Awarded- 17-033-CW Ocmulgee Heritage Trail – Walnut Creek Extension

May 3, 2017

Published by admin

            INVITATION

SEALED BIDS for the Construction of:
The project referred to in the Agreement shall consist of the construction and
installation of a pedestrian walking trail with a bridge, railroad canopy, benches,
and trash receptacles, including all necessary materials, labor, machinery, etc.
hereinafter referred to by project name as:

OCMULGEE HERITAGE TRAIL – WALNUT CREEK EXTENSION
GDOT Project Number CSTEE 0008-00(986)
Will be received by:

Macon-Bibb County Board of Commissioners
hereinafter referred to as the OWNER, at:
Procurement Department, Suite 308
Macon-Bibb Government Center
700 Poplar Street
Macon, Georgia 31201

until 12:00 p.m. on the 8th day of June, 2017. All bids will be publicly opened and read in the presence of those interested in the Macon-Bibb County Procurement Department ConferenceRoom on Thursday, June 8, 2017 at 2:00 p.m.

Bid documents may be examined and obtained at the Macon-Bibb County Procurement
Department, Suite 308, Government Center, 700 Poplar Street, Macon, Georgia 31201, by calling
(478) 803-0550, or may be viewed and downloaded from one of the links included below:

Georgia Procurement Registry website
http://ssl.doas.state.ga.us/PRSapp/PR_custom_index.jsp?agency=61100
Macon-Bibb County Procurement Page www.maconbibb.us/purchasing

A mandatory pre-bid conference will be held on the 23rd day of May, 2017 at 10:00 am
at the office of Macon-Bibb County Procurement Department, Suite 308, Government Center,
700 Poplar Street, Macon, Georgia 31201.

The Disadvantaged Business Enterprise (DBE) goal for this project is 14%. The complete
DBE Goals Form, Federal Aid Certification and Georgia Security and Immigration Compliance
Act Affidavit (included in Appendix A) must be submitted with Bid. Small and other
disadvantaged businesses requiring assistance with the competitive process can contact Dr. James
Louis Bumpus, Director of Small Business Affairs at (478) 951-2192 or jbumpus@maconbibb.us.

The Georgia Department of Transportation (GDOT) Standard Specifications for
Construction of Transportation Systems, 2013 Edition; Supplemental Specification Book, 2016
Edition; and applicable s and Supplemental Specifications provided herein, apply to the contract.
The applicable GDOT specifications govern over any conflicting requirement that may be found
in the Agreement, Supplemental General Provisions and General Conditions.

GENERAL:

All proposals must be presented in a sealed envelope, addressed to the Owner. The
proposal must be filed with the Owner on or before the time stated in the Invitation for Bids.
Mailed proposals will be treated in every respect as though filed in person and will be subject to
the same requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior to
the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal
may be withdrawn for a period of one-hundred twenty (120) days after bids have been opened,
pending the execution of a contract with the successful bidder.

EXAMINATION OF WORK:

Each bidder shall, by careful examination, satisfy himself as to the nature and location
of the work, the conformation of the ground, the character, quality and quantity of the facilities
needed preliminary to and during the execution of the work, the general and local conditions, and
all other matters which can in any way affect the work or the cost thereof under the contract. No
verbal agreement or conversation with any officer, agent or employee of the Owner, either before
or after the execution of the contract, shall affect or modify any of the terms or obligations
therein.

ADDENDA AND INTERPRETATIONS:

No interpretation of the meaning of the plans, specifications or other pre-bid
documents will be made to any bidder orally.
Every request for such interpretation should be in writing addressed to Cranston
Engineering Group, P.C., 452 Ellis Street, Augusta, Georgia 30901, Attn: Mitchell B. Murchison,
PE, and to be given consideration must be received at least five days prior to the date fixed for the
opening of bids. Any and all such interpretations and any supplemental instructions will be in the
form of written addenda to the specifications which, if issued, will be sent by certified mail with
return receipt requested to all prospective bidders (at the respective addresses furnished for such
purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any
bidder to receive any such addendum or interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so issued shall become part of the Contract
Documents.

PREPARATION OF BIDS:

Bids shall be submitted on the forms provided and must be signed by the bidder or his
authorized representative. Any corrections to entries made on bid forms shall be initialed by the
person signing the bid.
Bidders must quote on all items appearing on the bid forms, unless specific directions
in the advertisement, on the bid form, or in the special conditions allow for partial bids. Failure to
quote on all items may disqualify the bid. When quotations on all items are not required, bidders
shall insert the words “No Bid” where appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already submitted will
be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids.
Modifications shall be submitted as such, and shall not reveal the total amount of either the
original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all owners.
Bids of corporations will be signed by an officer of the firm and his signature attested by the
secretary thereof who will affix the corporate seal to the Proposal.
NOTE: A 10% BID BOND IS REQUIRED.

BASIS OF AWARD:

The bids will be compared on the basis of unit prices, as extended, which will include
and cover the furnishing of all materials and the performance of all labor requisite or proper, and
completing of all the work called for under the accompanying contract, and in the manner set
forth and described in the specifications. The Owner reserve the right to award based on either a
comparison of the Base Bid only or a combination of the Base Bid and one or more Alternative in
no certain order. If the contract is awarded, it will be awarded to the lowest reliable whose
proposal shall have met all the prescribe requirements.
Where estimated quantities are included in certain items of the proposal, they are for
the purpose of comparing bids. While they are believed to be close approximations, they are not
guaranteed and settlement will be made for such items upon the basis of the work as actually
executed at the unit prices in the proposal as accepted. It is the responsibility of the Contractor to
check all items of construction. In case of error in the extension of prices in a proposal, unit bid
prices shall govern.

