City of Duluth

Full Depth Reclamation & Paving - 2013

PROJECT MANUAL

DULUTH PROJECT

Full Depth Reclamation and Paving on

Various Streets within the City of Duluth

CITY OF DULUTH

GWINNETT COUNTY, GEORGIA

CLIENT:

City of Duluth

3167 Main Street

Duluth, Georgia 30096


Table of Contents

INVITATION TO BID/PROPOSAL……………….…………………………….………………3

INSTRUCTION TO BIDDERS/PROPOSERS ………………..…………….…….……………..5

PROPOSAL FORM……………………………………………………………………………….9

EXHIBIT A – FEE PROPOSAL…………………………………………………………………11

CORPORATE CERTIFICATE...…………………………………………………………….…..12

SURETY REQUIREMENTS…………………………………………………………………….13

BID BOND…….…………………………………………………………………………………14

OCCUPATIONAL TAX CERTIFICATE……………………………………………………….15

OATH OF SUCCESSFUL BIDDER…………………………………………………………….16

CONTRACT AGREEMENT…………………………………………………………………….17

CONTRACT PERFORMANCE BOND…………………………………………………………20

PAYMENT BOND……………………………………………………………………………….22

GENERAL CONDITIONS ……………………………………………………….……………..23

2001 Standard Specifications Editorial and Errata Corrections

sp150.11 Traffic Control Special Provisions

sp328 Expanded (Foamed) Asphalt Stabilized Base Course

Note:

Georgia Department of Transportation (GDOT) Standard Specifications, 2001 Edition, available for download at: http://dot.ga.gov/doingbusiness/TheSource/Pages/specifications.aspx

GDOT Standards and Construction Details available for download at:

http://www.dot.state.ga.us/doingbusiness/PoliciesManuals/roads/Pages/default.aspx


GENERAL INFORMATION FOR INVITATION TO BID / PROPOSAL

This is an invitation to submit a bid or proposal to supply the City of Duluth (hereinafter referred to as the “OWNER”) with equipment, supplies and/or services as indicated herein. Sealed Proposals will be received no later than 10 AM at the Office of the City Clerk in the Duluth City Hall, 3167 Main Street, Duluth, Georgia 30096 on September 5, 2013. Any Proposals received after 10 AM on proposal deadline date will not be considered by OWNER. Proposals will be publicly opened and read aloud at this location. The proposal shall be read in such a manner as to avoid disclosure of the contents to competing PROPOSERS during any allowed process of negotiations. All Proposals become the property of the City of Duluth.

The work to be bid shall consist of furnishing all materials, labor and equipment for:

Full Depth Reclamation and Paving of

Brookshire Way from culdesac to culdesac

Duluth Park Lane from culdesac to Pleasant Hill Road

Instructions for preparation and submission of a bid or proposal are contained in this Invitation for Bid/Proposal package. Please note that specific forms for submission of a bid/proposal are required. Bids must be printed in ink. Bidder must show unit prices and extensions for each item, subtotal for each group, and total amount.

All work under this contract shall be done in accordance with the Georgia Department of Transportation Standard Specifications, Construction of Transportation Systems 2001 Edition (hereinafter sometimes referred to as GDOT Specifications.) and subsequent Supplemental Specifications, special provisions included in and made a part of this proposal and apply to this contract.

All proposals shall be accompanied by a Bid Bond in favor of the City, in the amount of five percent (5%) of the bid for the complete work; such Bid Bond representing that the Bidder, if awarded a contract, will promptly enter into a contract and furnish Performance Bond and Payment Bond as provided by law and approved by the attorney for the City. The Performance Bond shall be equal to one hundred percent (100%) of the contract amount. The Payment Bond shall be equal to one hundred ten percent (110%) of the contract amount. The bid bond shall be forfeited to the City, as described in Section 108 of the GDOT Specifications. The City reserves the right to reject any and all bids. The Contract will be awarded, if at all, within sixty (60) calendar days after opening of the proposal.

Any change to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the City will issue a written addendum to document each approved change.

The City seeks to ensure that all segments of the business community have access to supplying the goods and services needed by City programs. The City affirmatively works to encourage utilization of disadvantaged and minority business enterprises in our procurement activities. The City provides equal business opportunity for all businesses and does not discriminate against any persons regardless of race, color, religion, age, sex, national origin or handicap.

The work shall be completed within 120 Calendar Days.

Total Bid Price (Lump Sum): Materials, labor, tools, equipment and all other miscellaneous and/or necessary items for the full depth reclamation and paving of Brookshire Way and Duluth Park Lane, including, but not limited to: full depth reclamation on existing pavement, replacing failing subgrade as directed by engineer, removing and replacing sinking curb as directed by engineer, erosion control, dust control, traffic control.

References:

Provide examples of your recent experience, as CM or GC in constructing projects similar to this project, including the following information.

1. Project name, location and dates during which services were performed.

2. Brief description of project and physical description

3. Provide total cost of project

4. For each project, provide the name of the OWNER’s representative, with current contact information, including phone number and email address. The contact should be familiar with your performance on the project.

All Proposals must be made out on the proposal form of the type bound in the Contract Documents, in accordance with the instructions in the INVITATION TO BID/PROPOSAL. No interlineations, additions, or deletions shall be made in the proposal form by PROPOSER. No conditional proposals will be acceptable.

The successful Contractor shall be responsible for public bid of all associated building trades, in order to acquire the best possible price for the project.

OWNER reserves the rights to waive any technicalities or to reject any or all Proposals, to evaluate Proposals, and to accept any Proposal which in its opinion may be in the best interest of OWNER. No Proposal will be rejected without just cause.

No PROPOSER may withdraw his proposal within the time limit specified in the Instructions to Bidders/Proposers.


INSTRUCTIONS TO BIDDERS/PROPOSERS

SECTION 1

1.1 PRE-PROPOSAL MEETING/PROJECT VISIT

A non-mandatory Pre-Proposal Conference is scheduled for 2 PM local time, August 26, 2013, at Duluth City Hall with a project visit thereafter. No other OWNER project visits will be scheduled.

1.2 QUALIFICATIONS

Firm must have a current Contractor’s Public Liability Insurance policy, and must be insurable in the following amounts: Bodily injury, including death limits of $1,000,000 for each accident. Property damage limits of $2,000,000 for each accident and $10,000,000 for the aggregate of operations. (The OWNER reserves the right to require additional limits and/or coverage for actual contract.)

The Contractor must be listed on the current Georgia Department of Transportation Pre-Qualified Contractors list. Vendors should provide a minimum of 5 verifiable years of experience (this can include subcontractors) on Full Depth Reclamation with foamed asphalt as the additive; a minimum of 10 lane miles of experience with a county or city in Georgia on Full Depth Reclamation with foamed asphalt as the additive; and, a 8-foot wide reclamation machine would be desired but other widths will be acceptable.

Firm must have bid bond issued by a Surety listed on the Treasury as licensed in the State of Georgia, or a cashier’s check in the amount of the five percent (5%) of your total proposal to be enclosed with your proposal at the time of proposal opening to be made payable to OWNER. No other form of security will be accepted.

1.3. SUBMITTAL OF QUESTIONS AND REQUESTS FOR CLARIFICATION

It is the responsibility of each respondent to seek clarification in writing, and review its submittal for accuracy before submitting the document. Once the submission deadline has passed, all submissions will be final. The OWNER will not request clarification from individual respondents relative to their submission, but reserves the right to ask for additional information from all parties who have submitted qualifications. Questions shall be submitted in writing before 5PM on Thursday, August 29, 2013 to:

Melissa Muscato

City of Duluth

3167 Main Street

Duluth, GA 30096

e-mail:

All relevant and significant questions that have been submitted in writing prior to the deadline will be compiled, and answers will be posted on the City’s website as well as sent via email to all plan holders with a valid email address.


1.4. INSTRUCTIONS FOR PREPARING FEE PROPOSALS

Fee proposals shall be submitted along with the Proposal but in a separate sealed envelope without any project proposal information. The Fee Proposal Form, Exhibit “A” attached to this section, INSTRUCTIONS TO BIDDERS/PROPOSERS, shall be submitted by each Proposer. Detailed itemization of the fee proposals must be attached to the Fee Proposal Forms.

Fee Proposals shall include a total lump sum bid price for all materials, labor, tools, equipment and all other miscellaneous and/or necessary items for the full depth reclamation and paving of Brookshire Way and Duluth Park Lane, including, but not limited to: full depth reclamation on existing pavement, replacing failing subgrade as directed by engineer, removing and replacing sinking curb as directed by engineer, erosion control, dust control, traffic control.

1.5. SUBMITTAL OF PROJECT PROPOSALS AND FEE PROPOSALS

PROPOSER shall provide one (3) originals (one unbound) of the Fee Proposal. Proposals must be submitted in a sealed envelope, addressed to OWNER. The sealed envelope containing the Proposals must be plainly marked on the outside as, “Full Depth Reclamation – Various Streets - 2013”. If the Proposal is forwarded by mail, the sealed envelope containing the Proposal must be enclosed in another envelope to the attention of OWNER at the address previously given.

Proposals must be physically received by the OWNER prior to the deadline indicated in the INVITATION TO BID / PROPOSAL at the exact address below:

City of Duluth

Attn: Teresa Lynn, City Clerk

3167 Main Street

Duluth, Georgia 30096

No Proposals will be accepted after the time set for receipt. Proposals submitted via facsimile or e-mail will be rejected. The OWNER reserves the right to reject any and all submittals, and to cancel the solicitation in its entirety and possibly re-advertise and issue a revised solicitation for any reason. With the submittal of a Proposal, the Proposer agrees that the proposals shall remain valid for a period of ninety (90) days.

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.

1.7. CONTRACT INFORMATION

The contract will be a lump sum contract. The total lump sum bid price will include materials, labor, tools, equipment and all other miscellaneous and/or necessary items for the full depth reclamation and paving of Brookshire Way and Duluth Park Lane, including, but not limited to: full depth reclamation on existing pavement, replacing failing subgrade as directed by engineer, removing and replacing sinking curb as directed by engineer, erosion control, dust control, traffic control.

1.8. ADDITIONAL TERMS AND CONDITIONS

Restriction of Communication

From the issue date of the ADVERTISEMENT FOR CONTRACTOR PROPOSALS solicitation until a successful proposer is selected and the selection is announced, proposers are not allowed to communicate for any reason with any members of the OWNER, or the Architect/Engineer, except for submission of questions as instructed in the ADVERTISEMENT FOR CONTRACTOR PROPOSALS, or during the proposer's conference (if applicable), or as provided by any existing work agreement(s). For violation of this provision, the OWNER reserves the right to reject the proposal of the offending proposer.

Submittal Costs and Confidentiality

All expenses for preparing and submitting responses are the sole cost of the party submitting the response. The OWNER is not obligated to any party to reimburse such expenses. All submittals upon receipt become the property of the OWNER. Labeling information provided in submittals “proprietary” or “confidential”, or any other designation of restricted use will not protect the information from public view. Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final award.

Award Conditions

This request and any proposal submitted in response, regardless of whether the proposal is determined to be the best proposal, is not binding upon the OWNER and does not obligate the OWNER to procure or contract for any services. Neither the OWNER nor any party submitting a response will be bound unless and until a written contract mutually accepted by both parties is negotiated as to its terms and conditions and is signed by the OWNER and a party containing such terms and conditions as are negotiated between those parties. The OWNER reserves the right to waive non-compliance with any requirements of this Request for Proposal and to reject any or all proposals submitted in responses. Upon receipt and review of responses, the OWNER will determine the party(s) and proposal that in the sole judgment of the OWNER is in the best interest of the OWNER (if any is so determined), with respect to the evaluation criteria stated herein. The OWNER then intends to conduct negotiations with such party(s) to determine if a mutually acceptable contract may be reached and in the course of doing so may use ideas expressed in any proposal.

Reciprocal Preference Law

For the purposes of evaluation only, a proposer that resides in the State of Georgia will be granted the same preference over proposers that reside in another State in the same manner, on the same basis, and to the same extent that preference is granted in awarding bids for the same goods or services by such other State to proposers that reside therein. For the purposes of this law, the definition of a resident proposer is one who maintains a place of business with at least one employee inside the State of Georgia. A P.O. Box address will not satisfy this requirement.

Immigration Reform Compliance Requirement

The successful Proposer will be required to certify compliance with the Immigration Reform and Control Act of 1986 (IRCA), D.L. 99-603 and the Georgia Security and Immigration Compliance Act OCGA 13-10-90 et.seq., by meeting or having complied with one of the (3) following provisions and by executing any affidavits required by the rules and regulations issued by the Georgia Department of Labor set forth at Rule 300-10-1-.01:

1) Contractor either has 500 or more employees and Contractor warrants that Contractor has complied with the Immigration Reform and Control Act of 1986 and the Georgia Security and Immigration Compliance Act by registering at https://www.vis-dhs.com/EmployerRegistration and verifying information of all new employees; OR; 2) Contractor has 100-499 employees and Contractor warrants that no later than July 1, 2008, Contractor will register as described above; OR, 3) Contractor has 99 or fewer employees and Contractor warrants that no later than July 1, 2009, Contractor will register as described above. Contractor will also be required to warrant that Contractor has included a similar provision in all written agreements with any subcontractors engaged to perform services under this Contract.