way necessary for completion of the Work to be performed pursuant to the Contract. The Contractor shall comply with all stipulations contained in easements acquired by the County. If applicable to the Work, all easements and rights-of-way documents are available for inspection in the office of The Department of Watershed Management. The Contractor shall not be entitled to damages and agrees not to make any claim against the County, its officials or employees for the failure to obtain necessary interests in land for this Project. The Contractor shall accurately locate above-ground and below-ground utilities and structures which may be affected by the Work using whatever means may be appropriate. DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE (LSBE) ORDINANCE It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide maximum practicable opportunity for all businesses to participate in the performance of government contracts. The current DeKalb County List of Certified Vendors may be found on the County website at https://www.dekalbcountyga.gov/purchasing- https://lsbecertification.info/pages/Directory/SearchPublic.jsp

1300 Commerce Drive Decatur, GA 30030Location

Address: 1300 Commerce Drive Decatur, GA 30030

Country : United StatesState : Georgia

You may also like

Sanitary Sewer Gravity Main Relocation along 133rd Street

Due: 07 May, 2024 (in 10 days)Agency: City of Opa-locka

WSP 2023 Sewer, Lift Station Upgrades, Contract No. 23-1988-21

Due: 23 May, 2024 (in 26 days)Agency: City of New Roads

Storm Drainage and Sanitary Sewer System Maintenance Services

Due: 30 May, 2024 (in 1 month)Agency: St. Louis Airport Authority

Please Sign In to see more like these.

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