BL017-24
PAGE 1
January 10, 2024
INVITATION TO BID
BL017-24
The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified
contractors for the Replacement of Water Meters, 2” and Smaller on an Annual Contract for the Department
of Water Resources.
Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the
BL# and Company Name. Bids will be received until 2:50 P.M. local time on February 02, 2024 at the
Gwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia
30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read
at 3:00 P.M. Apparent bid results will be available the following business day on our website
www.gwinnettcounty.com.
A WebEx Pre-Bid Meeting is scheduled for 10:00 A.M. on January 18, 2024. To access, dial 1-408-418-9388,
enter Access code 2335 191 7127. All interested parties are urged to attend. The pre-bid conference is to be
utilized by contractors and subcontractors to ask any questions in order to submit a bid for this project.
Questions regarding bids should be directed to Brittany Bryant, CPPB, Purchasing Associate III, at
Brittany.Bryant@GwinnettCounty.com or by calling 770-822-7759, no later than 3:00 P.M. on January 23,
2024. Bids are legal and binding upon the vendor when submitted. All bids should be submitted in duplicate.
Successful contractors will be required to meet insurance requirements. The Insurance Company should be
authorized to do business in Georgia by the Georgia Insurance Department and must have an A.M. Best
rating of A-5 or higher.
Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs
or activities. Any requests for reasonable accommodations required by individuals to fully participate in any
open meeting, program or activity of Gwinnett County Government should be directed to the ADA Coordinator
at the Gwinnett County Justice and Administration Center, 770-822-8165.
The written bid documents supersede any verbal or written prior communications between the parties.
Award will be made to the contractor(s) submitting the lowest responsive and responsible bid. Gwinnett
County reserves the right to reject any or all bids to waive technicalities and to make an award deemed in its
best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate
terms, conditions and pricing with the lowest responsive, responsible vendor(s) at its discretion.
Award notification will be posted after award on the County website, www.gwinnettcounty.com and
companies submitting a bid will be notified via email.
We look forward to your bid and appreciate your interest in Gwinnett County.
Brittany Bryant, CPPB
Purchasing Associate III
BL017-24
PAGE 2
BID CHECKLIST
These items should be submitted at the time of bid opening.
ITEM
#
1 BID SCHEDULE
DESCRIPTION
2 REFERENCES
3 LIST OF SUB-CONTRACTORS
4 CONTRACTOR AFFIDAVIT AND AGREEMENT
5 CODE OF ETHICS AFFIDAVIT
PAGES #
15-16
18-19
20
21
22
Check Box
if Included
☐
☐
☐
☐
☐
BL017-24
PAGE 3
REPLACEMENT OF WATER METERS 2” AND SMALLER ON AN ANNUAL CONTRACT
I.
GENERAL SPECIFICATIONS
A. Bidding Requirements
1. Gwinnett County requests a minimum of three (3) verifiable references that establish that bidding
firm has successfully performed a similar scope wherein they were performing as the prime or
lead firm with responsibility for the management and performance of the work. Bids will be
considered only from experienced and well-equipped contractors engaged in work of this type
and magnitude. List similar work successfully completed within the last ten years, giving the
location, size, and rate of installation maintained throughout the project. The bidder shall specify
the portion of the work undertaken by their firm. The bidder shall be required to document to the
satisfaction of Gwinnett County DWR that they have the capacity to provide services, equipment,
and adequately trained staff necessary to perform the work at a rate of approximately 300 meters
replaced per week.
2. The Contractor, as well as all sub-contractors utilized by the Contractor, must be properly
licensed in the State of Georgia.
3. Termination for Cause: The County may terminate this agreement for cause upon ten days prior
written notice to the contractor of the contractor’s default in the performance of any term of this
agreement. Such termination shall be without prejudice to any of the County’s rights or remedies
by law.
4. Termination for Convenience: The County may terminate this agreement for its convenience at
any time upon 30 days written notice to the contractor. In the event of the County’s termination
of this agreement for convenience, the contractor will be paid for those services actually
performed. Partially completed performance of the agreement will be compensated based upon
a signed statement of completion to be submitted by the contractor, which shall itemize each
element of performance.
B. General Notes
1. Unless otherwise specified, all work will be done in accordance with the Georgia Department of
Transportation Standard Specifications - Construction of Roads and Bridges – latest edition and all
supplements thereto.
2. All meter replacements are to be performed in compliance with the drawings and specifications
booklet entitled, “Water System Design and Construction Standards for Development Projects,
Latest Revision”. Specification booklet may be obtained from the Gwinnett County Government
website.https://www.gwinnettcounty.com/static/departments/water/pdf/Water-Sewer-
Standards-Current.pdf
Contractor shall be required to comply with Gwinnett County Standards for Backflow Prevention
as set out in “Gwinnett County Department of Water Resources Backflow Prevention”, which is
available from the Department of Water Resources, and on the County website at:
https://www.gwinnettcounty.com/static/departments/water/pdf/Backflow-Prevention-Manual-
Current.pdf
BL017-24
PAGE 4
3. Potential bidders must demonstrate that trained, responsible personnel will be used for this
contract. Employees shall have training, (specifically pertaining to the replacement of ¾”-2” water
meters). It is expected that actual field experience will have been part of the training. Contractor
and its employees must be trained and follow all OSHA guidelines and requirements pertaining
to confined space entry.
