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