Bid # 20-0057-4 L. Scott Stell Park Site Improvements

expired opportunity(Expired)
From: Chatham county(County)
Bid # 20-0057

Basic Details

started - 03 Jun, 2020 (about 3 years ago)

Start Date

03 Jun, 2020 (about 3 years ago)
due - 28 Jul, 2020 (about 3 years ago)

Due Date

28 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
Bid # 20-0057

Identifier

Bid # 20-0057
Chatham county

Customer / Agency

Chatham county
unlockUnlock the best of InstantMarkets.

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

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

INVITATION TO BID Brp No.20-00s7-4 L. SCOTT STELL PARK STTE IMPROVEMENTS PRE-BID CONFERENCE ( AUDIO ONLY ) : 10:00 .ruLY 14.2020 BID OPENING: 2 PM..IIil,Y 28.2020 THE COMMISSIONERS OF CHATHAM COLINTY, GEORGIA ALBERT J. SCOTT, CHAIRMAN COMMISSIONER HELEN J. STONE COMMISSIONER JAMES J. HOLMES COMMIS SIONER BOBBY LOCKETT COMMISSIONER PATRICK J. FARRELL COMMISSIONER TABITHA ODELL COMMISSIONER JAMES "JAY" JONES COMMISSIONER DEAN KICKLIGHTER COMMISSIONER CHESTER A. ELLIS R. JONATHAN HART, COTINTY ATTORNEY 1 CHATHAM COLINTY, GEORGIA DOCUMENT CHECK LIST The following documents, when marked, are contained in and made apart of this Bid Package or are required to be submitted with the bid. It is the responsibility of the bidder to read, complete and sign, where indicated, and retum these documents with his/her bid. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFYING THE BID. X GENERAL INFORMATION AND INSTRUCTIONS TO BID WITH ATTACHMENTS X SURETY REQUIREMENTS - A Bid Bond of 5o/o with this ITB. X
PROPOSAL _PLANS/SPECIFICATIONS -Plans and Technical Specifications must be purchased at Clayton Digital Reprographics by logging into www. cdrepro. com. Login to DFS. New users must register. For technical support contact CDR at (912) 447-5445rfax (912) 233-7020 or email: cdrwest@cdrepro. X BID SCHEDULE PERIORMANCE BOND - Required at the time of contract. PAYMENT BOND - Required at the time of contract. CONTRACT X LEGAL NOTICE X ATTACHMENTS: A. DRUG FREE WORKPLACE; B. NONDISCRIMINATION STATEMENT; C. DISCLOSURE OF RESPONSIBILITY STATEMENT; D. CONTRACTOR & SUBCONTRACTOR AFFIDAVIT AND AGREEMENT, E. BIDDER'S CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION, F. M/WBE PARTICIPATION REPORT, G. SYSTEMATIC ALIEN VERIFICATION FOR ENTITLEMENTS, X DOCUMENTATION OF ABILITY TO PERFORM BID REQUIREMENTS. THIS MAY BE REQUIRED OF BIDDERS AFTER SUBMISSION OF BIDS. 2 COUNTY TAX CERTIFICATE REOUIREMENT - Contractor must supply a copy of their Tax Certificate from their location in the State of Georgia, as proof of payment of the occupational tax where their office is located. CURRENT TAX CERTIFICATE NUMBER CITY COLINTY OTHER The Chatham County of Commissioners have established goals to increase participation of minority and woman owned businesses. In order to accurately document participation, businesses submitting bids or proposals are encouraged to report ownership status. A minority or woman owned business is defined as a business with at least 517o ownership by one or more minority/female individuals and whose daily business operations are managed and directed by one (1) or more of the minority/female owners. Please check ownership status as applicable: African-American- Asian American- Native American or Alaskan Indian Woman In the award of "Competitive Sealed Proposals", minority/female participation may be one of several evaluation criteria used in the award process when specified as such in the Request for Proposal. RECEIPT IS HEREBY ACKNOWLEDGED OF ADDENDA NUMBER(S) The undersigned bidder certifies that he/she has received the above listed and marked documents and acknowledges that his4rer failure to return each, completed and signed as required, may be cause for disqualifying his/her bid. BY DATE SIGNATURE TITLE 3 COMPANY CHATHAM COUNTY, GEORGIA OFFICE OF THE PURCHASING DIRECTOR 1117 EISENHOWER DRIVE - SUITE C SAVANNAH,GEORGIA 31406 (e12) 7eo-r622 Date: June 17,2020 BrD NO. 20-0057-4 GENERAL INFORMATION FOR INVITATION FOR BID This is an invitation to submit a bid to supply Chatham County with construction, equipment, supplies and/or services as indicated herein. Sealed bids will be received at the Office of the Purchasing Director, at The Chatham County Citizens Service Center. 1117 Eisenhower Drive. Suite C. Savannah. Georgia 31406 up to 2:00PM local time. JULY 28. 2020. at which time they will be opened and publicly read. The County reserves the right to reject all bids that are non-responsive or not responsible. Instructions for preparation and submission of a bid are contained in this Invitation To Bid package. Please note that specific forms for submission of a bid are required. Bids must be typed or printed in ink. Due to the current Pandemic, An Audio Only Pre-Bid Conference has been scheduled for JULY 14. at 10:00 AM.. Participants may attend by calling 1-888-585-9008' conference room code 743-636-882, to discuss the specifications and resolve any questions andlor misunderstanding that may arise. Bidders attending remotely are asked to mute phones when not speaking, in consideration of others. You are encouraged to call and participate. Also, because of the Pandemic, we cannot allow attendees at the Bid Opening reading, which is scheduled for 2:00pm, July 28,2020. The bids will be read via Audio at that time and can be heard by calling 1-888-585-9008, conference room code 743-636-882. Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the Purchasing Director will issue a written addendum to document each approved change. Generally when addenda are required, the bid opening date will be changed. Chatham County has an equal opportunity purchasing policy. Chatham County seeks to ensure that all segments of the business community have access to supplying the goods and services needed by County programs. The County affrrmatively works to encourage utilization of disadvantaged and minority business enterprises in our procurement activities. The County provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. The terms "disadvantaged business," "minority business enterprise," and "minority person" are more specifically defined and 4 explained in the Chatham Count)' Purchasing Ordinance and Procedures Manual, Article VII - Disadvantaged Business Enterprises Program. This project IS a Special Purpose Local Option Sales Tax (SPLOST) Project. See paragraph 2.25 for MBE/WBE participation goals. 1.1 INSTRUCTIONS TO BIDDERS Purpose: The purpose of this document is to provide general and specific information for use in submitting a bid to supply Chatham County with equipment, supplies, andlor services as described herein. All bids are governed by the Code of Chatham County, Chapter 4, Article IV, and the laws of the State of Georgia. 1.2 How to Prepare Bids: All bids shall be: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. Typewritten or completed with pen and ink, signed by the business owner or authorized representative, with all erasures or corrections initialed and dated by the official signing the bid. ALL SIGNATURE SPACES MUST BE SIGNED. Bidders are encouraged to review carefully all provisions and attachments of this document prior to submission. Each bid constitutes an offer and may not be withdrawn except as provided herein. 1.3 How to Submit Bids: All bids shall be: I. An original and duplicate copy must be submitted in a sealed opaque envelope, plainly marked with the bid number and title, date and time of bid openingo and company name. b. Mailed or delivered as follows in sufficient time to ensure receipt by the Purchasing Director on or before the time and date specified above. l. Mailing Address: Chatham County Purchasing and Contracting,lllT Eisenhower Driveo Suite C, Savannah, Georgia31406. Hand Delivery: Purchasing Director, Chatham County Citizens Service Center, 1117 Eisenhower Drive, Suite C, Savannah, Georgia 31406. b. 2 5 BIDS NOT RY THE TIME AND DATE SPECIFIED NOT BE OPENED OR CONSIDERED. 1.4 How to Submit an Objection: Objections from bidders to this invitation to bid and/or these specifications should be brought to the attention of the County Purchasing Director in the following manner: When a pre-bid conference is scheduled, bidders shall either present their oral objections at that time or submit their written objections at least two (2) days prior to the scheduled pre-bid conference. When a pre-bid conference is not scheduled, the bidder shall submit any objections he may have in writing not less than five (5) days prior to the opening of the bid. The objections contemplated may pertain to form andlor substance of the invitation to bid documents. Failure to object in accordance with the above procedure will constitute a waiver on the part of the business to protest this invitation to bid. 1.5 Failure to Bid: If a bid is not submitted, the business should return this invitation to bid document, stating reason therefore, and indicate whether the business should be retained or removed from the County's bidders list. 1.6 Errors in Bids: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids. Failure to do so will be at the bidder's own risk. In case of error in extension of prices in the bid, the unit price will govern. Standards for Acceptance of Bid for Contract Award: The County reserves the right to reject any or all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the County. The County reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid from a bidder whom investigation shows is not in a position to perform the contract. a. b. c t.7 1.8 Bid Tabulation: Tabulations for all bids will be posted for thirty (30) days after the bid opening in the Office of Purchasing and Contracting, lllT Eisenhower Drive, Suite C, Savannah, Georgia 31406 or can be reviewed on the Purchasing web site 24148 hours after opening at http ://purchasing.chathamcounty.org. Bidder: Whenever the term "bidder" is used it shall encompass the "person," "business," "sontractor," "supplier," "vendor," or other party submitting a bid or proposal to Chatham 6 r.9 County in such capacity before a contract has been entered into between such party and the County. 1.10 Responsible / Responsive Bidder: Responsible Bidder means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive Bidder means a person or entity that has submitted a bid or proposal that conforms in all material respects to the requirements set forth in the invitation for bids or request for proposals. 1.11 Compliance with Laws: The bidder and/or contractor shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state or County stature, ordinances and rules during the performance of any contract between the contractor and the County. Any such requirement specifically set forth in any contract document between the contractor and the County shall be supplementary to this section and not in substitution thereof. 1.I2 Contractor: Contractor or subcontractor means any person or business having a contract with Chatham County. The Contractor/Vendor of goods, material, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. 