2024 LMIG Mill, Patch, Resurface

expired opportunity(Expired)
From: Duluth(City)

Basic Details

started - 15 Mar, 2024 (1 month ago)

Start Date

15 Mar, 2024 (1 month ago)
due - 22 Apr, 2024 (9 days ago)

Due Date

22 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Duluth

Customer / Agency

City of Duluth
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.

Contract will be awarded, if at all, within sixty (60) calendar days after opening of the proposal. Deadline for questions is Monday, April 15, 2024 at 5 P.M. Submit all questions to Adam Shelton, PE, of Keck & Wood at bidquestions@keckwood.com No phone calls will be accepted. The selected contractor must be able to start work within ten (10) calendar days after the “Notice to Proceed” is issued. The time of completion for the project is ninety (90) calendar days from the date of the “Notice to Proceed”. All bids shall be accompanied by a bid bond in favor of the City, in the amount of five percent (5%) of the total bid, (but not less than $5,000); such bid bond representing that the bidder, if awarded a contract, will promptly enter into a contract and furnish performance bond and payment bond as provided by law and approved by the attorney for the City. Failure to submit a bid bond with the proper rating will result in
the bid being deemed non-responsive. Successful bidder will be required to meet insurance requirements. Performance and Payment bonds will be required upon acceptance of the proposal and contract submittal. The Performance Bond shall be equal to one hundred percent (100%) of the contract amount. The Payment Bond shall be equal to one hundred ten percent (110%) of the contract amount. Insurance and Bonding Company must be licensed to do business by the Georgia Secretary of State, authorized to business in Georgia by the Georgia Insurance Department, listed in the Department of Treasury’s Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable reinsuring companies. The bid bond, payment bond and performance bond must have an A.M. Best rating of A-5 or higher. Award will be made to the lowest responsible and responsive bidder. The City of Duluth reserves the right to reject any and all bids, to waive technicalities and to make an award as deemed in its best interest. Any change to the conditions and specifications must be in the form of a written addendum to be valid; therefore the City will issue a written addendum to document each approved change. mailto:bidquestions@keckwood.com General Information and Invitation to Bid 2024 LMIG Mill, Patch and Resurface Program on various streets within the City of Duluth, Georgia This is an invitation to submit a bid or proposal to supply the City of Duluth (hereinafter referred to as the “OWNER”) with equipment, supplies and or/services as indicated herein. Sealed Bids will be received no later than 1:45 P.M. local time at the Office of the City Clerk in the Duluth City Hall, 3167 Main Street, Duluth, Georgia 30096 on Monday, April 22, 2024. Bids received after the stated time will not be accepted. Proposals will be opened publicly and read aloud on Monday, April 22, 2024 at 2:00 P.M. local time on the second floor of Duluth City Hall, 3167 Main Street, Duluth, GA 30096, in the Executive Conference Room. All proposals become the property of the City of Duluth. The work shall consist of furnishing all materials, labor and equipment for: 2024 LMIG Mill, Patch and Resurface Program on Various Streets within the City of Duluth, Georgia Instructions for preparation and submission of a bid or proposal are contained in this Invitation to Bid/Proposal package. Please note that specific forms for submission of a bid/proposal are required. Bids must be printed in ink. All work performed under this contract shall be done in accordance with the Georgia Department of Transportation Standard Specifications, Construction of Transportation Systems 2021 Edition (hereinafter sometimes referred to as GDOT Specifications) and subsequent Supplemental Specifications modifying them, special provisions included in and made a part of this proposal and apply to this contract. All proposals shall be accompanied by a Bid Bond in favor of the City, in the amount of five percent (5%) of the bid for the complete work, but not less than five thousand dollars ($5,000); such Bid Bond representing that the Bidder, if awarded a contract, shall promptly enter into a contract and furnish Performance Bond and Payment Bond as provided by law and approved by the attorney for the City. Failure to submit a bid bond with the proper