Poured-In-Place Concrete & Associated Miscellaneous Site Work on a Term Contract

expired opportunity(Expired)
From: Gwinnett County(County)
BL105-22 INV

Basic Details

started - 19 Aug, 2022 (20 months ago)

Start Date

19 Aug, 2022 (20 months ago)
due - 05 Oct, 2022 (18 months ago)

Due Date

05 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
BL105-22 INV

Identifier

BL105-22 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.

September 2, 2022 INVITATION TO BID BL105-22 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for Poured-In-Place Concrete & Associated Miscellaneous Site Work on a Term Contract with Four (4) Options to Renew for various Gwinnett County Departments. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on October 5, 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 opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. Questions regarding bids should be directed to Casey Beauston,
Purchasing Associate II, at casey.beauston@gwinnettcounty.com or by calling 770-822-7995, no later than 3:00 P.M. on September 22, 2022. Bids are legal and binding upon the bidder when submitted. All suppliers must submit with bid, a bid bond, certified check, or cashier's check in the amount of five percent (5%) of the total bid. Failure to submit a bid bond with the proper rating will result in the bid being deemed non-responsive. Successful supplier will be required to meet insurance requirements, submit a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond. Insurance and Bonding Company should be licensed to do business by the Georgia Secretary of State, authorized to do 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. 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 at the 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. Casey Beauston Purchasing Associate II The following pages should be returned as your bid: Bid Schedule Six-Month Term, Pages 29 – 32, 37 Bid Schedule Annual Term, Pages 33 – 36, 38 References, Page 39 List of Subcontractors, Page 40 Bid Bond, Pages 44 - 45 Code of Ethics Affidavit, Page 70 Contractor Affidavit and Agreement, Page 71 Payment Bond, Pages 72 – 74 Performance Bond, Page 75 - 78 http://www.gwinnettcounty.com/ mailto:casey.beauston@gwinnettcounty.com http://www.gwinnettcounty.com/ BL105-22 Page 2 POURED IN PLACE CONCRETE & ASSOCIATED MISCELLANEOUS SITE WORK I. SCOPE OF WORK Services include but are not limited to: pouring concrete structures, curbs and gutters, catch basins, spillways, sidewalks, handicap ramps, retaining walls, seat walls, and stairs with handrails. Associated site work includes but is not limited to: drainage improvements, minor grading, seed/sod installation, slope stabilization, demolition of pavement and other improvements, and clean-up. Contractor will supply all labor, materials and equipment necessary to perform the job as per attached specifications. Most work is safety and time sensitive. II. GENERAL REQUIREMENTS Bidders are advised to read and thoroughly understand the General Requirements and Special Provision Sections prior to submitting their bid. A. Qualifications 1. Qualifications include a minimum of three (3) years successful experience performing similar scope of work through a demand services contract, successful projects of similar scope, and references. 2. Bidders are required to provide complete reference information on the reference form included herein. B. There shall be at least one person in a position of responsibility representing the Contractor, on site at all times, who is capable of translating from English to the language used by the workforce. C. This contract will be an "On Demand" type to provide for the requirements of Gwinnett County on an "as-needed" basis. Quantities listed in the Bid Schedule will vary to satisfy the needs of the County. D. Time is of the utmost importance in this contract. Contractor will be required to coordinate his work with the designated County Representative and must carry on with the utmost diligence in order to complete the work at the earliest possible date. Gwinnett County reserves the right to prioritize any work issued to the contractor. E. Location and Site 1. The sites of the proposed work are at various locations within Gwinnett County, Georgia. 2. The Contractor shall accept the sites in their present condition, use, activity and carry out all work in accordance with the requirements of the specifications, as indicated on the attached details or as directed by the County representative. 3. The contractor is advised to examine the specifications carefully and to inform themselves fully in regard to conditions under which work will be performed. Gwinnett County will not be responsible for contractor’s errors or misjudgment, nor for any information on local conditions or general laws and regulations. 4. Any damage to County property, grounds or structures made by the contractor during the execution of this contract will be the responsibility of the contractor to repair to the satisfaction of and at no cost to the County. All contractors doing work on behalf of Gwinnett County are responsible for any damage they do to private property. 5. The contractor is responsible for locating and protecting above and below ground utilities and structures that may be affected by the work. Should properly located and marked utilities be damaged, the contractor is responsible for repair and or replacement of the item/system at no additional cost to the County. BL105-22 Page 3 6. The contractor shall be responsible for contacting the utility "on call" service at least 72 hours before beginning any excavation work. The contractor shall be responsible for contacting County staff at least 5 business days prior to beginning work to obtain “in-house” and/or “private” utility locating and marking. 7. Safety is of prime importance when conducting all aspects of work. Work connected with the Contract shall be performed in accordance with all applicable OSHA regulations and standards. Contractor shall take necessary precautions for the safety of employees and the public. Contractor shall comply with all applicable provisions of the Federal, State and local safety laws to prevent accident and injury to persons on, about or adjacent to the premises where work is being performed. Any work that takes multiple days to perform shall be “roped” off to protect area from public access. 8. Contractor is responsible for all required traffic control. All traffic control shall follow the Manual on Uniform Traffic Control Devices (MUTCD) standards. F. Award Bids should be submitted with a Six-Month Term Bid Schedule as the primary and may submit an Annual Bid Schedule as an alternate, however Gwinnett County reserves the right to award in the best interest of the County. Bidders are encouraged to submit pricing on both bid schedules. While only one option will be awarded, the County is interested in determining which option would be most cost advantageous and will award accordingly. It is the intent of the County to award the contract to a Primary Contractor and a Secondary Contractor so that Department projects are more likely to be completed in a timely manner. However, the County continues to reserve the right to award the contract in its best interest. The Primary Contractor will be the first company to be advised of a project. The County will consider the Primary Contractor’s workload including the total number of projects in process, project deadlines, weather issues, and other common circumstances to determine when to utilize the Secondary Contractor. The Secondary Contractor will be advised of a project when the Primary Contractor is unable to complete it, and in the event that more than one Division needs services at the same time. Both Contractors will be responsible for complying with all requirements listed in this Invitation to Bid. III. SPECIAL PROVISIONS A. Unless otherwise specified, all items shall be in accordance with the GDOT Standard Specifications Construction of Transportation Systems. B. All concrete used to construct the various items shall have a minimum compressive strength of 3,000 psi at 28 days unless otherwise noted. See details. C. The unit prices bid for items #10 through 12 includes the off-site disposal of all removed and/or excavated materials at the time of excavation. Piling the debris in the park or site is not acceptable. NOTE: Gwinnett County will not be responsible for providing a disposal site. D. The unit prices bid for curb, pavement, poured-in-place structures, and sidewalks shall include BL105-22 Page 4 backfilling, and dressing the finish grade. E. Grassing: Replace grass with same type (Bermuda, Fescue, etc.) as existing/adjacent grass. County representative will provide direction to either seed or sod. F. It is the contractor’s responsibility to obtain positive drainage in all items and to construct all items to true lines and form with no irregularities or notify the County prior to construction if this is not deemed possible. Failure to do so will be cause for rejection and the Contractor shall remove the defective work and replace it with the acceptable work at the contractor’s own expense. G. Unless otherwise directed by the County, a front and back form shall be required on all hand poured concrete curbing. H. At a minimum welded wire fabric (6x6 - W10xW10) shall be required in all concrete slabs and placed at mid-depth of the slab. I. When replacing and/or constructing a concrete structure adjacent to existing concrete, the existing structure shall be cut with the concrete saw, 1/2 inch pre-formed joint material, full depth, shall be placed and dowels installed between the new and existing concrete. J. Curing of all concrete is to be included in unit pricing and shall be in accordance with GDOT Standard Specifications. K. Form offsets at radius points shall be at least 12 inches to avoid slivers/sections of concrete that may be easily broken off. If this is not feasible provide a turndown, minimum 8” deep for areas narrower than 12”. L. "Doweled integral curb" shall include #4 bar placed longitudinally along the entire length of the curb at approximately mid depth, in addition to the other requirements of GDOT Standard Specifications. Cost of reinforcing materials and their installation shall be included in the unit price for Item #4 in Bid Schedule. M. Unit price for "Concrete Structures- Poured in Place" Item #13 will be per cubic yard of concrete actually placed, as measured in place; and shall include necessary excavation, minor grading, forming, reinforcing steel, pouring, finishing, removal of forms, backfill, labor and materials. There is no detail available. Assume 3000 psi concrete with fiber reinforcement and trowel finish. N. Concrete Swale- 4" Reinforced Item #8: The Contractor shall construct the concrete swale with a minimum of 4" thickness of 3000 psi concrete. Concrete swale shall be reinforced with a minimum 6" x 6" wwf with expansion joints spaced at 30' max and construction joints at 10' max. A drop end section shall be constructed on both ends of ditch to a depth of 2'. Ditch shall be constructed to a minimum 9" depth with 2:1 side slopes or as directed by County representative. O. Gwinnett County reserves the right to perform any work using in-house forces where deemed advantageous. P. Labor & Materials: 1. Description: Any work performed by the contractor that is not included under one of the bid unit prices in this contract will be paid on a labor and materials basis provided the work has been authorized in writing by the County representative. 2. Payment: a. Labor - Shall be paid for at the bid unit prices, according to each worker's position, and will be paid to the nearest 1/4 hour. b. Materials - Any materials not covered under a unit price in the bid schedule will be paid at the actual cost of the materials plus the % stated on the contractor’s bid. Gwinnett County reserves the right to inspect supplier’s invoices to verify cost and mark up. BL105-22 Page 5 Q. Rental Equipment which is not part of the normal equipment used by concrete contractors shall be reimbursed by the County at cost with no markup allowed. Prior approval by the County representative and a copy of the rental receipt is required in order to receive reimbursement. R. Invoicing: Invoices must include Purchase Order number, date(s) and location of work performed. Work is to be invoiced by the unit cost(s) in the bid schedule. N□TES1 1. C□MBINA TI□N CURB AND GUTTER SHALL HAVE 1 / 8 • X 1 • DEEP CONTRACTION JOINTS AT 10'-0' □.C, 2, 1/2 • EXPANSION JOINTS SHALL BE PROVIDED AT INTERVALS NOT TD EXCEED 30'-0' □.C,, AT THE ENDS AND MID POINTS OF RETURNS AND AT ANY POINT v/HERE NEv/ CURB AND GUTTER ABUTTS OTHER CONCRETE STRUCTURES SUCH AS EXISTING CURB AND GUTTER AND CONCRETE v/ALK LAID PARALLEL v/ITH CURB AND GUTTER, 3, 5'-0' LONG TRANSITIONS SHALL BE PROVIDED BETv/EEN NORMAL AND PITCHED GUTTER UNLESS □THERv/ISE NOTED □N GRADING PLAN. 4. ND STRAIGHT CURB SEGMENTS SHALL BE CONSTRUCTED IN CURVE RADII. 5, CONCRETE SHALL BE 3,500 P.S.L @ 28 DAYS. 6. CURB 8c GUTTER IN DECEL LANES TD BE 30', PARKS AND RECREATION I DATE I REVISION I: 2/10/17 CONCRETE CONTRACT GWINNETT COUNTY, GEORGIA N.T.s.1 1 Curb and Gutter IFILE NAME curb&gutter 11 SCALE: ITEM NO. I1 & 2 I BL105-22 Page 6 NOTES: PAVERS TO BE "HOLLAND STONE" BY PAVESTONE. (770) 306-9691; WWW.PAVESTONEATLANTA.COM. , OR APPROVED EQUAL. DIMENSIONS: 7 1�s" LONG, 33⁄4" WIDE, 3 Ya" TALL. SUBMIT COLOR SAMPLES TO OWNER FOR APPROVAL BEFORE PLACING ORDER. WIDTH VARIES PAVERS, PATTERN AS REQUESTED BY OWNER. FILL JOINTS WITH POLYMERIC SAND & SWEEP JOINTS. CUT PAVERS AS NEEDED TO FIT ADJACENT EXISTING BORDER, PAVERS, OR PAVEMENT (TYP.) COMPACTED SUBGRADE, 98% PROCTOR 1 i" BEDDING SAND GEOTEXTILE (TURN UP AT SIDES) COMPACTED GAB BASE CONCRETE PAVERS N.T.S. PARKS AND RECREATION CONCRETE CONTRACT GWINNETT COUNTY, GEORGIA IFILE NAME: conc.pavera I I SCALE: I DATE 2/10/17 REVISION Concrete Pavers ITEM NO. 3 BL105-22 Page 7 Page 8BL105-22 AutoCAD SHX Text HANDICAP RAMP - TYPE B AutoCAD SHX Text NOT TO SCALE AutoCAD SHX Text 1:12 SLOPE AutoCAD SHX Text TRUNCATED DOME WARNING STRIP, TYP. AutoCAD SHX Text 10' TYP. AutoCAD SHX Text GWINNETT COUNTY, GEORGIA AutoCAD SHX Text DATE AutoCAD SHX Text 6/23/22 AutoCAD SHX Text FILE NAME: AutoCAD SHX Text 5-HC.ramp AutoCAD SHX Text REVISION AutoCAD SHX Text . AutoCAD SHX Text SCALE: AutoCAD SHX Text N.T.S. AutoCAD SHX Text CONCRETE CONTRACT AutoCAD SHX Text PARKS AND RECREATION AutoCAD SHX Text ITEM NO. AutoCAD SHX Text 5 AutoCAD SHX Text Handicap Ramp CONTRACTION JOINT 0.125" 1.5" R0.125" (TYP.) JOINT SEALANT, FLUSH WITH PAVING EXPANSION JOINT FULL DEPTH 1/2" HOT POUR OR LIQUID ASPHALT SEALANT CONFORMING TO ASTM D6690 OR SILICONE JOINT SEALANT CONFORMING TO ASTM D5893 SEALANT IS T O BE FLUSH WITH PAVING SURFACE JOINT SEALANT, FLUSH WITH PAVING HOT POUR OR LIQUID ASPHALT SEALANT CONFORMING TO ASTM D6690 OR SILICONE JOINT SEALANT CONFORMING TO ASTM D5893 SEALANT IS T O BE FLUSH WITH PAVING SURFACE JOINT BETWEEN EXISTING AND NEW CONCRETE NTS 18"4" NEW CONCRETE NEW EXPANSION JOINT EXISTING CONCRETE #3 DOWEL, 2'-0" LONG, @ 18" O.C.; DRILL AND GROUT INTO EXISTING CONCRETE. GRAVEL BASE COMPACTED SUBGRADE UNLESS OTHERWISE NOTED ON PLANS OR DIRECTED, CONTRACTION JOINTS TO BE 10'-0" O.C. MAX. UNLESS OTHERWISE NOTED ON PLANS OR DIRECTED, EXPANSION JOINTS TO BE SPACED AT 50' MAX. AND LOCATED AT ANY CHANGE OF DIRECTION, BETWEEN NEW PAVEMENT AND CURBS, EXISTING PAVEMENT, UTILITY BOXES, COLD JOINTS AND/OR FACE OF STRUCTURE, EXPANSION JOINTS SHALL EXTEND TO FULL DEPTH OF THE SLAB. CONTRACTION JOINTS TO EXTEND TO A DEPTH 14 OF THE SLAB THICKNESS. IF SAW CUTTING THE JOINTS, THE JOINTS MUST BE CUT WHILE THE CONCRETE IS STILL "GREEN" AND AS SOON AFTER PLACEMENT AS THE EQUIPMENT CAN BE MOVED ONTO THE PAVEMENT WITHOUT DISTURBING THE CONCRETE FINISH. NOTES: LARGE SLABS: EXPANSION JOINTS ARE REQUIRED FOR ALL SLABS AND GENERAL FLAT WORK. JOINT PATTERN FOR LARGE SLABS MUST BE APPROVED BY STAFF PRIOR TO POURING CONCRETE. SEE SPECIAL PROVISIONS H & I FOR ADDITIONAL REQUIREMENTS. Page 9BL105-22 AutoCAD SHX Text GWINNETT COUNTY, GEORGIA AutoCAD SHX Text DATE AutoCAD SHX Text 6/22/22 AutoCAD SHX Text FILE NAME: AutoCAD SHX Text conc.joints AutoCAD SHX Text CATEGORY AutoCAD SHX Text Paving AutoCAD SHX Text SCALE: AutoCAD SHX Text N.T.S. AutoCAD SHX Text Concrete Contract AutoCAD SHX Text PARKS AND RECREATION AutoCAD SHX Text ITEM NUMBER AutoCAD SHX Text ... AutoCAD SHX Text CONCRETE JOINTS AutoCAD SHX Text 6 & 7 AS SHOWN ON PLANS 4" 3000 PSI FIBER REINFORCED CLASS A CONCRETE 95% COMPACTED SUBGRADE (TYP.) ITEM #6: 4" CONCRETE PAVEMENT NTS AS SHOWN ON PLANS 4000 PSI FIBER REINFORCED CLASS A CONCRETE 95% COMPACTED SUBGRADE (TYP.) COMPACTED G.A.B., 4" DEPTH MIN. 6" 4" ITEM #7: 6" CONCRETE PAVEMENT NTS OR AS DIRECTED BY STAFF OR AS DIRECTED BY STAFF 6" X 6" WELDED WIRE FABRIC Page 10BL105-22 AutoCAD SHX Text NOTE: SEE DETAILS ON NEXT PAGE FOR CONCRETE JOINTS. AutoCAD SHX Text GWINNETT COUNTY, GEORGIA AutoCAD SHX Text DATE AutoCAD SHX Text 6/23/22 AutoCAD SHX Text FILE NAME: AutoCAD SHX Text PAVING.DWG AutoCAD SHX Text CATEGORY AutoCAD SHX Text Paving AutoCAD SHX Text SCALE: AutoCAD SHX Text N.T.S. AutoCAD SHX Text Concrete Contract AutoCAD SHX Text PARKS AND RECREATION AutoCAD SHX Text DTL. NUMBER AutoCAD SHX Text ... AutoCAD SHX Text CONCRETE PAVING AutoCAD SHX Text 6 & 7 BL105-22 Page 11 BL105-22 Page 12 AutoCAD SHX Text T/SLAB ELEV. AutoCAD SHX Text SCALE: AutoCAD SHX Text N.T.S. AutoCAD SHX Text CONCRETE STRUCTURE - SECTION AutoCAD SHX Text 8" AutoCAD SHX Text 1'-0" AutoCAD SHX Text 3 0 #4 BARS, CONTINUOUS AutoCAD SHX Text FINISH GRADE, OR AS DIRECTED BY STAFF. AutoCAD SHX Text TURN DOWN AT EDGE OR AS DIRECTED BY STAFF. AutoCAD SHX Text 6" GRANULAR BASE AutoCAD SHX Text 4-6" CONCRETE SLAB W/FIBER MESH REINF. (1.5 LBS./YD. AutoCAD SHX Text CONCRETE TO BE 4,000 PSI. AutoCAD SHX Text #4's @ 12" O.C. AutoCAD SHX Text MIN. AutoCAD SHX Text 3'-0" AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text GWINNETT COUNTY, GEORGIA AutoCAD SHX Text DATE AutoCAD SHX Text 6/23/22 AutoCAD SHX Text FILE NAME: AutoCAD SHX Text PAVING.DWG AutoCAD SHX Text CATEGORY AutoCAD SHX Text Paving AutoCAD SHX Text SCALE: AutoCAD SHX Text N.T.S. AutoCAD SHX Text Concrete Contract AutoCAD SHX Text PARKS AND RECREATION AutoCAD SHX Text DTL. NUMBER AutoCAD SHX Text CONCRETE STRUCTURES AutoCAD SHX Text 13 BL105-22 Page 13 4" MIN. 4" MIN. SECTION AT CHANNEL 4" MIN. COMPACTED SOILS. 4" 4" CONCRETE PAVING 14" T R E N C H D E P T H V A R IE S W IT H S LO P E O F D R A IN . #3 OR #4 REBAR STAKE SUSPENSION METHOD. LENGTH OF STAKE WILL VARY WITH SLOPE OF DRAIN. TECHNICAL SERVICES 1-888-825-4716 techservice@ndspro.com SET TRENCH DRAIN IN CHANNEL SURROUNDED BY 4" OF CONCRETE OR THICKNESS OF THE CONCRETE SLAB WITH A MINIMUM OF 2,500 P.S.I. AVOID FULL LOAD TRAFFIC FOR 28 DAYS OR UNTIL CONCRETE HAS COMPLETELY HARDENED. CHANNELS TO BE INSTALLED WITH GRATE. GRATE TO BE PROTECTED FROM CONCRETE POUR (COVER HOLES WITH TAPE). NOTE: USE ONLY DURASLOPE CLASS "A" & "B" GRATES (ADA COMPLIANT). OR APPROVED EQUAL. NDS DURASLOPE CHANNEL DRAIN AS SHOWN, OR ENGINEER AND OWNER APPROVED EQUAL 6" TRENCH DRAIN DETAIL FOR PRODUCT QUESTIONS, CONTACT: NEW FELT EXPANSION JOINT (TYP.) BL105-22 Page 14 REV H7001-110-144DWG NO.1 OF 1SHEET1:40SCALEDWG SIZE A 3130 VERONA AVE BUFORD, GA 30518 PHN (770) 932-2443 FAX (770) 932-2490 www.nyloplast-us.com DRAIN BASIN WITH STANDARD GRATE QUICK SPEC INSTALLATION DETAIL TITLE PROJECT NO./NAME MATERIAL DATE REVISED BY 1-23-06DATE EBCDRAWN BY 03-11-16 NMH (5) ADAPTER ANGLES ACCORDING TO PLANS 8" - 30" 18" MIN WIDTH GUIDELINE 8" MIN THICKNESS GUIDELINE (3) VARIABLE SUMP DEPTH ACCORDING TO PLANS (6" MIN. ON 8" - 24", 10" MIN. ON 30" BASED ON MANUFACTURING REQ.)4" MIN ON 8" - 24" 6" MIN ON 30" MINIMUM PIPE BURIAL DEPTH PER PIPE MANUFACTURER RECOMMENDATION (MIN. MANUFACTURING REQ. SAME AS MIN. SUMP) (3) VARIABLE INVERT HEIGHTS AVAILABLE (ACCORDING TO PLANS/TAKE OFF) THE BACKFILL MATERIAL SHALL BE CRUSHED STONE OR OTHER GRANULAR MATERIAL MEETING THE REQUIREMENTS OF CLASS I, CLASS II, OR CLASS III MATERIAL AS DEFINED IN ASTM D2321. BEDDING & BACKFILL FOR SURFACE DRAINAGE INLETS SHALL BE PLACED & COMPACTED UNIFORMLY IN ACCORDANCE WITH ASTM D2321. WATERTIGHT JOINT (CORRUGATED HDPE SHOWN) NYLOPLAST DRAIN BASIN WITH STANDARD GRATE 1 - 8" - 30" STANDARD GRATES SHALL BE DUCTILE IRON PER ASTM A536 GRADE 70-50-05. 2 - 12" - 30" FRAMES SHALL BE DUCTILE IRON PER ASTM A536 GRADE 70-50-05. 8" & 10" STANDARD GRATES FIT DIRECTLY ONTO DRAIN BASINS WITH THE USE OF A PVC BODY TOP. SEE DRAWING NO. 7001-110-045. 3 - DRAIN BASIN TO BE CUSTOM MANUFACTURED ACCORDING TO PLAN DETAILS. RISERS ARE NEEDED FOR BASINS OVER 84" DUE TO SHIPPING RESTRICTIONS. SEE DRAWING NO. 7001-110-065. 4 - DRAINAGE CONNECTION STUB JOINT TIGHTNESS SHALL CONFORM TO ASTM D3212 FOR CORRUGATED HDPE (ADS N-12/HANCOR DUAL WALL), N-12 HP, & PVC SEWER (4" - 24"). MINIMUM ANGLE BETWEEN ADAPTERS SEE DRAWING NO. 7001-110-012. 6 - 12" - 30" STANDARD GRATES SHALL MEET H-20 LOAD RATING. 7 - 8" & 10" STANDARD GRATES ARE RATED FOR LIGHT DUTY APPLICATIONS ONLY; NO CONCRETE COLLAR NEEDED FOR LIGHT DUTY RATING. (6, 7) TRAFFIC LOADS: CONCRETE SLAB DIMENSIONS ARE FOR GUIDELINE PURPOSES ONLY. ACTUAL CONCRETE SLAB MUST BE DESIGNED TAKING INTO CONSIDERATION LOCAL SOIL CONDITIONS, TRAFFIC LOADING, & OTHER APPLICABLE DESIGN FACTORS.SEE DRAWING NO. 7001-110-111 FOR NON TRAFFIC INSTALLATION. (1, 2) INTEGRATED DUCTILE IRON FRAME & GRATE TO MATCH BASIN O.D. THIS PRINT DISCLOSES SUBJECT MATTER IN WHICH NYLOPLAST HAS PROPRIETARY RIGHTS. THE RECEIPT OR POSSESSION OF THIS PRINT DOES NOT CONFER, TRANSFER, OR LICENSE THE USE OF THE DESIGN OR TECHNICAL INFORMATION SHOWN HEREIN REPRODUCTION OF THIS PRINT OR ANY INFORMATION CONTAINED HEREIN, OR MANUFACTURE OF ANY ARTICLE HEREFROM, FOR THE DISCLOSURE TO OTHERS IS FORBIDDEN, EXCEPT BY SPECIFIC WRITTEN PERMISSION FROM NYLOPLAST. 2011 NYLOPLAST (4) VARIOUS TYPES OF INLET & OUTLET ADAPTERS AVAILABLE: 4" - 30" FOR CORRUGATED HDPE (ADS N-12/HANCOR DUAL WALL, ADS/HANCOR SINGLE WALL), N-12 HP, PVC SEWER (EX: SDR 35), PVC DWV (EX: SCH 40), PVC C900/C905, CORRUGATED & RIBBED PVC NOTE: CONCRETE COLLAR TO BE MIN. 18" WIDE ON ALL SIDES. 12" INCREMENTAL EXTENSION FIELD GLUE JOINT NYLOPLAST RISER EXTENSION 4" ON BODY SIZES 12-24"; 6" ON BODY SIZES 30" GWINNETT COUNTY CONCRETE CONTRACT ITEM NO. 31-32. REVISED 2/10/17 Page 15BL105-22 BL105-22 Page 16 BL105-22 Page 17 BL105-22 Page 18 BL105-22 Page 19 BL105-22 Page 20 BL105-22 Page 21 BL105-22 Page 22 Page 23BL105-22 Page 24BL105-22 Page 25BL105-22 Page 26BL105-22 Page 27BL105-22 Page 28BL105-22 BL105-22 Page 29 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Bid Schedule – Six-Month Term Contractor Name ______________________________________________________________________________________ Delivery will be F.O.B. Destination, freight pre-paid and allowed. ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 1. 75 LF Concrete curb & gutter 6" x 24" x 12" high back - under 50 LF per detail $ LF $ 2. 750 LF Concrete curb & gutter 6" x 24" x 12" high back - 50 LF to 500 LF per detail $ LF $ 3. 100 SF Concrete paver installation per detail $ SF $ 4. 50 LF Concrete doweled integral curb GDOT Standard including dowel bars & long reinforcement – 500 LF or less $ LF $ 5. 2 EA Handicap ramp with Detectable Warning Surface, Truncated Dome per detail $ EA $ 6. 2,000 SY 6" Concrete pavement including reinforcement (Heavy Duty) $ SY $ 7. 250 SY Concrete sidewalk, 4" thick $ SY $ 8. 100 SY Concrete Swale 4" reinforced per detail $ SY $ 9. 2 EA 6" Catch basin lids, double wing per GA DOT Standards $ EA $ 10. 300 CY Debris removal separate of items included in items #11 and #12; misc. or unforeseen improvements $ CY $ 11. 200 LF Complete removal of existing curb & gutter and other improvements – all sizes $ LF $ 12. 750 SY Complete removal of existing pavement and other improvements – all types $ SY $ 13. 100 CY Concrete structures poured in place $ CY $ 14. 100 CY Concrete steps per detail $ CY $ 15. 40 LF Galvanized handrail fabricated and installed per detail $ LF $ 16. 250 LF Saw cuts in existing pavements $ LF $ 17. 500 SF Sod replacement; Bermuda, Fescue $ SF $ 18. 250 SF Seeding; Bermuda, Fescue $ SF $ BL105-22 Page 30 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Bid Schedule Six-Month Term – Continued Contractor Name ______________________________________________________________________________________ ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 19. 10 TN Crushed granite (M-10) installed $ TN $ 20. 10 TN Slatescape installed $ TN $ 21. 10 TN Graded aggregate base (GAB) installed $ TN $ 22. 10 TN Size 57 stone installed $ TN $ 23. 10 TN Rip Rap installed $ TN $ 24. 50 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 6” D includes installation $ LF $ 25. 50 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 8” D includes installation $ LF $ 26. 125 LF HDPE storm drain pipe double walled – smooth interior with fittings (bands, couplers) 12”D includes installation $ LF $ 27. 125 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 18” D includes installation $ LF $ 28. 50 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 24” D includes installation $ LF $ 29. 50 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 30” D includes installation $ LF $ 30. 50 LF 6” wide trench drain with ADA compliant grate, concrete encasement installed per detail, Dura-slope or equal $ LF $ 31. 5 EA Plastic drain basin w/standard grate & concrete collar, 12” D, 12” Tall (2 inverts for pipe 6-8”) installed per detail, Nyloplast or equal $ EA $ 32. 5 EA Plastic riser, 12” D, 12” tall installed per detail, Nyloplast or equal $ EA $ 33. 1 EA GDOT standard precast concrete headwall for 12” pipe installed $ EA $ 34. 1 EA GDOT standard precast concrete headwall for 18” pipe installed $ EA $ 35. 1 EA GDOT standard precast concrete headwall for 24” pipe installed $ EA $ BL105-22 Page 31 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Bid Schedule Six-Month Term – Continued Contractor Name ______________________________________________________________________________________ ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 36. 1 EA GDOT standard drop inlet, 48” D, 48” tall with 2 inverts installed $ EA $ 37. 1 EA GDOT standard cone top, 48” D, 24” tall with cast iron grate installed $ EA $ 38. 2 EA GDOT standard manhole riser, 48” D, 12” tall installed $ EA $ 39. 5 EA 4” D concrete core, up to 12” deep $ EA $ 40. 10 EA Hay/Wheat Straw/Pine Straw Bale installed $ EA $ 41. 100 LF Type “C” silt fence installation, maintenance & removal $ LF $ 42. 100 LF French drain 4” D includes installation $ LF $ 43. 100 LF French drain 6” D includes installation $ LF $ 44. 100 LF French drain 8” D includes installation $ LF $ 45. 100 LF French drain 4” D with fabric sock includes installation $ LF $ 46. 100 LF French drain 6” D with fabric sock includes installation $ LF $ 47. 100 LF French drain 8” D with fabric sock includes installation $ LF $ 48. 10 EA 6” D concrete-filled pipe bollard per detail $ EA $ 49. 75 SF Concrete cantilever retaining wall per detail $ SF $ 50. 150 SF Modular block retaining wall per detail $ SF $ 51. 25 SF 12” free standing seat wall per detail, less material cost for block $ SF $ 52. 25 SF 16” free standing seat wall per detail, less material cost for block $ SF $ 53. 25 LF 12” wall cap with pockets, poured in place per detail $ LF $ 54. 25 LF 16” wall cap with pockets, poured in place per detail $ SF $ BL105-22 Page 32 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Bid Schedule Six-Month Term – Continued Contractor Name ______________________________________________________________________________________ ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 55. 25 LF 12” wall cap without pockets, poured in place $ SF $ 56. 25 LF 16” wall cap without pockets poured in place $ SF $ 57. 10 LF 12” wall cap without pockets, pre-cast with colorant $ SF $ 58. 10 LF 16” wall cap without pockets, pre-cast with colorant $ SF $ 59. 20 HR Foreman $ HR $ 60. 40 HR Laborer $ HR $ 61. 20 HR Truck driver $ HR $ 62. 20 HR Finisher $ HR $ TOTAL $ Materials mark-up (Not to exceed 15%) % BL105-22 Page 33 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Alternate Bid Schedule – Annual Term Contractor Name ______________________________________________________________________________________ Delivery will be F.O.B. Destination, freight pre-paid and allowed. ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 1. 150 LF Concrete curb & gutter 6" x 24" x 12" high back - under 50 LF per detail $ LF $ 2. 1,500 LF Concrete curb & gutter 6" x 24" x 12" high back - 50 LF to 500 LF per detail $ LF $ 3. 200 SF Concrete paver installation per detail $ SF $ 4. 100 LF Concrete doweled integral curb GDOT Standard including dowel bars & long reinforcement – 500 LF or less $ LF $ 5. 4 EA Handicap ramp with Detectable Warning Surface, Truncated Dome per detail $ EA $ 6. 4,000 SY 6" Concrete pavement including reinforcement (Heavy Duty) $ SY $ 7. 500 SY Concrete sidewalk, 4" thick $ SY $ 8. 200 SY Concrete Swale 4" reinforced per detail $ SY $ 9. 4 EA 6" Catch basin lids, double wing per GA DOT Standards $ EA $ 10. 600 CY Debris removal separate of items included in items #11 and #12; misc. or unforeseen improvements $ CY $ 11. 400 LF Complete removal of existing curb & gutter and other improvements – all sizes $ LF $ 12. 1,500 SY Complete removal of existing pavement and other improvements – all types $ SY $ 13. 200 CY Concrete structures poured in place $ CY $ 14. 200 CY Concrete steps per detail $ CY $ 15. 80 LF Galvanized handrail fabricated and installed per detail $ LF $ 16. 500 LF Saw cuts in existing pavements $ LF $ 17. 1,000 SF Sod replacement; Bermuda, Fescue $ SF $ BL105-22 Page 34 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Alternate Bid Schedule Annual Term - Continued Contractor Name ______________________________________________________________________________________ ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 18. 500 SF Seeding; Bermuda, Fescue $ SF $ 19. 20 TN Crushed granite (M-10) installed $ TN $ 20. 20 TN Slatescape installed $ TN $ 21. 20 TN Graded aggregate base (GAB) installed $ TN $ 22. 20 TN Size 57 stone installed $ TN $ 23. 20 TN Rip Rap installed $ TN $ 24. 100 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 6” D includes installation $ LF $ 25. 100 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 8” D includes installation $ LF $ 26. 250 LF HDPE storm drain pipe double walled – smooth interior with fittings (bands, couplers) 12”D includes installation $ LF $ 27. 250 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 18” D includes installation $ LF $ 28. 100 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 24” D includes installation $ LF $ 29. 100 LF HDPE storm drainpipe double walled – smooth interior with fittings (bands, couplers) 30” D includes installation $ LF $ 30. 100 LF 6” wide trench drain with ADA compliant grate, concrete encasement installed per detail, Dura-slope or equal $ LF $ 31. 10 EA Plastic drain basin w/standard grate & concrete collar, 12” D, 12” Tall (2 inverts for pipe 6-8”) installed per detail, Nyloplast or equal $ EA $ 32. 10 EA Plastic riser, 12” D, 12” tall installed per detail, Nyloplast or equal $ EA $ 33. 2 EA GDOT standard precast concrete headwall for 12” pipe installed $ EA $ 34. 2 EA GDOT standard precast concrete headwall for 18” pipe installed $ EA $ 35. 2 EA GDOT standard precast concrete headwall for 24” pipe installed $ EA $ BL105-22 Page 35 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Alternate Bid Schedule Annual Term - Continued Contractor Name ______________________________________________________________________________________ ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 36. 2 EA GDOT standard drop inlet, 48” D, 48” tall with 2 inverts installed $ EA $ 37. 2 EA GDOT standard cone top, 48” D, 24” tall with cast iron grate installed $ EA $ 38. 4 EA GDOT standard manhole riser, 48” D, 12” tall installed $ EA $ 39. 10 EA 4” D concrete core, up to 12” deep $ EA $ 40. 20 EA Hay/Wheat Straw/Pine Straw Bale installed $ EA $ 41. 200 LF Type “C” silt fence installation, maintenance & removal $ LF $ 42. 200 LF French drain 4” D includes installation $ LF $ 43. 200 LF French drain 6” D includes installation $ LF $ 44. 200 LF French drain 8” D includes installation $ LF $ 45. 200 LF French drain 4” D with fabric sock includes installation $ LF $ 46. 200 LF French drain 6” D with fabric sock includes installation $ LF $ 47. 200 LF French drain 8” D with fabric sock includes installation $ LF $ 48. 20 EA 6” D concrete-filled pipe bollard per detail $ EA $ 49. 150 SF Concrete cantilever retaining wall per detail $ SF $ 50. 300 SF Modular block retaining wall per detail $ SF $ 51. 50 SF 12” free standing seat wall per detail, less material cost for block $ SF $ 52. 50 SF 16” free standing seat wall per detail, less material cost for block $ SF $ 53. 50 LF 12” wall cap with pockets, poured in place per detail $ LF $ 54. 50 LF 16” wall cap with pockets, poured in place per detail $ SF $ BL105-22 Page 36 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Alternate Bid Schedule Annual Term - Continued Contractor Name ______________________________________________________________________________________ ITEM # APPROX ANNUAL QTY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE 55. 50 LF 12” wall cap without pockets, poured in place $ SF $ 56. 50 LF 16” wall cap without pockets poured in place $ SF $ 57. 20 LF 12” wall cap without pockets, pre-cast with colorant $ SF $ 58. 20 LF 16” wall cap without pockets, pre-cast with colorant $ SF $ 59. 40 HR Foreman $ HR $ 60. 80 HR Laborer $ HR $ 61. 40 HR Truck driver $ HR $ 62. 40 HR Finisher $ HR $ TOTAL $ Materials mark-up (Not to exceed 15%) % BL105-22 Page 37 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Bid Schedule – Six-Month Term Contractor Name ______________________________________________________________________________________ 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 upon Board of Commissioners approval. Unless otherwise noted, quoted prices will remain firm for four (4) additional 6-month periods. If a percentage increase/decrease is a part of the renewal options, please note this in the space provided together with an explanation. Renewal Option 1: % Increase % Decrease Explanation Renewal Option 2: % Increase % Decrease Explanation Renewal Option 3: % Increase % Decrease Explanation Renewal Option 4: % Increase % Decrease Explanation Certification Of Non-Collusion in Bid Preparation Signature Date The undersigned acknowledges receipt of the following addenda, listed by number and date appearing on each: Addendum No. Date Addendum No. 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 ninety (90) days of the date of bid opening, to furnish any or all of the items upon which prices are bid, at the price set opposite each item bid, delivered to the designated point(s) within the time specified in the bid schedule. By submission of this bid, 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 BL105-22 Page 38 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Alternate Bid Schedule – Annual Term Contractor Name ______________________________________________________________________________________ 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 upon Board of Commissioners approval. Unless otherwise noted, quoted prices will remain firm for four (4) additional 12-month periods. If a percentage increase/decrease is a part of the renewal options, please note this in the space provided together with an explanation. Renewal Option 1: % Increase % Decrease Explanation Renewal Option 2: % Increase % Decrease Explanation Renewal Option 3: % Increase % Decrease Explanation Renewal Option 4: % Increase % Decrease Explanation Certification Of Non-Collusion in Bid Preparation Signature Date The undersigned acknowledges receipt of the following addenda, listed by number and date appearing on each: Addendum No. Date Addendum No. 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 ninety (90) days of the date of bid opening, to furnish any or all of the items upon which prices are bid, at the price set opposite each item bid, delivered to the designated point(s) within the time specified in the bid schedule. By submission of this bid, 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 BL105-22 Page 39 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Contractor Name ______________________________________________________________________________________ REFERENCES Gwinnett County requests a minimum of three (3) references where work of a similar size and scope has been completed with a minimum of three (3) years’ experience, see Page 2. 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 Date Contact Person Telephone E-Mail Address 3. Company Name Brief Description of Project Completion Date Contract Amount $ Start Date Contact Person Telephone E-Mail Address BL105-22 Page 40 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. Contractor Name ______________________________________________________________________________________ GWINNETT COUNTY, GEORGIA LIST OF SUBCONTRACTORS 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 BL105-22 Page 41 STANDARD INSURANCE REQUIREMENTS (For projects less than $1,000,000) 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 (and any applicable Authority) 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 BL105-22 Page 42 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. 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 BL105-22 Page 43 BONDING AND CONTRACT REQUIREMENTS General Bond Requirements 1. Bid Bonds - Amount of bond should be 5% of contract amount and submitted with your bid. Gwinnett County form Attached (Attachment A). Failure to use Gwinnett County Bid Bond Form may result in bid being deemed non-responsive and automatic rejection may occur. 2. Performance Bond - (Supplied by successful vendor) - Amount of bond should be 100% of contract amount. (MUST USE COUNTY FORM) 3. Payment, Labor and Materials Bonds - (Supplied by successful vendor) - Amount of bond should be 100% of contract amount. (MUST USE COUNTY FORM) 4. Bonding company must be authorized to do business by the Georgia Insurance Department. 5. An original/certified copy of the Bonding company's Certificate of Authority or Power of Attorney must be attached to bond. The Certificate of Authority may be obtained from the Georgia Insurance Department. 6. Bonding company must have a minimum AM Best rating of A-5 or higher as stated in Insurance Requirements. 7. Bonding Company must be 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. (Dept. Circular 570; 1992 Revision). 8. After bid opening, vendor has up to forty eight (48) hours to notify the Gwinnett County Purchasing Office of an obvious error made in calculation of Bid. Withdrawal of Bid Bond for this reason must be done in writing within the forty eight (48) hour period. Bid Bond may not be withdrawn otherwise. Contract Requirements 1. Successful vendor is required to do the following within ten (10) days of notification. A. Return to Purchasing Office contract documents executed by the principal of the company and attested by the secretary or assistant secretary. B. Provide Insurance certificates as specified in the bid documents. C. Provide bonding as required by the bid documents. 2. Failure to execute the Contract, Contract Performance Bond and Payment Bond, or furnish satisfactory proof of carriage of the insurance required within ten days after the date of Notice of Award of the Contract may be just cause for the annulment of the award and for the forfeiture of the bid guaranty to Gwinnett County, not as a penalty, but as liquidation of damages sustained. At the discretion of the County, the award may then be made to the next lowest, responsible bidder, or the work may be re-advertised or constructed by County forces. The Contract and Contract Bonds shall be executed in duplicate. BL105-22 Page 44 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: 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. BL105-22 Page 45 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. BL105-22 Page 46 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 BL105-22 Page 47 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, 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. BL105-22 Page 48 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. 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. BL105-22 Page 49 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. 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 conditions of the work made by any of its officers, agents, or employees prior to the execution of this agreement. GC-23 RIGHT OF ENTRY The County reserves the right to enter the site of the work by such agent as it may elect for the purpose of inspecting the work or installing such collateral work as the County may desire. GC-24 NOTICES Any notice, order, instruction, claim or other written communication required pursuant to this agreement shall be deemed to have been delivered or received as follows: (1) Upon personal delivery to the Contractor, it’s authorized representative, or the engineer on behalf of the County. Personal delivery may be accomplished by in-person hand delivery or bona fide overnight express service. (2) Three days after depositing in the United States mail a certified letter addressed to the Contractor, the County, or the engineer. For purposes of mailed notices, the County's mailing address shall be 75 Langley Drive, Lawrenceville, Georgia 30046. The Contractor's mailing address shall be the address stated in its proposal, and the engineer's mailing address shall be its address listed in the Notice to Begin Work. GC-25 SAFETY The Contractor shall take all reasonable precautions for the safety of all persons and property associated with the work, and the Contractor shall erect and maintain, as required by existing conditions and the progress of the work, all reasonable safeguards for the safety and protection of persons in the vicinity of the project. BL105-22 Page 50 GC-26 BLASTING AND EXCAVATION The Contractor acknowledges that it is fully aware of the contents and requirements of O.C.G.A.  25-9-1 through 25-9-12 concerning blasting and excavation near underground gas pipes and facilities and shall fully comply therewith. GC-27 HIGH VOLTAGE LINES The Contractor acknowledges that it is fully aware of the contents and requirements O.C.G.A.  46-3-30 through 46-3-39 concerning safeguards against contact with high voltage lines, and the Contractor shall fully comply with said provisions. GC-28 SCAFFOLDING AND STAGING The Contractor acknowledges that it is the person responsible for employing and directing others to perform labor within the meaning of O.C.G.A.  34-1-1 and agrees to comply with said provisions. GC-29 CLEAN-UP The Contractor shall clean up all refuse, rubbish, scrap materials, and debris caused by its operations to the end that the site of the work shall present a neat, orderly and workmanlike appearance at all times. GC-30 PROTECTION OF WORK The Contractor shall be responsible for maintenance and protection of the work until final completion of this agreement and acceptance of the work as defined herein. Any portion of the work suffering injury, damage or loss shall be considered defective and shall be corrected or replaced by the Contractor without additional cost to the County. GC-31 REJECTED WORK The Contractor shall promptly remove from the project all work rejected by the engineer for failure to comply with the contract documents and the Contractor shall promptly replace and re-execute the work in accordance with the contract documents and without expense to the County. The Contractor shall also bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. GC-32 DEFECTIVE WORK If the Contractor defaults or neglects to carry out any portion of the work in accordance with the contract documents, and fails within three days after receipt of written notice from the County or the engineer to commence and continue correction of such default or neglect with diligence and promptness, the County or the engineer may, after three days following receipt by the Contractor of an additional written notice and without prejudice to any other remedy the County may have, make good such deficiencies and complete all or any portion of any work through such means as the County may select, including the use of a new Contractor. In such case, an appropriate change order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies. In the event the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the County on demand. GC-33 NEW MATERIALS The Contractor warrants to the County that all materials and equipment furnished under this contract will be new unless otherwise specified, and the Contractor further warrants that all work will be of good quality, free from faults and defects, and in conformance with the contract documents. The warranty set forth in this paragraph shall survive final acceptance of the work. GC-34 CONTRACTOR'S WARRANTY If within one year after the date of substantial completion and final acceptance of the work by the County, or within such longer period of time as may be prescribed by law or by the term of any applicable special warranty required

Gwinnett County GA 30024Location

Address: Gwinnett County GA 30024

Country : United StatesState : Georgia

You may also like

B24001831 DAR Kauai Work Station Site Work

Due: 08 May, 2024 (in 13 days)Agency: Land & Natural Resources

Concrete Flatwork Installation Annual Contract

Due: 31 May, 2032 (in about 8 years)Agency: Riverside Materials

Please Sign In to see more like these.

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