1.13 Local Preference: On 27 March 1998, the Board of Commissioners adopted a "Local Vendor" Preference Ordinance that gives the lowest Chatham County vendor submitting a responsible bid/quote the opportunity to match the lowest price offered by an out-of-County vendor. If the County vendor confirms in writing to match within 24 hours, the award will be made to the Chatham County vendor. The lowest Chatham County responsive bidder will be afforded the "right to first refusal". "Local Vendor" is defined as a business or supplier which operates and maintains a regular place of business within the geographical boundaries of Chatham County or one of the local Municipalities of the County AND all real and personal property taxes are paid prior to award of a contract or purchase. 'NOT APPLICABLE TO PUBLIC WORKS CONSTRUCTION PROJECTS AND REVENUE PRODUCING BIDS.' However, contractors are encourage to apply the same method when awarding bids to local M/WBE businesses whenever possible in order to promote growth in Chatham County's economy. 1.14 Debarred Firms and Pending Litigation: Any potential proposer/firm listed on the Federal or State of Georgia Excluded Parties Listing (Barred from doing business) will not be considered for contract award. Proposers shall disclose any record of pending criminal violations (Indictment) and/or convictions, pending lawsuits, etc., and any actions that may be a conflict of interest occurring within the past five (5) years. Any proposer/firm previously defaulting or terminating a contract with the County will not be considered. ** All bidders or proposers are to read and complete the Disclosure of Responsibility 1 Statement enclosed as an Attachment to be retumed with response. Failure to do so may result in your solicitation response being rejected as non-responsive. Bidder acknowledges that in performing contract work for the Board, bidder shall not :utrlize any firms that have been a party to any of the above actions. If bidder has engaged any firm to work on this contract or project that is later debarred, Bidder shall sever its relationship with that firm with respect to Board contract. 1.15 Performance Evaluation: On 1lApril2008, the Chatham County Board of Commissioners approved a change to the County Purchasing Ordinance requiring Contractor/Consultant Performance Evaluations, as a minimum, annually, prior to contract anniversary date. Should Contractor/Consultant performance be unsatisfactory, the appointed County Project Manager for the contract may prepare a Contractor/Consultant Complaint Form or a Performance Evaluation to the County Purchasing Director. 1 . 1 6 Payment of Taxes: No contract shall be awarded unless all real and personal property taxes have been paid by the successful contractor and/or subcontractors as adopted by the Board of Commissioners on 8 APril 1994. l.l7 State Licensing Board for General Contractors: Pursuant to Georgialaw, the following types of contractors must obtain a license from the State Licensing Board of Residential and General Contractors by 1 Julv 2008 *Residential - Basic Contractor (Contractor work relative to detached one-family and two-family residences and one-family townhouses not over three stories in height). *Residentiat - Light Commercial Contractor (Contractor work or activity related to multifamily and multiuse light commercial buildings and structures). *General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). See for Suhmittins Bid"for the tvne of license reouired for fhis nroiect. 1.18 Immigration: On I Section 2) became employees entering E-Verify System. July , the Georgia Security and Immigration Compliance Act (SB 529, effective. All contractors and subcontractors with 100 or more into a contract or work must sign an affidavit that he/she has used the F-\/erifrr is no-cost fo.{o*ol emn verification +^ i-."-^ employment eli gibility. Affidavits are enclosed in this solicitation. You may download M-274 Handbook for Employers at You may go to http://www.uscis.gov. to find the E-Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1, B required Georgia's counties to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain "public benefits" are legally present in the United States. Contracts with the County are considered "public benefits." Therefore, the successful bidder will be required to provide the Affidavit Verifying Status for Chatham County Benefit Application prior to receiving any County contract. The affidavit is included as part of this bid package but is only required ofthe successful bidder. Protection of Resident Workers. Chatham County Board of Commissioners actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. GENERAL CONDITIONS Specifications: Any obvious effor or omission in specifications shall not inure to the benefit of the bidder but shall put the bidder on notice to inquire of or identify the same from the County. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed to be the minimum requirements of these specifications. Multiple Bids: No vendor will be allowed to submit more than one (1) bid. Any altemate proposals must be brought to the Purchasing Agent's attention during the Pre-bid Conference or submitted in writing at least five (5) days preceding the bid opening date. 2.3 Not Used Prices to be Firm: Bidder warrants that bid prices, terms and conditions quoted in his bid will be firm for acceptance for a period of sixty (60) days from bid opening date, unless otherwise stated in the bid. 2.2 2.1 2.4 2.5 Completeness: All information required by Invitation for Bids/Proposals must be completed and submitted to constitute a proper bid or proposal. Quality: All materials, or supplies used for the construction necessary to comply with this proposal shall be of the best quality, and of the highest standard of workmanship. 9 2.6 2.7 2.8 2.9 2.10 2.1r Workmanship employed in any construction, repair, or installation required by this proposal shall be of the highest quality and meet recognized standards within the respective trades, crafts and of the skills employed. GuaranteeAilarranty: Unless otherwise specified by the County, the bidder shall unconditionally guarantee the materials and workmanship for one (1) year on all material andlor services. If, within the guarantee period, any defects occur which are due to faulty material and or services, the contractor at his expense, shall repair or adjust the condition, or replace the material and/or services to the complete satisfaction of the County' These repairs, replacements or adjustments shall be made only at such time as will be designated by the County as being least detrimental to the operation of County business. Liability Provisions: Where bidders are required to enter or go onto Chatham County property to take measurements or gather other information in order to prepare the bid or proposal as requested by the County, the bidder shall be liable for any injury, damage or iorr o..urioned by negligence of the bidder, his agent, or any person the bidder has designated to prepare the bid and shall indemnify and hold harmless Chatham County from any liability arising therefrom. The contract document specifies the liability provisions required of the successful bidder in order to be awarded a contract with Chatham County. Cancellation of Contract: The contract may be canceled or suspended by Chatham County in whole or in part by written notice of default to the Contractor upon non- performance or violation of contract terms. An award may be made to the next low bidder, lor articles and/or services specified or they may be purchased on the open market and the defaulting Contractor (or his surety) shall be liable to Chatham County for costs to the County in excess of the defaulted contract prices. See the contract documents for complete requirements. Patent Indemnity: Except as otherwise provided, the successful bidder agrees to indemnify Chatham County and its officers, agents and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal for the account of the County of supplies furnished or construction work performed hereunder. Certification of Independent Price Determination: By submission of this bid, the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement: (1) The prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the pu{pose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by 10 (3) the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; and No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not be submit a bid for the purpose or restricting competition. 2.I2 Award of Contract: The contract, if awarded, will be awarded to that responsible bidder whose bid/proposal will be most advantageous to Chatham County, price and other factors considered. The Board of Commissioners will make the determination as to which bid or proposal that serves as the best value to Chatham County. 2.13 Procurement Protests: Objections and protests to any portion of the procurement process or actions of the County staff may be filed with the Purchasing Agent for review and resolution. The Chatham County Purchasing Procedures Manual, Article IX - Appeals and Remedies shall govern the review and resolution of all protests. Z.l4 Qualification of Business (Responsible Bidder or Proposer): A responsible bidder or proposer is defined as one who meets, or by the date of the bid acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required by the Design Professional engaged to develop Scope of Work, specifications and plans. These documents will be listed in the Special Conditions further on in this solicitation. Chatham County has the right to require any or all bidders to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. Chatham County has the right to disqualify the bid or proposal of any bidder or proposer as being unresponsive or unresponsible whenever such bidder/proposer cannot document the ability to deliver the requested product. 2.I5 Chatham County Tax Certificate Requirement: A current Chatham County Tax Certificate is required unless otherwise specified. Please contact the Building Safety and Regulatory Services at (912) 20I-4300 for additional information. NOTE: No contract shall be awarded unless all real and personal property taxes have been paid by the successful contractor andlor subcontractors as adopted by the Board of Commissioners on 8 April 1994. 2.16 Insurance Provisions, General: The selected contractor shall be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Bid. to Di 11 of the end of each term. Failure to do so may be cause for termination of contract. 2.16.1 General Information that shall appear on a Certificate of Insurance: I. Name of the Producer (Contractor's insurance Broker/Agent). il. Companies affording coverage (there may be several). ru. Name and Address of the Insured (this should be the Company or Parent of the firm Chatham County is contracting with). 1y. A Summary of all current insurance for the insured (includes effective dates of coverage). V. A brief description of the operations to be performed, the spscific job to be performed, or contract number. VI. Certificate Holder (This is to always include Chatham County). Chatham County as an Additional Insured: Chatham County invokes the defense of sovereign immunity. In order not to jeopardize the use of this defense, the County is not to be included as an Additional Insured on insurance contracts. 2.16.2 Minimum Limits of Insurance to be maintained for the duration of the contract Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor or Tenant. This policy coverage includes: premises and operations, use of independent contractors, products/completed operations, personal injury, contractual, broad form property damage, and underground, explosion and collapse hazards. Minimum limits: $1,000,000 bodily injuty and property damage per occurrence and annual aggregate. Worker's Compensation and Employer's Liabitity: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer's Liability coverage is usually included in Worker's Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker's Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, disease each employee and Statutory Worker's Compensation limit. Business Automobile Liability: Coverage insures against liability claims arising out of the Contractor's use of automobiles. Minimum limit: $1,000,000 combined single limit per accident for bodily injury and property damage. Coverage should be written on an Any Auto basis. Special Requirements: Claims-Made Coverage: The limits of liability shall remain the same as the L2 a. b c 2.t6.3 a. b. c d (' h. f. e. occurrence basis, however, the Retroactive date shall be prior to the coincident with the date of any contract, and the Certificate of Insurance shall state the coverage is claims-made. The Retroactive date shall also be specifically stated on the Certificate of Insurance. Extended Reporting Periods: The Contractor shall provide the County with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. Reporting Provisions: Any failure to comply with reporting provisions of the policies shall not affect coverage provided in relation to this request. Cancellation: Each insurance policy that applies to this request shall be endorsed to state that it shall not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the County. Proof of Insurance: Chatham County shall be furnished with certificates of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. All certificates of insurance are to be submitted prior to, and approved by, the County before services are rendered. The Contractor must ensure Certificate of Insurance are updated for the entire term of the County. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best's rating of A and a five (5) year average financial rating of not less than V. If an insurer does not qualify for averaging on a five year basis, the current total Best's rating will be used to evaluate insurer acceptability. Lapse in Coverage: A lapse in coverage shall constitute grounds for contract termination by the Chatham County Board of Commissioners. Deductibles and Self-Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the County. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as related to the County, its officials, officers, employees, and volunteers; or the Contractor shall procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. Additional Coverage for Specific Procurement Projects: Professional Liability: Insure errors or omission on behalf of architects, engineers, attorneys, medical professionals, and consultants. 2.16.4 a. -LJ Minimum Limits: Coverage Requirement: $l million per claim/occurrence If claims-made, retroactive date must precede or coincide with the contract effective date or the date of the Notice to Proceed. The professional must state if tail coverage has been purchased and the duration of the coverage. Builder's Risk: (For Construction or Installation Contracts) Covers against insured perils while in the course of construction. Minimum Limits: All-Risk coverage equal 100% of contract value Coverage Requirements: Occupancy Clause - permits County to use the facility prior to issuance of Notice of Substantial Completion' 2.17 Compliance with Specification - Terms and Conditions: The Invitation to Bid, Legal Advertisement, General Conditions and Instructions to Bidders, Specifications, Special Conditions, Vendor's Bid, Addendum, and/or any other pertinent documents form a part of the bidders proposal or bid and by reference are made apart hereof. 2.18 Signed Bid Considered Offer: The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the Chatham County Board of Commissioners, Purchasing Agent or his designee. In case of a default on the part of the bidder after such acceptance, Chatham County may take such action as it deems appropriate, including legal action for damages or lack of required performance. 2.19 Notice to Proceed: The successful bidder or proposer shall not commence work under this Invitation to Bid until a written contract is awarded and a Notice to Proceed is issued by the Purchasing Agent or his designee. If the successful bidder does commence any work or deliver items prior to receiving official notification, he does so at his own risk. 2.20 Payment to Contractors: Instructions for invoicing the County for products delivered to the County are specified in the contract document. a. Questions regarding payment may be directed to the Finance Department at (912) 652-7900 or the County's Project Manager as specified in the contract documents. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. Upon completion of the work or delivery of the products, the Contractor will provide the County with an affidavit certifying all suppliers, persons or b. b. c L4 businesses employed by the Contractor for the work performed for the County have been paid in fuIl. Chatham County is a tax exempt entity. Every contractor, vendor, business or person under contract with Chatham County is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to Chatham County by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656-4065 for additional information. 2.2I Owner's Rights Concerning Award: The Owner reserves the right, and sole and complete discretion to waive technicalities and informalities. The Owner further reserves the right, and sole and complete discretion to reject all bids and any bid that is not responsive or that is over the budget, as amended. In judging whether the bidder is responsible, the Owner will consider, but is not limited to consideration of, the following: a. Whether the bidder or principals are currently ineligible, debarred, suspended, or otherwise excluded from bidding or contracting by any state or federal agency, department, or authoritY; Whether the bidder or principals have been terminated for cause or are currently in default on a public works contract; Whether the bidder can demonstrate a commitment to safety with regard to Workers' Compensation by having an experience Modification Rate (EMR) over the past three years not having exceeded anaverage of 1.2; and Whether the bidder's past work provides evidence of an ability to successfully complete public works projects within the established time, quality, or cost, or to comply with the bidder's contract obligations; and Whether the bidder has made a Good Faith Effort to meet local participation goals for local economic impact for Disadvantaged Business Enterprises and Small Business Enterprises. 2.22 Owner's Right to Negotiate with the Lowest Bidder: In the event all responsive and responsible bids are in excess of the budget, the Owner, in its sole and absolute discretion and in addition to the rights set forth above, reserves the right either to (i) supplement the budget with additional funds to permit award to the lowest responsive and responsible bid, or (ii) to negotiate with the lowest responsive and responsible bidder (after taking all deductive alternates) only for the purpose of making changes to the Project that will result in a cost to the Owner that is within the budget, as it may be amended. d. b c. d. e 15 2.23 Debarred or Suspended Subcontractors. CONTRACTOR shall not subcontract, and shall ensure that no subcontracts are awarded at any tier, to any individual, firm, partnership, joint venture, or any other entity regardless of the form of business organization, that is on the Federal Excluded Parties List System (EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion listing, or other local govemment entity. This includes pending litigation or claims with the County or other govemment entities. Contractor shall immediately notify County in the event any subcontractor is added to a Federal, State or other Govemment Entity listing after award of the subcontract. 2.24 Cone of Silence: Lobbying of Procurement Evaluation Committee members, County Government employees, and elected officials regarding this product or service solicitation, Invitation to Bid (ITB) or Request for Proposal (RFP) or contract by any member of a proposer's staff, or those people employed by any legal entity affiliated with an organization that is responding to the solicitation is strictly prohibited. Negative campaigning through the mass media about the current service delivery is strictly prohibited. Such actions may cause your proposal to be rejected. 2.25 The Chatham County Board of Commissioners has adopted an aggressive program that establishes goals for minority/female, small and disadvantaged business participation in construction, professional services, and general procurement. a. The Chatham County Board of Commissioners under Georgia law may reject any bid as non-responsive if they feel a bidder did not exercise "Good Faith Effort" in obtaining the goal established for M/WBE participation. The Chatham County Board of Commissioners adopted a policy establishing goals oriented to increase participation of minority and female owned businesses, through MBE/WBE certification and development. In order to accurately document participation, businesses submitting bids, quotes or proposals are encouraged to report ownership status. A bidder or vendor that is certified by any agency of the Federal Government or State of Georgia may submit a copy of their certification with their bid as proof of qualifications. Bidders that intend to engage in joint ventures or utilize subcontractors must submit to the County Contracts Administrator, a report on Minority/Female Business Enterprise participation. Goals established for this project is 307o Combined. c. A Minority/Female Business Enterprise (M/WBE) is a business concern that is at least 5lo/o owned by one or more minority/female individuals and whose daily b. I6 business operations are managed and directed by one (1) or more of the minority/female owners. 2.26 LIQUIDATED DAMAGES: Failure to complete all work within 270 calendar days plus any extension authorizedin writing by the County shall entitle the County to deduct as "Liquidated Damages" from the monies due the Contractor the amount of $500 for each calendar day in excess of the authorized construction time. 2.27 Bidders or proposers are required to make a Good Faith Effort, where subcontracting is to be utilized in performing the contract, to subcontract with or purchase supplies from qualified M/WBEs. Bidders or proposers are required to state if they intend to subcontract any part of the work. Goals will be established for each contract at the onset. Forms requiring the signatures of bidders or proposers are enclosed as Attachments and must be completed and returned with your bid response. If forms are not completed and submitted, the bid may be considered VE Each bidder or proposer is required to maintain records of such efforts in detail adequate to permit a determination of compliance with these requirements. All contracts will reflect Good Faith Efforts and reporting requirements for the term of the contract. The County particularly urges general contractors to give emphasis to subcontracting with local area firms. For information on the program or M/WBE contractors/vendors please contact Connell C. Heywardo Chatham County Minority and Women Business Coordinator, 124 Bull Streeto Suite 310, Savannah, Georgia 31401, (912) 652'7828 phone, or (9 1 2) 652-7 951 fax. Email: chevward@chathamcountv.org 2.28GEORGIA OPEN RECORDS ACT - The responses will become part ofthe County's official files without any obligation on the County's part. Ownership of all data, materials and documentation prepared for and submitted to Chatham County in response to a solicitation, regardless of type, shall belong exclusively to Chatham County and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law. Responses to RFPs shall be held confidential from all parties other than the County until after the contract is awarded by the Board of Commissioners. The vendor and their bid price in response to ITBs will be read allowed at public bid openings. After Bid Tabulations, the ITB shall be available for public viewing. Chatham County shall not be held accountable if material from responses is obtained without the written consent of the vendor by parties other than the County, at any time during the solicitation evaluation process. I1 2.29 GEORGIA TRADE SECRET ACT of 1990 - In the event a Bidder/Proposer submits trade secret information to the County, the information must be clearly labeled as a Trade Secret. The County will maintain the confidentiality of such trade secrets to the extent provided by law. 2.30 CONTRACTOR RECORDS -The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the County. This applies to those specific contracts currently in effect and those which have been completed or closed for up three (3) years following completion. 2.31 REFERENCES - $500,000 or more: For bidders to be responsive each must provide information on the most recent five (5) projects with similar scope of work as well as other information to determine experience and qualifications as follows: a. Project Name Location: Owner Address: City and State: Phone &Fax: xArchitect or Engineer: Phone & Fax: b. The awarded bid amount and project start date. Final cost of project and completion date. Number of change orders. Contracted project completion in days. Proiect completed on time. Yes- No- Days exceeded List previous contracts your company performed for Chatham County by Project Title, date and awarded/final cost. Has contractor ever failed to complete a project? If so, provide explanation. Have any projects ever performed by contractor been the subject of a claim or lawsuit by or against the contractor? If yes, please identify the nature of such claim or lawsuit, the court in which the case was filed and the details of its resolution. $499,000 and less: Provide references from owners of at least three (3) projects of various sizes. Include government owners if possible. If the contractor has performed any work for the Chatham County Board of Commissioners within the last five (5) years, at least one (1) of the three (3) owner references must be from the appropriate pany within the Chatham County Govemment. Provide in the format as in (a) above on the attached form. 1B 3.1 Failure to provide the above information may result in your firm's bid being rejected and ruled as non-responsive. NOTE: FORMS FOR YOU TO FILL OUT FOR YOUR REFERENCES ARE ATTACHED TO THE BACK OF THIS BID PACKAGE. ADDITIONAL CONDITIONS METHOD OF COMPENSATION. The compensation provided for herein shall include all claims by the CONTRACTOR for all costs incurred by the CONTRACTOR in the conduct of the Project as authorized by the approved Project Compensation Schedule and this amount shall be paid to the CONTRACTOR after receipt of the invoice and approval of the amount by the COLTNTY. The COLTNTY shall make payments to the CONTRACTOR within thirty (30) days from the date of receipt of the CONTRACTOR's acceptable statement on forms prepared by the CONTRACTOR and approved by the COTINTY. Should the Project begin within any one month, the first invoice shall cover the partial period from the beginning date of the Project through the last day of the month (or on a mutually agreeable time) in which it began. The invoices shall be submitted each month until the Project is completed. Invoices shall be itemized to reflect actual expenses for each individual task; also refer to the requirements conceming changes, delays and termination of work under Sections I-8, 9, and 10 of the contract. Each invoice shall be accompanied by a summary progress report which outlines the work accomplished during the billing period and any problems that may be inhibiting the Project execution. The terms of this contract are intended to supersede all provisions of the Georgia Prompt Pay Act. As long as the gross value of completed work is less than50Yo of the total contract amount, or if the contractor is not maintaining his construction schedule to the satisfaction of the engineer, the County shall retain 10% of the gross value of the completed work as indicated by the current estimate approved by the engineer. After the gross value of completed work becomes to or exceed 50% of the total contract amount within a time period satisfactory to the County, then the total amount to be retained may be reduced to 5oh of the gross value of the completed work as indicated by the current estimate approved by the engineer, until all pay items are substantially completed. When all work is completed and time charges have ceased, pending final acceptance and final payment the amount retained may be further reduced at the discretion of the County. L9 The CONTRACTOR may submit a final invoice to the County for the remaining retainage upon COUNTY'S acceptance of the Certificate of Substantial Completion. Final payment constituting the entire unpaid balance due shall be paid by the COUNTY to the CONTRACTOR when work has been fully completed and the contract fully performed, except for the responsibilities of the CONTRACTOR which survive final payment. The making of final payment shall constitute a waiver of all claims by Chatham County except those arising from unsettled liens, faulty or defective work appearing after substantial completion, failure of the work to comply with the requirements of the Contract Documents, or terms of any warranties required by the Contractor Documents or those items previously made in writing and identified by the COTINTY as unsettled at the time of final application for payment. Acceptance of final payment shall constitute a waiver of all claims by the CONTRACTOR, except those previously made in writing and identified by the CONTRACTOR as unsettled at the time of final application for payment. 3.3 SURETY REQUIREMENTS and Bonds: (check where applicable) x Such bidder shall post a bid bond, certified check or money order made payable to the Chatham County Finance Department in the amount of SVo of the bid price. XB. Contractor(s) shall be required at time of contract to shall post a payment/performance bond, certified check or money order made payable to the Chatham County Finance Department in the amount of l00o of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution as a guarantee that goods meet specifications and will be delivered per contract. Such bonds will also guarantee quality performance of services and timely payment of invoices to any subcontractors. X Whenever a bond is provided, it shall be executed by a surety authorized to do business in the State of Georgia and approved by Chatham County. Bidder acknowledges Chatham County's right to require a Performance and Payment Bond of a specific kind and origin. "Performance Bond" means a bond with good and sufficient surety or surities for the faithful performance of the contract and to indemnify the governmental entity for any damages occasioned by a failure to perform the same within the prescribed time. Such bond shall be payable to, in favor of, and for the protection of the governmental entity for which the work is to be done. "Payment Bond" means a bond with good and sufficient surety or sureties payable to the governmental entity for which the work is to be done and intended for the use and protection of all subcontractors and X C. D. 20 all persons supplying labor, materials, machinery, and equipment in the prosecution of the work provided for in the public works construction contract. X E' Forfeit the amount of the Bid Bond if he/she fails to enter into a contract with Chatham County to do and/or furnish everything necessary to provide service and/or accomplish the work stated and/or specified in this bid proposal for the bid amount. 3.4 WARRANTYREQUIREMENTS: Provisions of item 2.7 apply Warranty required. Standard warranty shall be offered with bid. Extended warranty shall be offered with bid. The cost of the extended warranty will be listed separately on the bid sheet. 3.5 TERMS OF CONTRACT: (check where applicable): a. Annual Contract (With automatic renewal options for four (4) additional one (1) year terms if all parties agree) b. One-time Purchase X c. Other ONE TIME CONTRACT 3.6 AUDITS AND INSPECTIONS: At any time during normal business hours and as often as the County may deem necessary, the Contractor and his subcontractors shall make available to the County and/or representatives of the Chatham County Department of Internal Audit for examination of all its records with respect to all matters covered by this Contract. It shall also permit the County andlor representatives of the Department of Internal Audit to audit, inspect, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited shall be available for inspection at all reasonable times in the main offices of the County or at the offices of the Contractor as requested by the County' a. b, X 1 2 2I CONVERSATIONS OR CORRESPONDENCE RE,GARDING THIS SOLICITATION OR REPORT BETWEEN PROSPECTIVE OFFERORS AND PERSONS OUTSIDE THE CHATHAM COUNTY PURCHASING OFFICE WILL NOT BE CONSIDERED OF'F'ICIAL OR BINDING UNLESS OTHERWISE SPECIFICALLY AUTHORIZED WITHIN THIS DOCUMENT. The undersigned bidder or proposer certifies that he/she has carefully read the preceding list of instructions to bidders and all other data applicable hereto and made apart of this invitation; and, fuither certifies that the prices shown in hisiher bid/proposal are in accordance with all documents contained in this Invitation for Bids/ Proposals package, and that any exception taken thereto may disqualify his/her bid/proposal. This is to certify that I, the undersigned bidder, have read the instructions to bidder and agree to be bound by the provisions of the same. This BY day of 20 SIGNATURE TITLE COMPANY Phone / Fax No's. I e-mall 22 CHATHAM COLINTY, GEORGIA SURETY REQUIREMENTS A Bid Bond for five percent (5%) of the amount of the bid is required to be submitted with each bid. A Performance Bond for one hundred percent (100%) of the bid shall be required of the successful bidder. The Bidder certifies that heishe has examined all documents contained in this bid package, and is familiar with all aspects of the proposal and understands fully all that is required of the successful bidder. The Bidder further certifies that his/her bid shall not be withdrawn for thirty (30) days from the date on which his bid is publicly opened and read. The Bidder agrees, if awarded this bid, he/she will: A. Furnish, upon receipt of an authorized Chatham County Purchase Order, all items indicated thereon as specified in this bid proposal for the bid amount, or; B. Enter a contract with Chatham County to do and/or furnish everything necessary to provide the service andl or accomplish the work as stated andl or specified in this bid proposal for the bid amount, and; C. Furnish, if required, a Performance Bond, and acknowledges Chatham County's right to require a Performance Bond of a specific kind and origin, and; D. Forfeit the amount of the Bid Bond if he/she fails to enter a contract with Chatham County as stated in (B) above, within fifteen (15) days of the date on which he/she is awarded the bid, and/or; E. Forfeit the amount of the Performance Bond if he/she fails to execute and fulfill the terms of the contract entered. The amount of forfeiture shall be: The difference between his/her bid and the next lowest, responsible bid that has not expired or been withdrawn, or; The difference between his/her bid and the amount of the lowest, responsible bid received as a result of rebidding, including all costs related to rebidding. COMPANY DATE SIGNATURE TITLE 1 2 TELEPHONE NUMBER 23 PROPOSAL SPECIFICATIONS FOR: BrD NO. 20-0057-4 L. SCOTT STELL PARK SITE IMPROVEMENTS The project is located in unincorporated Chatham County at the existing Scott Stell Park near the interiection of Bush and Quacco Road. The site of the work is on the northern side of the Park property, where the entrance road from Bush Road comes into the facility. Much of the work is in the vicinity of the existing Administration building, which is to remain in service throughout the project. The work consists of selective clearing and demolition of existing improvements and vegetation, completing the grading of the site, reconstruction of parts of the existing roads, installation of a new well and storage tank, replacement of an existing water storage tank, installation of new water lines, relocation of sewer piping, installation of storm drain pipes and water quality features, signing, hardscape, and landscape improvements, construction of the new storage building, and site electrical work This shall be a Line Item Contract COMMEN CEMENT AND CO TION: WORK SHALL BEGIN WITHIN 10 DAYS AFTER RECEIPT OF ''NOTICE TO PROCEED''. ALL WORI( SHALL BE COMPLETED WITHIN 270 CII'ENDAR DAYS AFTER THE TEN DAY PERIOD. 24 L. SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER DESCRIPTION UNIT PRICE TOTAL COST L Mobilization 2 3 Construction Exit Silt Fence, Sensitive Silt Fence, Non-sensitive Retrofit lnstall, maintain and remove temporary 18" pipe lnlet Sediment Filter Tree Protection Fence Concrete Washout Floating Sediment Ba rrier Remove Asphalt Pavement Remove Sidewalk Remove Metal Building Remove Block Building Remove Water Tank Remove Fence Remove Tree JOB LUMP SUM JOB LUMP SUM JOB LUMP SUM ESTIMATED QUANTIW 1EA 1300 LF 2200 LF 6EA 20 LF 4EA 9OO LF 1EA 40 LF 3500 sY 120 SY 1OO LF 10 EA JOB LUMP SUM 4. 5. 6. 7. 8. 9. 10. 11.. 12. 13. 1,4. 15. 16, L7. 18. Remove Pipe 160 LF L. SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER UNIT PRICE TOTAL COST 19. 20. 2t. 22. 23. 24. 25. 26. 27. 28. 29. 30. 3L. 32. 33. 34. DESCRIPTION Remove Grate lnlet Remove Headwall Remove Wooden Bridge Remove Entry Gate Remove Sign Remove Bollard/ Post Site Clearing, Grubbing and Stripping Temporary Grassing Grading Remove Unsuitable Material as Directed by Owner Foreign Borrow, as Directed by Owner Bioretention Basin 1 Bioretention Basin 2 Bioretention Basin 3 Bioretention Basin 4 1EA 2EA JOB LUMP SUM LUMP SUM ESTIMATED QUANTITY 2EA 21 EA 1s000 sY JOB 1000 cY 1"s00 cY JOB JOB LUMP SUM LUMP SUM JOB LUMP SUM JOB LUMP SUM JOB LUMP SUM JOB LUMP SUM Bioretention Basin 5 JOB LUMP SUM L SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER UNIT PRICE TOTAL cosr 35. 36. 37. 38. 39. 40. 41.. 42. 43. 44. 45. 46. 47. 48. 49. 50. 51_. 12" PVC Storm Drain Pipe 68 LF 15" Perforated PVC Storm Drain Pipe 90 LF L5" Storm Drain Pipe 230 LF 18" Storm Drain Pipe 380 LF 24" Storm Drain Pipe 472 LF 30" Storm Drain Pipe 32 LF Roof lnlet 5EA Grate lnlet 3EA Storm Manhole 2EA Yard lnlet 1EA Bioretention Cleanout 6EA 6" Perforated Sock Drain 230 LF 24" Flared End Section 4EA Concrete Flume 1EA Riprap 40 SY 8" Graded Aggregate Base Course 4300 sY DESCRIPTION 2" Asphaltic Concrete, L9 mm Superpave ESTIMATED QUANTITY 4200 sY L. SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER UNIT PRICE TOTAL COST 52 53 54 55 56 57 58 59 60 6L 62 63 64 65 66 67 DESCRIPTION t t/2" Asphaltic Concrete, 12.5 mm Superpave 1O" Stamped Concrete Apron 4" Concrete Sidewalk 6" Aggregate Surface Course Concrete Median with lntegral Curb Concrete Header Curb 18" Curb and Gutter 24" Yalley Gutter Concrete Wheel Stop Traffic Sign Handicapped Parking Sign Entrance Monument Sign DirectionalSign Remove and Relocate Existing Monument Sign 5" Solid Yellow Thermoplastic Traffic Stripe 5" Solid White Thermoplastic Traffic Stripe ESTIMATED QUANTITY 4200 sY 320 SY 750 SY 600 SY 30 sY 140 LF 310 LF 70 LF 12EA 12EA 1EA 1EA 1. EA 1. EA 22O LF 2OO LF L. SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER UNIT PRICE TOTAL COST 68 69 70 7t 72 73 74 75 76 77 78 79 80 81 82 83 DESCRIPTION 8" Solid White Thermoplastic Traffic Stripe ( Crosswalk ) 18" Solid White Thermoplastic Yield Line 24" Solid White Thermoplastic Traffic Stripe (Stop Bar ) Handicapped Parking Space Striping 8'Aluminum Fence 8' Aluminum Automatic Vehicular Gate lncluding Controls Aluminum ManualAccess Gate, 5' 8'Vinyl Covered Chain Link Fence 8'VinylCovered Chain Link Fence Double Swing Gate,24' 8'Vinyl Covered Chain Link Fence Gate, 5' Traffic Control Utility Coordination Maintenance of Flow NPDES Compliance 4" PvC Water Main, incl. fittings JOB LUMP SUM JOB LUMP SUM JOB LUMP SUM JOB LUMP SUM ESTIMATED QUANTITY 520 LF 3EA 30 LF ]. EA 520 LF 1EA 1EA 550 LF 1" EA 1EA 1150 LF 2" PVC Water Main, incl. fittings 22OLF L. SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER 84 85 86 87 88 89 DESCRIPTION ESTIMATED QUANTITY UNIT PRICE TOTAL cosr 1"" Water Service Line 2OO LF 4" Gate Valve in Box 7EA 2" BallValve in Box 5EA Connect to Existing Water System 2EA Reconnect to Existing Building Water Service 1 EA Potable Water Well, including 1500 Gallon Tank Molded Building, Piping, Supports, Controls and Connections JOB LUMP SUM 90 5000 Gallon Water Tank, including Piping Supports and Connections 91 4" PVC Sewer Piping 92 4" Sewer Cleanout Connect to Existing Sewer Service Connect to Existing Septic Tank Storage Building, Complete, including Aprons Electrical and Plumbing JOB LUMP SUM 1OO LF 3EA 1EA 1EA 93 94 95 96 97 98 99 JOB LUMP SUM Site Electrical, excluding Landscape Lighting JOB LUMP SUM Landscape Lighting JOB LUMP SUM I rrigation System, Complete JOB LUMP SUM Tree 46 EA L. SCOTT STELL PARK SITE IMPROVEMENTS JUNE, 2O2O BID SCHEDULE ITEM NUMBER UNIT PRICE TOTAL cosT 100 101 102 103 r04 DESCRIPTION Shrub Ground Cover Plant Perma nent G rassing, Seed Permanent Grassing, Sod Field Condition Allowance ESTIMATED QUANTITY 266 EA s100 EA 10800 sY 4300 sY JOB LUMP SUM 60,000 TOTAL, ALL WORK s NAME/ TITLE COMPANY ADDRESS PHONE/ FAX EMAIL I,IST OF SUBCONTRACTORS Ido do not _, propose to subcontract some of the work on this project. I propose to subcontract work to the following subcontractors: NOTE: M/WBE PARTICIPATION SIGNED CONTRACTOR SPECIAL CONDITIONS L. SCOTT STELL PARK SITE IMPROVEMENTS PART 1 - T DE,SCRIPTION The project is located in unincorporated Chatham County at the existing Scott Stell Park near the intersection of Bush and Quacco Road. The site of the work is on the northem side of the Park property, where the entrance road from Bush Road comes into the facility. Much of the work is in the vicinity of the existing Administration building, which is to remain in service throughout the project. The work consists of selective clearing and demolition of existing improvements and vegetation, completing the grading of the site, reconstruction of parts of the existing roads, installation of a new well and storage tank, replacement of an existing water storage tank, installation of new water lines, relocation of sewer piping, installation of storm drain pipes and water quality features, signing, hardscape, and landscape improvements, construction of the new storage building, and site electrical work. Compliance with the requirements of the NPDES Georgia general permit, with the exception of stormwater monitoring, is included. Traffic impacts on public roads will be minimal, but access on the park entrance roads must be maintained. Capacity for stormwater flow must be maintained at all times, although temporary blockages are acceptable. A soil erosion and sedimentation control plan is provided and must be implemented prior to, and maintained during, construction. The project is subject to periodic inspections by the County for compliance with erosion control and other items. The building will require inspections as required by code. PART 2 _ DOCUMENTS 2. 