← Back to Washington County, GA

Document Washingtoncountyga_doc_11bafc745a

Full Text

Washington County Board of Commissioners BID#: 2024-001 Washington County Government Buildings Reroof Solicitation Issued on: 10/12/2023 Bids will be received no later than 2:00 PM E.T. on December 06, 2023 A NON-MANDATORY Pre-bid conference will be held on 11/16/2023 at 11 AM E.T. at Board of Commissioner’s Office, 119 Jones St., Sandersville, GA 31082 Submissions will be unsealed and read aloud at 2:00 PM E.T., on December 06, 2023 Washington County Board of Commissioners 119 Jones St Sandersville, GA 31082 Contact: Chris Hutchings [EMAIL REDACTED] The deadline to submit questions will be 11/29/2023 at 12 PM E.T. via email to: [EMAIL REDACTED] ---PAGE BREAK--- INVITATION TO BID BID#: BID ITEM: Washington County Government Building Reroof Bids will be received by the BOARD OF COMMISSIONERS OF WASHINGTON COUNTY, 119 Jones St, Sandersville, Georgia 31082, until December 12, 2023 by 2:00 PM E.T. The public opening will be on the same day and submissions will be read at 2:00 PM E.T. No submitted bid may be withdrawn after the scheduled closing time for receipt of bids for a period of sixty (60) days. A NON-MANDATORY pre‐bid conference will be held onsite at 11 AM E.T. on Thursday, October 24, 2023, onsite, at 119 Jones St, Sandersville, GA 31082. Inspections of the roof can be made on that day or by appointment. Bids for the complete work in one general contract shall be made on the bid forms provided for all materials, equipment, and labor for the construction of: Bid #2024-001 Washington County Government Building Reroof, as specified. All Bidders must have a State of Georgia Roofing Contractors Association License and adhere to any additional project specific licensing requirements outlined in the bid documents. All proposals shall be accompanied by a Bid Bond drawn in favor of Washington County, Georgia, in the amount of at least five percent of the lump sum bid for the complete work; such Bid Bond representing that the Bidder, if awarded the contract, will enter into a contract and furnish Performance Bond and Payment Bond as provided by law and approved by the Attorney for Washington County, Georgia. Each bond shall be equal to one hundred percent (100%) of the contract amount. The Bid Bond shall be forfeited to Washington County, Georgia as liquidated damages if the Bidder fails to execute the contract and provide Performance and Payment Bonds within ten (10) days after being notified that he has been awarded the contract. Letters of credit will not be accepted. Bid bonds shall accompany bids. Any bids without Bid Bonds will be disqualified. 2.Drawings and Specifications may be acquired free of charge from Washington County Board of Commissioners office at 119 Jones St, Sandersville, Georgia 31082 or from the county web site, All questions should be submitted by email before 12:00 PM E.T. on Wednesday, November 29, 2023, and receipt of any/all addenda must be acknowledged prior to contract award. The Owner reserves the right to reject any or all bids and to waive informalities. Any objections to the specifications/contract documents as set forth should be submitted online five days prior to bid openings. Any addenda must be acknowledged prior to award. WASHINGTON COUNTY BOARD OF COMMISSIONERS CHRIS HUTCHINGS, COUNTY ADMINISTRATOR NO FAXED BIDS WILL BE ACCEPTED Advertising: 10/24, 10/31/, 12/7, 12/14/2023 ---PAGE BREAK--- GENERAL REQUIREMENTS  Bids will be received by the BOARD OF COMMISSIONERS OF WASHINGTON COUNTY, until 12:00 PM E.T. November 12, 2023.  A public opening will be held on December 06, 2023, at 2:00 PM EST. No submitted bid may be withdrawn after the scheduled closing time for receipt of bids for a period of sixty (60) days.  A NON-MANDATORY pre-bid conference will be held onsite at 11AM E.T. on Tuesday, November 16, 2023, onsite at 119 Jones St, Sandersville, GA 31082.  Deadline for Questions will be Tuesday, November 29, 2023 at 12:00 PM E.T. Questions should be submitted by email to [EMAIL REDACTED]   All Bidders must have a State of Georgia Roofing Contractors Association License, and adhere to any additional project specific licensing requirements outlined in the bid documents.  If vendor becomes aware of substitutions or alternate solutions that do not meet the attached specifications, it is to the vendor’s advantage to notify the Board of Commissioners in writing no later than 5 business days before the bid opening date. Procurement, along with the requesting department, will determine if an addendum revising the specifications will be issued or postponement of the bid opening is necessary.  The Board reserves the right to accept or reject any or all bids and waive formalities. Any objections to the specifications/requirements as set forth should be filed in writing prior to the bid openings.  No faxed or emailed bids will be accepted.  The bid will be awarded, if it is awarded, to the lowest responsive, responsible, and qualified bidder based on the total cost of the selection of any or all bid items or combination, if applicable.  Contractors must ensure receipt of any/all addenda. Questions regarding registration should be directed to Chris Hutchings at (478) 552-2325 [EMAIL REDACTED]  ---PAGE BREAK--- SP-1 INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK: Please provide a proposal for a lump sum to furnish all material, labor, safety equipment, and lifting equipment for the scope of work described below. a) Properly remove existing roof and/or roof elements as needed, prepare, and clean the roof between administrative area and gym to be reroofed. b) Prepare and clean the existing roof to accept the retrofit system as directed by the manufacturer. c) Furnish and install a TPO single ply retrofit system on the existing roofs. This includes filling the flutes of the existing roof panel with loose laid and beveled 2.5” to 3” EPS insulation, installing a 1” polyiso insulation cover board (mechanically attached), and installing a new 60 mil TPO roof membrane. TPO membrane to be installed using a OMG Rhinobond or similar induction welding system. No fasters will be permitted to penetrate the TPO. Furnish and install TPO flashings at all vertical penetrations. Furnish and install all other roof accessories. d) Furnish and install a wood nailer at the perimeter of the roof to meet new insulation height e) Furnish and install a new edge metal at gutter, new coping, new gutters, and new downspouts where required. Trim to be shop-fabricated f) g) h) 24 gauge Galvalume with kynar finish. Color to be chosen from manufacture’s standard colors. i) Repair existing curbs as needed. j) Properly remove and dispose of demolition waste as required. k) Provide a 20-year material and labor warranty for the TPO roof. 2. BONDS: All proposals shall be accompanied by a Bid Bond drawn in favor of Washington County, Georgia, in the amount of at least five percent of the lump sum bid for the complete work; such Bid Bond representing that the Bidder, if awarded the contract, will enter into a contract and furnish Performance Bond and Payment Bond as provided by law and approved by the Attorney for Washington County, Georgia. Each bond shall be equal to one hundred percent (100%) of the contract amount. The Bid Bond shall be forfeited to Washington County, Georgia as liquidated damages if the Bidder fails to execute the contract and provide Performance and Payment Bonds within ten (10) days after being notified that he has been awarded the contract. Letters of credit will not be accepted. The Contractor will include all cost for performance and payment bonds in the costs. No additional payments will be made for these costs. 03. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, pipelines, walls, sidewalks, fences, irrigation, ---PAGE BREAK--- SP-1 landscaping etc., are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. 04. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to roofing materials, metals, insulation, rubble/dirt, etc. will be disposed of legally by the Contractor, at a location that accepts this type of material. 05. CONSTRUCTION ORDER AND SCHEDULE: 1. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of pedestrians, traffic; utility lines; drainage ways; adjacent properties; as applicable, and as otherwise specified. 06. SITE ACCESS: The project is scheduled to be completed during normal working hours; however, the awarded Contractor will have complete access to the site. No payment will be made to provide access to the site to the contractor by the owner. Contractor is responsible for construction, maintenance, removal, and replacement of disturbed or damaged materials with like materials include in temporary access routes required to gain site access. No payment will be made to provide access to the site to the contractor by the owner. 07. FIELD OFFICE FACILITIES: No field office facilities will be required. However, one will be allowed should the Contractor choose to provide it. 08. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all-inclusive or being these only: A. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of “Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto”, and the Contractor shall comply therewith. B. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of “Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor ---PAGE BREAK--- SP-1 pursuant thereto” (the preceding requirements within quotation marks being hereinafter referred to as the “high voltage act”), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: 1. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and 2. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the “person or persons responsible for the work to be done” as referred to in the high voltage act and that accordingly the Contractor is solely “responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work.” The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located on the site and on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or within working distance for equipment or materials, being used on and above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. C. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. D. Contractor is solely responsible for contacting 811 (or similar) utility locating company to locate and verify utilities before digging. 9. PRECONSTRUCTION CONFERENCE A preconstruction conference is required by the Owner, county representatives, and affected private utilities representatives. The preconstruction meeting shall be coordinated by the contractor to include a meeting agenda provided to the owner three business days before the meeting. WARRANTY 10. In addition to the standard manufacturer’s warranty, Contractor will provide a notarized ---PAGE BREAK--- SP-1 TWO year warranty on labor, craftsmanship, and materials. 11. LICENSING All Bidders must have a State of Georgia Roofing Association License. SPECIAL PROVISIONS FOR Washington County Government Building Reroof 1. The Time Limit for construction is 90 calendar days from issuance of Notice to Proceed. Contractor may work 7 days a week. Work hours are 7am-dusk. 2. Construction and transport activities shall not commence before 7 am on weekdays and 8 am on Saturdays and Sundays. No construction activities shall be performed on Holidays. 3. All work performed under this contract shall conform to Washington County Standards and Specifications. It is the contractor’s responsibility to research and understand these standards and specifications. 4. It is the responsibility of the contractor to visit the site to view the conditions, obtain measurements, and produce a reasonable estimated cost per field. Washington County will not be held liable for errors or omissions made by the Contractor. 5. All work shall be coordinated with designatedWashington County representative(s) , 119 Jones St., Sandersville, GA. 31082. A pre- construction conference shall be required prior to commencing construction. 6. It shall be the responsibility of the Contractor to locate any and all utilities within the proposed construction areas. Any damage to the utilities during construction shall be at the Contractor’s expense. 7. Washington County reserves the right to delete and/or remove items from the bid proposal after award. 8. As applicable, certificate of payment to sub-contractors and suppliers shall be submitted with each pay request. A pay request submitted for payment without said certificate of payment shall not be processed for payment until properly submitted to Washington County. 9. Landscaping and areas adjacent to the facility are to be restored to the original condition or better. 10. In addition to the requirements set forth in the special provisions, the contractor is required to follow all special instructions or notes as stated on the bid documents, permits, specifications, and construction documents. ---PAGE BREAK--- PB-1 PERFORMANCE BOND STATE OF GEORGIA ) ) ss: COUNTY OF WASHINGTON ) KNOW ALL MEN BY THESE PRESENTS, THAT: We ***CONTRACTOR*** (hereinafter known as the "Contractor") as principal, and we as Surety do hereby acknowledge ourselves indebted and firmly bound and held unto WASHINGTON County, Georgia (herein called the "Owner"), in the sum of ***BID AMOUNT*** for the payment of which well and truly to be made, in lawful money of the United States, we do hereby bind ourselves, successors, assigns, heirs and personal representatives, jointly and severally, firmly by this bond. BUT THE CONDITION OF THE FOREGOING OBLIGATION OR BOND IS THIS: ***BID AMOUNT*** to construct Washington County Government Buildings Reroof, Bid# 2023###-BID### as more fully appears in a written agreement or Contract bearing date of , 20 , a copy of which said agreement or Contract is by reference hereby made a part hereof, and it is the desire of the said Owner that the said Contractor shall assure all undertakings under said agreement or Contract. NOW THEREFORE, if the said Contractor shall fully and faithfully perform all the undertaking and obligations under the said agreement or contract referenced above and shall fully indemnify and save harmless the said Owner from all costs and damage whatsoever which Owner may suffer by reason of any failure on the part of the Contractor to perform said contract, and shall fully reimburse and repay the said Owner any and all outlay and expense which it may incur in making good any such default by Contractor, and shall guarantee all materials and workmanship against defects for a period of five years, then this obligation or bond shall be null and void, otherwise to remain in full force and effect. Should Contractor fail to fully and faithfully perform its obligations under the said agreement, Owner shall be entitled to call due to the above- referenced sum from Surety. And, for value received, it is hereby stipulated and agreed that no change, extension of time, alteration or addition to the terms of the said agreement or Contract or in the Work to be performed there under or the specifications accompanying the same shall in any way affect the obligations under this bond, and notice is hereby waived of any such change, extension of time, alteration or addition to the terms of the agreement or Contract or to the specifications. This bond is given pursuant to the terms of Section 13-10-1 et seq. of the Official Code of Georgia Annotated, as now or hereafter amended, and all the provisions of law with reference to this character of bond as set forth in said section or as may be hereinafter enacted are hereby made a part hereof to the same extent as is set out herein in full. IN WITNESS WHEREOF the said Contractor and said Surety have hereunto caused to be affixed their respective corporate signatures and seals, by duly authorized officers, on this day of , 20 . (As to Contractor): ATTEST: (Contractor) As: By: Title: (SEAL) (As to Surety): ATTEST: (Surety) As: By: Title: (SEAL) APPROVED AS TO FORM By: County Attorney ---PAGE BREAK--- PMB-1 PAYMENT BOND STATE OF GEORGIA ) COUNTY OF WASHINGTON ) KNOW ALL MEN BY THESE PRESENTS, That we ***CONTRACTOR*** As Principals (hereinafter known as the "Contractor") and we , as Surety, are held and firmly bound unto Washington County, Georgia (hereinafter called the "Owner") in the sum of ***BID AMOUNT*** in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, or heirs, personal representatives, successors and assigns, jointly and severally, firmly by this bond. WHEREAS, the Owner has engaged the said Contractor for the sum of ***BID AMOUNT*** to construct “Washington County Government Buildings Reroof, Bid# 2024-001: as more fully appears in a written agreement or Contract bearing date of , 20 , a copy of which said agreement or Contract is by reference hereby made a part hereof, and it is the desire of the said Owner that the said Contractor shall assure all undertakings under said agreement or Contract. NOW, THEREFORE, if the said Contractor makes payment to all persons having a direct relationship with the Contractor, or a subcontractor of the Contractor, for furnishing labor, material or both in the prosecution of the Work provided for in the Contract identified above, and any authorized modifications of the contract that subsequently are made, this obligation shall be void. Should Contractor, or a subcontractor of the Contractor, fail to make such payments to any party, Owner shall be entitled to call due this bond from Surety. The Surety hereby waives notice of any modifications to the Contract. PROVIDED, however, that this bond is subject to the following conditions and limitations: A. Any person, firm or corporation that has furnished labor, materials or supplies for or in the prosecution of the work provided for in said contract shall have a direct right of action which shall be asserted in a proceeding, instituted in the County in which the Work provided for in said Contract is to be performed or in any County in which said Contractor or Surety does business. Such right of action shall be asserted in a proceeding instituted in the name of the Claimant or Claimants for his or their use, and benefit against such Contractor and Surety or either of them (but not later than one year after the final settlement of said Contract) in which action such claim or claims shall be adjudicated and judgment rendered thereon. B. The Principal and Surety hereby designate and appoint the Owner as the agent of each of them to receive and accept service of process of other pleading issued or filed in any proceeding instituted on this bond and hereby consent that such service shall be the same as personal service on the Contractor and/or Surety. C. In no event, shall the Surety be liable for a greater sum that the penalty of this bond, or subject to any suit, action or proceeding thereon that is instituted later than one year after final settlement of said Contract. D. This bond is given pursuant to the term of Section 13-10-1 et seq. of the Official Code of Georgia Annotated, as now or hereafter amended, and all the provisions of law with reference to this character of bond as set forth in said section or as may hereinafter be enacted are hereby made a part hereof to the same extent as if set out herein in full. IN WITNESS WHEREOF the said Contractor and said Surety have hereunto caused to be affixed their respective corporate signatures and seals, by duly authorized officers, on this day of , 20 . (As to Contractor): ATTEST: (Contractor) As: By: Title: (SEAL) (As to Surety): ATTEST: (Surety) As: By: (SEAL) Title: APPROVED AS TO FORM By: County Attorney ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK---