City of Woodstock Sealed Solicitation

Title: RFB 2019 - 14 Ace Hardware Relocation Site Pad and Road Improvements

Deadline: 6/25/2019 2:00 PM   (UTC-05:00) Eastern Time (US & Canada)

Status: Awarded

Solicitation Number: 2019 - 14

Description:

CITY OF WOODSTOCK, GEORGIA

RFB 2019 – 14 ACE HARDWARE RELOCATION SITE PAD AND ROAD IMPROVEMENTS

 

The City of Woodstock, Georgia (CITY) hereby issues a request for bids (RFB) from qualified contractors for the purpose of preparing the Ace Hardware site located at 7337 Main St., Woodstock, GA 30188 to be pad ready including, but not limited to grading and filling, stormwater infrastructure, water and sewer lines as well as road improvements. RFB details and document information may be found by visiting Vendor Registry or Georgia Procurement Registry. A mandatory pre-bid meeting will be held June 5, 2019, 11:00 A.M. at the City of Woodstock Chambers located at 8534 Main St., Woodstock, GA 30188.  All questions must be submitted through Vendor Registry.  Questions will be accepted until 3:00 pm on June 13, 2019.

 

All responses to this RFB must be received electronically through Vendor Registry to the City of Woodstock, Georgia no later than 2:00 P.M. on June 25, 2019.  Bids will be publicly opened and read aloud at 2:01 P.M. at the City of Woodstock Annex located at 12453 Highway 92, Woodstock, GA 30188. All bids will be evaluated by the City and the project will be awarded, if it is awarded, within 60 days of the bid opening.

 

Goods and services shall meet or exceed the following guidelines:

 

    • Grade tract A and B
    • Install storm water infrastructure,
    • Install sewer lines and water lines per the development plan.
    • Road improvements along Main Street to include
      • Expansion for turning lanes,
      • 10-foot concrete sidewalk and
      • Two (2) entrance drives per development plan.
    • Additional work will include the installation of a traffic signal at the new full driveway.
      • Plans will be made available via addendum when complete.

Pricing should be itemized by task (i.e. Main Street turn lane expansion, entrance drive 1, entrance drive 2, concrete sidewalk, stormwater infrastructure, water and sewer infrastructure, grading, etc.) as well as provide the total project sum cost for the entire project. The contractor shall be responsible for furnishing all materials and labor to complete the project and shall coordinate construction dates and times with the City of Woodstock, Georgia Public Works Director and Economic Development Director.

 

Pricing shall be valid for a period of 60 days after the RFB submittal date. All work must be approved prior to the release of payment. All work is expected to be completed within 60 days after a notice to proceed has been issued, pending any unnatural weather occurrence. Bidder further agrees to pay as liquidated damages the sum of $250 per each consecutive calendar day that the Bidder shall be in default after the date stipulated in the contract for completing the work.

 

OWNER requires a bid bond* or a certified check in the amount of five percent (5%) of the total bid to be enclosed with the bid at the time of bid opening.  Check will be made payable to City of Woodstock, Georgia. The successful bidder will be required to furnish OWNER with Insurance, Workman's Compensation Insurance, and Performance and Payment Bonds* in the amount of one-hundred percent (100%) of the total bid.

 

CONTRACTORS and SUBCONTRACTORS bidding on this Project will be required to comply with all Federal, State, territorial, and local laws. The City reserves the right to accept or reject any and all bids or any or parts of a bid wherein its judgment, it will be in the best interest of the City; waive any technicalities/informalities in the RFB document and bid process; and to qualify and award any or all of this contract in any manner in which the City, acting in the sole and exclusive exercise of its discretion, deems to be in the City’s best interest. If no acceptable bid is received, the City also reserves the right to re-solicit bids, at its sole discretion.

 

* Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located.

 

For further information regarding this RFB, please call 770-592-6000 ext.1205 or email atucker@woodstockga.gov.


Pre-Bid Meeting Date: 6/5/2019 11:00 AM

Pre-Bid Meeting Details: A mandatory pre-bid meeting will be held at the City of Woodstock Chambers located at 8534 Main St., Woodstock, GA 30188 at 11:00 A.M., June 5, 2019.


Documents:

Documents as of 5/22/2019
Login to view documents
Addition 1

Posted: 6/13/2019

Type of Addition: Addendum 1

Overview:

RFB NUMBER

2019 - 14

 

ACE HARDWARE RELOCATION SITE PAD & ROAD IMPROVEMENTS

 

Addendum 1

 

June 13, 2019

 

For any further questions about this RFB addendum contact:

 

Amber Tucker, Purchasing Coordinator

770-592-6000 Ext 1205 or Vendor Registry

 

Please note the following clarifications and additional information for the Ace Hardware Relocation Site Pad & Road Improvements RFB with the appropriate sections listed for reference where available.

 

  1. Regarding the earthwork, contractors should bid the following options.

     

    1. Option 1: Assume haul in to bring both sites up to finish grades shown on plans (approximately 10,000 cyds by engineer’s calculation)

       

    2. Option 2: Use tract B as a borrow area to balance site while bringing remainder of project (Tract A, Roadway, Tract C borrow area) to finish grades shown on plans. This can be achieved by lowering Tract B pad down to minimum 2% slope up from the 901.0 elevation shown at Structure B-2. Provide 2:1 slope down from Tract A pad and roadway shoulder.

       

  2. All compaction/pavement testing to be done by a 3rd party engineer (to be hired by the City).

     

  3. Concrete trail along the frontage to be minimum 6” thick and subgrade to be compacted to 98% standard proctor mx dry density.

 

  1. The commercial paving specs have been updated to include a 2” binder.

 

    1. Updated paving specs attached

       

  1. The official code restricts road construction to the hours within 7am-7pm Monday-Saturday.

     

    1. Special hours of operation can be established in advance by the City based upon location and application.

       

    2. Upon advanced notice, road work after hours in the evening 7pm-7am would normally be approved in this section due to the minimal residential noise disturbance and lack of traffic disruption during the after-hours period.

       

  2. Lanes closures are acceptable but must include certified traffic control in place during times of lane closure, and one lane must remain open at all times. Full road closure must be approved by City Council.

     

    1. Updated pricing sheet includes traffic control line item

       

    2. Specifically, along Main Street between Ridgewalk Parkway and the Little River Bridge, the City’s practice is to require roadway projects with lane closures to proceed within a timeframe that excludes the hours of 7am-9am and 4pm-6pm due to the heavy commuter pattern in that section.

       

      1. These time restrictions do not apply to construction on the side of the roadway if such construction does not require lane closure.

         

  3. The retaining wall adjacent to Main Street has been removed from the plans/project.

     

    1. Updated plans attached

       

  4. A slope and pipe extension for the sidewalk installation has been added.

     

    1. Updated plans attached 

       

  5. Removal of the work listed in the RFB under 2.1, additional work will include installation of a traffic signal at the new full driveway.

     

    1. The traffic signal project will be bid out separately and at a later date from this RFB.

       

      Additional Information:

                 

  • Mandatory Pre-Bid Meeting Sign In Sheet Attached

     

  • CAD file for earthwork analysis/other take-offs attached

 

  • Update PDF plans attached

 

  • Updated Pricing Sheet Attached

     

  • The engineer re-submitted the plans to the City for LDP approval. Engineer states there should be no real cost issue relative to the bid.

 

Documents:

Addition 2

Posted: 6/25/2019

Type of Addition: Bid Tablulation

Documents:

Addition 3

Posted: 9/16/2019

Type of Addition: Award Information

Overview: The Ace Hardware Relocation Site Pad & Road Improvements project was awarded to A1 Contracting, LLC.

Amount: $1,089,509.00

Posted: 6/13/2019

Type of Addition: Addendum 1

Overview:

RFB NUMBER

2019 - 14

 

ACE HARDWARE RELOCATION SITE PAD & ROAD IMPROVEMENTS

 

Addendum 1

 

June 13, 2019

 

For any further questions about this RFB addendum contact:

 

Amber Tucker, Purchasing Coordinator

770-592-6000 Ext 1205 or Vendor Registry

 

Please note the following clarifications and additional information for the Ace Hardware Relocation Site Pad & Road Improvements RFB with the appropriate sections listed for reference where available.

 

  1. Regarding the earthwork, contractors should bid the following options.

     

    1. Option 1: Assume haul in to bring both sites up to finish grades shown on plans (approximately 10,000 cyds by engineer’s calculation)

       

    2. Option 2: Use tract B as a borrow area to balance site while bringing remainder of project (Tract A, Roadway, Tract C borrow area) to finish grades shown on plans. This can be achieved by lowering Tract B pad down to minimum 2% slope up from the 901.0 elevation shown at Structure B-2. Provide 2:1 slope down from Tract A pad and roadway shoulder.

       

  2. All compaction/pavement testing to be done by a 3rd party engineer (to be hired by the City).

     

  3. Concrete trail along the frontage to be minimum 6” thick and subgrade to be compacted to 98% standard proctor mx dry density.

 

  1. The commercial paving specs have been updated to include a 2” binder.

 

    1. Updated paving specs attached

       

  1. The official code restricts road construction to the hours within 7am-7pm Monday-Saturday.

     

    1. Special hours of operation can be established in advance by the City based upon location and application.

       

    2. Upon advanced notice, road work after hours in the evening 7pm-7am would normally be approved in this section due to the minimal residential noise disturbance and lack of traffic disruption during the after-hours period.

       

  2. Lanes closures are acceptable but must include certified traffic control in place during times of lane closure, and one lane must remain open at all times. Full road closure must be approved by City Council.

     

    1. Updated pricing sheet includes traffic control line item

       

    2. Specifically, along Main Street between Ridgewalk Parkway and the Little River Bridge, the City’s practice is to require roadway projects with lane closures to proceed within a timeframe that excludes the hours of 7am-9am and 4pm-6pm due to the heavy commuter pattern in that section.

       

      1. These time restrictions do not apply to construction on the side of the roadway if such construction does not require lane closure.

         

  3. The retaining wall adjacent to Main Street has been removed from the plans/project.

     

    1. Updated plans attached

       

  4. A slope and pipe extension for the sidewalk installation has been added.

     

    1. Updated plans attached 

       

  5. Removal of the work listed in the RFB under 2.1, additional work will include installation of a traffic signal at the new full driveway.

     

    1. The traffic signal project will be bid out separately and at a later date from this RFB.

       

      Additional Information:

                 

  • Mandatory Pre-Bid Meeting Sign In Sheet Attached

     

  • CAD file for earthwork analysis/other take-offs attached

 

  • Update PDF plans attached

 

  • Updated Pricing Sheet Attached

     

  • The engineer re-submitted the plans to the City for LDP approval. Engineer states there should be no real cost issue relative to the bid.

 

Documents:

Posted: 6/25/2019

Type of Addition: Bid Tablulation

Documents:

Posted: 9/16/2019

Type of Addition: Award Information

Overview: The Ace Hardware Relocation Site Pad & Road Improvements project was awarded to A1 Contracting, LLC.

Amount: $1,089,509.00