1 Technical Specifications Group 1 - Architecturall Structural 03 30 00 04 20 00 0s 12 00 05 31 00 05 40 00 05 4s 00 05 50 00 06 l0 53 07 41 13 07 92 00 08 11 13 08 33 23 08 71 00 09 9r 12 r0 44 16 Cast - in - Place Concrete Unit Masonry Structural Steel Steel Deck Cold - formed Metal Framing Pre - engineered Light Gauge Steel Truss Frames Metal Fabrications Miscellaneous Rough Carpentry Standing Seam Metal Roof and Soffit Panels Joint Sealants Hollow Metal Doors and Frames Overhead Coiling Doors Door Hardware Painting Fire Extinguishers 01600 - I Group 2 - Electrical, HVAC, Plumbing 16000 Electrical HVAC - See Plans Plumbing - See Plans Group 3 - Civil 02 4l 13 03 00 00 10 14 53 31 00 00 31 10 00 3t 25 00GA 31 37 00 32 rl 23 321216GA 32 t7 23.43 32 31 13 33 10 00 33 40 00 33 47 26.15 Selective Site Demolition Concrete Traffic Signage Earthwork Site Clearing Erosion and Sedimentation Control Rip Rap Aggregate Base Course Asphalt Paving Thermoplastic Pavement Markings Chain Link Fences and Gates Water Utilities Storm Drainage Utilities Bioretention Facilities Group 4 - Landscaping - See Plans Group 5 - Well 02553 02733D 02750 Drawings CO G0.1 G0.2 G0.3 Dl.1 c1.1 c2.r c2.2 c3.1 c3.2 c3.3 c3.4 Well Head Piping Water Well Hydropneumatic Tank Cover Sheet General Notes and Sheet Index Existing Conditions Plan ADA Accessibilty Plan Demolition Plan Site Layout, Signing and Marking Plan Water and Sewer Plan Water and Sewer Details Paving, Grading and Drainage Plan Drainage Profiles Paving, Grading and Drainage Details Paving, Grading and Drainage Details 01600 - 2 c3.s ECO.1 ECO.2 ECO.3 ECI.1 EC2.I EC3.1 EC4.1 EC4.2 LS1.1 LS2.1 L52.2 LS2.3 LHl.1 LHI.2 LH1.3 wwl.1 wwl.2 wwl.3 wwl.4 A0.01 A2.01 A2.02 A.3.01 A3.21 A6.01 A8.01 A8.31 A8.51 s 1.0 s1.1 s2.1 s4.1 E0.1 El.0 82.0 M0.l Ml.0 Paving, Grading and Drainage Details ES&PC Notes ES&PC Notes ES&PC Notes ES&PC Initial Phase ES&PC Intermediate Phase ES&PC Final Phase ES&PC Details ES&PC Details Landscape Plan Planting Details and Notes Landscaping Specifi cations Grassing Specification Hardscape Plan Hardscape Details Hardscape Details Well Site View Well Plan View Process Flow Diagram Well Section View General Notes and Symbols Floor Plan, Codes, Systems and Finishes Roof Plan Exterior Elevations Wall Sections Reflected Ceiling Plan Door Schedule and Details Roof Details Miscellaneous Details Structural Notes Foundation Plan Storage Building Roof Framing Plan Storage Building Typical Details Legend and One Line Diagram Electrical Site Plan Electrical Plans Mechanical Legends and Specifications Mechanical Plan PART 3 _ NSTRUCTION ONS A pre-construction conditions video (standard DVD format) is required and must be submitted to Chatham County Department of Engineering for approval prior to start of any land disturbing work. Special emphasis shall be given to record pre-disturbance condition of roadways, driveways, buildings, utilities and other 01600 - 3 improvements located within or within 100 feet of the project limits. This is in addition to other inspections and surveys required of the Contractor or performed by the County. The video shall be prepared by a photographer having experience in similar work and approved by the County. A voice narrative shall identify location and features of the pre-construction video. A typewritten version of the voice narrative shall be provided upon request. Still photographs with a detailed description log may be substituted for the video provided that level of coverage is similar. PART 4 - AKING The County shall engage a surveyor registered by the State of Georgia to provide initial project vertical and horizontal control on the site. These items will be established on the site and the location and date for each will be provided to the contractor. Ongoing control and layout of the project work shall be the sole responsibility of the Contractor. The cost to reestablish initial project controls damaged or lost due to construction activities shall be paid for by the Contractor. The Contractor shall provide access and schedule all work in order to accommodate the survey work by the County's surveyor. PART 5 - TION 5.1 Documentation to be provided with requests for payment: A. In addition to the documentation described elsewhere in the Contract Documents, the Contractor shall submit with each request for payment the following: Copies of material delivery tickets. The Contractor shall be responsible for collecting these documents at the time of delivery. The delivery tickets shall not relieve the Contractor of his responsibility to ensure the materials are in accordance with the contract with the contract documents. Missing or incomplete documentation of delivered materials may be cause for delay/denial of payment. Copies of soil erosion and sedimentation, including NPDES, reports and forms completed during the pay period. Prior to submitting a request for payment, the Contractor shall review the extent of work completed with the County's representative for accuracy and completeness. PART 6 - ON AND SEDIMENTATI CONTROL 6.I The Contractor shall be fully responsible for compliance with the Georgia Water Quality Control Act and implementing the approved sediment and erosion control plan contained in the contract documents The Contractor shall be responsible for all inspections of the BMP system and for maintaining records at the site for each inspection. il 1 2 J A 01600 - 4 The Contractor shall provide the Owner copies of all inspection reports and other records which occur during a pay period with the pay request. The Contractor shall be responsible for preparation of plans, applying for, and obtaining erosion control permit for any impacted areas, or lay down areas proposed by the contractor that are not included in the current plan documents. PART 7 _ AND LIOUIDATED DAMAGES 7.1 Fine A $200 per day fee shall be assessed against the Contractor and withheld from the Contract Price for each and every day that the erosion and sedimentation control plan is not in proper operation. This fee shall be in addition to any penalties or assessments made against the Contractor for non-compliance of the Georgia Water Quality Control Act. 7.2 Liquidated Damages A Liquidated Damages shall be assessed at $500 per calendar day for work not completed within the Contract period. The full amount of liquidated damages will be deducted from the final payment to the Contractor. PART 8 _ I,OWANCE 8.1 Field Condition Allowance The Field Condition Allowances shown on the bid sheets shall belong to Chatham County. The purpose of this Allowance is to allow the County to designate actions associated with completion of the project which are not indicated on the plans, but which are dictated by field conditions. Bidders shall not use this Allowance to assume any Contractor costs known or unknown at the bidding. Chatham County must approve use ofthe Allowance. All bidders shall include this Field Condition Allowance within their base bid. Any unused allowance shall revert to Chatham County. PART 9 _ SPECIAL REOUIREMENTS OF CONSTRUCTION 1. The County will pay for all testing of earthwork, concrete, asphalt and special inspections as required by the contract. The County will also pay for the monitoring and testing of storm water as required by the Georgia General NPDES permit. Testing will be performed by an independent testing lab that is hired by the County. The County will not pay for testing in support of contractor operations/schedule. The contractor will be required to pay for failed test. B C A. A. 01600 - 5 2 The project site may be accessed from Bush Road via the paved access road leading to the park. A construction exit will be required at the location shown on the plans or as necessary to prevent soil deposition on pavement. The contractor will be responsible for keeping the access road clean of debris and waste, and for repairing damages to the roadway if determined to be the result of improper usage. The Contractor shall comply with all local, state and federal regulations as they pertain to construction activities (erosion control, etc.). All efforts have been made to identify every underground and above ground utility; however, the contractor has the ultimate obligation to proceed with caution when a suspected utility line is present in the excavation. Any lines which are not shown to be abandoned shall be repaired immediately if broken during construction. Work hours shall be limited to 7:00 am to 7:00 pm Monday through Friday and shall exclude weekends and holidays without advance approval from Chatham County. The project is located on an existing and active Chatham County park which includes a recreational sports facility. The facility will remain open for its normal usage at all times during the completion of this project. The Contractor shall be responsible managing the plant, the work area,materials storage areas, and all construction activities so that they do not interfere with the use of the remaining parts of the facility and do not endanger the public or County forces. The contractor will not enter upon the existing concrete walks and fields adjacent to the site except as necessary to complete connections and tie-ins, nor should any materials be placed or stored there. Any damages to the existing concrete walks or fields shall be repaired at the expense of the contractor. Watering past the date of substantial completion of the work shall be provided on seeded and sodded areas to achieve full coverage to match existing conditions and as accepted by Chatham County. A detailed construction schedule for the project shall be provided to and approved by Chatham County prior to beginning demolition or construction. 10. The contractor shall be responsible for the continued functioning of the storm drainage system throughout the course ofthe project. 1 1. Chatham County will be the owner of the project and will be the primary contact point throughout the project. All correspondence, pay requests, and requests for information shall go first to the County's project manager. All direction to the Contractor will in tum be from the County's project manager or his designee. References in the documents to Engineer, Architect, Landscape Architect or other such persons shall be interpreted to mean the County's project manager. 12. Chatham County reserves the right to reduce the amount or delete in entirety items of the work that J 4 5 6 7 8 9 01600 - 6 have a unit price basis at its discretion and without recourse to the Contractor PART 10 _ MEASUREMENT AND PAYMENT 10.1 General The items listed in the proposal shall be considered as sufficient to complete the work in accordance with the drawings and specifications. Any portion ofthe work not listed in the Bid Schedule shall be deemed to be a part of the item which it is associated with and shall be included in the cost of the unit shown on the bid form. Payment for the unit shown on the Bid Schedule shall be considered to cover the cost of all labor, material, equipment and performing all operations necessary to complete the work in place. The unit of measurement shall be the unit shown on the Bid Schedule. Payment for unit price items shall be based on the actual quantity multiplied by unit prices. Where work is to be completed at a lump sum price, the lump sum shall include all operations and elements necessary to complete the work. No payment shall be made for materials wasted, unused, rejected or used for the convenience of the contractor. I0.2 Payment A. Mobilization Mobilization of forces and equipment and commencement of project at the work site. This will be paid as a lump sum fee, and shall not exceed 5Vo of the total price bid, as shown on the Bid Proposal. B. Construction Exit Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to install the crushed stone construction exit as shown on the plans, maintain it during the construction period, and remove it when construction is complete. C. Silt Fence Measurement shall be on the basis of the actual number of linear feet of each type of silt fence installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the silt fence, maintain it during the construction period, and remove it when construction is complete. D. Retrofit Measurement shall be on the basis of the actual number of sedimentation control retrofits installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to 01600 - 7 install the retrofit, maintain it during the construction period, and remove it when construction is complete. E. Install, maintain and remove temporary 18" pipe Measurement shall be on the basis of the actual number of linear feet of temporary pipe installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the pipe, maintain it during the construction period, and remove it when construction is complete. F. Inlet Sediment Filter Measurement shall be on the basis of the actual number of sediment filters installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to install the filter, maintain it during the construction period, and remove it when construction is complete. G. Tree Protection Fence Measurement shall be on the basis of the actual number of linear feet of tree protection fence installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the fence, maintain it during the construction period, and remove it when construction is complete. H. Concrete Washout Measurement shall be on the basis of the actual number of concrete washouts installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the washout, maintain it during the construction period, and remove the washout and any accumulated waste concrete when construction is complete. I. Floating Sediment Barrier Measurement shall be on the basis of the actual number of linear feet of floating sediment barrier installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the barrier, maintain it during the construction period, and remove the banier and accumulated sediment when construction is complete. J. Remove Asphalt Pavement Measurement shall be on the basis of the actual number of square yards of existing asphalt pavement, including base course to subgrade, removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and 01600 - 8 equipment required to remove the pavement and dispose of it off the site of the work K. Remove Sidewalk Measurement shall be on the basis of the actual number of square yards of existing concrete sidewalk removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Propos al and shall include all labor, materials and equipment required to remove the pavement and dispose of it off the site of the work. L. Remove Metal Building Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to remove the metal building, including foundations and slabs, and dispose of all waste material off the site of the work. The price shall also include disconnecting and capping or removing existing utility features. M. Remove Block Building Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to remove the block building, including foundations and slabs, and dispose of ali waste materials off the site of the work. The price shall also include disconnecting and capping or removing existing utility features' N. Remove Water Tank Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to remove the existing water tank, including foundations and supports, and dispose of all waste materials off the site of the work. The price shall also include removal of existing pipes and connections that will conflict with the installation of the new tank. O. Remove Fence Measurement shall be on the basis of the actual number of linear feet of existing fence of any type removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to remove the fence and dispose of it off the site of the work. P. Remove Tree Measurement shall be on the basis of the actual number of trees of any type or size removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to fell the tree and dispose of ii off the site of the work. Removal of stumps and significant roots shall be included in the price bid. 01600 - 9 Q. Remove Pipe Measurement shall be on the basis of the actual number of linear feet of pipe of all types and sizes removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to remove the pipe and dispose of it off the site of the work. This item shall not apply to small pipes which are encountered in excavations for other work. R. Remove Grate Inlet Measurement shall be on the basis of the actual number of grate inlets removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to remove the inlet and dispose of it off the site of the work. S. Remove Headwall Measurement shall be on the basis of the actual number of headwalls removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to remove the headwall and dispose of it off the site of the work. T. Remove Wooden Bridge Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to remove the existing wooden bridge and dispose of it off the site of the work. The price shall also include any foundations or supports holding up the bridge. U. Remove Entry Gate Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to remove the gate and gate posts and dispose of them off the site of the work. V. Remove Sign Measurement shall be on the basis of the actual number of signs removed as shown on the plans or as directed by the County. Payment shall be t the unit price in the Bid Proposal and shall include all labor, materials and equipment required to remove the sign and dispose of it off the site of the work. W. Remove Bollard/ Post Measurement shall be on the basis of the actual number of metal pipe bollards or wooden posts removed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to remove the items 01600 - 10 and dispose of them off the site of the work. X. Site Clearing, Grubbing and Stripping This item covers general clearing of the area as required to prepare the area of the work that is not covered by a separate removal item. This will include removal of vegetation not classified as atree, grubbing of roots associated with this vegetation, and the removal of existing grass. Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to complete the operations and to remove waste materials from the site of the work. Y. Temporary Grassing Measurement shall be on the basis of the actual number of square yards of disturbed area which are required to receive temporary ground cover as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the seed, establish the ground cover, and maintain it during the construction period until such time as permanent vegetation is to be placed. This shall include watering as required and periodic mowing if necessary. Z. Gradrng Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required. This items requires cut/ fill as required to meet finished grades, grading of swales and surfaces, construction staking, bonds, insurance and all other work required to complete the project and which is not covered by a separate pay item. AA. Bioretention Bastn Payment shall be at the lump sum price in the Bid Proposal for each of the basins installed as shown on the plans or as directed by the County and shall include all labor, materials and equipment required to excavate the basin, install permeable soil mix, and grade the surfaces. Drainage structures, pipe and stone, and plantings are covered by separate pay items.' BB. 12" PVC Storm Drain Pipe Measurement shall be on the basis of the actual number of linear feet of 12" PVC pipe installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to excavate the trench, install the pipe, and backfill the trench with excavated material. Cost of bedding to be included in price bid for pipe. CC. 15" Perforated PVC Storm Drain Pipe Measurement shall be on the basis of the actual number of linear feet of perforated pipe installed as shown on the plans or as directed by the County. Payment shall be at the unit 01600 - 11 price in the Bid Proposal and shall include all labor, materials and equipment required to Lxcavate the trench,lnstall the pipe, and backfill the trench with excavated material. Cost of bedding to be included in the price bid for pipe. Cost of stone around and above pipe as shown on Bioretention details to be included in price for pipe. DD. Storm Drain Pipe Measurement shall be on the basis of the actual number of linear feet of each size of storm drain installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal for each size of pipe and shall include all labor, materials and equipment required to excavate the trench, install the pipe, and backfill the trench with excavated material. Cost of bedding to be included in price bid for pipe. EE. Storm Drainage Structures This item applies to roof inlets, grate inlets ,storm manholes, and yard inlets. Measurement shall be on the basis of the actual number of each type structure installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal for each type structure and shall include all labor, materials and equipment required to install the structure. FF. Bioretention Cleanout Measurement shall be on the basis of the actual number of cleanouts installed at Bioretention Basins as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the cleanout. GG. 6" Perforated Sock Drain Measurement shall be on the basis of the actual number of linear feet of 6" sock drain installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the drain. Cost of stone around and above pipe as shown on Bioretention details to be included in the price bid for pipe. HH. Flared End Section Measurement shall be on the basis of the actual number of flared end sections installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the end sections. II. Concrete Flume Measurement shall be on the basis of the actual number of concrete flumes installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the flume. 01600 - 12 JJ. Riprap Measurement shall be on the basis of the actual number of square yards of riprap installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to excavate the area to receive riprap to the necessary depth, place the filter fabric, and place the riprap stone to be flush with the surrounding finished ground. KK. Graded Aggregate Base Course Measurement shall be on the basis of the actual number of square yards of base course installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to place and compact the base course and to apply the bituminous prime coat to the surface. MM. Asphaltic Concrete Measurement shall be on the basis of the actual number of square yards of each type and thickness of asphaltic concrete as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal for each type and thickness and shall include all labor, materials and equipment required to place and compact the asphaltic concrete. The cost of bituminous tack coat applied to the surface of the 19mm layer shall be included in the price bid for that item. NN. Stamped Concrete Apron Measurement shall be on the basis of the actual number of square yards of stamped concrete apron installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to place and finish the Apron. OO. Concrete Sidewalk Measurement shall be on the basis of the actual number of square yards of concrete sidewalk installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to place and finish the sidewalk. PP. Aggregate Surface Course Measurement shall be on the basis of the actual number of square yards of aggregate surface course installed as shown on the plans or as directed by the County. Payment shall be on the basis of the unit price in the Bid Proposal and shall include all labor, materials and equipment required to prepare the ground surface, install the filter fabric underlay, place the aggregate, and compact as necessary. 01600 - 13 QQ. Concrete Median with Integral Curb Measurement shall be on the basis of the actual number of square yards of median installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the curb and median. RR. Concrete Header Curb Measurement shall be on the basis of the actual number of linear feet of header curb installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the curb. SS. 18" Curb and Gutter Measurement shall be on the basis of the actual number of linear feet of curb and gutter installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, material, and equipmentrequiredto install the curb and gutter. TT.24" Valley Gutter Measurement shall be on the basis of the actual number of linear feet of valley gutter installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to install the valley gutter. UU. Concrete Wheel Stop Measurement shall be on the basis of the actual number of wheel stops installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install each wheel stop. VV. Traffic Sign Measurement shall be on the basis of the actual number of traffic signs installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the sign. WW. Handicapped Parking Sign Measurement shall be on the basis of the actual number of handicapped parking signs installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the sign. XX. Entrance Monument Sign Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and 01600 - 14 equipment required to install the sign. YY. Directional Sign Measurement shall be on the basis of the actual number of directional signs installed a shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the sign. ZZ.Remove and Relocate Existing Monument Sign Payment shall be on the basis of the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to remove the existing monument sign, safely store it during construction activities, and replace the sign in the location shown and in the same manner as the existing sign. AAA. Thermoplastic Traffic Stripe Measurement shall be on the basis of the actual number of linear feet of each size and color installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal for each size and color and shall include all labor, materials and equipment required to install the striping. BBB. 18" Yield Line Measurement shall be on the basis of the actual number of yield lines installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the yield line. CCC. Handicapped Parking Space Striping Measurement shall be on the basis of the actual number of handicapped parking spaces striped as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to complete the striping. The hatching of the adjacent area is included in this item. DDD. 8'Aluminum Fence Measurement shall be on the basis of the actual number of linear feet of aluminum fence installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the fence. EEE. 8' Aluminum Automatic Vehicular Gate Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and 01600 - 15 equipment required to install the gate and make it operational. This will include gate supports and control pads and supports. FFF. 8'Aluminum Manual Access Gate Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the 5' wide manual access gate' GGG. 8' Vinyl Covered Chain Link Fence Measurement shall be on the basis of the actual number of linear feet of fence installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to install the fence. HHH. 8'Double Swing Gate,24' Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials, and equipment required to install the 8' high,24'wide vinyl covered chain link fence double swing gate. ru. 8' Gate,5' Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the 8' high, 5' wide vinyl covered chain link fence gate. JJJ. Traffic Control Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to provide all measures of traffic control to allow continued ingress/ egress to the facility during the construction period. This shall include, but is not limited to, signs, flaggers, chanrrclization devices, and temporary surfaces and or markings' KKK. Utility Coordination Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to coordinate with non-County utility companies during the course ofthe work, including coordination of the supply of power . LLL. Maintenance of Flow Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials, and equipment required to provide all measures needed to maintain the flow of storm drains and sewer pipes. 01600 - 16 MMM. NPDES Compliance Payment shall be at the lump sum price in the Bid Proposal and shall include all measures required to comply with the requirements of the Georgia General Permit for construction, including record keeping and inspections, with the exception of storm water monitoring, testing and reporting. This will be done by an outside entity working directly for the County. NNN. Water Piping Measurement shall be onthe basis of the actual number of linear feet of each size and type of water main or service line installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal for each size and type of water piping and shall include all labor materials and equipment required to install the pipe. The cost of fittings shall be included in the price bid for pipe. OOO. Water Valve in Box Measurement of each size and type of water valve in a valve box shall be on the basis of the actual number installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal for each size and type and shall include all labor, materials and equipment required to install the valve in box. PPP. Connect to Existing Water System Measurement shall be on the basis of the actual number of connections of new water mains to existing water system as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required. aaa.Reconnect to Exiting Building Water Service Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to connect the new water service line to the existing water service line. RRR. Potable Water Well Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to install the well and tank. This shall include, but may not be limited to, obtaining any needed permit and drilling the well, installing the 1500 gallon storage tank on supports, installing all piping and controls, installing the molded building, testing, installing controls, and connecting to the new water system piping. SSS. 5000 Gallon Water Tank Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to install the new tank. This will include constructing foundations and tank/ piping supports, connecting to existing piping and controls, and testing the system. 01600 - 17 TTT.4' Sewer Piping Measurement shall be on the basis of the actual number of linear feet of 4" sewer pipe installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the pipe. IIUU. 4" Sewer Cleanout Measurement shall be on the basis of the actual number of cleanouts installed as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to install the cleanout. VVV. Connect to Existing Sewer Service Measurement shall be on the basis of the actual number of connections to the existing sewer service piping as shown on the plans or as directed by the County. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to complete the connection. XXX. Connect to Existing Septic Tank Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to connect the new sewer piping to the existing septic tank. YYY. Storage Building Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to construct the building in accordance with the plans and specifications. This will include site preparation, foundations, and all electrical and mechanical items within the building footprint. Aprons under roof or directly adjacentto the building shall also be included in this item. ZZZ. Site Electrical, excluding Landscape Lighting Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to complete all needed electrical work outside the building footprint except for landscape lighting. This will include connecting to the utility provided power source and running power to all existing and proposed facilities such as wells, pumps, buildings and the inigation system. AAAA. Landscape Lighting Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials 01600 - 18 BBBB. and equipment required to install the low voltage landscape lighting as shown on the plans. This will include installing the system controller and connecting to power brought to the controller. Irrigation System Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, materials and equipment required to design and install an irrigation system meeting the requirements shown on theplans. This will include connecting to the water source, installing the system controller and connecting it to power, and installing all piping, control valves, control wiring and sprinkler heads. The design layout must be approved by the County prior to implementation. The installer shall provide detailed as-builts showing the location of all piping, valves and wires, and the zones. The installer shall provide training to the County staff regarding the operation of the system. CCCC. Tree Measurement shall be on the basis of the actual number of trees installed as shown onthe plans or as directed by the County. For this item, trees are defined as those items listed on the plans as trees. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment required to plant the tree, water and protect until acceptance, and provide support during the warranty period. DDDD. Shrub Measurement shall be on the basis of the actual number of shrubs installed as shown on the plans or as directed by the County. For this item, shrubs are defined as those items listed on the plans as shrubs. Payment shall be at the unit price in the Bid Proposal and shall include all labor materials and equipment required to plant the shrub, water and protect it until acceptance, and provide support during the warranty period. EEEE. Ground Cover Plant Measurement shall be on the basis of the actual number of ground cover plants installed as shown on then plans or as directed by the County. For this

1117 Eisenhower Drive Suite C Savannah, Georgia 31406Location

Address: 1117 Eisenhower Drive Suite C Savannah, Georgia 31406

Country : United StatesState : Georgia

You may also like

371 Powerline Road Site Demolition

Due: 02 May, 2024 (in 3 days)Agency: City of Brantford

RFP for park site development

Due: 03 May, 2024 (in 4 days)Agency: Town of McCandless

Please Sign In to see more like these.

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