The City of Forest Park, GA (the "City") invites qualified contractors to submit sealed unit price bids for Asphalt Patching Services. The work consists of repairing asphalt surface material by removing part of, or the entire existing asphalt pavement and replacing with new hot mix asphalt, asphalt joint sealer, pavement subbase and subgrade repair, and underdrains may be required as some patching locations, traffic control and all associated equipment, material, labor to complete asphalt patching for various city roads listed in within the RFB.
Located nine miles south of Atlanta and five miles directly east of Hartsfield-Jackson Atlanta International Airport, Forest Park is the largest city in Clayton County and centrally located in the northern part of the County. It is bordered on the west by I-75, to the north by the Mountain View/Conley areas and I-285, and to the southeast by Lake City and Morrow. Jonesboro, the county seat, is located directly south from Forest Park. Clayton County is included in the Atlanta Metropolitan Statistical Area and the ten county Atlanta Regional Commission (ARC). The city has a population of approximately 19,823.
- Bid Recipient —
- This Bid is submitted to: City of Forest Park.
- The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with
the Owner in the form included in the Bidding Documents and to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in
accordance with the other terms and conditions of the Bidding Documents.
- General Scope of Work —
This work involves furnishing all labor, equipment, materials, and incidental items necessary to asphalt patch various roads in the City of Forest Park. This work may require the contractor to saw cut, dig out material from cut, pour concrete, place and compact asphalt, and dispose of debris. Debris disposal shall be the responsibility of the contractor, and all associated costs must be included in the submitted price schedule.
The City reserves the right to review debris disposal fees to ensure these are associated with the City projects.
The Contractor shall furnish all construction materials (asphalt, GAB, Class B concrete, etc.). The Contractor shall be responsible for all mobilization costs associated with moving equipment and personnel to and from the work site. The Contractor shall be solely responsible for the proper placement, maintenance, and removal of all traffic control devices. Traffic control shall be provided by the Contractor and maintain a safe work site. The Contractor shall assume traffic control is required for all work. The cost of traffic control shall be incorporated into the pricing of work items to complete work. Traffic control shall comply with the latest version/revision of the Manual on Uniform Traffic Control Devices when work is being performed in the road right of way.
1. Mobilization and Traffic Control:
Mobilization shall include, but is not limited to:
Transportation of personnel, equipment, materials, and supplies to and from the project site(s).
Setup of equipment required to perform asphalt removal, preparation, and patching operations.
Site preparation activities necessary to begin work safely and efficiently.
Coordination with the City’s authorized representative regarding work locations, scheduling, and access requirements.
Compliance with all applicable federal, state, and local regulations governing construction operations.
Traffic control responsibilities shall include, but are not limited to:
Providing, installing, maintaining, and removing all traffic control devices required for the duration of the work.
Supplying appropriate signage, barricades, cones, drums, flaggers, arrow boards, and warning devices necessary to safely direct traffic around work zones.
Implementing temporary lane closures or detours as necessary to safely perform asphalt patching operations.
Ensuring all traffic control measures comply with the Manual on Uniform Traffic Control Devices (MUTCD) and all applicable Georgia Department of Transportation (GDOT) requirements.
Maintaining safe access for emergency vehicles, residents, businesses, and pedestrians at all times.
Monitoring and adjusting traffic control devices throughout the work period to maintain safety and visibility.
2. Asphalt Patching and Class B Concrete Base: Requires the contractor to saw cut the area a minimum of 12” from the edge of the excavated area to provide a shelf for the placement of concrete, excavating the area to a depth of eleven inches, tamp the area, placement of 9” of 3000# concrete, the placement of 2” of asphalt topping, and the proper disposal of all debris. This repair will require a one-year warranty on materials and workmanship.
3. Asphalt Patching over Existing Graded Aggregate Base (GAB) Base: Requires the contractor to place 2” of asphalt patch over a GAB base that was poured by the city (or a city contractor). The contractor will not be required to warranty the cut against settling due to a problem with compaction of the subbase by the city; however, the contractor will be required to warranty the work as related to the placement and compaction of the asphalt materials against defects for a period of 90 days of completion of the project.
- Defined Terms —
Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below:
- Owner - City of Forest Park, Georgia
- Issuing Office (City of Forest Park) – The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered.
- Contract Bid Number – The official number associated with the contract bid as determined by the date of release for the official bid by the City of Forest Park.
- Plan Holders List – All Bidders who attend the Prebid Conference to be included on the Plan Holders List. The City of Forest Park will maintain the official Plan Holders List for this project.
- Copies of Bidding Documents —
- Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Project Leader assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.
- Owner and Project Leader, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use.
- Complete sets of the Bidding Documents in the number and for the amount stated in the Advertisement or Request for Bid are to be obtained from the Issuing Office. The Issuing Office will maintain a Plan Holders List for this project.
- Bidders are solely responsible for maintaining a complete set of Contract Documents, Technical Specifications, Contract Drawings, and project Addenda or Modifications to assure that they possess all project changes and addendums prior to bidding.
- All bid documents will be posted online at https://procurement.opengov.com/portal/forestparkga/projects/232085.
- Bidder's Acknowledgement —
- Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without
limitation those dealing with the disposition of Bid security. This Bid will remain subject to
acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree
to in writing upon request of Owner. - Bidder agrees that the Owner reserves the right to reject any or all bids and also has the right to waive
bidding informalities. - Bidder agrees that the bid security required for submission of this bid is to become the property of
the Owner, as damages, in the event that the Contract and Bonds are not executed with the time set
forth in the Contract Documents.
- Material Requirements —
This section describes in general the materials that are to be provided for the work.
Where a material is required and not specifically described below, the material shall be provided by the Contractor. All materials provided shall be new and domestically manufactured unless approved otherwise. An indication is provided in each below section of whether the material is to be provided by the Contractor or provided by the City. The material conformance reference forms a requirement of the specification and shall be of the latest edition.
Asphalt Description:
A. Material provided by Contractor.
B. Material conformance reference.
1. Georgia Department of Transportation “Asphalt Pavement Selection Guidelines, November 2006”.
C. Description.
1. Aggregate shall be Group II.
2. Asphalt cement shall be grade PG64-22, PG67-22 or PG76-22.
3. Hot mix asphalt type shall be Mix Type 9.5, Type I or Type II.
Acceptable Manufacturers
• Upon Approval.
Concrete Description
A. Material provided by Contractor.
B. Material conformance reference.
1. ACI 318: Building Code Requirements for Reinforced Concrete: Concrete Mix Requirement.
2. ASTM C150: Standard Specification for Portland Cement.
3. ASTM C33: Standard Specification for Concrete Aggregates.
4. ASTM A615: Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement.
5. ASTM A185: Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete.
C. Concrete Mix Description.
1. Design mix shall be in accordance with ACI 318, latest revision.
2. Provide readily available commercial mix.
3. 28-Day Strength: 3,000 psi, unless otherwise noted.
4. Type: Normal Weight.
5. Slump Range: 3 to 5 inches.
6. Weight: 135 pcf to 160 pcf.
7. Air Content: 5% to 7%.
8. Water-Cement Ratio: 0.45 Maximum.
D. Concrete Materials Description
1. Portland cement: Type I, natural color. Use only one brand of cement throughout project.
2. Fine Aggregates: Meeting ASTM C33.
3. Coarse Aggregates: Meeting ASTM C33, No. 57 Stone.
4. Water: Clean, potable and free from deleterious amounts of alkalis, acids and organic matter.
Acceptable Manufacturer
• Upon Approval.
- Bidder's Representations —
In submitting this Bid, Bidder represents that:
- Bidder has examined and carefully studied the Bidding Documents, other related data identified
in the Bidding Documents, and the following Addenda, receipt of which is hereby
acknowledged in OpenGov on the City's e-Procurement located at: https://procurement.opengov.com/portal/forestparkga/projects/232085. - Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and
Site conditions that may affect cost, progress, and performance of the Work. - Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work.
- Bidder has considered the information known to Bidder; information commonly known to
contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and
documents on- the cost, progress, and performance of the Work;
- the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and
- Bidder’s safety precautions and programs.
- Based on the information and observations referred to in Paragraph 3.01.D above, Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.
- Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.
- Bidder has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Owner is acceptable to Bidder.
- The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted.
- QUALIFICATIONS OF BIDDERS —
To demonstrate Bidder’s qualifications to perform the Work, Bidder shall submit written evidence with bid such as financial data, previous experience, present commitments, and such other data as may be called for below.
- Required Bidder Qualification Statement with Supporting Data (Business License, Corporate Resolution to Bid, Financial Statement, Current Workload, etc.)
- Georgia Contractor License
- Bidder's Certification —
Bidder certifies that:
- This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;
- Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
- Bidder has not solicited or induced any individual or entity to refrain from bidding; and
- Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph:
- “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value
likely to influence the action of a public official in the bidding process; - “fraudulent practice” means an intentional misrepresentation of facts made
- to influence
the bidding process to the detriment of Owner, - to establish bid prices at artificial noncompetitive
levels, or - to deprive Owner of the benefits of free and open competition;
- “collusive practice” means a scheme or arrangement between two or more Bidders, with or
without the knowledge of Owner, a purpose of which is to establish bid prices at artificial,
non-competitive levels; and - “coercive practice” means harming or threatening to harm, directly or indirectly, persons or
their property to influence their participation in the bidding process or affect the execution
of the Contract.
- EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE —
- Subsurface and Physical Conditions
- The Supplementary Conditions identify:
- Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site, including but limited to a geotechnical report.
- Those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities).
- Copies of reports and drawings, if any, referenced above will be made available via the City's e-procurement portal located at: https://procurement.opengov.com/portal/forestparkga/projects/232085. Bidder is responsible for any interpretation or conclusion Bidder draws from any “technical data” or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings.
- Underground Facilities
- Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Project Leader by owners of such Underground Facilities, including Owner, or others.
- Hazardous Environmental Condition
- The Supplementary Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site.
- Copies of reports and drawings, if any, referenced above will be made available via the City's e-procurement portal located at: https://procurement.opengov.com/portal/forestparkga/projects/232085. Bidder is responsible for any interpretation or conclusion Bidder draws from any “technical data” or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings.
- Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates.
- It is the responsibility of each Bidder before submitting a Bid to:
- examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents;
- attend scheduled pre-bid and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work;
- become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work;
- consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder’s safety precautions and programs;
- agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents;
- become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents;
- promptly give Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Owner is acceptable to Bidder;
- determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work; and
- refer to the submittal checklist and submit bid documents in the order according to the submittal checklist.
The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Section, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Owner written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Owner are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work.
- City of Forest Park Patching Locations —
| City of ForestPark Patching locations |
| Location | Estimated Sq. Footage |
| Govenors Drive | 680.00 |
| 489 North Ave | 3541 |
| 489 North Ave | 85 |
| 438 Barton Dr | 205 |
| 513 North Ave | 20 |
| 513 North Ave | 33 |
| 308 North Ave | 80 |
| 558 North Ave | 96 |
| 556 Yancey Dr | 30 |
| 556 Yancey Dr | 70 |
| 1237 Watts | 490 |
| 913 Cone Rd | 331 |
| 683 Cynthia Lane | 230 |
| 4745 City View | 277 |
| 4814 Ridgewood Dr | 264 |
| 4770 Rodgewood Dr | 340 |
| Watts and Ridgewood Drive | 485 |
| 1178 South Parkwood | 297 |
| 4273 Shady Lane | 198 |
| 4251 Boling Dr | 154 |
| Totals | 7906.00 |
- MANDATORY PRE-BID CONFERENCE —
A MANDATORY PRE-BID CONFERENCE will be held on Wednesday, April 15, 2026 @ 2:00 pm at the City of Forest Park Police Department located at 320 Cash Memorial Blvd., Forest Park GA, 30297. A site tour is scheduled immediately following the Pre-Bid Conference. Representatives of Owner will be present to discuss the Project. Bidders must attend and participate in the conference to be considered. Owner will transmit to all prospective Bidders such Addenda as Owner considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective.
- Basis of Bid —
Bidder will complete the Work in accordance with the Contract Documents for the pricing submitted in Price Proposal. Any incomplete or illegible bid prices will make this bid subject to rejection by the Owner:
The Bidder proposed to furnish all services, labor, and materials required by them for the entire work and to include a “Construction Contingency Allowance” amount equal to five percent (5%) of the “Lump Sum Base Bid Amount”.
- Time of Completion —
- Bidder agrees that the Work will be substantially complete within 60 calendar days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within 45 calendar days after the date when the Contract Times commence to run.