4. Payment for traffic control shall be included as part of the line item for meter replacement, must
be all-inclusive, and shall not be an individual line item. Contractor shall be required to have
certified flagmen to support such requirements. Traffic control shall include the preparation of
any necessary plans and acquisition of permits. The flow of traffic will be maintained at all times
during construction by permitting at least one lane of traffic to move through the construction
site.
5. Gwinnett County reserves the right to perform any work using in-house forces where deemed
advantageous.
6. It will be the Contractor’s responsibility to be aware of the dig law in Georgia and follow the
procedure as outlined by the Georgia Utility Facility Protection Act (GUFPA).
II. CONTRACT SPECIFICATIONS
A. Scope of Work
The Contractor shall provide, under an annual contract, all labor, tools, traffic control and equipment
for the replacement of 2” and smaller residential and commercial water meters, water meter boxes,
and ancillary connections or appurtenances. The work shall include, but not be limited to: GPS of
meter locations, replacement of existing meters and boxes, changing laying length, replacing curb-
stops if needed and adjusting or raising meters or meter boxes as may be required to comply with
applicable Gwinnett County Standards. The contractor shall also identify the material type of the
County side service line as well as the customer side service line and shall include this information in
their monthly deliverable. This work shall be considered as “all inclusive” to the meter replacement.
No additional payment will be made for this service. Gwinnett County Department of Water
Resources (Gwinnett County DWR) will provide a listing of specific meters to be replaced and
reserves the right to prioritize work. The Contract will be an "open end" type to provide the level of
service required by the County as needed. The Contractor shall have personnel that can be contacted
Monday through Friday 7:00 to 4:00 daily to answer any questions from the Manager relating to work
orders, location of where staff is working, when work orders will be worked and when landscaping
will be completed. The contractor shall have personnel available after hours in case County needs to
contact them for emergency repairs. The contractor will provide an appropriate staff of employees,
including supervisory personnel, for the efficient operation of the services hereunder. By submitting a
Bid, the contractor represents that all its employees, agents, and suppliers who perform services
under this contract shall be qualified and competent to perform such services.
The public should be able to easily identify contractor employees. The successful contractor shall
provide the field crew uniforms and picture identification badges which shall be worn at all times
when work under this contract is being performed. All trucks should be marked with the contractor’s
name and contact number.
The contractor shall be very sensitive and supportive to customers and respect their property while
conducting the work.
BL017-24
PAGE 5
B. Materials:
The County will furnish: curb stops, water meters, meter boxes, meter box lids, marking paint and
other manufactured fittings and appurtenances for the replacement of existing water meters.
Wherever the bid document makes references to “County-furnished materials”, it will include only the
items specified in this section. The Contractor will be required to furnish all labor, tools, equipment,
traffic control and all other materials necessary to complete the work, including fill dirt, crusher run,
gravel, cold/hot patch mix, concrete, grass seed, pine/wheat straw, sod, pine bark, and landscaping
other materials.
Materials furnished by the County must be picked up by the Contractor at the warehouse, currently
located at 684 Winder Highway, Lawrenceville, Georgia 30045. All material withdrawals must be
approved by the Contract Manager and must be scheduled at least three business days in advance
with warehouse personnel. Withdrawals “on demand” will not be allowed unless authorized by
Contract Manager.
No modifications to, or substitutions of, County supplied materials shall be allowed to be installed
without the specific approval of the County Contract Manager. Approval of any modifications or
substitutions at one location may not be assumed by the Contractor to apply to other locations. The
Contractor shall be solely responsible for any additional costs arising from such modifications.
C. Return of Used and Unused Materials
All used brass fittings and any remaining unused copper shall be returned to Gwinnett County
Department of Water Resources on a regular basis or as requested from the County Contract
Manager.
Any unused components issued to the Contractor by the County warehouse must be returned to the
warehouse in good condition, ready for use as intended. Damaged, fouled or otherwise unusable
materials or components shall be replaced by the County at the Contractor’s expense. New inventory
will not be given out until all unused parts are returned for recycling.
Salvaged meters shall also be returned to the Gwinnett County Department of Water Resources on a
regular basis. As a standard operating procedure, salvaged meters shall be returned every time the
successful contractor picks up material from the Warehouse or as requested from the County
Contract Manager. If needed, Warehouse personnel can provide the successful contractor with empty
barrels to return the salvaged meters in. Contractor can exchange filled barrels for empty barrels
upon each return of salvaged meters.
D. Damages
All plumbing that is damaged by the Contractor or their associates shall be repaired by the Contractor
at the Contractor’s expense. This includes, but is not limited to, customer’s broken service lines
within 10 feet of the meter box, customer’s broken irrigation lines, damaged sprinkler heads,
customer’s plumbing issues, stopped up PRV valves, backflow preventers or damaged hot water
heaters, etc. up to 90 days from the date that the work is performed.
E. Concrete Sidewalks/Driveways:
All sidewalks needing repair, from replacement of meters, shall be replaced in sections from existing
joint to joint. Driveways will be replaced to the first expansion joint. All concrete and road cut repairs
must be completed prior to submission of invoices. All replacements shall meet or exceed existing
conditions and comply with all Gwinnett County Development Specifications.