BIDDER’S QUALIFICATIONS:

If the submitted bid is $2,000,000.00 or less, the bidder must be either a prequalified
contractor or a registered subcontractor with Georgia Department of Transportation (GDOT). If
the submitted bid is in excess of $2,000,000.00, the bidder must be prequalified with GDOT.
Subcontractors shall be pre-qualified or registered with the GDOT. If construction work involves
welded structures such as bridges, the manufacturer of the structure shall be on the GDOT QPL
List 60.
No proposal will be received from any bidder unless he can present satisfactory
evidence that he is skilled in work of a similar nature to that covered by the Contract and has
sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit
with his proposal, sealed in a separate envelope, a FINANCIAL, EXPERIENCE AND
EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant,
equipment, and his experience and general qualifications. The Owner may make such
investigations as are deemed necessary to determine the ability of the bidder to perform the work
and the bidder shall furnish to him all such additional information and data for this purpose as
may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the
bidder, or investigation of him 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. Part of
the evidence required above shall consist of a list of the names and addresses of not less than five
(5) firms or corporations for which the bidder has done similar work.

PERFORMANCE AND PAYMENT BONDS:

At the time of entering into the Contract, the Contractor shall give a performance bond
and a labor and material payment bond to the Owner for the use of the Owner and all persons
doing work or furnishing skill, tools, machinery or materials under or for the purpose of such
Contract, conditional for the payment as they become due, of all just claims for such work, tools,
machinery, skill and materials, for the completion of the Contract according to its terms, for
saving the Owner harmless from all costs and charges that may accrue on account of the doing of
the work specified, and for the compliance with the laws appertaining thereto. Said bonds must
be a substantial surety company satisfactory to the Owner and authorized by law to do business in
the state in which the work is located.
The results in a performance bond of 100% of the contract amount and a payment
bond of 110% of the contract amount are required.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and
effectively dated copy of their powers of attorney.

REJECTION OF BIDS:

These proposals are asked for in good faith, and awards will be made as soon as
practicable, provided satisfactory bids are received. The right is reserved, however, to waive
informalities in bidding, to reject any or all proposals, or to accept a bid other than the lowest
submitted if such action is deemed to be in the best interest of the Owner.

BID RIGGING:

To report bid rigging activities, call: 1-800-424-9071
The U.S. Department of Transportation (DOT) operates the above toll-free “hotline”
Monday through Friday, 8:00 AM to 5:00 PM, Eastern Time. Anyone with the knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to
report such activities.
The “hotline” is part of the DOT’s continuing effort to identify and investigate
highway construction contract fraud and abuse, and is operated under the direction of the DOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected.

DAVIS BACON WAGE RATE:

The Davis Bacon Wage Rate applies to this project. For further information, please
see Appendix B Section AB-9.

REQUIRED DOCUMENTS FOR BID SUBMITTAL:

All submitted bid packages shall include the following documents: Proposal, Bid
Bond, Georgia Department of Transportation (GDOT) Pre-Qualification or Registration
Statement in accordance with Section IB-06, the Disadvantage Business Enterprise (DBE) Goals
Form, Federal Aid Certification, the Georgia Security and Immigration Compliance Act Affidavit,
and all Macon-Bibb County required forms. The forms for the DBE Goals, Federal Aid
Certification Form and the Georgia Security and Immigration Compliance Act Affidavit are
located in RCP Section herein.

17-033-CW Ocmulgee Heritage Trail Project

Attachment  A – Required Submittal Documents (Construction)

Attachment B – Drawings

PRE-BID SIGN IN LOG

Addendum #1.doc

Addendum No. 1 Answers to Questions & Revised Bid Schedule

National Park Services Application

Official Bid Tabulation

DISADVANTAGED BUSINESS ENTERPRISE:

The Disadvantaged Business Enterprise (DBE) goal for this project is 14%. The
complete DBE Goals Form, Federal Aid Certification and Georgia Security and Immigration
Compliance Act Affidavit (included in Appendix A) must be submitted with Bid.

CONSTRUCTION STANDARDS:

The Georgia Department of Transportation (GDOT) Standard Specifications for
Construction of Transportation Systems, 2013 Edition; Supplemental Specification Book, 2016
Edition, and applicable Special Provisions and Supplemental Specifications provided herein apply
to the contract. The applicable GDOT specifications govern over any conflicting requirement that
may be found in the Agreement, Supplemental General Provisions and General Conditions.

TITLE VI OF THE CIVIL RIGHTS ACT:

Macon-Bibb County in accordance with Title VI of the Civil Rights Act of 1964 and
78 Stat. 252, 42 USC 2000d-42 and Title 49, Code of federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally
assisted programs of the Department of Transportation issued pursuant to such act, hereby notifies
all bidders that it will affirmatively ensure that, in any contract entered into pursuant to this
advertisement, minority business enterprises will be offered full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, sex,
or national origin in consideration for an award.

Responses must be sealed and identified on the outside of the package as and delivered to

                      “17-033-CW – Ocmulgee Heritage Trail – Walnut Creek Extension”

Macon-Bibb County Procurement Department

700 Poplar Street

Suite 308

Macon, Georgia 31201

Telephone:  (478) 803-0550

cwilmore@maconbibb.us

Latest News

More News Like This

24-017-LH, Mead Road Repairs for Macon-Bibb County (4/11/2024)

Laura Hardwick March 13, 2024
Learn More
24-014-LH, Bicentennial Park Construction Project (4/11/2024)

Laura Hardwick March 4, 2024
Learn More
24-015-LH, Building and Site Demolition Project at the Middle Georgia Regional Airport (4/4/2024)

Laura Hardwick March 4, 2024
Learn More

Was this page helpful?
TOP