- Bidder accepts the provisions of the Agreement as to liquidated damages.
- NON-MANDATORY PRE-BID CONFERENCE —
A PRE-BID CONFERENCE will be held on Wednesday, April 15, 2026 @ 2:00 pm at the City of Forest Park Public Works Department located at 5230 Jones Road, Forest Park GA, 30297. Representatives of Owner will be present to discuss the Project. Bidders are “Strongly Encouraged” to attend and participate in the conference. Owner will transmit to all prospective Bidders such Addenda as Owner considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective.
- Permits and Licenses —
The Contractor shall procure all permits and licenses, pay all charges, taxes and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work.
- Attachments to this Bid —
- The following documents are submitted with and made a condition of this Bid:
- Required Bid Security (5%);
- LSBD Forms 1-4 ;
- List of 3 Project References (Section XVII – Reference and Release Form);
- Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids;
- Copy of Contractor’s License [or] Evidence of Bidder’s ability to obtain a State Contractor’s License and a covenant by Bidder to obtain the following said license within the time for acceptance of Bids.
- Georgia DOT Prequalification Certification
- Certificate of Insurance (City of Forest Park as the Certificate Holder);
- Contractor Affidavit and Agreement (Form 6a);
- Subcontractor Affidavit (if available) (Form 6b);
- Contractor’s Statement of Legal Status and Financial Capability (Form7);
- Certification Regarding Debarment, Suspension, and Other Matters (Form 8);
- Non-Collusion Affidavit (Form 9);
- Bidder’s Contact Directory (Form 10);
- Acknowledgment of Addenda (Form 11);
- Required Bidder Qualification Statement with Supporting Data for the following:
- Organizational Structure/Key Personnel and Resumes:
- Overall Project Experience, Qualifications, and Performance on Previous Similar Projects
- Management and Staffing Plan
- Quality Control Plan Approach
- Procurement Plan
- Safety Record and Experience
- The following documents are to be submitted post-award:
- LSBD Participation Report – Contract Goal: Report detailing percentage of LSBD participation (work performed) and payments to VOB/MBE/WBE/DBE subcontractors on a monthly basis.
- SITE AND OTHER AREAS —
The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor.
- Exiting Conditions / Deviation of Quantities —
The City reserves the right to add, modify, or delete quantities and locations. Contractor will be paid for actual in-place quantities completed and accepted for pay items listed in the Bid Schedule. Contractor will not be entitled to an adjustment of unit price on an item which increased or decreased from the original plan quantity.
All other work required by this RFB, plans, specs, standards, etc. but not specifically listed in the Bid Schedule shall be considered “incidental work”. The Contractor shall include the cost for all incidental work. Contractor will notify the City in writing if quantities of contract items will exceed plan. At no time will contractor proceed with work outside the prescribed scope of services for which additional payment will be requested without the written authorization of the City.
All information given concerning existing conditions is for information purposes only. It is the Contractor's responsibility to inspect the project site to verify existing conditions prior to submitting their bid. No adjustment will be made to the bid based on missing or inaccurate information on the plans.
UTILITIES:
Contractor shall be responsible for protecting all utilities and for coordinating any utility relocation necessary for the completion of the work. Contractor shall be responsible for the adjusting to grade of existing utility structures that are incorporated into the work including but not limited to water valves and sewer cleanouts.
All manholes have been adjusted to grade and all final grade of GAD shall drain to the existing storm structure. The Contractor shall inform the city of any grade changes needed to complete this work.
- Defined Terms —
The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
- Safety / Cleanup —
Beginning with mobilization and ending with acceptance of work, the Contractor shall be responsible for providing a clean and safe work environment at the project site. The Contractor shall comply with all OSHA regulations as they pertain to this project.
All restoration and clean-up work shall be performed daily. Operations shall be suspended if the Contractor fails to accomplish restoration and clean-up within an acceptable period of time. Failure to perform clean-up activities may result in suspension of the work.
The Contractor shall be responsible for securing all work areas where excavations, asphalt patching, or surface openings occur. When work cannot be completed within the same workday, the Contractor shall furnish, install, and maintain appropriately sized steel plates to safely cover all openings in the roadway or travel paths.
Steel plates shall be properly anchored or secured to prevent movement, and the edges shall be ramped or otherwise treated to provide a smooth and safe transition for vehicular and pedestrian traffic. The Contractor shall provide all necessary traffic control devices, warning signage, and barricades in accordance with applicable MUTCD and local requirements to ensure public safety.
The Contractor shall be solely responsible for the installation, maintenance, monitoring, and removal of all steel plates until permanent repairs are completed and the surface is restored. All costs associated with furnishing, installing, securing, maintaining, and removing steel plates shall be included in the Contractor’s submitted price schedule.
- INTERPRETATIONS AND ADDENDA —
- Bidders shall submit all inquiries regarding this bid via the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/forestparkga. Please note the deadline for submitting inquiries. Questions will not be accepted after 5:00 pm on Friday, April 24, 2026. All answers to inquiries will be posted on the City's e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries.
Interpretations or clarifications considered necessary by the City in response to such questions will be issued by Addenda. Oral and other interpretations or clarifications will be without legal effect. - Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner. Bidders are required to register for an account via the City's e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/forestparkga.
- BID SECURITY —
- A Bid must be accompanied by Bid security made payable to Owner in an amount of five percent (5%) of Bidder’s maximum Bid price and in the form of a certified check, bank money order, or a Bid bond (on the form attached) issued by a surety meeting the requirements stated with in this RFB.
- The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, Owner may consider Bidder to be in default, annul the Notice of Award, and the Bid security of that Bidder will be forfeited. Such forfeiture shall be Owner’s exclusive remedy if Bidder defaults. The Bid security of other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of even days after the Effective Date of the Agreement or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned.
- Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening.
- Work Hours and Project Schedule —
All work associated with this project shall be performed Monday through Friday between the hours of 9:00 a.m. and 4:00 p.m., unless otherwise approved in writing by the City. Work performed outside of these hours must receive prior authorization from the City’s designated project representative.
Prior to mobilization, the contractor shall submit a detailed project schedule identifying the anticipated start and completion dates for each project location included in the scope of work. The schedule shall be submitted to the City for review and approval before work begins.
The contractor shall coordinate all work activities with the City to minimize disruption to operations, traffic, and public access. Any adjustments to the approved schedule must be communicated to and approved by the City in advance.
The contractor shall also provide the City with a minimum of forty-eight (48) hours advance notice prior to mobilizing at each location.
- CONTRACT TIMES —
The number of consecutive calendar days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set as 60 calendar days.
- Retainage and Liquidated Damages —
Retainage: The retainage shall be an amount equal to 10% of Contractor’s partial pay estimate for the duration of the project. If progress is not satisfactory in the opinion of the Owner, retainage may be reinstated to the fullest extent provided by the General Conditions. Upon substantial completion of the work, any amount retained may be paid to the Contractor. When the work has been substantially completed except for Work which cannot be completed because of weather conditions, lack of materials or other reasons which in the judgement of the Owner are valid reasons for non-completion, the Owner may make additional payments, retaining at all times an amount sufficient to cover the estimated cost of the work still to be completed. Partial pay estimates may include stored materials. Contractor must submit invoices and all materials must be located at the site of work. Retainage will be held on stored materials.
Owner shall make progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment on or about the 25th day of each month during performance of the Work. All such payments will be measured by the schedule of values established as the General Conditions (and in the case of Unit Price Work based on the number of units completed).
Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as the Owner may withhold, including but not limited to liquidated damages. 95 percent of Work completed (with the balance being retainage) for the duration of the project; and upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments to Contractor to 100 percent of the Work completed. Final Payment upon final completion and acceptance of the Work, Owner shall pay the remainder of the Contract Price.
Liquidated Damages: Contractor and Owner recognize that time is of the essence and that Owner will suffer financial loss if the Work is not completed within the times specified, plus any extensions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $250 for each day that expires after the time specified for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner $500 for each day that expires after the time specified for completion and readiness for final payment until the Work is completed and ready for final payment.
Any and all extensions of time shall be in accordance with the General Conditions, except as otherwise hereinafter provided. Failure to complete the Project on or before the stipulated completion date will result in the assessment of liquidated damages in the amount stated in the Proposal. Completion time will not be extended for normal bad weather. Time for completion as stated in the Contract Documents includes an allowance for calendar days on which work cannot be performed out-of-doors. The term "calendar day" as used in the Contract Documents shall mean Mondays through Fridays, excluding weekends and legal holidays.
The Contractor agrees that it shall provide written notice to the Owner on the day of any adverse weather not anticipated and for which a request for a time extension has been, or will be, made. Said notice shall state with particularity a description of the adverse weather as well as a description of the nature and extent of any delay caused by such weather. Receipt of this notice by the Owner is a condition precedent to the submission of any claim for an extension of time. Furthermore, the Contractor shall submit a written claim for extension of time within seven (7) days after the occurrence of the adverse weather and such claim shall be supported by such documentation including, but not limited to, official weather reports, as the Owner may require. No extension will be made for days of bad weather occurring after the building is dried in. Requested working days lost to the weather shall be submitted for review with the pay request for that month, any requests later than the billable month will not be considered. To the extent that any of the terms and conditions set forth in this paragraph are in conflict with any of the terms and conditions of this Agreement, the terms and conditions of this paragraph shall govern and control.
- LIQUIDATED DAMAGES —
Provisions for liquidated damages, if any, are set forth in the SOW section of the RFB.
- SUBSTITUTE AND “OR-EQUAL” ITEMS —
The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents, or those substitutes of “or-equal” materials and equipment approved by Owner and identified by Addendum. The materials and equipment described in the Bidding Documents establish a standard of required type, function and quality to be met by any proposed substitute or “or-equal” item. No item of material or equipment will be considered by Owner as a substitute or “or-equal” unless written request for approval has been submitted by Bidder and has been received by Owner at least 10 days prior to the date for receipt of Bids. Each such request shall conform to the requirements of Paragraph 6.05 of the General Conditions. The burden of proof of the merit of the proposed item is upon Bidder. Owner’s decision of approval or disapproval of a proposed item will be final. If Owner approves any proposed item, such approval will be set forth in an Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other manner.
- SUBCONTRACTORS, SUPPLIERS AND OTHERS —
- If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid.
- If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions.
- Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection.
- LOCAL, SMALL BUSINESS, DIVERSITY PROGRAM —
- The City of Forest Park has implemented a Local, Small Business, Diversity Program to promote full and open competition in all city contracts. LSBD participation goals are set on a contract-by-contract basis for each specific prime contract with subcontracting possibilities. The City wants to ensure that Proponents are non-discriminatory in their process of selecting sub-contractors. The City also wants to encourage Proponents to utilize local, veteran-owned, minority, women, and disadvantaged business enterprises whenever possible.
Included in this RFB are subcontracting/subconsultant forms that all Bidders will be required to complete along with their Bids (in addition to general contractor forms). All forms included in this solicitation must be completed for Bidder to be considered responsive.
Each Bidder must propose to achieve the LSBD participation goal that is equal or greater than the percentage required. Each Bidder will be required to submit evidence demonstrating that “good faith efforts” were made if you cannot meet the goal.
These forms are requirements under the City of Forest Park’s Local, Small Business, Diversity Program, and it is a requirement to comply with making the “good faith effort” to achieve the goal. Failure to complete these forms may deem you non-responsive.
The participation goal for this procurement is 10 percent (10%)
A business is considered Local if they meet the following:
- The business or supplier must operate and maintain a regular place of business within the geographical boundaries of the city;
- The business or supplier must provide a copy of a current occupational tax certificate;
- The business or supplier must have paid all real and personal taxes (if any) owed the city and not otherwise owe the city any funds; and
- The business or supplier must certify its compliance with the Georgia Security and Immigration Act.
A Small Business means a locally based business whose average annual gross receipts or number of employees averaged over the past five years must not exceed the size standards as defined pursuant to 15 C.F.R § 121.201 et al., who demonstrates that individual owner’s personal net worth and does not exceed $750,000.00, exclusive of the individual’s ownership interest in their primary residence and the value of the LSBD.
- LSBD Required Forms
- Forms to be submitted with Bid:
- LSBD-1 Covenant of Non-Discrimination: The signed agreement stating that the firm will not discriminate on the basis of a firm’s size (revenue or employee count) with regard to prime contracting, subcontracting, or partnering opportunities.
- LSBD-2 Sub-Contractor Contact Form: A list of all firms contacted to participate as LSBD sub-contractors/suppliers on a contract.
