Upload
phamnhu
View
218
Download
2
Embed Size (px)
Citation preview
Page 1 of 2
ADDENDUM NO. 2
TO
CONTRACT DOCUMENTS
FOR
COLONEL’S ISLAND TERMINAL SOUTHSIDE DEVELOPMENT, PHASE 3, PARCEL D PHASE 2
COLONEL’S ISLAND TERMINAL GEORGIA PORTS AUTHORITY
GPA CONTRACT NUMBER 1605-0804 GEORGIA PORTS AUTHORITY March 16, 2017 General 1. This Addendum shall supplement, amend, and become part of the Bid Documents. All
Bids shall be based on these modifications. 2. The Bid Opening date, time, and location has been revised. The Bid Opening will be
held on March 28th at 3:00 p.m. at the Georgia Ports Authority’s Administration Building located at 2 Main Street at the intersection of SR 25 and Highway 307 in Garden City, Georgia, 31408.
3. Bidders shall acknowledge the receipt of this addendum on their Bid Form. Specific The following revisions should be noted at the appropriate part of the Contract Documents and made a part thereof: I. Drawings
Drawing Sheets CE404,CE406, CS101, CG104, CG105, C-301, and C-504 to C-507 are to be removed and replaced with the drawing sheets included in this addendum and dated March 16, 2017. Drawing Sheet Set Titled SR25/US17 at Joe Frank Harris Boulevard/SCM Road Intersection Improvements are included in this addendum and are to be added as Alternative #1. Please see the revised Section 00003 Table of Contents for a list of drawings.
II. Specifications
A. Section 00003 Table of Contents: Replace this Section in its entirety with the attached Revision #1 dated March 16, 2017.
B. Section 00004 List of Drawings: Replace this Section in its entirety with the attached Revision #1 dated March 16, 2017.
Page 2 of 2
C. Section 00020 Instruction to Bidders: Replace this Section in its entirety with the attached Revision #1 dated March 16, 2017.
D. Section 00300 Bid Form: Replace this Section in its entirety with the attached Revision #2 dated March 16, 2017.
E. Section 01010 Statement of Work: 1.2.E Utilities Item 12 shall be revised to state:
12. Connect to Existing Manhole:
Connection includes excavation, coring, connecting existing pipes per requirements, lining existing manholes, backfilling, compacting, testing, and any other work necessary to complete.
F. Section 01030 Alternatives: Add this section dated March 16, 2017.
G. Section 01310 Project Coordination and Scheduling: Replace this Section in its
entirety with the attached Revision #1 dated March 16, 2017. H. Section 2745 Hot Mix Asphalt Concrete Pavement: Remove this Section in its
entirety. III. Other
A. Attached are the response to questions dated March 16, 2017.
End of Addendum No. 2
SECTION 00003
TABLE OF CONTENTS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804
00003 - 1
INTRODUCTORY PAGES
00004 - List of Drawings
BIDDING REQUIREMENTS
00020 - Invitation to Bid 00100 - Instructions to Bidders 00300 - Bid Form
CONTRACT FORMS AND CONTRACT CONDITIONS
00600 - AIA Document A101, Standard Form of Agreement between Owner and Contractor 00700 - AIA Document A201, General Conditions of the Contract for Construction 00802 - Supplementary Conditions
DIVISION 1 -- GENERAL REQUIREMENTS
01010 - Statement of Work 01027 - Payment Procedures 01095 - Definitions and Industry Standards 01030 - Alternatives 01200 - Project Meetings 01300 - Submittals 01310 - Project Coordination and Schedule 01350 - Certification of Lines and Levels 01400 - Temporary Facilities 01510 - Temporary Utilities 01530 - Environmental, Safety and Health 01600 - Material and Equipment 01631 - Substitutions 01700 - Contract Closeout
DIVISION 2 – SITE WORK
02220 - Demolition 02231 - Clearing & Grubbing 02300 - Earthwork 02510 - Water Distribution 02550 - Sanitary Sewers 02630 - Storm Drainage 02704 - Graded Aggregate Base Course (GABC) 02745 - Hot Mix Asphalt Concrete Pavement 02763 - Pavement Markings
DIVISION 3 – CONCRETE
03300 - Cast-In-Place Concrete 03410 - Precast Structural Concrete
SECTION 00003
TABLE OF CONTENTS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804
00003 - 2
DIVISION 4 – ELECTRICAL
16000 - Basic Electrical Materials and Methods 16050 - Common Work Results for Electrical 16135 - Underground Electrical Distribution 16402 - Panelboards 16450 - Grounding 16510 - Lighting Systems ATTACHMENTS
1 – Geotechnical Engineering Investigation
***End of Section 00003***
SECTION 00004 - LIST OF DRAWINGS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00004-1
Drawing Number
Revision Number Drawing Title
G-001 0 COVER SHEET G-002 0 GENERAL NOTES G-003 0 ABBREVIATIONS, LEGEND & SYMBOLS G-101 0 GENERAL LOCATION PLAN G-102 0 KEY PLAN B-001 0 HAND AUGER BORING LOGS B-002 0 HAND AUGER BORING LOGS B-003 0 HAND AUGER BORING LOGS B-101 0 HAND AUGER BORING PLAN CE001 0 ES&PC GENERAL NOTES
CE002 0 ES&PC GENERAL NOTES CE003 0 ES&PC GENERAL NOTES CE004 0 ES&PC GENERAL NOTES CE401 0 INITIAL ES&PC PLAN
CE402 0 INITIAL ES&PC PLAN CE403 0 INTERMEDIATE ES&PC PLAN CE404 0 INTERMEDIATE ES&PC PLAN CE405 0 FINAL ES&PC PLAN CE406 0 FINAL ES&PC PLAN CE501 0 ES&PC DETAILS CE502 0 ES&PC DETAILS CE503 0 ES&PC DETAILS CE504 0 ES&PC DETAILS CD101 0 EXISTING CONDITIONS & DEMOLITION PLAN SHEET CD401 0 EXISTING CONDITIONS & DEMOLITION ENLARGED PLAN CD402 0 EXISTING CONDITIONS & DEMOLITION ENLARGED PLAN CS101 0 CIVIL SITE PLAN CS102 0 CIVIL SITE PLAN CS103 0 CIVIL SITE PLAN CS104 0 CIVIL SITE PLAN CG101 0 PAVING, GRADING & DRAINAGE PLAN CG102 0 PAVING, GRADING & DRAINAGE PLAN CG103 0 PAVING, GRADING & DRAINAGE PLAN CG104 0 PAVING, GRADING & DRAINAGE PLAN CG105 0 PAVING, GRADING & DRAINAGE PLAN C-301 0 TYPICAL ROAD SECTION C-501 0 CIVIL DETAILS C-502 0 CIVIL DETAILS C-503 0 CIVIL DETAILS C-504 0 CIVIL DETAILS C-505 0 CIVIL DETAILS
SECTION 00004 - LIST OF DRAWINGS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00004-2
C-506 0 CIVIL DETAILS C-507 0 CIVIL DETAILS E-001 0 ELECTRICAL GENERAL NOTES & ABBREVIATIONS ES101 0 ELECTRICAL SITE PLAN ES301 0 ELECTRICAL PANEL ELEVATION ES501 0 ELECTRICAL DETAILS
Alternative Bid Item No. 1 – SR 25/US 17 at Joe Frank Harris Boulevard/SCM Road Intersection Improvements
Drawing Number
Drawing Title
01-0001 COVER DRAWING
02-0001 INDEX DRAWING
03-0001 REVISION SUMMARY
04-0001 – 04-0002 GENERAL NOTES
05-0001 TYPICAL SECTIONS
07-0001 QUANTITIES (AMENDMENT)
13-0001 – 13-0003 CONSTRUCTION PLANS
16-0001 – 16-0002 SIDE ROAD PROFILE
23-0001 – 23-0003 CROSS SECTIONS
24-0001 – 24-0003 UTILITY PLANS
26-0001 – 26-0003 SIGNING AND MARKING PLANS
GEORGIA DEPARTMENT OF TRANSPORTATION STANDARD DRAWINGS
40-0001 P-1 DETAILS FOR GRINDING PAVEMENT
40-0002 P-7 PAVEMENT EDGE TREATMENT ASPHALT AND CONCRETE PAVEMENT
40-0003 T-1 DETAILS OF SIGN PLATES
40-0004 T-3A TYPE 7, 8, AND 9 SQUARE TUBE POST INSTALLATION DETAIL
40-0005 T-11A PAVEMENT MARKING PLACEMENT NON-LIMITED ACCESS ROADWAY
40-0006 T-12A DETAILS OF PAVEMENT MARKING ARROW LOCATION
40-0007 T-12B DETAILS OF PAVEMENT MARKING -ARROWS
40-0008 T-14 DETAILS OF PAVEMENT MARKING HATCHING
40-0009 T-15A RAISED PAVEMENT MARKER LOCATION NON-LIMITED ACCESS ROADWAY
40-0010 T-15C DETAILS OF RAISED PAVEMENT MARKERS
41-0001 1030D CONCRETE & METAL PIPE CULVERTS (SHEET 1 OF 3) (TRENCH CONSTRUCTION, BEDDING, BACKFILLING)
SECTION 00004 - LIST OF DRAWINGS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00004-3
41-0002 1030D CONCRETE & METAL PIPE CULVERTS (SHEET 2 OF 3) (FILL HEIGHTS FOR CONCRETE & CORRUCATED METAL PIPE)
41-0003 1030D CONCRETE & METAL PIPE CULVERTS (SHEET 3 OF 3) (FILL HEIGHTS FOR SPIRAL RIB METAL PIPE & FOR PIPE ARCH)
41-0004 1120 FLARED END SECTIONS FOR PIPES
41-0005 1122 SAFETY END SECTION (METAL) (FOR SIDE DRAIN PIPE – OR FOR STORM DRAIN PIPE PARALLEL TO MAINLINE) ALTERNATE 1
41-0006 1122 SAFETY END SECTION (METAL) (FOR SIDE DRAIN PIPE – OR FOR STORM DRAIN PIPE PARALLEL TO MAINLINE) ALTERNATE 2
41-0007 1122 SAFETY END SECTION (METAL) (FOR SIDE DRAIN PIPE – OR FOR STORM DRAIN PIPE PARALLEL TO MAINLINE) ALTERNATE 3
41-0008 9031H DETAIL FOR PLUGGING DRILLED WELL STATIONS OF CONCRETE PAVEMENT CONCRETE SLAB WELL COVER DETAIL OF TURNOUTS – RURAL
41-0009 9100 TRAFFIC CONTROL GENERAL NOTES, STANDARD LEGEND, MISCELLANEOUS DETAILS
EROSION, SEDIMENTATION & POLLUTION CONTROL PLAN
50-0001 EROSION COVER DRAWING
51-0001 ESPCP GENERAL NOTES DRAWING
52-0001 – 52-0007 EROSION CONTROL LEGEND
54-0001 – 54-0003 BMP LOCATION DETAILS
GEORGIA DEPARTMENT OF TRANSPORTATION CONSTRUCTION DETAILS FOR EROSION CONTROL
56-0001 D-24A TEMPORARY SILT FENCE (SHEET 1 OF 4)
56-0002 D-24B TEMPORARY SILT FENCE BERM DITCH, INSTALLATION, BRUSH BARRIER (SHEET 2 OF 4)
56-0003 D-24C TEMPORARY SILT FENCE J-HOOK, INLET SEDIMENT TRAPS (SHEET 3 OF 4)
56-0004 D-24D TEMPORARY SILT FENCE FABRIC CHECK DAM (SHEET 4 OF 4)
56-0007 D-55A RIPRAP OUTLET PROTECTION (SHEET 1 OF 2)
56-0008 D-55B RIPRAP OUTLET PROTECTION (SHEET 2 OF 2)
***End of Section 00004***
SECTION 00020 - INVITATION TO BID
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00020-1
THE GEORGIA PORTS AUTHORITY P. O. BOX 2406
SAVANNAH, GEORGIA 31402 The Georgia Ports Authority will receive sealed bids for the Colonel’s Island Terminal Southside Development Parcel D, Phase 2, located at the Colonel’s Island Terminal. The proposed project consists of providing all materials, equipment, and labor to complete the installation of asphalt parking areas and an access road for Parcel D Phase 2 of the Colonel’s Island Terminal - Southside. Work also includes the installation of underground utilities and constructing drainage ditches and a detention pond. Demolition work includes stumping and removal of other miscellaneous items. Site work includes excavation of select material, backfilling, grading, and compacting select material for subgrade, installation of a graded aggregate base course, paving with hot mix asphaltic concrete, and installation of traffic control devices such as signage and striping. Utility work includes the installation of water utilities, drainage pipe, underground electrical/telecommunication conduits, and other ancillary items. Bids for the proposed work will be opened and read in public at 3:00 PM March 28th in the Georgia Ports Authority’s Administration Building Administration Conference Room in Garden City, GA, 31408. The Architect/Engineer is Moffatt & Nichol
2 East Bryan Street, Suite 501 Savannah, GA 31401 Tel: (912) 231-0044 Fax: (912) 231-0046
Bidding Documents will be on file for review in the offices of the Architect/Engineer after February 28, 2017. After that date, such documents will also be on file at the following locations: (1) AGC Builders Exchange, 1940 The Exchange, Suite 300, Atlanta, GA 30339; (2) Construction Bulletin, 7033 Commonwealth Avenue, Suite 1, Jacksonville, FL 32220; (3) McGraw-Hill Construction, Dodge Resource Center/Plan Room, 1000 Eisenhower Drive, Suite G, Savannah, GA 31406; (4) CMD Group, 30 Technology Parkway South, Norcross, GA 30092. Complete sets of Bidding Documents may be obtained for the nonrefundable sum of $200 per set for hard copies and at no cost for electronic files (pdf). (Partial sets will not be made available.) For information regarding payment or to obtain an electronic copy, contact the Architect/Engineer Administrative Assistant Ms. Judy Scott at (912) 231-0044. Bid must be accompanied by a bid security equal to 10 percent of bid sum. If a construction contract is awarded, successful bidder will be required to furnish performance and payment bonds, each equal in amount to contract sum. Interested parties are invited to attend a Pre-Bid Meeting that will convene at 1 PM on March 2nd, at the Mayor’s Point Terminal which is located at 1100 Bay Street in Brunswick, Georgia. Bidders may conduct additional examinations by contacting Mr. Nick Johnson at (912) 429-1648. All questions related to the proposed work should be submitted in writing and directed to the Project Manager, Mrs. Honor Hutton, P.E. at [email protected], phone (912)231-0044.
***End of Section 00020***
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-1
1.1 SUMMARY
A. Work to be bid: This project consists of providing all materials, equipment, and labor required to complete the installation of asphalt parking areas and an access road for Parcel D Phase at the Colonel’s Island Terminal - Southside. Work also includes the installation of underground utilities and constructing drainage ditches and a detention pond. Demolition work includes clearing and grubbing and removal of other miscellaneous items. Site work includes excavation of select material, backfilling, grading, and compacting select material for subgrade, installation of a graded aggregate base course, paving with hot mix asphaltic concrete, and installation of traffic control devices such as signage and striping. Utility work includes the installation of water utilities, drainage pipe, underground electrical/telecommunication conduits, and other ancillary items.
B. Owner: The Georgia Ports Authority, P.O. Box 2406, Savannah, GA 31402. Telephone: (912)964-3914. FAX: (912)964-3918.
1.2 PROJECT SITE LOCATION
A. The project site is located at the Georgia Ports Authority Colonel’s Island Terminal in Brunswick, Georgia.
1.3 DEFINITIONS
A. Bidding Documents include Instructions to Bidders, Bid Form, proposed Contract Documents and all Addenda issued prior to receipt of Bids.
B. Addenda are written or graphic documents issued by A/E prior to execution of Owner-Contractor Agreement which interpret or modify Project Manual or Drawings.
C. A Bid is a complete and properly signed offer to execute Work for the sums stipulated in Bid Form and submitted in accordance with Bidding Documents.
D. A Bidder is a person or entity, which submits Bid for Work described in Bidding Documents.
E. A Sub-bidder is a person or entity, which submits proposal to Bidder for portion of Work described in Bidding Documents.
1.4 PREBID MEETING
A. Bidders, Sub-bidders, and others having interest are invited to attend a pre-bid meeting that will convene at 1:00 PM on March 2nd, 2017 at Mayor’s Point Terminal Conference Room which is located at 1100 Bay Street in Brunswick, Georgia.
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-2
1.5 FORM AND STYLE OF BID
A. Bid shall be submitted on Bid Form provided in Section 00300.
B. All blanks on Bid Form shall be filled in by typewriter or printed in ink.
C. Alterations and erasures of entries made by the Bidder shall be initialed by signer of Bid.
D. Where so indicated by make-up of Bid Form, Bid sums shall be expressed in both words and figures. In case of discrepancy between such entries, the sums expressed in words shall govern.
E. Bid shall state legal name of Bidder and be signed by person or persons legally authorized to bind Bidder to a contract. Bid submitted by a corporation shall indicate state of incorporation and bear corporate seal. Bid submitted by agent of Bidder shall have current power of attorney attached which certifies agent's authority to bind Bidder.
1.6 SUBMISSION OF BID
A. Deliver Bid not later than time designated herein for Bid opening. Bid received after such time will be returned unopened.
B. Submit one original and three copies of Bid and all attachments thereto.
C. Enclose Bid and attachments in a sealed, opaque envelope (hereinafter referred to as "bid envelope"). Address bid envelope to The Georgia Ports Authority, P.O. Box 2406, Savannah, GA 31402. Attention: Mr. Christopher Novack, P.E., Senior Director of Engineering and Facilities Maintenance. Include the following in lower-left corner of bid envelope: "BID FOR COLONEL’S ISLAND TERMINAL SOUTHSIDE DEVELOPMENT PARCEL D, PHASE 2” and Bidder's name, address, and telephone number.
1. If Bid is mailed, enclose bid envelope in separate mailing envelope which bears notation "Bid Enclosed" in lower-left corner.
2. If Bid is delivered by express delivery service, enclose bid envelope in delivery pouch addressed to The Georgia Ports Authority, Intersection Highway 25 and Highway 307, Garden City, GA 31408. Attention: Mr. Christopher Novack, P.E., Director of Engineering and Facilities Maintenance. Include notation "Bid Enclosed" on face of delivery pouch.
3. If Bid is delivered by representative of Bidder, either deliver bid envelope to office of Mr. Christopher Novack, P.E., Senior Director of Engineering
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-3
and Facilities Maintenance in Owner's Executive Office Building located at the intersection of Highway 25 and Highway 307, Garden City, GA. or hand deliver Bid to Moffatt & Nichol Representative at the designated Bid Opening venue prior to the Bid Opening.
4. Bids shall not be mailed or dropped off at the Annex 2 Building.
D. Procedure: Bids are to be submitted consisting of: Bid Form, Bid Bond, Bidder’s Qualification Statement, Minority Enterprise Questionnaire, and Contractor Affidavit and Agreement Georgia Security and Immigration Compliance(E-Verify).
1.7 BID OPENING
Bids will be opened and read in public at 3:00 PM on March 28th, 2017 in the Georgia Ports Authority’s Administration Conference Room at the Administration Building located at the intersection of Highway 25 and Highway 307 in Garden City, GA, 31408. Bidders, Sub-bidders, and others having interest may attend Bid opening.
1.8 MODIFICATION OR WITHDRAWAL OF BID
A. Bid submitted prior to time designated for Bid opening may be modified or withdrawn only by written notice to Mr. Christopher Novack, P.E., Senior Director of Engineering and Facilities Maintenance.
1.9 CONSIDERATION OF BID
A. Owner has right to reject Bid when investigation of business and technical organization of Bidder available for Project, including financial resources and experience on similar projects, does not satisfy Owner that Bidder is qualified in all respects to perform Work.
B. In determining qualifications of Bidder, Owner has right to take into consideration Bidder's past performance on other projects undertaken for Owner.
C. Owner also has right to reject any and all Bids for any reason, to accept any Bid considered best for Owner's interests, and to waive informalities or irregularities in any Bid.
1.10 BIDDING DOCUMENTS
A. Bidders and Sub-bidders may obtain copies of Bidding Documents in accordance with provisions set forth in Section 00020.
B. Owner and A/E do not assume responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents.
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-4
C. Bidder shall review Table of Contents and List of Drawings bound in Project Manual to determine if any document is missing from Bidding Documents. Bidder shall promptly notify A/E of discrepancies.
D. Bidder shall also promptly notify A/E of ambiguities, inconsistencies, or errors which Bidder discovers during examination of Bidding Documents.
E. A/E will issue interpretations and modifications to Project Manual and Drawings by written Addendum. Interpretations and modifications made in another manner will not be binding.
F. Addenda will be furnished to each Bidder known to A/E. Addenda will also be made available for inspection wherever Bidding Documents are on file for that purpose.
G. Owner and A/E make Bidding Documents available only for purpose of obtaining a Bid and do not convey a license or grant permission for other use.
1.11 BIDDER'S REPRESENTATIONS
A. By submitting Bid, Bidder represents it has read and understood Bidding Documents, has examined Project site and adjoining areas, is familiar with obstacles and conditions that will affect Work, and has prepared its Bid in accordance with Bidding Documents.
B. By submitting Bid, Bidder also represents its examination of Project site included measurement of unconcealed elements of existing construction that will be affected by Work and taken those measurements into account when preparing Bid.
C. By submitting Bid, Bidder further represents it has satisfied all Georgia licensing laws related to Work described in Bidding Documents.
1.12 EXAMINATION OF PROJECT SITE
A. Bidders will have an opportunity to conduct an examination of the project site after the Pre-Bid meeting. Bidders may conduct additional examinations of the project site by contacting Mr. Nick Johnson at (912) 429-1648 or [email protected] to schedule an appointment.
1.13 SUBSTITUTIONS
A. Wherever products are identified in Bidding Documents by reference to manufacturer's name, brand name or catalog number, such reference is made to establish a standard of required function, appearance and quality and is not intended to restrict competitive bidding.
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-5
B. Bidder may request Owner's and A/E's approval of product or method of construction which differs from requirement provided in Bidding Documents under the following terms:
1. Bidder's request for approval of substitution is delivered to A/E not later than 10 days before Bid opening date.
2. Request is made by Bidder, not Sub-bidder. 3. Documentation is submitted to A/E which consists of the following:
a. Request for Substitution. (Form is provided in this Section.) b. Evidence proposed substitution complies with applicable codes and laws. c. Product information, sketches, performance charts, references, and other
data needed to evaluate merits of proposed substitution. d. Data that compares features of proposed substitution with features of
specified requirement.
C. Proof of merit of proposed substitution is upon Bidder. Owner's and A/E's decision to approve or not approve proposed substitution will be final.
D. If Owner and A/E approves proposed substitution, approval will be set forth in Addendum issued before Bid opening date. Failure to issue such Addendum constitutes notice of rejection.
1.14 BID SECURITY
A. Bid shall be accompanied by a Bid security pledging Bidder will enter into a Contract with Owner in accordance with terms stated in Bid and furnish Performance and Payment Bonds called for in Section 00802.
B. Security shall be in form of a certified check made payable to Owner or one original and one copy of Bid Bond prepared on form attached to Section 00300. Security shall be in an amount equal to 10 percent of highest Bid sum.
C. If Bidder refuses to enter into a Contract or fails to furnish certificates of insurance or Performance and Payment Bonds, security will be forfeited to Owner as liquidated damages, not as penalty.
D. At earliest practicable date after Bid opening, all securities will be returned except those furnished by two Bidders submitting lowest Bid sums. Owner has right to retain securities of such Bidders until Contract for construction has been awarded, specified time has elapsed so that Bids may be withdrawn, or all Bids have been rejected.
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-6
1.15 MINORITY ENTERPRISES
A. It is Owner's policy that minority business enterprises have maximum opportunity to participate in Owner's construction-purchasing process. Therefore, Owner encourages all minority business enterprises to compete for and receive construction contracts. Owner also encourages contractors to award subcontracts to minority business enterprises.
B. Bidder shall submit with Bid one original and one copy of Minority Enterprise Questionnaire. Form of document is attached to Section 00300. Bidder shall submit such document whether Bidder is or is not a minority enterprise.
C. Bidders interested in taking advantage of the Georgia income tax incentive provided for by Official Code of Georgia Annotated, Section 48-7-38, relative to use of minority subcontractors in performance of proposed Work, should contact:
Small and Minority Business Coordinators Department of Administrative Services Purchasing and Surplus Property Department Piedmont Avenue, S.W. Suite 1302, West Tower, Floyd Building Atlanta, GA 30334 Telephone: (404)656-6315
1.16 BIDDER'S QUALIFICATION STATEMENT
A. Submit with Bid one original and three copies of Bidder's Qualification Statement. The Bidder, along with any subcontractors that he intends to utilize, will be of prime importance in the selection process.
1.17 PREAWARD MEETING
A. Following Bid opening date and Owner's preliminary evaluation of Bids and Bidders' qualifications, Owner will notify apparent successful Bidder of date of pre-award meeting to be convened at location selected by Owner.
B. Owner, A/E, and invited Bidder shall be represented at meeting by individuals authorized to conclude matters relating to proposed Work.
1.18 QUESTIONS
Questions related to Bidding Documents and project site shall be directed to A/E Project Manager, Mrs. Honor Hutton, P.E., in writing. Questions may be sent to fax number (912) 231-0046 or by e-mail to [email protected]. Deadline for questions is March 21st, 2017 at 5:00 PM (Eastern Standard Time).
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-7
1.19 SAMPLE FORM
The Request for Substitution form is attached to this Section.
***End of Section 00100***
SECTION 00100 INSTRUCTIONS TO BIDDERS
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 00100-8
REQUEST FOR SUBSTITUTION (For Use Before Bid Opening Date)
TO: Honor Hutton FROM: _______________________________ Moffatt & Nichol _______________________________ 2 East Bryan Street, Suite 501 _______________________________
Savannah, GA 31401 _______________________________ (Bidder) PROJECT IDENTIFICATION: 1605-0804 Georgia Ports Authority
Colonel’s Island Terminal Southside Development Parcel D, Phase 2 Bidder requests approval of the following substitution: Documentation called for in Section 00100 is attached. ___________________________________ (Signature) ___________________________________ (Name) ___________________________________ (Title) ___________________________________ (Date) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Reserved for Owner's and A/E's use) Date this Request Received by A/E: ____________________________ Owner's and A/E's Decision: ( ) Request Approved ( ) Request Rejected OWNER A/E (Signature) (Name) (Title) (Date)
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-1
Submitted By
_______________________________________________ (Name of Bidder)
Bid For: The Georgia Ports Authority
CIT Southside Development Phase 3 – Parcel D Phase 2 Colonel’s Island Terminal
GPA Contract No.: 1605-0804D A/E Project No.: 5531-202 The Georgia Ports Authority P.O. Box 2406 Savannah, Georgia 31402 Attention: Mr. Christopher Novack, P.E. Senior Director of Engineering and Facilities Maintenance The undersigned, having read and understood the Bidding Documents and examined the Project site and adjoining areas, and being familiar with the obstacles and conditions that will affect proposed Work, hereby offers and agrees to furnish all labor, products, and services needed to provide Work in accordance with the Bidding Documents as follows: UNIT PRICES It is the intent of the Georgia Ports Authority to use the bid Unit Prices based on quantities defined to establish a “LUMP SUM” contract for this project. Unit prices represent a total cost of complete in-place Work and include profit margin, overhead costs, and other costs enumerated in AIA Document A201, Clauses 7.3.7.1 through 7.3.7.5 The quantities of work to be performed and materials to be furnished to complete the construction of the Work as shown on the plans and contained in the Proposal are approximate and are to be used for comparing Bids and the establishment of a “Lump Sum” price. The Owner does not guarantee that the quantities indicated on the Plans or given in the Proposal will be the actual construction quantities. The Contractor is responsible to verify the quantities indicated prior to submitting his bid, and if a discrepancy is found to promptly notify the Engineer not later than the deadline date for submittal of questions indicated in the project manual Section 00100. The contractor shall not plead deception or misunderstanding because of variation from these quantities or minor variations from the locations, or character of the work. Payment to the Contractor will be made in accordance with the contract. The Unit Prices indicated on the Bid Form may be used by the Owner in determining cost adjustments for Changes in the Work after award of the Contract.
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-2
I. BASE BID – Parcel D Phase 2 Item
Quantity
Unit
Unit Price
Total Price
Mobilization/Demobilization
1. Mobilization/Demobilization
1
LS
$_____________
$_____________
Erosion Control
1. Erosion Control 1 LS $_____________
$_____________
Clearing and Demolition
1. Stumping 22.5 AC $_____________ $_____________
2. Clearing 1.8 AC $_____________ $_____________
3. Phase 1 Demolition (Sawcut Existing Pavement, Curb Removal, Striping Eradication)
1 LS $_____________ $_____________
Paving, Grading, and Drainage
1. Grading 153,000 SY $_____________ $_____________
2. Proof Rolling 99,800 SY $_____________ $_____________
3. Pond Excavation 77,500 CY $_____________ $_____________
4. Grate Inlet 6 EA $_____________ $_____________
5. 29” x 45” ERCP 1,380 LF $_____________ $_____________
6. 34” x 53” ERCP 130 LF $_____________ $_____________
7. 29” x 45” FES 3 EA $_____________ $_____________
8. 34” x 53” FES 2 EA $_____________ $_____________
9. Concrete Flumes 200 LF $_____________ $_____________
10. 4-inch GABC 84,100 SY $_____________ $_____________
11. 2-inch Asphalt 12.5 MM Superpave 84,100 SY $_____________ $_____________
12. 1.5-inch Asphalt 9.5 MM Superpave 15,650 SY $_____________ $_____________
13. 2.5-inch Asphalt 19 MM Superpave 15,650 SY $_____________ $_____________
14. 8-inch GABC 15,650 SY $_____________ $_____________
15. 18-inch Curb & Gutter 1,170 LF $_____________ $_____________
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-3
Item
Quantity
Unit
Unit Price
Total Price
16. Rip-Rap at Flumes 230 SY $_____________ $_____________
17. Rip-rap for Weir 971 SY $_____________ $_____________
18. Weir Outfall 1 LS $_____________ $_____________
19. Geotextile Fabric 963 SY $_____________ $_____________
Utilities
1. 8-inch C-900 DR18 Water Main 2,830 LF $_____________ $_____________
2. 6-inch C-900 DR18 Water Main 280 LF $_____________ $_____________
3. 6-inch Ductile Iron Water Main 70 LF $_____________ $_____________
4. 2-inch PVC Water Lateral 86 LF $_____________ $_____________
5. 8-inch Valve and Box 7 EA $_____________ $_____________
6. 6-inch Valve and Box 10 EA $_____________ $_____________
7. 2-inch Valve and Box 1 EA $_____________ $_____________
8. 2-inch Water Meter Assembly 1 EA $_____________ $_____________
9. Fire Hydrant 7 EA $_____________ $_____________
10. 8-inch 45 Bend 8 EA $_____________ $_____________
11. 2-inch 45 Bend 2 EA $_____________ $_____________
12. 8-inch Tee 3 EA $_____________ $_____________
13. 10-inch by 8-inch Tee 1 EA $_____________ $_____________
14. 8-inch by 6-inch Tee 7 EA $_____________ $_____________
15. 8-inch by 2-inch Tee 1 EA $_____________ $_____________
16. 2-inch PVC Plug 1 EA $_____________ $_____________
17. Grinder Pump Station and Controller (Complete) 1 LS $_____________ $_____________
18. 1.25-inch PVC Force Main 2,275 LF $_____________ $_____________
19. ½-inch Air Release Valve and Box 3 EA $_____________ $_____________
20. 1.25-inch 45 Bend 3 EA $_____________ $_____________
21. Connect to Existing Manhole 1 LS $_____________ $_____________
22. 4-inch PVC Sewer Lateral 20 LF $_____________ $_____________
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-4
Item
Quantity
Unit
Unit Price
Total Price
23. 4-inch Cleanout 1 EA $_____________ $_____________
24. 4-inch PVC Plug 1 EA $_____________ $_____________
25. #12 AWG Conductor 11,200 LF $_____________ $_____________
26. #10 AWG Conductor 12,000 LF $_____________ $_____________
27. #8 AWG Conductor 16,000 LF $_____________ $_____________
28. #6 AWG Conductor 3,200 LF $_____________ $_____________
29. #4 AWG Conductor 8,000 LF $_____________ $_____________
30. #2/0 AWG Conductor 300 LF $_____________ $_____________
31. 2” Conduit 16,800 LF $_____________ $_____________
32. Panel PPD2 1 EA $_____________ $_____________
33. Panel LPD2 1 EA $_____________ $_____________
34. Utility Meter Can 1 EA $_____________ $_____________
35. 25 kva Transformer 1 EA $_____________ $_____________
36. LED MUSCO Package (Fixtures, Poles and Controls) 1 LS $_____________ $_____________
37. Electrical Rack (Includes Above Ground Wiring Between Panels) 1 LS $_____________ $_____________
38. Hand Hole 1 EA $_____________ $_____________
Miscellaneous
1. Pavement Striping 90,000 LF $_____________ $_____________
2. Install Fence 2,950 LF $_____________ $_____________
3. Remove Existing Fence, Store and Install 1,210 LF $_____________ $_____________
4. Install 24-foot Slide Gate 2 EA $_____________ $_____________
5. High Mast Light Pole Foundation 7 EA $_____________ $_____________
6. Bollards 28 EA $_____________ $_____________
7. Signage 1 LS $_____________ $_____________
TOTAL LUMP SUM PRICE – PARCEL D PHASE 2 $
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-5
II. BASE BID – Entrance Road Item
Quantity
Unit
Unit Price
Total Price
Mobilization/Demobilization
1. Mobilization/Demobilization
1
LS
$_____________
$_____________
Erosion Control
1. Erosion Control 1 LS $_____________
$_____________
Clearing and Demolition
1. Demolition 1 LS $____________ $_____________
2. Clearing 3.5 AC $_____________ $_____________
Paving, Grading, and Drainage
1. Grading 31,800 SY $_____________ $_____________
2. Proof Rolling 5,550 SY $_____________ $_____________
3. Salvaged 24-inch FES 1 EA $_____________ $_____________
4. 24-inch RCP 53 LF $_____________ $_____________
5. 8-inch GABC 5,550 SY $_____________ $_____________
6. 1.5-inch 12.5 MM Superpave 5,550 SY $_____________ $_____________
7. 2.5-inch 19 MM Superpave 5,550 SY $_____________ $_____________
8. Asphalt 9.5 MM Superpave Overlay 1,610 SY $_____________ $_____________
9. 6-inch GABC (Gravel Turn-Around) 950 SY $_____________ $_____________
10. Remove and Replace Pavement 50 SY $_____________ $_____________
Utilities
1. Connect to Existing 10-inch Water Main 1 EA $_____________ $_____________
2. 10-inch C-900 DR18 Water Main 1,550 LF $_____________ $_____________
3. 6-inch C-900 DR18 Water Main 13 LF $_____________ $_____________
4. 10” Valve and Box 1 EA $_____________ $_____________
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-6
Item
Quantity
Unit
Unit Price
Total Price
5. 6” Valve and Box 3 EA $_____________ $_____________
6. Fire Hydrant 3 EA $_____________ $_____________
7. 10-inch by 6-inch Tee 3 EA $_____________ $_____________
8. 10-inch PVC Plug 1 EA $_____________ $_____________
Miscellaneous
1. Pavement Striping 5,850 LF $_____________ $_____________
2. Relocate Existing Swing Gate and Fence 1 LS $_____________ $_____________
3. Signage 1 LS $_____________ $_____________
TOTAL LUMP SUM PRICE – ENTRANCE ROAD $
III. BASE BID – Allowance
Allowance
1. Remove and Replace Unsuitable Material (In-Place) 5,000 CY $_____________ $_____________
1. Remove Tree (6-12 inch in diameter) 100 EA $_____________ $_____________
2. Remove Tree (13-24 inch in diameter) 75 EA $_____________ $_____________
3. Remove Tree (25-36 inch in diameter) 75 EA $_____________ $_____________
4. Remove Tree (37-inch in diameter and above) 50 EA $_____________ $_____________
TOTAL LUMP SUM PRICE – ALLOWANCES $
TOTAL BASE BID LUMP SUM (TOTAL of Parcel D Phase 2, Entrance Road, and Allowance):
Dollars ($ )
IV. ALTERNATE 1
Item
Quantity
Unit Unit Price
Total Price
ITEM NO. ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION ROADWAY 150-1000 TRAFFIC CONTROL - 1607-0818 LS 1 $_________ $_________ 210-0100 GRADING COMPLETE - 1607-0818 LS 1 $_________ $_________
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-7
ITEM NO. ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION 310-1101 GR AGGR BASE CRS, INCL MATL TN 350 $_________ $_________ 402-3121 RECYCLED ASPH CONC 25 MM
SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME
TN 170 $_________ $_________
402-3103 RECYCLED ASPH CONC 9.5 MM SUPERPAVE, TYPE II, GP 2 ONLY, INCL BITUM MATL & H LIME
TN 320 $_________ $_________
402-3190 RECYCLED ASPH CONC 19 MM SUPERPAVE, GP 1 OR 2,INCL BITUM MATL & H LIME
TN 70 $_________ $_________
413-0750 TACK COAT GL 270 $_________ $_________ 432-5010 MILL ASPH CONC PVMT,
VARIABLE DEPTH SY 2200 $_________ $_________
441-0104 CONC SIDEWALK, 4 IN SY 100 $_________ $_________ 441-0748 CONCRETE MEDIAN, 6 IN SY 72 $_________ $_________ 446-1100 PVMT REINF FABRIC STRIPS, TP 2,
18 INCH WIDTH LF 1200 $_________ $_________
550-1180 STORM DRAIN PIPE, 18 IN, H 1-10
LF 30 $_________ $_________
550-3318 SAFETY END SECTION 18 IN, STORM DRAIN, 4:1 SLOPE
EA 3 $_________ $_________
682-6233 CONDUIT, NONMETL, TP 3, 2IN LF 60 $_________ $_________ 682-9950 DIERCTIONAL BORE – 3IN LF 45 $_________ $_________ SIGNING & MARKING 611-5551 RESET SIGN EA 1 $_________ $_________ 636-1033 HIGHWAY SIGNS, TP 1 MATL,
REFL SHEETING, TP 9 SF 57 $_________ $_________
636-2070 GALV STEEL POSTS, TP 7 LF 150 $_________ $_________ 653-0120 THERMOPLASTIC PVMT
MARKING, ARROW, TP 2 EA 11 $_________ $_________
653-1501 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE
LF 1600 $_________ $_________
653-1502 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW
LF 630 $_________ $_________
653-1704 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE
LF 175 $_________ $_________
653-1804 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE
LF 1700 $_________ $_________
653-3501 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE
GLF 220 $_________ $_________
653-6004 THERMOPLASTIC TRAF STRIPING, WHITE
SY 89 $_________ $_________
653-6006 THERMOPLASTIC TRAF STRIPING, YELLOW
SY 79 $_________ $_________
654-1001 RAISED PVMT MARKERS TP 1 EA 36 $_________ $_________ 654-1003 RAISED PVMT MARKERS TP 3 EA 24 $_________ $_________ 656-3600 REMOVE EXIST TRAF STRIPE, ALL
KINDS & TYPES SY 23 $_________ $_________
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-8
ITEM NO. ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE EXTENSION PERMANENT EROSION CONTROL 603-2181 STN DUMPED RIP RAP, TP 3, 18 IN SY 10 $_________ $_________ 603-7000 PLASTIC FILTER FABRIC SY 10 $_________ $_________ 700-6910 PERMANENT GRASSING AC 1 $_________ $_________ 700-7000 AGRICULTURAL LIME TN 1 $_________ $_________ 700-8000 FERTILIZER MIXED GRADE TN 1 $_________ $_________ 700-8100 FERTILIZER NITROGEN CONTENT LB 20 $_________ $_________ TEMPORARY EROSION CONTROL $_________ $_________ 163-0232 TEMPORARY GRASSING AC 1 $_________ $_________ 163-0240 MULCH TN 6 $_________ $_________ 163-0503 CONSTRUCT AND REMOVE SILT
CONTROL GATE, TP 3 EA 2 $_________ $_________
163-0527 CONSTRUCT AND REMOVE RIP RAP CHECK DAMS, STONE PLAIN RIP RAP/SAND BAGS
EA 5 $_________ $_________
165-0010 MAINTENANCE OF TEMPORARY SILT FENCE, TP A
LF 500 $_________ $_________
165-0041 MAINTENANCE OF CHECK DAMS - ALL TYPES
LF 50 $_________ $_________
165-0087 MAINTENANCE OF SILT CONTROL GATE, TP 3
EA 2 $_________ $_________
171-0010 TEMPORARY SILT FENCE, TYPE A LF 1000 $_________ $_________ UTILITY RELOCATIONS 670-4000 FIRE HYDRANT EA 1 $_________ $_________ 681-4300 LIGHTING STD, 30 FT MH EA 2 $_________ $_________
TOTAL LUMP SUM ALTERNATE #1 PRICE $ TOTAL ALTERNATE #1 LUMP SUM PRICE:
Dollars ($ )
TAXES: All taxes imposed by law are included in Bid sums. ACCEPTANCE OF BID: If Owner's notice of intent to accept this Bid is delivered to undersigned within 60 days of date of Bid opening, the undersigned offers and agrees to deliver to Owner the Owner-Contractor Agreement bearing undersigned's signature and the required Performance and Payment Bonds not later than ten days after receipt of Owner-Contractor Agreement prepared by Owner. If the undersigned fails to deliver such documents within the 10-day period, the security accompanying this Bid will be forfeited to Owner as liquidated damages, not as penalty.
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-9
ADDENDA: Receipt of the following Addenda is hereby acknowledged:
Addendum No. Dated:
Addendum No. Dated:
Addendum No. Dated:
Addendum No. Dated:
Addendum No. Dated: AUTHORIZATION:
(Name of Bidder) (P. O. Box) (Street Address) (City, State, Zip) (City, State, Zip) (Name of Authorized Person) (Title of Authorized Person) (Signature of Authorized Person) (Date) CORPORATE SEAL Notes: 1. If Bid is by a corporation, corporate seal is affixed in space provided immediately above. 2. Signature is by an individual legally authorized to bind Bidder to a contract. If signature is by an agent
of Bidder, the current power-of-attorney certifying agent's authority to bind Bidder is attached. 3. The following attached documents form a part of this Bid: (1) Bid Security (certified check or Bid Bond),
(2) Minority Enterprise Questionnaire, (3) Bidder's Qualification Statement, and (4) Contractor Affidavit under O.C.G.A §13-10-91(b)
SECTION 00300 - BID FORM
BID BOND
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-10
KNOW ALL MEN BY THESE PRESENTS, that we,
, as Principal, and
, as Surety, are held and firmly bound unto The Georgia Ports
Authority, as Obligee, in the sum of ______
_________________________________________________________________Dollars ($
), lawful money of the United States of America, for the payment of which, well and
truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
SIGNED, sealed and dated this day of , 20____ . WHEREAS, the Principal is herewith submitting its Bid to The Georgia Ports Authority, a body corporate of the
State of Georgia, for
NOW, THEREFORE, for and in consideration of the sum of one dollar ($1.00) in hand paid and other good
and valuable consideration, the condition of this obligation is such that if the Principal shall permit said Bid to
remain in full force and effect for a period on 60 days following Bid opening date, and if within said period
the Principal shall be awarded the Contract for said Work in accordance with said Bid and the Principal shall,
within ten days after receipt of such award, enter into a Contract and furnish a Performance Bond and
Payment Bond in accordance with the terms of said Bid, then this obligation shall be null and void; but if the
Principal shall fail to do any one or more of such things, this obligation shall remain in force and effect, and
the Principal and Surety shall promptly pay to the Obligee, as agreed liquidated damages, the full sum above
stated.
SECTION 00300 - BID FORM
BID BOND
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-11
IN WITNESS WHERE OF, the said
, Principal, has hereunto set his hand and the said
, as Surety, has caused these presents to be signed in its name by its attorney fact, under its corporate seal,
this day of A.D., 20 .
Signed, sealed and delivered
IN THE PRESENCE OF: PRINCIPAL
(SEAL) (Signature)
(Name and Title) SURETY
(SEAL) (Signature)
(Witness for Surety) (Name and Title) (Attach copy of power of attorney)
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-12
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-13
BIDDER’S QUALIFICATION STATEMENT
BIDDER’S NAME:
PRINCIPAL OFFICE:
(P.O. Box) (Street)
(City, State, Zip) (City, State, Zip)
(Telephone) (FAX)
1. ORGANIZATION
A. If Bidder’s organization is a corporation, provide the following:
1) Date of incorporation: 2) State of incorporation: 3) Titles, names and addresses of principal officers:
B. If Bidder’s organization is a partnership, provide the following: 1) Date of organization: 2) Type of organization: 3) Names and addresses of all partners (indicate whether general or limited):
C. If Bidder is individually owned, provide the following: 1) Date of organization: 2) Name and address of owner:
D. If organization is other than those listed above, describe organization and provide names and addresses of principals.
E. How many years has organization operated under its present name?
F. Under what other names has Bidder operated?
2. LICENSING
A. List states and categories in which Bidder’s organization is licensed to do business.
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-14
BIDDER’S QUALIFICATION STATEMENT
3. AFFILIATES, SUBSIDIARIES AND SUBCONTRACTORS: A. Provide names and addresses of affiliates and subsidiaries of Bidder’s organization.
B. Based on Base Bid sum, the value of Work will be divided as follows: 1) Work provided by Subcontractors: Approximately percent of all
Work. 2) Work provided by Bidder’s own forces: Approximately percent of all
Work.
4. STAFF, WORKLOAD, and CAPABILITIES: A. Describe construction experience of key personnel which Bidder may employ in Work.
(Provide names of individuals, descriptions of job functions, and descriptions of experience).
B. How many individuals are currently employed by Bidder as full-time office staff?
C. How many individuals are currently employed by Bidder as full-time field staff?
D. What is the average number of individuals employed full time by Bidder during the following periods of time (office and field staff)? 1) Last twelve months: 2) Twelve months preceding:
E. Describe Bidder’s physical plant and list major equipment on hand.
F. List major construction projects Bidder has in progress. (Provide names of projects; names, addresses, and phone numbers of owners’ representatives; percent complete and scheduled completion dates.)
G. List categories of work which Bidder normally performs with its own forces.
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-15
BIDDER’S QUALIFICATION STATEMENT
5. EXPERIENCE: A. List projects Bidder has completed within last five years which are similar to Work
described in Bidding Documents. (Provide names and addresses of owners and projects, names and phones numbers of individuals which accepted completed work, approximate values of work accomplished by Bidder, and approximate completion dates. How many years has Bidder been engaged in work similar to that required by Bidding Documents?
6. FINANCIAL:
A. State total value of work in progress and under contract:
B. Has Bidder ever failed to complete any work awarded to it? (If yes, attach details.)
C. Are these any judgments, claims, arbitration proceedings or suite pending or outstanding
against Bidder or its officers? (If yes, attach details.)
D. Has Bidder filed any law suit or requested arbitration with regard to construction contracts within last five years? (If yes, attach details.)
E. What is total credit available to Bidder for Work described in Bidding Documents?
7. FEDERAL IDENTIFICATION NUMBER:
(Name of Authorized Person)
(Signature of Authorized Person)
(Title of Authorized Person)
(Date)
SECTION 00300 - BID FORM
Rev #02 – March 16, 2017 GPA Project No. 1605-0804 00300-16
CONTRACTOR AFFIDAVIT under O.C.G.A §13-10-91(b) (1)
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. §13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services on behalf of Georgia Ports Authority has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. §13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. §13-10-91 (b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _______________________________________________ Federal Work Authorization User Identification Number _______________________________________________ Date of Authorization _______________________________________________ Name of Contractor _______________________________________________ Name of Project _______________________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ______________, ____________, 20_____in____________(city), _______(state). ____________________________________________________________ Signature of Authorized Officer or Agent ____________________________________________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS _____ DAY OF _____________, 20___. _______________________________________________ Notary Public My Commission Expires: __________________________
***End of Section 00300***
SECTION 01030 ALTERNATIVES
Rev #00 – March 16, 2017 GPA Project No. 1605-0804 01030-1
1.1 SUMMARY
This section enumerates Alternatives that the Owner may elect to include in the work.
A. Decision to include or not include Alternatives in the Work resides with the Owner.
B. Alternatives, if more than one, may be considered in any order.
C. If Owner elects to execute an Alternative(s), the requirement will be stated in Owner-Contractor Agreement or executed in the Contract by Change Order, whichever is appropriate.
1.2 ALTERNATES SCOPE OF WORK
The work includes all materials, labor, and equipment necessary to complete the LUMP SUM Base Bid Work as described by the following items:
A. The SR25/US17 at Joe Frank Harris Boulevard Intersection Widening project consists of providing all materials, equipment, and labor to construct turn lanes on Joe Frank Harris Boulevard. More specifically, the project consists of all demolition work, temporary traffic control, grading, storm drainage installation, pavement widening, signage, and pavement markings for the turn lanes. Work is to be performed in accordance with the Georgia Department of Transportation Standard Specifications and Supplemental Specifications for Construction of Transportation Systems and the Georgia Department of Transportation Special Encroachment Permit for this project. The work includes all materials, labor, and equipment necessary to complete the LUMP SUM Base Bid Work as described by the following items: 1. Mobilization/Demobilization:
Includes all costs for mobilization, demobilization and remobilization as required to complete the work. Includes preparatory work and operations, including but not limited to moving personnel, equipment, supplies, and incidentals to the project site. Includes all other work and operations that shall be performed or costs incurred before beginning work on the various items on the project site.
2. The proposed project consists of providing all materials, equipment, and labor to
construct turn lanes on Joe Frank Harris Boulevard. More specifically, the project consists of all demolition work, temporary traffic control, grading, storm drainage installation, pavement widening, signage, and pavement markings for the turn lanes.
***End of Section 01030***
SECTION 01310 - PROJECT COORDINATION & SCHEDULE
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 01310 - 1
1.1 GENERAL:
A. Contractor is solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of Work under Contract. Contractor shall be responsible for coordinating their work with separate contracts being performed in adjacent areas and the Owners ongoing operations.
B. Contractor is responsible for acts and omissions of Subcontractors. C. Architect/Engineer will not establish limits of Work between Contractor and
Subcontractors nor will he act as an arbiter in establishing such limits.
1.2 CUTTING AND PATCHING OF WORK:
A. Contractor is responsible for all cutting, fitting or patching that may be required to complete Work or to make its several parts fit together properly.
B. Contractor is responsible for cutting, fitting or patching provided by Subcontractors.
1.3 LAYDOWN AREA:
A. The Contractor shall be provided a small area for storage of equipment and material near the vicinity of the project site. The location and size of the laydown area shall be coordinated with the Owner.
1.4 EXCAVATING AND BACKFILLING:
A. The Contractor is responsible for all excavating, trenching, backfilling, or compaction that may be required to complete Work or to make its several parts fit together properly.
B. The contractor is responsible for excavating, trenching, backfilling, or compaction provided by Subcontractors.
1.5 WORK PROVIDED BY SEPARATE CONTRACTORS:
A. The contractor shall be required to coordinate his work with that of the Owner’s
ongoing operations and of other contractors.
1.6 NOTICE TO PROCEED:
A. Owner will provide a notice to proceed to the contractor when the Contract has been executed and the Owner has reviewed and approved Performance and Payment Bonds and certificates of Contractor’s insurance.
B. Notice to Proceed will establish date of commencement of Work.
SECTION 01310 - PROJECT COORDINATION & SCHEDULE
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 01310 - 2
C. It is anticipated that the Owner will issue a notice to proceed for this contract about the
beginning of April 2017. Owner’s failure to provide notice on such date shall not give rise to increase in Contract Sum or Contract Time.
1.7 CONTRACT TIME:
A. Commence work at project site not later than ten (10) days after date of commencement established in the notice to proceed, unless otherwise coordinated with the Owner’s Representative.
B. Achieve substantial completion of all Base Bid work within 200 consecutive calendar days from the date of commencement established in the notice to be issued by the Owner. Should the contractor fail to complete the work within the contract duration established, then liquidated damages shall apply.
Achieve substantial completion of all Alternative #1 work within 70 consecutive calendar days from the date of commencement established in the notice to be issued by the Owner. Should the contractor fail to complete the work within the contract duration established, then liquidated damages shall apply.
C. Unless otherwise provided in Certificate of Substantial Completion to be prepared by
the Engineer, final completion of Work shall be achieved in no later than ten days after date of Substantial Completion provided in Certificate.
1.8 SEQUENCE OF WORK:
A. Contractor shall sequence construction operations such that a minimum of one ingress
lane and one egress lane is maintained along Joe Frank Harris Boulevard and SCM Road between the hours of 7:00 AM and 6:00 PM, Monday through Friday.
B. Contractor shall not impede GPA gate operations.
C. The GPA Police shall be notified of any proposed lane closures and the times and duration thereof must be approved by the GPA Police.
D. Night and weekend work will not be permitted unless authorized by the GPA.
1.9 SUPERVISORY PERSONNEL:
A. Following commencement of Work, do not change personnel assigned, project
management or superintendent responsibilities unless change is beyond Contractor's control. If change is made which is beyond Contractor's control, notify A/E at earliest practicable time.
B. Project Management and Project Superintendent responsibilities shall be assigned only to personnel that are direct employees of the Contractor. Such responsibilities shall not
SECTION 01310 - PROJECT COORDINATION & SCHEDULE
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 01310 - 3
be assigned to Subcontractor, individual’s employ of Subcontractor, or other individuals that are not members of Contractor's staff.
C. Do not conduct activities at Project site unless Contractor's project manager or superintendent is present.
1.10 COORDINATION REQUIREMENTS
A. Existing Facilities & Utilities – the Contractor shall confirm the geometry and orientation
of the existing facilities (elevations, dimensions, locations, etc.) at the onset of the project to confirm the layout of the proposed construction and the overall geometry. Additionally, the Contractor at the onset of the project, shall locate all above and underground utilities within the project site.
B. Operations – the Contractor shall coordinate construction activities with the Owner to
minimize disruptions and impacts to the existing operations during this contract. C. Other Contractors – this work will be completed concurrent with other work in close
proximity to the work covered by this Contract. The Contractor shall coordinate construction activities with any and all other Contractors working in the area. The Contractor will be required to attend any weekly progress meetings for other on-going projects in the area as directed by the Owner or the Owner’s Representative.
