cobb county-marietta water authority marietta, georgia...

Download COBB COUNTY-MARIETTA WATER AUTHORITY MARIETTA, GEORGIA ...rubybids.ruby-collins.com/Quarles/Specs/Initial_Issue... · COBB COUNTY-MARIETTA WATER AUTHORITY MARIETTA, GEORGIA ... marketing

If you can't read please download the document

Upload: truongkhue

Post on 07-Feb-2018

227 views

Category:

Documents


5 download

TRANSCRIPT

  • DOCUMENTS FOR THE CONSTRUCTION OF

    COBB COUNTY-MARIETTA WATER AUTHORITY

    MARIETTA, GEORGIA

    JAMES E. QUARLES WATER TREATMENT PLANT RAW WATER PUMP STATION

    SITE IMPROVEMENTS

    INITIAL ISSUE SET

    CCMWA PROJECT NO. 9000-35-15-3515

    TECHNICAL SPECIFICATIONS

    580 W CROSSVILLE RD STE 101 ROSWELL, GA 30075 CONTACT: TOM ROBERTS, PE [email protected] ISSUE DATE: 3/11/16 REVISION DATE: 4/11/16

  • JAMES E. QUARLES WATER TREATMENT PLANT RAW WATER PUMP STATION

    SITE IMPROVEMENTS

    Cobb County-Marietta Water Authority Marietta, Georgia

  • 3/11/16 TOC-1 9000-35-15-3515 Revised 4/11/16

    TABLE OF CONTENTS

    SPECIFICATIONS Division 00 Procurement and Contracting Requirements 00 11 13 Advertisement for Bidders (Revised 4/11/16) 00 21 13 Instructions to Bidders (Revised 4/11/16) 00 31 46 Permits 00 41 00 Bid Form (to be printed on pink light blue paper) 00 45 01 Corporate Certificate 00 45 02 Contractor License Certification 00 45 03 Pre-Construction Oath 00 45 04 Cert of Owner's Attorney 00 45 05 Cert of Contractor's Attorney 00 45 06 Affidavit of Contractor 00 45 07 Subcontractor Affidavit 00 45 08 Sub-subcontractor Affidavit 00 45 09 Affidavit verifying status for Contract 00 45 13 Statement of Bidders Qualifications 00 45 19 Non-Collusion Affidavit 00 49 00 Pre-Award Oath 00 51 00 Notice of Award 00 52 00 Agreement between Owner & Contractor 00 55 00 Notice to Proceed 00 61 13.12 Bid Bond 00 61 13.13 Performance Bond 00 61 13.16 Payment Bond 00 62 16 Certificate of Insurance Form 00 72 00 General Conditions (to be printed on yellow paper) 00 73 00 Supplementary Conditions (to be printed on green paper) Division 01 General Requirements 01 11 00 Summary of Work 01 14 01 Unique Requirements 01 14 10 Progress Reports Videos and Photographs 01 14 16 Coordination with Occupants 01 22 00 Measurement and Payment 01 31 19 Project Meetings 01 33 00 Submittal Procedures 01 35 53 Security Procedures 01 41 00 Regulatory Requirements 01 41 13 Codes and Standards 01 45 16.13 Contractor Quality Control

  • 3/11/16 TOC-2 9000-35-15-3515 Revised 4/11/16

    01 45 29 Testing Laboratory Services 01 50 00 Temporary Facilities 01 57 13 Erosion and Sedimentation Control 01 65 00 Product Delivery Requirements 01 66 00 Product Storage and Handling Requirements 01 71 23.16 Construction Surveying 01 73 29 Cutting and Patching 01 74 00 Cleaning and Waste Management 01 74 36 Warranties and Bonds 01 78 39 Record Documents Division 2 Existing Conditions 02 00 00 Existing Conditions 02 40 00 Demolition of Existing Facilities Division 3 Concrete 03 31 00 Cast-In-Place Concrete Division 5 Metals 05 14 00 Structural Metal Framing Division 31 Earthwork 31 22 00 Grading 31 52 00 Cofferdams Division 32 Exterior Improvements 32 31 00 Fences and Gates Division 33 Utilities 33 10 00 Water Utility Distribution 33 11 00 Piping Testing and Acceptance 33 12 00 Disinfection of Potable Water Facilities APPENDICES (For Information Only) Appendix A 2015 Geotechnical Investigation Appendix B 2002 Geotechnical Investigation

    END OF SECTION

  • 3/11/16 00 11 13-1 9000-35-15-3515 Revised 4/11/16

    SECTION 00 11 13

    ADVERTISEMENT FOR BID Sealed Bids will be received by the Cobb County-Marietta Water Authority at 1170 Atlanta Industrial Drive, Marietta, Georgia 30066 until:

    3:00 PM, Local prevailing time on May 17th, 2016

    for the Project known as:

    COBB COUNTY-MARIETTA WATER AUTHORITY

    JAMES E. QUARLES WATER TREATMENT PLANT RAW WATER PUMP STATION SITE IMPROVEMENTS

    at which time and place the Bids will be publicly opened and read aloud. Bids received after the designated time will not be considered. The Owner of the project is Cobb County-Marietta Water Authority. The Engineer for the project is River to Tap, Inc. Bid opening time is subject to extension pursuant to O.C.G.A Section 36-91-20(d). The approximate extent and character of the Work is generally described as follows: The project generally consists of the removal of existing on site retaining walls and construction of new concrete retaining walls on land and along the Chattahoochee Riverfront with all associated grading. Site fencing along the river front shall be removed and replaced with 8 foot high black vinyl barbed wire fence and posts. Concrete mow strips shall be placed at the top and bottom of each wall and on each side of the new fence line. Bidders shall inform themselves concerning Georgia Laws and comply with same.

    An optional Pre-Bid Conference will be held for all Bidders at 10:00 AM local prevailing time on May 3rd, 2016 at the Cobb County-Marietta Water Authority offices, 1170 Atlanta Industrial Drive, Marietta, GA 30066.

    The work will be awarded in One Contract. The Instructions to Bidders, Bid, Contract Agreement, Drawings, Specifications and forms of Bid Bond, Performance Bond, Payment Bond and other Contract Documents may be examined at the following:

  • 3/11/16 00 11 13-2 9000-35-15-3515 Revised 4/11/16

    River to Tap, Inc. 580 West Crossville Road, Suite 101

    Roswell, Georgia 30075

    The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request, including information on subcontractors that are intended to perform work on the project. By submission of his bid the Bidder acknowledges the right of the Owner to make such investigations, to contact references and utilize this information as a basis of determining award of the contract. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. The Bidder must demonstrate the satisfactory completion of 3 similar projects constructed within the previous 10 years that meet the following criteria: (The Bidder may list more than the minimum number of projects to demonstrate required experience) 1) Projects exceeding $500,000. 2) Projects involving construction of concrete retaining walls over 8 feet high and over 50 feet in length on riverbanks that require the construction of cofferdams. Key Personnel - The Bidder must demonstrate that the proposed Project Manager and Project Superintendent shall meet the following criteria: The Proposed Project Manager and the proposed Project Superintendent shall have been involved in at least one of the listed projects described above. Adequate demonstration of the above listed project qualifications for the Bidder and specialty subcontractor shall be provided at the time of bid on the Statement of Bidders Qualifications form contained in these Specifications with accompanying company resumes, marketing brochures and individual project descriptions as required. Current reference names and contact telephone numbers shall be provided at the time of bid for the listed projects. Adequate demonstration of the qualification of the proposed Project Manager and Project Superintendent shall be provided at the time of bid in the form of personnel resumes. The Bidder shall, as a part of its Bid, submit a list of similar projects it has successfully completed with a contact reference for each project. The contact reference shall be a current employee of the Owner of that project. The Bidder shall also provide, for the projects mentioned above and the proposed Project Superintendent, any history of litigation, arbitration, or other related mediation actions. All project experience information shall be required to be notarized. Copies of Contract Documents are available at R2T, Inc., 580 West Crossville Road, Suite 101, Roswell, Georgia 30075 (Issuing Office) upon payment of $175, non-refundable, for each set. All checks are to be made payable to R2T,

  • 3/11/16 00 11 13-3 9000-35-15-3515 Revised 4/11/16

    Inc.. No partial sets will be sold. Shipment will be via Fedex two-day delivery. Other shipping will be at the purchasers additional expense. Street address and phone number must be provided to allow delivery. Contact Nadya Marinina at the address noted above, phone 770-629-8298. Electronic .pdf copies of Contract Documents are available at R2T, Inc., 580 West Crossville Road, Suite 101, Roswell, Georgia 30075 (Issuing Office) upon payment of $50, non-refundable, for each set. All checks are to be made payable to R2T, Inc.. No partial sets will be sold. Shipment will be via Fedex two-day delivery. Other shipping will be at the purchasers additional expense. Street address and phone number must be provided to allow delivery. Contact Nadya Marinina at the address noted above, phone 770-629-8298. Please note only hard copy sealed bids will be received by the Cobb County-Marietta Water Authority. No electronic submissions will be accepted. The Owner is not obligated to consider a Bidder's proposal, if Bidder is not on record with the Issuing Office as having received a complete set of Bidding Documents from the Issuing Office. The time allowed for Substantial Completion is two-hundred ten consecutive calendar days (210 days), and the time allowed for final completion and readiness for final payment is two-hundred forty consecutive calendar days (240 days) from the date of commencement. All bids must be made out on the bid form to be obtained from the Engineer with the contract documents, in accordance with the Instructions to Bidders. No interlineations, additions or deletions shall be made in the bid form by the Bidder. Each Bid must be accompanied by a Bid Bond with good and sufficient surety or sureties approved by the Owner for faithful acceptance of the contract, payable to, in favor of, and for the protection of the Owner in an amount equivalent to five percent (5%) of the total amount payable by the terms of the contract or, in lieu thereof, a certified check, cashier's check, or cash in equal amount. Each Bid must also be accompanied by a notarized non-collusion affidavit for the Bidder. Out-of-state corporations and other entities must submit evidence of authority to conduct business in Georgia as an out-of-state entity. Each Bidder must be a State of Georgia licensed General Contractor and/or Utility Contractor at the time of the Bid. The Owner will in no way be liable for any costs incurred by any Bidder in the preparation of its Bid in response to this Advertisement for Bid. The successful Bidder will be required to furnish performance and payment bonds with the executed Agreement meeting the requirements of the Contract Documents and executed on the forms attached to the Agreement as Exhibits "B" and "C". The

  • 3/11/16 00 11 13-4 9000-35-15-3515 Revised 4/11/16

    successful Bidder will also be required to furnish an oath pursuant to O.C.G.A. 36-91-21 from every person who procures the Agreement. The terms and time for payment are set forth in the Agreement. All Bids will remain subject to acceptance for sixty days after the day of the Bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to that date. The Owner reserves the right to reject any or all Bids, to waive informalities and re-advertise. Site visits to the Project site may be scheduled during working hours up to eight (8) days of bid opening. Contact Mr. Jacob Wilson at least 24 hours in advance at Cobb County-Marietta Water Authority at phone number (678) 372-8158 or email [email protected] to schedule a visit.

    Cobb County-Marietta Water Authority Glenn M. Page, P.E.

    General Manager

    END OF SECTION

  • 3/11/16 00 21 13-1 9000-35-15-3515 Revised 4/11/16

    SECTION 00 21 13

    INSTRUCTIONS TO BIDDERS 1. Defined Terms Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.1. Bidder--one who submits a Bid directly to Owner as distinct from a sub-bidder, who submits a bid to a Bidder. 1.2. Issuing Office--is River to Tap, Inc. and where the bidding procedures are to be administered. 1.3. Successful Bidder--the lowest, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 1.4. Owner -- Cobb County-Marietta Water Authority (CCWMA), party of the first part to the Contract Agreement, or its authorized and legal representatives. 1.5. Engineer River to Tap, Inc. 1.6. Engineers Consultant Padgett Engineering Group, Ahlberg Engineering, Inc.

    1.7. Contractor -- the party of the second part to the Contract Agreement or the authorized and legal representative of such party. 1.8. Work and Project -- shall mean the entire complete construction required to be furnished under the Contract Documents. 1.9. Products -- shall mean materials or equipment permanently incorporated into the Project. 1.10 Provide -- shall mean to furnish and install. 2. Copies of Bidding

    Documents 2.1. Complete sets of the Bidding Documents may be obtained from the Engineer. Bidding Documents are open for inspection to prospective bidders at River to Tap, Inc. for the purpose of review in order to determine if the prospective bidders wish to obtain Bidding Documents. 2.2. Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, whether obtained from the Owner, Engineer, Issuing Office, or other sources.

  • 3/11/16 00 21 13-2 9000-35-15-3515 Revised 4/11/16

    2.3. Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. 3. Qualifications of Bidders 3.1. Owner reserves the right to reject any Bidder who does not satisfy the Owner as to its ability to successfully perform the Work. 3.2. To demonstrate current qualifications to perform the Work, each Bidder must submit with the bid detailed written evidence, such as financial data, previous experience, present commitments and other such data as defined in the Statement of Bidders Qualifications (SBQ). 3.3. The Bidder will be required to provide evidence of compliance with the requirements of O.C.GA 43 14 and O.C.GA 43-41 (Construction Industry Licensing Board Acts and Rules and Regulations) with respect to the requirements of the code. 3.4. Bidder shall be a licensed Utility Contractor in the State of Georgia and/or a licensed General Contractor in the State of Georgia at the time Bids are submitted. Contractors and subcontractors must be licensed by the State Construction Industry Licensing Board. GA Rules & Regulations 121-6.02 3.5. The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work and the Bidder

    shall furnish to the Owner all such information and data for this purpose as the Owner may request, including information on subcontractors that are intended to perform work on the project. By submission of his bid the Bidder acknowledges the right of the Owner to make such investigations, to contact references and utilize this information as a basis of determining award of the contract. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. 3.6. The minimum experience criteria to be considered a responsible Bidder are as follows: 3.6.1. The Bidder must demonstrate the satisfactory completion of 3 projects constructed within the previous 10 years that meet the following criteria: (The Bidder may list more than the minimum number of projects to demonstrate required experience) 1) Projects exceeding $500,000. 2) Projects involving construction of concrete retaining walls over 8 feet high and over 50 feet in length on riverbanks that require the construction of cofferdams. 3.7. Key Personnel - The Bidder must demonstrate that the proposed Project Manager and Project Superintendent shall meet the following criteria: The Proposed Project Manager and the proposed Project Superintendent shall have been involved in at least one of the

  • 3/11/16 00 21 13-3 9000-35-15-3515 Revised 4/11/16

    listed projects described in 3.6.1. 3.8. Adequate demonstration of the above listed project qualifications for the Bidder and specialty subcontractor, if required, shall be provided at the time of bid on the Statement of Bidders Qualifications (SBQ) form contained in these Specifications with accompanying company resumes, marketing brochures and individual project descriptions as required. Current reference names and contact telephone numbers shall be provided at the time of bid for the listed projects. Adequate demonstration of the qualification of the proposed Project Manager and Project Superintendent shall be provided at the time of bid in the form of personnel resumes. 3.9. The Bidder shall, as a part of its Bid, submit a list of similar projects it has successfully completed with a contact reference for each project. The contact reference shall be a current employee of the Owner of that project. The Bidder shall also provide, for the projects mentioned above and the proposed Project Superintendent, any history of litigation, arbitration, or other related mediation actions. All project experience information shall be required to be notarized. 4. Examination of Contract

    Documents and Site 4.1. It is the responsibility of each Bidder before submitting a Bid: 4.1.1. To examine thoroughly the Contract Documents and other

    related data identified in the Bidding Documents (including "technical data" referred to below); 4.1.2. To visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work; 4.1.3. To consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work; 4.1.4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data; and 4.1.5. To promptly notify Engineer of all conflicts, errors, ambiguities or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 4.2. Reference is made to the Supplementary Conditions for identification of: 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the general accuracy of the "technical data" contained in such reports but not upon other data, interpretations, opinions or information contained in such reports or otherwise relating to the subsurface conditions at the site, nor upon the completeness thereof

  • 3/11/16 00 21 13-4 9000-35-15-3515 Revised 4/11/16

    for the purposes of bidding or construction. 4.2.2. Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by Engineer in preparation of the Contract Documents. Bidder may rely upon the general accuracy of the "technical data" contained in such drawings but not upon other data, interpretations, opinions or information shown or indicated in such drawings or otherwise relating to such structures, nor upon the completeness thereof for the purposes of bidding or construction. 4.2.3. Copies of such reports and drawings will be made available for review to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph SC-4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.3. Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground

    Facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions. 4.4. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Contract Documents due to differing or unanticipated conditions appear in Paragraphs 4.02 and 4.03 of the General Conditions. 4.5. Before submitting a Bid each Bidder will be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.6. On request, Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems

  • 3/11/16 00 21 13-5 9000-35-15-3515 Revised 4/11/16

    necessary for submission of a Bid. Bidder must fill all drilled or augured holes with a neat cement grout and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.7. Reference is made to the Supplementary Conditions for the identification of the general nature of any work that is to be performed at the site by Owner or others (such as utilities and other prime contractors) that relates to the work for which a Bid is to be submitted. On request, Owner will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such work. 4.8. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities and discrepancies that Bidder has discovered in the Contract Documents and the written resolutions thereof by Engineer is acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and

    conditions for performing and furnishing the Work. 4.9. The provisions of ITB-4.1 through 4.8, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06 of the General Conditions. 5. Availability of Lands for

    Work, etc. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to Engineer. Every request for such interpretation and all questions must be made in writing and addressed to R2T, Inc., Attention: Tom Roberts, P.E., 580 West Crossville Road, Suite 101, Roswell, Georgia 30075. In lieu of mail, questions may be made by e-mail to [email protected]. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by an Addendum mailed or

  • 3/11/16 00 21 13-6 9000-35-15-3515 Revised 4/11/16

    delivered to all parties recorded by Issuing Office as having received the Bidding Documents. Questions received less than seven days prior to the date for opening of Bids shall not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6.3. Failure of any Bidder to receive any such addendum or interpretations shall not relieve such bidder from any obligation under his Bid as submitted. 6.4. Failure of any Bidder to acknowledge any such addendum or interpretations shall not relieve such Bidder from any obligation under his Bid as submitted, if Bidder has knowledge of any such addendum, or interpretations. If Bidder has knowledge of any such addendum or interpretation but fails to acknowledge, this will be considered an informality. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond (on the form attached) with good and sufficient surety or sureties approved by the Owner and meeting the requirements of Paragraph 5.01 of the General Conditions, for faithful acceptance of the contract, payable to, in favor of, and for the protection of the Owner in an amount equivalent

    to five percent (5%) of the total amount payable by the terms of the contract, in lieu thereof, in the form of a certified check, cashier's check, or cash in equal amount. Bidders who submit Bid Security in the form of a certified check, cashier's check, or cash are bound by the "Terms of Bid Bond" as if submitted on the attached "Bid Bond "form. 7.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement, furnished the required contract security and Certifications of Insurance and met the other conditions of the Notice of Award, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the sixtieth day after the Bid opening whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening, if requested by the respective Bidder. 7.3. Failure of Bidder to provide qualification information, if requested, within 10 days of notification of request, shall be grounds for forfeiting of the Bid Security of that Bidder.

  • 3/11/16 00 21 13-7 9000-35-15-3515 Revised 4/11/16

    8. Contract Times The number of days within which, or the dates by which, the Work is to be substantially completed and also completed and ready for final payment (the term "Contract Times" is defined in paragraph 1.01 A.14. of the General Conditions) are set forth in the Agreement and incorporated therein by reference in the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items which have not received approval of the Engineer. The procedure and timing for submission of any substitution by Contractor and consideration by Engineer is set forth in Paragraph 6.05 of the General Conditions. 11. Subcontractors, Suppliers

    and Others 11.1. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers and other persons and organizations (including those who are to furnish the principal items of material and equipment) to be submitted to Owner in advance of a specified date prior to

    the Effective Date of the Agreement, apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening submit to Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person or organization if requested by Owner. The Owner or Engineer who after due investigation has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may before the Notice of Award is given request apparent Successful Bidder to submit an acceptable substitute, in which case apparent Successful Bidder shall submit an acceptable substitute, that Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution and Owner may consider such price adjustment in evaluating Bids and making the contract award. 11.2 If apparent Successful Bidder declines to make any such substitution, Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security of any Bidder. Any Subcontractor, Supplier, other person or organization listed and to whom Owner or Engineer does not make

  • 3/11/16 00 21 13-8 9000-35-15-3515 Revised 4/11/16

    written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06.B of the General Conditions. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed by printing in ink or by typewriter. 12.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. 12.4. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 12.5. All names must be typed or printed in ink below the signature. 12.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form).

    12.7. The address and telephone number for communications regarding the Bid must be shown. 12.8. Evidence of authority to conduct business as an out-of-state corporation in the state where the Work is to be performed shall be provided with the bid form. State utility contractor license number and State general contractor license number must also be shown on the Contractors License Certificate. 12.9. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. Any bid which is not properly prepared and accompanied by required certifications may be rejected by the Owner. 13. Submission of Bids Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted) and name and address of Bidder, and accompanied by the Bid security, Statement of Bidders Qualifications, Contractors License Certification, Non-collusion Affidavit of Bidder, Bid Form, Corporate Certificate, and other required documents for a complete, responsive and responsible

  • 3/11/16 00 21 13-9 9000-35-15-3515 Revised 4/11/16

    bid. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification of Bids 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the closing time. 15. Opening of Bids 15.1. Bids will be opened and (unless obviously non-responsive) read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the effective date of the Contract. 15.2. The Owner is not obligated to consider a Bidder's proposal, if Bidder is not on record with the Issuing Office as having attended the Pre-Bid Conference and received complete Bidding Documents from the Issuing Office. 15.3. No bid shall be considered unless a proper bid bond or other security authorized in Paragraph 7 of these Instructions To Bidders is submitted. 16. Bids to Remain Subject to

    Acceptance All Bids will remain subject to acceptance for sixty days after the

    day of the Bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to that date. Owner shall release any Bid and return the Bid Security if a Bidder requests the withdrawal of its Bid and basis of withdrawal is in accordance with O.C.G.A. 36-91-52. 17. Award of Contract 17.1. Owner reserves the right to reject all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. In the event a Bid is rejected by Owner or a Bidder is permitted by Owner to withdraw its Bid, Owner reserves the right to preclude such Bidder from resubmitting a Bid at any subsequent re-bidding of the Work. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between

  • 3/11/16 00 21 13-10 9000-35-15-3515 Revised 4/11/16

    words and figures will be resolved in favor of the words. 17.2. In evaluating Bids, Owner will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements as indicated in the Advertisement for Bid, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. Conditional Bids will not be accepted. 17.3. Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time.

    17.5. If the contract is to be awarded, it will be awarded to the responsible and responsive Bidder submitting the lowest Base Bid whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 17.6. If the contract is to be awarded, Owner will give Successful Bidder a Notice of Award within sixty days after the day of the Bid opening. 18. Contract Security Paragraph 5.01 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds in the form as shown on Exhibits B and C of the Contract Documents. 19. Signing of Agreement When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement, Contractor Affidavit and Agreement, Subcontractor Affidavit(s) and Agreement(s), and attached documents to Owner with the required Bonds and Certification of Insurance. Within fifteen days of the Owners receipt from the Contractor of the following documents

  • 3/11/16 00 21 13-11 9000-35-15-3515 Revised 4/11/16

    in proper form: the required number of executed counterparts of the Agreement, the Bonds, the oath pursuant to O.C.G.A. 36-91-21(e), the Certification of Insurance, and any other documents required by the Bidding Requirements, Owner shall deliver one fully signed counterpart to the Contractor. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20. Laws and Regulations All applicable federal and state laws, municipal ordinances, and rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 21. Permits and Easements 21.1. All anticipated federal, state, and local permits which are required for the Project and are the responsibility of the Owner have been obtained, except as follows: 21.1.1.Use of the U.S. Army Corps of Engineers Nationwide Permit (NWP) No. 3 to impact approximately 408 linear feet along the Chattahoochee River to replace decomposing cross-tie retaining walls with concrete retaining walls to reduce erosion and prevent bank failure has been authorization verified and has been assigned the file number SAS-2015-00888. A copy of the verification letter is contained in Section 01 31 46.

    21.1.2. National Park Services Special Use authorization is currently being sought. 21.1.3. Cobb County Land Disturbance Permit is currently being sought. 22. Security and Immigration Act 22.1 Contractors and Subcontractors who enter into contracts with public employers are required to register and participate in the Federal Work Authorization Program to verify work eligibility information of new employees. Bidders are required to fill out the following forms located in the Bidding Documents attesting to their status under this program and that they will pass on the same requirements to their Subcontractors as required by OCGA 13-10-90 and 13-10-91; GA Department of Labor 300-10-1: 22.1.1 Affidavit Verifying Status for Cobb County-Marietta Water Authority Public Benefit Application. 22.1.2 Security and Immigration Compliance Act Certification 22.2 Pursuant to Code of Georgia 13-10-90 et. seq., the Georgia Security and Immigration Compliance Act of 2006, the following forms located in the Bidding Documents shall be completed prior to Award: 22.2.1 Contractor Affidavit and Agreement 22.2.2 Subcontractor Affidavit and Agreement

  • 3/11/16 00 21 13-12 9000-35-15-3515 Revised 4/11/16

    22.3 Contractor understands and agrees that compliance with the requirements of OCGA 13-10-90, OCGA 13-10-91, and Georgia Department of Labor Rule 300-10-1 are conditions of this Agreement. 22.4 Contractor further agrees that such compliance shall be attested by Contractor and its Subcontractors by execution of the appropriate Contractor Affidavit and Agreement and Subcontractor Affidavit forms included in the Contract Documents. END OF SECTION

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-1 9000-35-15-3515

    SECTION 00 41 00

    BID FORM PROJECT IDENTIFICATION: Cobb County-Marietta Water Authority James E. Quarles Water Treatment Plant Raw Water Pump Station Site Improvements THIS BID IS SUBMITTED TO: Cobb County-Marietta Water Authority 1170 Atlanta Industrial Dr. Marietta, Georgia 30066 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement for Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds, Certifications of Insurance, and other documents required by the Bidding Requirements within fifteen days after the date of Owners Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: (a) Bidder has examined and carefully studied the Bidding Documents

    and the following Addenda receipt of all of which is hereby acknowledged: (List Addenda by Addendum Number and Date)

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-2 9000-35-15-3515

    (b) Bidder has visited the site and is familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work, and bidder has not relied upon any oral representations by employees or agents of Owner or Engineer.

    (c) Bidder is familiar with and is satisfied as to all federal, state and local

    Laws and Regulations that may affect cost, progress, performance and furnishing of the Work.

    (d) Bidder has carefully studied all reports of explorations and tests of

    subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site which have been identified in the Supplementary Conditions as provided in paragraph 4.02.A of the General Conditions. Bidder accepts the determination, if any, set forth in paragraph SC-4.02.A of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidders purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents.

    (e) Bidder is aware of the general nature of Work to be performed by

    Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents.

    (f) Bidder has correlated the information known to Bidder, information

    and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-3 9000-35-15-3515

    examinations, investigations, explorations, tests, studies and data with the Contract Documents.

    (g) Bidder has given Engineer written notice of all conflicts, errors,

    ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted.

    (h) This Bid is genuine and not made in the interest of or on behalf of

    any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner.

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-4 9000-35-15-3515

    4. As defined in Section 01 22 00 Measurement and Payment, Bidder shall

    complete the Work in accordance with the Contract Documents for the bid prices indicated below.

    Item No.

    Description

    EstimatedQty.

    Unit

    Unit Price

    Total Price

    1. Concrete Retaining Walls

    a. Walls 1, 2, and 3, Construct New Concrete Walls

    1 LS $ $

    b. Wall 4, Remove and Replace 3 Cross-tie Walls

    1 LS $ $

    c. Wall 5, Remove and Replace 2 Cross-tie Walls

    1 LS $ $

    d. Wall 6, Remove and Replace Partial Metal Plate Wall

    1 LS $ $

    2. Erosion and Sedimentation Control Complete

    1 LS $ $

    3. Miscellaneous Site Improvements 1 LS $ $

    4. Water Line /Fire Hydrant Relocation Complete 1 LS $ $

    5.

    Chain Link Fence and Gates, Remove and Replace with 8-foot Black Vinyl Chain Link Fence and Gates

    460 LF $ $

    6. Removal and Disposal of Unsuitable Materials 1,700 CY $ $

    7. Rock Excavation 200 CY $ $

    8. Transport and Installation of Suitable 1,150 CY $ $

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-5 9000-35-15-3515

    Item No.

    Description

    EstimatedQty.

    Unit

    Unit Price

    Total Price

    Backfill Materials

    9. 18 in Wide Concrete Mow Strip, 4 in thick, 3,000 psi

    2,440 SF $ $

    10. Drainage Structures Complete 11 EA

    11. Concrete Bollards 3 EA $ $

    12. Grassing Complete 1 LS $ $

    13. Cash Allowances

    a. Concrete Testing Allowance $10,000.00

    b. Compaction Testing Allowance $10,000.00

    c. Structural Evaluation Allowance $10,000.00

    14. Owners Lump Sum Contingency Allowance $70,000.00

    BID TOTAL, ITEMS 1 THROUGH 14, INCLUSIVE, THE AMOUNT OF DOLLARS ($ ).

    5. Bidder agrees that the Work will be substantially complete within 210

    consecutive calendar days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 240 consecutive calendar days after the date when the Contract Times commence to run.

    Bidder accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the Work within the time(s) specified in the Agreement.

    6. The following documents are attached to this Bid Form and are

    made a condition of this Bid:

    (a) Bid Bond. The required bid security in the form of bid bond, certified check, cashier's check or cash must be included and attached to the

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-6 9000-35-15-3515

    Bid Bond form. Bidders who submit Bid Security in the form of a certified check, cashier's check or cash are bound by the "Terms of Bid Bond".

    (b) Corporate Certificate.

    (c) Contractor License Certification.

    (d) Statement of Bidders Qualifications.

    (e) Resumes of Project Manager and Project Superintendent

    (f) Noncollusion Affidavit of Bidder.

    7. Communications concerning this Bid shall be addressed to: The address of Bidder indicated below. BIDDER'S NAME Primary Contact Person Secondary Contact Person Bidder's Street Address Bidder's Mailing Address (if different) Bidder's Phone #

    Bidder's Fax #

    (optional) 8. Terms used in this Bid which are defined in the General Conditions or

    Instructions will have the meanings indicated in the General Conditions or Instructions.

    THIS BID SUBMITTED on , 20 .

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-7 9000-35-15-3515

    If BIDDER is: An Individual By (SEAL) (Individual's Name) Doing business as

    Business address:

    Phone No.:

    A Partnership

    By (SEAL) (Firm Name)

    (General partner) Business address:

    Phone No.:

    A Corporation

    By (Corporation Name) (State of incorporation) By (Name of person authorized to sign) (Title) (Corporate Seal) Attest Business address: Phone No.: Date of Qualification to do business is

  • BID FORM TO BE PRINTED ON LIGHT BLUE PAPER

    REVISED 4/19/16 3/11/16 00 41 00-8 9000-35-15-3515

    A Joint Venture By (SEAL)

    (Name)

    (Address) By (SEAL)

    (Name)

    (Address) Phone Number and Address for receipt of official communications (Each joint venturer must sign. The manner of signing for each individual,

    partnership and corporation that is a party to the joint venture should be in the manner indicated above).

  • 3/11/16 00 45 13-1 9000-35-15-3515 Revised 4/19/16

    SECTION 00 45 13

    STATEMENT OF BIDDERS QUALIFICATIONS

    All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. Attach all additional sheets to this statement. (Sample Project Information Form contained at the end of this Section.) The Bidder must include this SBQ form, completely filled out with the requested information, and any accompanying information with the Bid. 1. Name of Bidder_______________________________________ 2. Bidders permanent, main office address and phone number: 3. When organized: 4. If a Corporation, where incorporated: 5. How many years has Bidder been engaged in the contracting business under present

    firm or trade firm or trade name? 6. General description of type of work performed by your company: 7. Have you ever failed to complete any work awarded to you? If so, where and why? 8. Have you ever defaulted on a contract? If so, where and why? 9. Complete a Project Information Form for projects that match the requirements

    specified in the Advertisement for Bid (00 11 13). (Limit 6) 10. Document experience in construction work similar in nature to this Project. 11. Background and experience of the principal members of your organization, including

    officers. 12. Background and experience of the Project Manager that will be assigned to this

    Project. (full resume that includes at least one (1) project that matches the requirements specified in the Advertisement for Bid (00 11 13))

    13. Background and experience of the Superintendent that will be assigned to this

    Project. (full resume that includes at least one (1) project that matches the requirements specified in the Advertisement for Bid (00 11 13))

  • 3/11/16 00 45 13-2 9000-35-15-3515 Revised 4/19/16

    14. Background and relevant project experience of Specialty Subcontractor(s) that will be

    assigned to this Project 15. Qualifications of CPM professional in accordance with Specification Section ___. 16. Name of supervisory personnel certified Level 1A Fundamentals of the Georgia

    Erosion and Sediment Control training program. 17. Any history of litigation, arbitration, or other related mediation actions for the

    proposed Project superintendent or referenced Projects? 18. Credit available: $ . 19. Give Bank references: . 20. Will you, upon request, fill out a detailed financial statement and furnish any other

    information that may be required by the Local Public Agency? 21. The undersigned hereby authorizes and requests any person, firm, or corporation to

    furnish any information requested by the Owner in verification of the recitals comprising this Statement of Bidders Qualifications.

  • 3/11/16 00 45 13-3 9000-35-15-3515 Revised 4/19/16

    I, , certify that I am of the TITLE Bidding Firm, and that the answers to the foregoing questions and statements contained therein are true and correct.

    BIDDER:

    By: (Signature on File)

    Title:

    Date:

    Subscribed and sworn to me _____ day of _______________________, 2013.

    NOTARY PUBLIC:

    (Signature on File)

    Commission Expires:

    (Date)

    (SEAL)

  • 3/11/16 00 45 13-4 9000-35-15-3515 Revised 4/19/16

  • 3/11/16 00 45 13-5 9000-35-15-3515 Revised 4/19/16

    Project Information Form

    Project Title: Project Description: Project Owner: - Owner Name: - Contact Person: - Phone Number: Engineer/Construction Manager: - Company Name: - Contact Person: - Phone Number: Contract Amount: - Initial: - Final: Contract Time - Initial: - Final: - Completion Date:

    END OF SECTION

  • 3/11/16 00 45 13-6 9000-35-15-3515 Revised 4/19/16

    00 00 00 Cover00 00 01 Cover Sheet00 01 00 Table of Contents_Rev_100 11 13 Advertisement for Bidders_rev100 21 13 Instructions to Bidders00 41 00 Bid Form_Rev_100 45 13 Statement of Bidders Qualifications