Similar Projects
Athens Street Improvements - City of Gainesville
Infrastructure, Alteration
Conception
$250,000 est. value
Gainesville, GA 30501

Athens Highway Sanitary Sewer Extension - 18423.CON.8304 - City of Gainesville
New Construction, Infrastructure
Conception
$18,000,000 CJ est. value
Gainesville, GA 30507

Sanitary Sewer Ream and Reline (8" DIP)
Infrastructure
Design
$200,000 CJ est. value
Flowery Branch, GA 30542

Solis Gainesville Mixed-Use Phase 2
New Construction, Infrastructure - 11,000 SF
Design
$52,000,000 CJ est. value
Gainesville, GA 30501

FY 2023 Water Main Improvements Project
Infrastructure
Bidding
$2,000,000 CJ est. value
Gainesville, GA 30501

Airfield Drainage Repair
Infrastructure
Bidding
$211,000 CJ est. value
Gainesville, GA 30501

RFP Construction Manager at Risk - Lyman Hall Elementary - Additions and Renovations 2022
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$18,000,000 CJ est. value
Gainesville, GA 30504

Flowery Branch WRF Upgrade to 2.2-MGD
New Construction, Renovation, Infrastructure
Post-Bid
$40,000,000 CJ est. value
Flowery Branch, GA 30542

Lanier Elementary- Site Improvements
Infrastructure
Results
Gainesville, GA 30506

Flat Creek Water Reclamation Facility (WRF) Raw Sewage Pumps Check Valve Replacement Project
Infrastructure
Results
$111,899 CJ est. value
Gainesville, GA 30504

Gainesville Midland Apartments
New Construction, Infrastructure
Construction
$20,000,000 CJ est. value
Gainesville, GA 30501

Agile Cold Storage Freezer Distribution Hub
New Construction, Infrastructure - 150,000 SF
Pending Verification
$20,000,000 CJ est. value
Gainesville, GA 30507

Moss Farm
New Construction, Infrastructure
Pending Verification
$200,000,000 CJ est. value
Lula, GA 30554

Hancock Facility Relocation - 19011.CON.8304 - City of Gainesville
Demolition, New Construction, Infrastructure
Conception
$27,000,000 CJ est. value
Gainesville, GA 30501

McEver Road Tract
New Construction, Infrastructure - 26,400 SF
Design
$32,000,000 CJ est. value
Flowery Branch, GA 30542

Last Updated 07/05/2023 03:34 PM
Project Title

Joseph F Walters Boys & Girls Club Gymnasium Addition

Physical Address View project details and contacts
City, State (County) Gainesville, GA 30504   (Hall County)
Category(s) Entertainment/Recreation, Heavy and Highway
Sub-Category(s) Fitness Center, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $2,474,740 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of June 23, 2023, the apparent low bidder has been identified. All questions must be in writing and directed solely to the issuing officer at apenick@hallcounty.org. Hall County, Georgia, Board of Commissioners (herein "County") is soliciting bids for General Contractor for Hire (herein "Contractor") for the construction of a new multipurpose gymnasium adjacent to the Boys & Girls Clubs of Lanier's Joseph F. Walters Club, (herein "Project") located at 2094 Memorial Park Dr, Gainesville, GA. The County intends to award one (1) general contractor for hire for the duration of the Project. The County expects the General Contractor to furnish all materials, equipment, supervision and labor to successful competition. Bid Documents: Bidders may request bid submittal documents by clicking on the Request a Bid Packet link in the top-left corner of this page. Bidders may also obtain all the required bid documents from the Georgia Procurement Registry under the same name and ITB number. Bid Date Extension: If in the County's best interest, County may make an extension of the bidding period and due date by a formal written addendum and publicly posted. Bidders must submit the Exhibit C Mandatory Cost Worksheet, and all mandatory bid documents and affidavits with the bid. Bidders must sign the sample contract. Bidders must submit five (5) copies of their bid documents, one (1) marked original and four (4) marked copy. Bidders must additionally include their bid on a USB flash drive in addition to the paper copies. General Qualifications: Bidders must be in the regular business of providing General Contractor for Hire services, and in good standing with the County. Davis Bacon Project. Bid Retention: Bidders may not withdraw their bid after the bid opening. Bids must be valid for one-hundred and twenty calendar days (120). The County shall have the right to waive any informality or irregularity of immaterial deviation in any bid received. All forms and documents entitled 'Mandatory' must be completed and returned with the bid. Award Process: The County reserves the option to reject any or all bids, in whole or part, or to select any bidder to perform all services and deliver all products. Bidder expressly understands that the County may reject any bid for any reason without liability on part of the County to the Bidder. Questions: All questions must be in writing and directed solely to the issuing officer at apenick@hallcounty.org. No other contact of any nature, verbal, email, or other communication, is permissible with any County staff member, nor its elected officials, nor Commissioners, during the evaluation process. Such contact may render the submission in violation of the Official Code of Hall County, rendered as non-responsive. SCOPE of WORK Hussey Gay Bell of Duluth, Georgia, has completed all architectural and civil drawings, obtained permits and have completed all construction documents GENERIAL QUALIFICATIONS: 2.1. The contractor shall be responsible for all work performed in support of this contract. Sub-contractors shall perform no work unless pre-approved in writing by the County. Contractors must disclose any intended Sub-contractors within the bid at the time of bid submissions. If the bidder intends to use a sub-contractor to fulfill one entire segment of this contract, then the bidder should submit to the County professional references for the sub-contractor on jobs similar in size and scope. Once the County has awarded the contract, the contractor cannot change sub-contractors without seeking written pre-approval from the County. The County reserves the right to check all references and conduct background checks on any changes to sub-contractors or workers performing work under this contract. The contractor shall be wholly responsible for the quality of their sub-contractor's work. The contractor shall not award more than twenty-five percent (25%) of the work to sub-contractors on any project, without prior approval of the County Representative. 2.2. The contractor shall provide Services according to provided construction documents with no deviations. 2.3. The County must pre-approve any change orders in writing. The County may deny any work done before the issuance of a written change order. Contractor is not to accept any verbal change order(s) from the project manager. The County will work will be considered out of scope and thus not compensated. All questions must be in writing and directed solely to the issuing officer at apenick@hallcounty.org 2.4. Contractor shall provide copies of the following Licensing with their bid response: Valid Business License General Contractor or similar License Certificate of Insurance Letter of Bondability 2.5. Mandatory Pre-Bid Site Inspections: Contractors shall be responsible for confirming site conditions and dimensions. The County will not allow cost revisions due to Contractor miscalculations after the award of contract. 2.6 Request for Clarification: The County reserves the right to request clarification of information submitted and to request additional information of one or more applicants. The County considers a bid response as an irrevocable offer, good for a period of one-hundred and twenty (120) days from submission. 2.7. Legally Binding Agreement: The County and the selected Contractor shall enter into a formal agreement substantially in the form of the attached EXHIBIT K: SAMPLE CONTRACT TEMPLATE. Bidder's should sign and notarize Exhibit K and return with their bids. Bidders should include any objections or exceptions to the contract with their bid. If the Bidder makes no objections or exceptions then the County will consider such as the bidder's full acceptance of the Contract as written. The County reserves the right to reject all proposals, and to negotiate fees, conditions, or terms with the respondent submitting the overall best proposal. 2.8. Bidders must submit their signed bid response in a sealed envelope clearly marked with "INVITATION TO BID #056-43" on the outside. The bid submittal must have an original wet signature on the bidder's response form. 2.9. Follow these instructions carefully. Complete and return the following included in your bid envelope. Exhibit A - Mandatory Bid Response Sheet Exhibit C - Mandatory Cost Proposal Worksheet Exhibit D - Not required for ITBs Exhibit E - Not required for ITBs Exhibit F - Mandatory S.A.V.E. Program Affidavit Exhibit G - Mandatory Cone-of-Silence Affidavit Exhibit H - Mandatory Completed W-9 Form Exhibit I - Mandatory E-Verify Affidavit Exhibit J - Contractor Ethics Affidavit Exhibit K - Signed Contract Document Copy of Business License Copy of Certificate of Insurance Letter of Bondability 2.10 Bids submitted are not publicly available until after award by Hall County. All bids, supporting materials and correspondence relating to this ITB become property of Hall County when received. Bidders can submit bids to the following address by the deadline date and time: 2.11 Hand Delivery/FedEx/UPS/USPS/Courier: Andy Penick Issuing Officer Hall County Government Center Purchasing Division - 4th Floor, 2875 Browns Bridge Road, Gainesville, Georgia 30504 GENERAL BUSINESS REQUIREMENTS 3.1 Insurance Requirements. If awarded, The Contractor must maintain insurance policies at the Contractor's own expense and must furnish the County with a Certificate of Insurance (COI) providing evidence of coverage at least in the amounts indicated in EXHIBIT K - SAMPLE CONTRACT TEMPLATE FOR SERVICES. The insurance certificate must list County as the certificate holder and as an additional insured under the commercial general, automobile and umbrella liability policies as follows: "Hall County Government, its Board of Commissioners, its officers, employees and agents, 2875 Browns Bridge Rd, Gainesville, GA 30504". 3.2 Performance and Payment Bonds. The successful awarded Contractor must furnish to the County Performance and Payment bond. Contractor must provide the bonds equaling one-hundred percent (100%) each of the total of the initial year's contract award amount and at each renewal and extension thereafter. The County will only issue a Notice-to-Proceed after receiving the bonding instruments. The County will only accept bonds from surety companies' that have licenses to do business in the State of Georgia. Note: There is no bid bond requirement. If the County and apparent contract winner fail to successfully negotiate then the County reserves the right to accept the next responsible and responsive bidder. ` Bidder bears all responsibility for expenses incurred in responding to this ITB such expenses to be borne exclusively by the proposer. If you desire to submit a "NO BID", response then please indicate by checking here:

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Structural Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Windows, Mirrors.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Specialty Flooring, Carpeting, Acoustic Treatment, Painting, Exterior Painting, Interior Painting.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet Compartments, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers.
Division 11 - Equipment, Athletic Equipment, Exercise Equipment.
Division 12 - Furnishings, Rugs and Mats.
Division 13 - Special Construction, Special Activity Rooms, Athletic Rooms.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, Central HVAC Equipment.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting.
Division 27 - Communications, Structured Cabling, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Planting.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents