Provision of Directional Type Boring Services on an Annual Contract

Agency: Gwinnett County
State: Georgia
Type of Government: State & Local
Category:
  • 29 - Engine Accessories
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Jan 10, 2024
Due: Jan 18, 2024
Solicitation No: BL021-24 INV
Publication URL: To access bid details, please log in.
  • BL021-24 INV

    Provision of Directional Type Boring Services on an Annual Contract

    Buyer Contact : Michael.Milstein@GwinnettCounty.com

    Opening Date : 01/18/2024 03:00 PM EST

    0

  • Attachment Preview

    BL021-24
    1
    January 10, 2024
    INVITATION TO BID
    BL021-24 Provision of Directional Type Boring Services on an Annual Contract
    The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified
    Contractors for the Provision of Directional Type Boring Services 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 January 18, 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 the website
    www.gwinnettcounty.com.
    Questions regarding bids Michael Milstein, Purchasing Associate II at
    Michael.Milstein@GwinnettCounty.com or by calling 770-822-7811, no later than 12:00 PM on January 12,
    2024. Quotes are legal and binding upon the vendor when submitted. All bids should be submitted in
    duplicate.
    Successful service provider 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 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.
    Michael Milstein
    Purchasing Associate II
    MM/km
    The following pages should be returned as your bid:
    Fee Schedule, Page 3
    References, Page 4
    Code of Ethics, Page 7
    E-Verify, Page 8
    BL021-24
    2
    General Requirements/Specifications
    1. General Scope: The Gwinnett County Department of Water Resources (GCDWR) is
    seeking a qualified contractor to provide directional type road bore services on an annual
    contract with four (4) options to renew. The purpose of this contract is to replace broken
    or install new water services. Directional type boring equipment is required for accuracy
    and uniform depth.
    2. Gwinnett County will supply the backhoe and operator to dig ditches and all pipe.
    3. The awarded contractor is to begin scheduled road bore services within 3 to 5 days of
    notification by GCDWR unless GCDWR representative approves a later start date.
    4. The awarded contractor shall respond to any emergency requests within 24 hours.
    5. Quantities listed are approximate and not guaranteed. Actual quantity will be based on
    new water service requests.
    6. Each job will be approximately 30 to 100 feet in length with two (2) inch and three-quarter
    (3/4) inch bores. However there may be instances where this varies.
    7. Gwinnett County will contact the Utilities Protections Center to obtain locates. Once
    utilities have been marked, the successful contractor accepts full responsibility for any
    damages incurred to underground utilities by contractor’s equipment.
    8. Successful contractor shall provide a certificate of insurance, per the attached
    requirements.
    9. Hourly rates must be pre-approved by the Gwinnett DWR Project Manager.
    BL021-24
    3
    FAILURE TO RETURN THIS PAGE AS PART OF YOUR QUOTE MAY RESULT IN REJECTION OF QUOTE.
    QUOTE SCHEDULE
    Item #
    Description
    1 ROAD BORE FOR ¾” COPPER PIPE
    Estimated
    Annual Qty.
    2,000 FT
    Unit Price
    $
    Total Price
    $
    2 ROAD BORE FOR 2” POLYETHYLENE PIPE 1,200 FT $
    $
    3
    HOURLY RATE-COUNTY DIRECTED
    SERVICES
    20 HR $
    $
    4 PRIORITY RESPONSE
    5 EA
    $
    $
    TOTAL: $
    The undersigned acknowledges receipt of the following addenda, listed by number and date as issued appearing on
    each:
    Addendum No.
    Date
    Addendum No.
    Date
    Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing
    for the initial term of the contract will be sufficient cause for Gwinnett County to declare quote non-responsive. Contract to
    begin January 20, 2024 or upon award.
    Unless otherwise noted, quoted prices will remain firm for one (1) additional 12-month period. If a percentage increase/decrease will
    be a part of a renewal option, please note this in the space provided together with an explanation.
    Option 1 Renewal (year two of contract period): ________% Increase ________% Decrease
    Option 2 Renewal (year three of contract period): ________% Increase ________% Decrease
    Option 3 Renewal (year four of contract period): ________% Increase ________% Decrease
    Option 4 Renewal (year five of contract period): ________% Increase ________% Decrease
    Explanation: ____________________________________________________________________________________
    Certification of Non-Collusion in Quote Preparation
    Signature
    Date
    In compliance with the attached specifications, the undersigned offers and agrees, within ninety (90) days of the date of quote
    opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated
    point(s) within the time specified in the quote schedule. By submission of this quote, I understand that Gwinnett County uses
    Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon
    notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions
    to bidders.
    Legal Business Name
    Full Address
    Does your company currently have a location within Gwinnett County? Yes No
    Representative Signature
    Printed Name
    Telephone Number
    Fax Number
    Email Address
    BL021-24
    4
    FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID.
    REFERENCES
    Gwinnett County requests a minimum of three (3) references where work of a similar size and
    scope has been completed.
    Note: References should be customized for each project, rather than submitting the same set of
    references for every project bid. The references listed should be of similar size and scope of the
    project being bid on. Do not submit a project list in lieu of this form.
    1. Company Name
    Brief Description of Project
    Completion Date
    Contract Amount $
    Start Dates
    Contact Person
    Telephone
    E-Mail Address
    2. Company Name
    Brief Description of Project
    Completion Date
    Contract Amount $
    Start Date
    Contact Person
    Telephone
    E-Mail Address
    3. Company Name
    Brief Description of Project
    Completion Date
    Contract Amount $
    Contact Person
    E-Mail Address
    Company Name
    Start Date
    Telephone
    BL021-24
    5
    STANDARD INSURANCE REQUIREMENTS
    (For projects less than $1,000,000)
    1.
    Statutory Workers' Compensation Insurance
    (a) Employers Liability:
    Bodily Injury by Accident - $100,000 each accident
    Bodily Injury by Disease - $500,000 policy limit
    Bodily Injury by Disease - $100,000 each employee
    2.
    Commercial General Liability Insurance
    (a) $500,000 limit of liability per occurrence for bodily injury and property damage
    (b) The following additional coverage must apply:
    1986 (or later) ISO Commercial General Liability Form
    Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04)
    Additional Insured Endorsement (Form B CG 20 10 with a modification for completed
    operations or a separate endorsement covering Completed Operations)
    Blanket Contractual Liability
    Broad Form Property Damage
    Severability of Interest
    Underground, explosion, and collapse coverage
    Personal Injury (deleting both contractual and employee exclusions)
    Incidental Medical Malpractice
    Hostile Fire Pollution Wording
    3.
    Auto Liability Insurance
    (a) $500,000 limit of liability per occurrence for bodily injury and property damage
    (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed
    vehicles
    (c) Additional Insured Endorsement
    (d) Contractual Liability
    4.
    Umbrella Liability Insurance - $1,000,000 limit of liability
    (a) The following additional coverage must apply
    Additional Insured Endorsement
    Concurrency of Effective Dates with Primary
    Blanket Contractual Liability
    Drop Down Feature
    Care, Custody, and Control - Follow Form Primary
    Aggregates: Apply Where Applicable in Primary
    Umbrella Policy must be as broad as the primary policy
    5.
    Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an
    additional insured on General Liability, Auto Liability and Umbrella Liability policies.
    6.
    The cancellation should provide 10 days notice for nonpayment and 30 days notice of
    cancellation.
    7.
    Certificate Holder should read:
    Gwinnett County Board of Commissioners
    75 Langley Drive
    Lawrenceville, GA 30046-6935
    This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
    Daily notification on new contract opportunities

    With GovernmentContracts, you can:

    • Find more opportunities and win more business
    • Receive daily alerts for all new bid opportunities
    • Get contract opportunities matched to your business
    ONE WEEK FREE TRIAL

    See also

    Follow Notice of Intent to Sole Source Active Contract Opportunity Notice ID PR0011916714

    Federal Agency

    Bid Due: 11/15/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/29/2024

    PH Licensed Practical Nurse 2 Adult Health - Marietta Cobb County Apply Listing

    Georgia Local Government Access

    Bid Due: 5/07/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/10/2024

    * Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.