D. Temporary Traffic Control – the Contractor shall coordinate installation of temporary
traffic controls and by-pass routes with the Owner to minimize disruptions and impacts to the existing operations during this contract. All temporary measures will be in place prior to closing down a specific work area for construction. Temporary traffic control measures shall be installed at the Contractor’s expense.
E. Material Delivery – the contractor shall not be permitted to have material delivered to
the Owner’s warehouse or shipping department.
1.11 WORK HOURS:
A. If approved in writing by the Owner prior to commencement, the Contractor may perform work at the project site during non-daylight hours.
1.12 SITE ACCESS:
A. The project is not within the secured perimeter of the terminal.
B. Enter and exit site through location shown on the drawings.
1.13 PROJECT CONDITIONS
A. The limits of the project are adjacent to an active vehicle storage area. Movement of vehicles, equipment, and personnel into and out of the work site must not interfere with existing operations.
SECTION 01310 - PROJECT COORDINATION & SCHEDULE
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 01310 - 4
B. Perform work in a manner that minimizes traffic and vessel interferences and work-
arounds.
C. Traffic will continue on the roadways within and adjacent to this project during construction. Contractor must maintain an open roadway and sequence his work to allow for use of the adjacent roadways during construction.
D. Perform Work in a manner that minimizes generation of dust and debris.
1.14 SALVAGEABLE MATERIALS A. Type and quantity of all materials reused/recycled on site are to be documented in a
monthly report to the Engineer. All other materials demolished in this project are to be removed and legally disposed of off-site at the contractor’s expense.
B. Perform Work in a manner that minimizes risk of damaging such materials.
C. No material shall be allowed to fall or be dispersed of within the local waters, including debris from mechanical blaster or concrete fluids.
1.15 ENVIRONMENTAL PROTECTION
A. Protect river, canals, and drainage ditches from chemical contamination, sediment runoff,
construction debris, and other damage.
B. If material, equipment or debris is sunk in river or canal, mark location to warn traffic, notify Owner and A/E, and promptly recover sunken object.
1.16 UTILITY SERVICES
A. If Work requires interruption of existing utility service, interrupt services only at times
agreed to by Owner through A/E.
B. If utility service is accidentally interrupted, notify Owner through A/E, then promptly commence activities needed to reestablish service. Provide labor, material and equipment needed to complete repairs at earliest practicable time. If so directed by A/E, continue repair operations on a non-stop basis until repairs are complete.
C. Call-Before-You-Dig – Public utilities on site to be coordinated.
1.17 EXISTING CONSTRUCTION A. Information in Contract Documents that describes existing construction is conceptual in
nature; such information is not complete or precise.
SECTION 01310 - PROJECT COORDINATION & SCHEDULE
Rev #01 – March 16, 2017 GPA Project No. 1605-0804 01310 - 5
B. By executing the Owner-Contractor Agreement, Contractor agrees that failure of Contract Documents to furnish complete or precise information about unconcealed elements of existing construction does not relieve Contractor of obligation to provide Work reasonably called for in Contract Documents.
C. By executing the Owner-Contractor Agreement, Contractor attests it has measured and examined unconcealed elements of existing construction and identified features thereof that differ from information furnished in Contract Documents.
D. By executing the Owner-Contractor Agreement, Contractor further agrees that discrepancies between unconcealed elements of existing construction and information provided in Contract Documents shall not give rise to increase in Contract Sum or extension of Contract Time.
***End of Section 01310***
TO: All Plan Holders
PROJECT: GPA – CIT Southside – Earthwork Phase 3 Parcel D Phase 2 - GPA
CONTRACT NUMBER 1605-0804 SUBJECT: Response to RFI #01
This form is to be utilized for the clarification and it is not intended to modify or amend the Contract Documents.
Page 1 of 3
RESPONSE TO REQUEST FOR INFORMATION
SPEC. SECTION: Varies
DRAWING NO: Varies OTHER:
COMMENTS: Bidder’s Question:
1. Do you happen to know when work would start on this project? Some of the stone vendors are trying to make sure that they could supply that volume in a timely manner if they got the job.
• Notice to Proceed is expected to be issued in April 2017.
2. Is there a minimum dimension required between the double runs of pipe?
• There shall be a minimum of 1 foot between the double runs of pipe as per Note 2 on Detail A1 on Sheet C-507.
3. In the storm specs a flexible joint is referenced at pipe connections, is this the intent for the RCP also?
• Yes, please refer to 2.2.7 and 3.4.1 of the Specification Section 02630 Storm Drainage
Utilities.
4. In the area where we will be removing existing fence, storing and later reinstalling, do we need to plan on any temporary fencing to secure the area after we remove the existing fence?
• Yes, please see the note on Sheet CD401.
5. Can the excess topsoil be disposed of in the pond bottom, or does it need to go offsite?
• The topsoil can be disposed of in the pond and an exhibit of areas that it can be placed is
being prepared and will be sent in Addendum #3. The exhibit will show how a portion of the pond can be filled in with topsoil or unsuitable material. The contractor will be required to survey the area where the unsuitable material and/or topsoil has been placed in the pond so the area is known for expansion of the pond in future phases.
• The pond bottom must be maintained at elevation 0 or lower. The pond may be overexcavated and backfilled with unsuitable material and/or topsoil.
TO: All Plan Holders
PROJECT: GPA – CIT Southside – Earthwork Phase 3 Parcel D Phase 2 - GPA
CONTRACT NUMBER 1605-0804 SUBJECT: Response to RFI #01
This form is to be utilized for the clarification and it is not intended to modify or amend the Contract Documents.
Page 2 of 3
RESPONSE TO REQUEST FOR INFORMATION
6. There is an Allowance item for Remove / Replace Unsuitables. Should we plan for the unsuitable to be disposed of off-site, or can it be placed in the bottom of the pond?
• Yes, please see the response to Question #6.
7. Regarding line item #4 Install Slide Gate under Miscellaneous, the plan C-506 says to verify length on
site plan but site plan C-504 is unclear on how far into the road the gate is going. By the take off on C-506 the gate would be 14' from gate post to the counter balance or 24' from post to post.
• Drawing Sheets C-504 and C-506 have been revised to reflect 2 roller gates approximately 24-foot in length. The bid form has also been updated.
8. It appears there is more than enough borrow from the pond to construct the project. Can we just get
what we need from the pond and leave the rest in place?
• Yes, material can be left in place but the pond will need to be dug to the depth shown in plans. Contractor will need to coordinate location of material to remain for Engineer’s approval so that the material can be mined for future projects.
9. Do you want subgrade drain out of the grate inlets?
• Subgrade is not required out of the grate inlets.
10. In section 02745 of the bid documents, the asphalt surface course is spec’d as 9.5 mm superpave TP
I. GDOT will not allow TP I to be placed at 2 inches because the mix is too fine to hold up under compaction. Will you switch to 12.5 mm?
• Drawing Sheet C-507 has been revised to call out Superpave. Specification Section 02745 has been removed.
11. On sheet CS101 of the plans, the plan shows the 1.25” forcemain connected to an existing sanitary
manhole. The BGJWSC requires the receiving manhole and the two downstream manholes to be lined with spectrashield or raven. Will you require the three manholes to be lined?
• Drawing Sheet CS101 and the bid form have been revised to reflect this.
12. Specs reference GDOT specs for GABC and asphalt. Will prime be required on GABC?
• Prime is not required on GABC.
TO: All Plan Holders
PROJECT: GPA – CIT Southside – Earthwork Phase 3 Parcel D Phase 2 - GPA
CONTRACT NUMBER 1605-0804 SUBJECT: Response to RFI #01
This form is to be utilized for the clarification and it is not intended to modify or amend the Contract Documents.
Page 3 of 3
RESPONSE TO REQUEST FOR INFORMATION
13. What are the number of days to completion?
• Number of days to completion is listed in 1.7 Contract Time in Section 01310 Project
Coordination and Scheduling. Please note the days have been revised as part of Addendum #2 to 200 days.
14. Is AIA bid bond form ok for bid?
• No, please use the form provided in the bid documents.