rating will result in the bid being deemed non-responsive. Successful bidder will be required to meet insurance requirements. Performance and Payment bonds will be required upon acceptance of the proposal and contract submittal. The Performance Bond shall be equal to one hundred percent (100%) of the contract amount. The Payment Bond shall be equal to one hundred ten percent (110%) of the contract amount. Insurance and Bonding Company must be licensed to do business by the Georgia Secretary of State, authorized to business in Georgia by the Georgia Insurance Department, listed in the Department of Treasury’s Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable reinsuring companies. The bid bond, payment bond and performance bond must have an A.M. Best rating of A-5 or higher. Winning contractor will be required to provide an 18 (eighteen) month warranty on all work performed. Any change to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the City will issue a written addendum to document each approved change. Award will be made to the lowest responsible and responsive bidder. The City of Duluth reserves the right to reject any and all bids, to waive technicalities and to make an award as deemed in its best interest. The work shall be completed within 90 (ninety) Calendar Days. Total Bid Price (Unit Price): This work shall consist of furnishing all materials, labor, tools, equipment and all other miscellaneous and/or necessary items for the asphaltic concrete milling, deep patching as directed, excavation of unsuitable materials as needed, replacement and grading of grade aggregate base course, patching, asphaltic concrete resurfacing, concrete curb replacement as directed and backfill with like materials (e.g., sod) after replacement, shoulder stabilization as needed (including grassing), adjustment of manholes, water valves or other structures, installation or replacement of thermoplastic striping, traffic control, erosion control and dust control on various streets within the City of Duluth. Alternate: Unit price for each item listed as well as Lump Sum for each project/street. Materials, labor, tools equipment and all other miscellaneous and/or necessary items for the asphaltic concrete milling, deep patching as directed, excavation of unsuitable materials as needed, replacement and grading of grade aggregate base course, patching, asphaltic concrete resurfacing, concrete curb replacement as directed and backfill with like materials (e.g. sod), shoulder stabilization as needed (including grassing), adjustment of manholes, water valves or other structures, installation or replacement of thermoplastic striping, traffic control, erosion, control and dust control on various streets within the City of Duluth. All work shall be in accordance with the specifications, the applicable drawings and subject to the terms and conditions of this contract. Excluding the areas specifically noted in the contract, Contractor shall ensure the final product matches the existing condition for elevations, geometry, and drainage. A change in drainage is not acceptable as it may cause unintended flooding to nearby properties. For those areas called out in the contract, Contractor shall adjust the grades and elevations to prevent ponding and encourage positive drainage. Prior to starting work, Contractor shall meet with City Public Works staff to locate the areas of concern and field mark which areas of ponding need to be corrected. Where the City provides forms for bid schedule or pricing, these forms must be used without exception. No conditional proposals will be acceptable. No Bidder may withdraw his Bid within sixty (60) days after the actual date of the opening thereof. Questions regarding Bidding Documents, Drawings and Specifications should be directed to Adam Shelton, PE at bidquestions@keckwood.com no later than 5:00 P.M. on Thursday, April 15, 2024. No phone calls will be accepted. A Contract in substantially the form as attached at Exhibit A will be required from the winning bidder. The City of Duluth 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 the City should be directed to Teresa Lynn, City Clerk, City of Duluth 770-476-3434. mailto:bidquestions@keckwood.com Bid (page 1 of 2) In compliance with your Bid, the undersigned, hereinafter termed the Bidder, proposes to enter into a Contract with the City of Duluth to provide the necessary machinery, tools, apparatus and other means of construction and all materials and labor specified in the Contract, or called for by the drawings, or necessary to complete the work in the manner therein specified within the time specified, as therein set forth, for: 2024 LMIG Mill, Patch and Resurface Program on Various Streets within the City of Duluth The Bidder has carefully examined and fully understands the Contract, Plans and Specifications, Instructions to Bidders and other documents hereto attached and has made a personal examination of the site of the proposed work and has satisfied himself as to the actual conditions and requirements of the work and hereby proposes and agrees that if his proposal is accepted, he will contract with the City in full conformance with the Contract Documents. All work under this contract shall be done in accordance with the Georgia Department of Transportation Standard Specifications, Construction of Transportation Systems 2021 Edition (hereinafter sometimes referred to as GDOT Specifications) and subsequent Supplemental Specifications modifying them, special provisions included in and made a part of this proposal and apply to this contract. The quantities are approximate and may be increased or decreased as to any and all units as necessary to complete the construction of said Project without entitling the Contractor to any claim for extra compensation because of any injury, damage or delay he may sustain on account of such increase or decrease. The Contractor shall be entitled to compensation on the foregoing unit prices only on the quantities of materials actually furnished and work actually done as determined and approved in writing by the City Engineer through an inspection of the work completed. It is the intent of this proposal to include all items of construction and all work indicated on the drawings and called for in the specifications. In accordance with the foregoing, the undersigned proposes to furnish and construct the items listed in the attached schedule of items for the unit prices stated. The Bidder agrees that the cost of any work performed, materials, services provided or expenses incurred, which are not specifically delineated in the Contract Document but which are incidental to the scope and intent of the Contract, shall be deemed to have been included in the prices quoted. The Bidder further proposes and agrees hereby to promptly commence the work with adequate force and equipment within ten (10) calendar days from receipt of Notice to Proceed and to complete the work within ninety (90) calendar days. The bidder also agrees that liquidated damages may be assessed in accordance with the Contract. Attached hereto is an executed Bid Bond or Certified/Cashier’s Check drawn on the bank of ____________________________________________________________________________ ________ ____________________________________________________________________________ ________, City___________________________________________ State________________________________ In the amount of five percent (5%) of the total amount of bid, but not less than $5,000, according to the conditions in the Instructions to Bidders. If this bid shall be accepted by the City of Duluth and the undersigned shall fail to executed a satisfactory Contract in the form of said proposed contract and give satisfactory Performance and Payment Bonds or furnish satisfactory carriage of insurance required, as stated in the Instructions to Bidders, attached hereto, within ten (10) days from the date of Notice of Award of the contract, then the City , may, at its option determine that the undersigned abandoned the contract and thereupon this bid shall be null and void and the sum stated in the attached Bid Bond or Certified/Cashier’s Check shall be forfeited to the City of Duluth, not as a penalty, but as liquidated damages. Bidder further declares that the full name and resident address of all persons or parties interest in the foregoing bid as principals are as follows: Company Name___________________________________________________________ Authorized Representative’s Signature________________________________________________________ CORPORATE CERTIFICATE I, ______________________________________________, certify that I am the Secretary of the Corporation named as Contractor in the foregoing bid; that ________________________________, who signed said bid in behalf of the Contractor, was then (Title) _________________________________________ of said Corporation; that said bid was duly signed for and in behalf of said Corporation by authority of its Board of Directors, and is within the scope of its corporate powers; that said Corporation is organized under the laws of the State of _______________________________________. This_________________________day of _________________________, 20___________. __________________________________________(seal) Signature OCCUPATIONAL TAX CERTIFICATE OCCUPATIONAL TAX CERTIFICATE Vendors/Contractors are required to submit a copy of the appropriate Occupational Tax Certification/Business License. If Vendor/Contractor business is located within the incorporated boundary of the City of Duluth, please state “yes” here ___________________________. ACKNOWLEDGEMENT OF ADDENDUM RECEIPT IS HEREBY ACKNOWLEDGED OF ADDENDUM NUMBERS: The undersigned bidder certifies that he/she has received the above listed and marked documents and that failure to acknowledge receipt of any or all addendum, may be cause for rejection of bid. By:_________________________________________________Date:__________________ _ CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A 13-10-91, stating affirmatively that the individual, firm or corporation which is contracting with the City of Duluth is 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 of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A. 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. 13-10-91 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 City of Duluth at the time the subcontractor(s) is retained to perform such service. ________________________________________________ E-Verify * User Identification Number ________________________________________________ Company Name ________________________________________________ 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). DRUG-FREE WORKPLACE CERTIFICATION THE UNDERSIGNED CERTIFIES THAT THE PROVISIONS OF CODE SECTIONS 50-24-1 THROUGH 50-24-6 OF THE OFFICIAL CODE OF GEORGIA ANNOTATED, RELATED TO THE “DRUG-FREE WORKPLACE”, HAVE BEEN COMPLIED WITH IN FULL. THE UNDERSIGNED FURTHER CERTIFIES THAT: 1. A DRUG-FREE WORKPLACE will be provided for the employees during the performance of the contract; and 2. Each sub-contractor under the direction of the Contractor shall secure the following written certification: ________________________________________________(Contractor) certifies to the City of Duluth that a DRUG-FREE WORKPLACE will be provided for the employees during the performance of this contract known as_________________________________________________________(Project) pursuant to paragraph seven (7) of subsection B of Code Section 50-24-3. Also the undersigned further certifies that he/she will not engage in the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. _________________________________________ ____________________ CONTRACTOR DATE _________________________________________ ____________________ NOTARY DATE CHECKLIST FOR BIDDERS The following documents are required to be included with your bid. 1. Two copies of the entire Invitation to Bid/Instructions to Bidders Package, including all Addendum(s) issued. Plans, typical sections, pavement assessments are NOT required to be included. 2. Bid Bond/Certified/Cashiers Check in the amount of five percent (5%) of the entire bid, but not less than $5,000. 3. All bid schedules/pricing sheets completed and signed. 4. Copy of Georgia Department of Transportation Company Certificate of Qualification 5. Project listing with minimum of 5 years verifiable experience. 6. Signed Corporate Certificate. 7. Copy of Occupational Tax Certificate 8. Signature page acknowledging receipt of any and all addendum. 9. Signed and notarized Contractor Affidavit and Agreement. 10. Signed Drug Free Workplace form 11. Completed and signed W-9 form. Base Project List & General Notes A City street map is available on the City of Duluth website at www.duluthga.net under Departments/Planning & Development/Maps & GIS/Street Map EVERY EFFORT HAS BEEN MADE TO PROVIDE ALL INFORMATION RELATED TO THE WORK REQUIRED, HOWEVER, NO BID CAN COVER EVERY DETAIL. SOME ADJUSTMENTS SHOULD BE EXPECTED. Asphaltic concrete milling, deep patching, excavation of unsuitable material as needed, installation and compaction of grade aggregate base course as needed, patching, resurfacing, or other structures, and installation or replacement of thermoplastic striping as directed, traffic control, erosion control and dust control. **NOTE: THE CITY RESERVES THE RIGHT TO ADJUST THE DEPTH OF MILLING AND PATCHING, TO ADD TO OR REDUCE THE AMOUNT OF PATCHING. CONTRACTOR WILL BE PAID AT UNIT RATE FOR ANY ADDITIONAL WORK REQUESTED. ALL PATCHES ARE REQUIRED TO BE 4-6” MINIMUM BELOW THE MILLED SURFACE. EXCAVATION OF UNSUITABLE MATERIAL AND PLACEMENT OF GAB SHOULD BE EXPECTED. ALL MILLED AREAS MUST BE COVERED WITHIN 7 (SEVEN) DAYS. TACK COAT IS CONSIDERED INCIDENTAL TO THE WORK AND SHALL BE INCLUDED IN OVERALL PRICING. *NOTE: Excluding the areas specifically noted in the contract, Contractor shall ensure the final product matches the existing condition for elevations, geometry and drainage. A change in drainage is not acceptable as it may cause unintended flooding to nearby properties. For those areas called out in the contract, Contractor shall adjust the grades and elevations to prevent ponding and encourage positive drainage. http://www.duluthga.net/ BASE PROJECT LIST Mill, Patch (as required) and Resurface Albion Farm Way Barnwood Crossing Chattahoochee Trace (from Albion Farm Rd to PIB) Deep Mill, Patch (as required) and Resurface Roundfield Cir. NW Mill Run Dr. River Shoals Ct. Alternate Ennfield Lane Olde Town Pkwy (Rogers Bridge Rd to Glen Vista Ct) CITY OF DULUTH BID SCHEDULE 2024 LMIG MILL, PATCH AND RESURFACE PROJECT – BASE STREET LIST **NOTE –TACK COAT IS INCIDENTIAL TO THE PROJECT AND SHALL BE INCLUDED IN OVERALL PRICING (page 1) ITEM DESCRIPTION APPROX. QUANTITY UNIT UNIT COST TOTAL COST Overall Project 150-1000 TRAFFIC CONTROL 1 LS 611-8050 ADJUST MANHOLE TO GRADE 15 EA 652-5701 SOLID TRAF STRIPE, 24 IN, WHITE 125 LF 652-2502 THERMO. SOLID TRAF. STRIPE, 5 IN, YELLOW 70 LF N/A REMOVE AND REPLACE CURB & GUTTER OF VARIOUS TYPES 100 LF Albion Farm Way 402-1812 RECYCLED ASPHALTIC CONCRETE PATCHING, MINIMUM 4”, INCLUDING BITUMINOUS MATERIAL & H LIME, INCL TACK COAT 20 TN 402-3103 RECYCLED ASPH CONCRETE, 9.5MM SUPERPAVE, TP 2, GP 2 ONLY, INCL. BITUMINOUS MATL & H LIME, INCL TACK COAT 350 TN 432-5010 MILL ASPH CONCRETE PVMT, 1.5” 4100 SY Barnwood Crossing 402-1812 RECYCLED ASPHALTIC CONCRETE PATCHING, MINIMUM 4”, INCLUDING BITUMINOUS MATERIAL & H LIME, INCL TACK COAT 20 TN 402-3103 RECYCLED ASPH CONCRETE, 9.5MM SUPERPAVE, TP 2, GP 2 ONLY, INCL. BITUMINOUS MATL & H LIME, INCL TACK COAT 360 TN 432-5010 MILL ASPH CONCRETE PVMT, 4200 SY 1.5” Chattahoochee Trace (from Albion Farm Road to PIB) 402-1812 RECYCLED ASPHALTIC CONCRETE PATCHING, MINIMUM 4”, INCLUDING BITUMINOUS MATERIAL & H LIME, INCL TACK COAT 20 TN 402-3103 RECYCLED ASPH CONCRETE, 9.5MM SUPERPAVE, TP 2, GP 2 ONLY, INCL. BITUMINOUS MATL & H LIME, INCL TACK COAT 330 TN 432-5010 MILL ASPH CONCRETE PVMT, 1.5” 3900 SY Roundfield Circle NW 402-1812 RECYCLED ASPHALTIC CONCRETE PATCHING, MINIMUM 4”, INCLUDING BITUMINOUS MATERIAL & H LIME, INCL TACK COAT 20 TN 402-3103 RECYCLED ASPH CONCRETE, 9.5MM SUPERPAVE, TP 2, GP 2 ONLY, INCL. BITUMINOUS MATL & H LIME, INCL TACK COAT 335 TN 402-3190 RECYCLED ASPH CONCRETE, 19MM SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME, INCL TACK COAT 450 TN 432-5010 MILL ASPH CONCRETE PVMT, 3.5” 3900 SY Mill Run Drive 402-1812 RECYCLED ASPHALTIC CONCRETE PATCHING, MINIMUM 4”, INCLUDING BITUMINOUS MATERIAL & H LIME, INCL TACK COAT 10 TN 402-3103 RECYCLED ASPH CONCRETE, 9.5MM SUPERPAVE, TP 2, GP 2 ONLY, INCL. BITUMINOUS MATL & H LIME, INCL TACK COAT 155 TN 402-3190 RECYCLED ASPH CONCRETE, 19MM SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME, INCL TACK COAT 210 TN 432-5010 MILL ASPH CONCRETE PVMT, 3.5” 1850 SY River Shoals Court 402-1812 RECYCLED ASPHALTIC CONCRETE PATCHING, MINIMUM 4”, INCLUDING BITUMINOUS MATERIAL & H LIME, INCL TACK COAT 10 TN 402-3103 RECYCLED ASPH CONCRETE, 9.5MM SUPERPAVE, TP 2, GP 2 ONLY, INCL. BITUMINOUS MATL & H LIME, INCL TACK COAT 175 TN 402-3190 RECYCLED ASPH CONCRETE, 19MM SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME, INCL TACK COAT 235 TN 432-5010 MILL ASPH CONCRETE PVMT, 3.5” 2200 SY TOTAL: CITY OF DULUTH BID SCHEDULE 2024 LMIG MILL, PATCH AND RESURFACE PROJECT – BASE STREET LIST (page 2) TOTAL COST: (in words)___________________________________________________ ______________________________________________________________________ Bidder:________________________________________________________________ By:__________________________________________________________________ (Printed Name and Title) Signature:____________________________________________Date:______________

3167 Main Street Duluth, Georgia 30096Location

Address: 3167 Main Street Duluth, Georgia 30096

Country : United StatesState : Georgia

You may also like

24-15 LMIG

Due: 22 May, 2024 (in 20 days)Agency: Houston County

XY9075277 Mill, Grind, Patch, and Resurface Pavement at Various Locations in Cecil County - Areawide

Due: 30 Dec, 2025 (in 20 months)Agency: State Highway Administration

Please Sign In to see more like these.

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