- LSBD-3 LSBD Sub-Contractor/Supplier Utilization Form: A list of all firms procured as LSBD sub-contractors/suppliers to be utilized on a contract.
- LSBD-4 Statement of Good Faith Efforts (Including the Checklist): Documented efforts to seek and procure the utilization of LSBD’s as sub- contractors/suppliers on a contract where a goal is required.
- Forms to be submitted post-award:
- LSBE-5 Post Award Monthly LSBD Participation Report – Contract Goal: Report detailing percentage of LSBD participation (work performed) and payments to VOB/MBE/WBE/DBE subcontractors on a monthly basis.
- LSBD-6 Request for Subcontractor Removal/Substitution Form: Required to fill out and obtain approval if a LSBD subcontractor is being substituted following post bid.
- Supplements
- Form LSBD-1, Covenant of Non-Discrimination
- Form LSBD-2, Sub-Contractor Contact Form – Contract Goal
- Form LSBD-3, Local, Small Business, Diversity Project Participation Plan
- Form LSBD-4, Statement of Good Faith Efforts
- Form LSBD-5, Post-Award-Monthly LSBD Participation Report Contract Goal
- Form LSBD-6, Subcontractor Removal/Substitution Form
- PREPARATION OF BID —
- The Bid Form is included with the Bidding Documents. A copy of all bid documents may be found on the City's e-Procurement portal located at https://procurement.opengov.com/portal/forestparkga.
- All blanks on the Bid Form shall be completed in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each section listed therein.
- A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown.
- A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown.
- A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown.
- A Bid by an individual shall show the Bidder’s name and official address.
- A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown.
- All names shall be printed in ink below the signatures.
- The Bid shall contain an acknowledgment of receipt of all Addenda.
- Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown.
- The Bid shall contain evidence of Bidder’s authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder’s state contractor license number, if any, shall also be shown on the Bid Form.
- BASIS OF BID; COMPARISON OF BIDS —
- Unit Price
- Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule.
- The value of items required by the Contract Documents but not shown in the line items on the Bid Form shall be included in the unit price of the line item that relates to this work.
- The total of all estimated prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions.
- Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
- Allowances
- Bidder is to include a “Construction Contingency Allowance” amount equal to five percent (5%) of the “Lump Sum Base Bid Amount” within the “Lump Sum Base Bid” the amount bid on the Bid Form submitted. This allowance is for additional work as directed by the Owner. Monies not utilized by the Owner for this project will be removed from the final contract price at the completion of the project by use of a Change Order.
- SUBMITTAL OF BID —
With each copy of the Bidding Documents, a Bidder is furnished one separate unbound copy of the Bid Form, and, if required, the Bid Bond Form. The unbound copy of the Bid Form is to be completed and submitted with the Bid security and the following documents. Please refer to the submittal checklist to track the preparation and order of submittal of certain required information with the Bid.:
- Required Bid security;
- LSBD Forms 1-4 ;
- List of 3 Project References;
- Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids;
- Copy of Contractor’s License [or] Evidence of Bidder’s ability to obtain a State Contractor’s License and a covenant by Bidder to obtain the following said license within the time for acceptance of Bids.
- Georgia Department of Transportation Prequalification Certification for Roads
- Certificate of Insurance (listing Forest Park as the Certificate Holder);
- Contractor Affidavit and Agreement;
- Subcontractor Affidavit;
- Contractor’s Statement of Legal Status and Financial Capability;
- Certification Regarding Debarment, Suspension, and Other Matters;
- Non-Collusion Affidavit;
- Bidder’s Contact Directory;
- Required Bidder Qualification Statement with Supporting Data for the following;
- Organizational Structure/Key Personnel and Resumes: The Bidder’s Organizational Structure Section should introduce the proposed Bidder team by:
- Provide the Bidder’s Management Organizational Chart both graphically and in narrative format. The Organizational chart and narrative should provide a description of the Bidder’s views on how it will organizationally provide the Services.
- Provide a description of how the organizational structure will facilitate managing the Services requested and how an efficient flow of information will be realized from the organizational structure.
- Provide resumes for key personnel you intend to assign to this Project for the following positions: Principal-in-charge, Project Manager and On- Site/Quality Assurance Supervisor. Submission of these names constitutes a commitment to use these individuals if the Bidder is awarded a Contract, and changes may be made only with the prior written consent of the City. Resumes should be organized as follows:
- Name and Title;
- Professional Background
- Current and Past Relevant Experience
- Education; and
- Certifications
- Overall Project Experience, Qualifications, and Performance on Previous Similar Projects
- Describe the Bidder company’s history of experience providing general contracting services for a city or commercial property of similar size and scope including but not limited to fire stations or other government buildings, major shopping malls, office parks, major office complexes, hotels or convention facilities, government buildings, facilities or complexes, or major colleges/universities.
- Provide detail evidence that is currently providing general contracting services.
- Provide a matrix of five (5) relevant projects within the last five (5) years of similar size and scope, including client name, project description, project value, role of the individual, project completion date, reference contact name, phone number and e-mail address. See attached Forms
- Management and Staffing Plan
- Describe how the project will be organized and managed, ensuring that staffing needs are met for the delivery of services and duties as outlined in Exhibit A. Clearly outline the estimated staffing for each service area.
- Describe your processes, procedures and methodology for monitoring quality control and required outcome for services being provided. The plan should include the name and title of the inspector, frequency of each inspection, and all forms that will be used to document the inspections.
- Describe your process for reporting capabilities and provide sample reports for this project, i.e., performance measures, quality of work, and deliverables.
- Provide a list of resources and include a list of equipment with quantity of each.
- Quality Control Plan Approach
- Bidder must submit an executive level plan describing the management process the Bidder will implement to ensure all work and services performed are of the highest quality. The approach should include a description of the Bidder's process as it pertains to shop drawings, product and materials submittals, inspection of subcontractor/subconsultant work and materials, means and methods of conducting Quality Control testing, etc. Describe the Bidder's corrective action plan. Describe how the Bidder's organizational structure supports this plan and clearly identify responsible and accountable parties (Do not provide the Bidder's existing Quality Control Manual).
- Procurement Plan
- Bidder must submit an executive level approach (3 pages maximum) to the competitive and open procurement of subcontractors/subconsultants, materials, supplies and equipment required to complete a project. The plan must address the bonding requirements it will require of the subcontractors as well as any bonding assistance available to subcontractors. Include your ability to purchase material and supplies for this project to meet the construction schedule.
- Safety Record and Experience
- Each Bidder must demonstrate that it is committed to implementing a first- rate safety program and that it has an exceptional safety and environmental record. Each Bidder must submit their current Experience Modification Rate (EMR). If an EMR is not available, each Bidder and its proposed subcontractors/subconsultants must submit a written statement detailing each one's safety records on its last 5 projects listed in the Bidder’s reference., Include contact names and phone numbers where the City can verify the safety record statement. Each Bidder must provide a Log and Summary of OSHA violations and any fines or settlements for the past 36 months. Attach OSHA Form 300A - Work Related Injuries and Illnesses, as required by the U. S. Department of Labor, for the past 36 months (Provide OSHA Recordable Incident Rate (Year 2017) and OSHA Lost Days Away Incident Rate (Year 2017). This is applicable to site construction and installation activities only. (Do not submit the Bidder's Safety Manual).
- A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or Request for Bid.
- Sealed bids will be received for Asphalt Patching Services through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/forestparkga.
- MODIFICATION AND WITHDRAWAL OF BID —
- A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids.
- If within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work.
- OPENING OF BIDS —
Bids will be opened at the time and place indicated in the Advertisement or Request for Bid and unless obviously non-responsive, read aloud publicly on May 11, 2026 at 2:oo p.m. via Microsoft Teams at https://teams.microsoft.com/meet/29496003904490?p=IW1X7jUVxVx5WajQnR
A Bid Tabulation of the amounts of the Base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids.
- BIDS TO REMAIN SUBJECT TO ACCEPTANCE —
All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period.
- EVALUATION OF BIDS AND AWARD OF CONTRACT —
- Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible.
- More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest.
- In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award.
- In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions.
- Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents.
- If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Owner.
- CONTRACT SECURITY AND INSURANCE —
Article 5 of these General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner’s requirements as to performance and payment bonds and insurance.
When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by such bonds.
- SIGNING OF AGREEMENT —
When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required one (1) of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within 15 calendar days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner. Within ten calendar days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification.