Inspection, Maintenance and Repair of Hoists and Cranes on an Annual Contract

Agency: Gwinnett County
State: Georgia
Type of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Feb 22, 2024
Due: Mar 12, 2024
Solicitation No: BL034-24 INV
Publication URL: To access bid details, please log in.
  • BL034-24 INV

    Inspection, Maintenance and Repair of Hoists and Cranes on an Annual Contract

    Buyer Contact : Michael.Milstein@GwinnettCounty.com

    Opening Date : 03/12/2024 03:00 PM EST

    1

  • Attachment Preview

    February 20, 2023
    INVITATION TO BID
    BL034-24
    The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified
    contractors for the Inspection, Maintenance and Repair of Hoists and Cranes on an Annual Contract with
    four (4) options to renew 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 March 12, 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 should be directed to Michael Milstein, Purchasing Associate II, at
    michael.milstein@gwinnettcounty.com or by calling 770-822-7811, no later than 2:00 P.M. on February
    27, 2023. Bids are legal and binding upon the bidder when submitted.
    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 bidder(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:
    Bid Schedule, Pages 9-11
    References, Page 12
    List of Subcontractors, Page 13
    Code of Ethics Affidavit, Page 14
    Contractor Affidavit, Page 15
    BL034-24
    OVERVIEW AND GENERAL REQUIREMENTS
    Page 2
    I. PURPOSE
    Gwinnett County Department of Water Resources (GCDWR) is seeking a qualified contractor to provide
    services for the annual inspection, parts supply, and maintenance and repair of Cranes and Hoists at
    various locations and to maintain their compliance with OSHA requirements. These services are needed
    to maintain the efficient and reliable operation of cranes and hoists on a continual 24- hour basis.
    II. STATEMENT OF WORK
    The awarded contractor shall furnish materials, supplies, parts, devices, tools, equipment for accessing
    hoists and cranes, labor, technical knowledge, and skills necessary to perform all operations. In
    addition, the contractor shall conduct complete annual inspection and testing service of all cranes and
    hoists, perform preventative maintenance as identified herein, and provide emergency repair services
    as requested by GCDWR.
    Contractor shall provide the required testing and certifications for all crane and hoist components
    during the annual inspection. Documentation of service and inspections shall be provided on forms
    similar to the form provided as Appendix A. All forms used will require approval of GCDWR prior to
    use and acceptance.
    Cranes and hoists to be serviced are located at the following facilities, however, additional cranes and
    hoists at other facilities may be added for inclusion in the coverage under this contract at any time
    during the term of the contract without changing the terms of the contract.
    Wastewater Pump Station Facility Locations*
    1 Alcovy River Booster Pump Station
    2 Alcovy River Pump Station
    3 Apalachee River Pump Station
    3 Beaver Ruin Pump Station
    4 Brooks Road Booster Pump Station
    5 Brooks Road Pump Station
    6 Ivy Creek Pump Station
    7 Lower Big Haynes Creek Pump Station
    8 Marathon Pump Station
    9 NBC Pump Station
    10 NBC Tunnel Pump Station
    11 Norris Lake Pump Station
    12 North Chattahoochee Pump Station
    13 Northfork Peachtree Creek Pump Station
    14 Patterson Pump Station
    15 Suwanee Creek Pump Station
    16 PS Warehouse
    Wastewater Treatment Facility Locations
    1 Crooked Creek Water Reclamation Facility
    2 F. Wayne Hill Water Resource Center
    3 Yellow River Water Reclamation Facility
    Water Production Facility Locations
    1 Grayson Tank and Booster Pump Station
    2 Lanier Filter Plant
    3 Norcross Tank and Booster Pump Station
    4 Rock Quarry Tank and Booster Pump Station
    5 Rockbridge Tank and Booster Pump Station
    6 Shoal Creek Filter Plant
    1344 Highway 29, Dacula, GA 30019
    1344 Highway 29, Dacula, GA 30019
    2892 Harbins Rd, Bethlehem, GA
    3530 Cruse Road, Lawrenceville, GA 30044
    1180 Brooks Road, Lawrenceville, GA 30045
    1180 Brooks Road, Lawrenceville, GA 30045
    3320-C Financial Center Way, Buford, GA 30519
    2680 Centerville Rosebud Road, Loganville, GA 30052
    1711 Marathon Blvd., Lawrenceville, GA 30046
    2735 Springdale Road, Snellville, GA 30039
    2735 Springdale Road, Snellville, GA 30039
    4398 McCord Livsey Road, Snellville, GA 30039
    4858 River Hollow Run, Norcross, GA 30096
    6782 Crescent Drive, Norcross, GA 30071
    152 Arnold Mill Road, Lawrenceville, GA 30044
    1758 Peachtree Industrial Blvd., Suwanee, GA 30024
    684 Winder Hwy, Lawrenceville, GA 30045
    6557 Plant Drive, Norcross, GA 30092
    3320 Financial Services Way, Buford, GA 30519
    858 Tom Smith Road, Lilburn, GA
    300 Grayson New Hope Road, Grayson, GA 30017
    2601 Buford Dam Road, Buford, GA 30518
    278 Langford Drive, Norcross, GA 30071
    2710 West Rock Quarry Road, Buford, GA 30519
    303 Rockbridge Road, Lilburn, GA 30047
    1755 Buford Dam Road, Buford, GA 30518
    *A list of the existing cranes at these facilities is provided in Appendix B.
    BL034-24
    Page 3
    III. APPLICABLE DOCUMENTS, STANDARDS AND SPECIFICATIONS
    The material supplied shall comply with the manufacturer’s standard requirements where
    applicable and in effect at time of such repair. All installation and repairs shall be completed
    in a neat and workmanlike manner and in accordance with any local and/or State
    requirements.
    IV. SCHEDULING
    The units are located in various facilities throughout the County. The awarded contractor shall
    coordinate all work with the appropriate GCDWR representative.
    The contractor shall familiarize themselves with the existing equipment types to be inspected
    and serviced, locations, and other details, which may affect bidding. Unit pricing must be all
    inclusive of Inspections, Testing and Preventative Maintenance as set forth in the scope of
    work. Contractors acknowledge by signing the bid documents a full and complete
    understanding of the extent and nature of the work required and the conditions surrounding
    the performance.
    V. ADDITIONAL CHARGES
    NO additional charges will be paid on this contract to include trip charges, travel time, mileage,
    disposal fees, or miscellaneous shop charges.
    VI. CONTRACTOR QUALIFICATIONS
    The qualifications, experience and responsiveness of the contractor are critical to GCDWR,
    which must have assurances that the selected contractor is a responsible organization
    capable of performing the requested services. The crane and hoist inspection, testing, repair,
    and maintenance company shall have been in the business of crane and hoist inspection,
    testing, repair, and maintenance for the past three (3) years.
    To confirm capabilities, the contractor shall include three references indicating projects of
    similar size and scope as the one specified in this request. Include contact names, addresses,
    and telephone numbers. Please state the number of cranes and hoists serviced under the
    contract on the reference sheet. These sites must have cranes and hoists similar to the units
    under each section of the bid schedule. Contact names provided must be of the user
    department for which the service is being provided. If a contact name is given for any other
    department outside of the user department, it will be deemed invalid. The County reserves
    the right to request additional sites to be submitted in such cases.
    To meet the responsiveness requirements, the contractor must be able to respond to an
    emergency within two (2) hours with all of the required tools and equipment to access and
    repair, if possible, the hoist or crane. This requires the contractor to have adequate facilities
    within two (2) hour proximity of Gwinnett County.
    The contractor shall employ certified mechanics and should submit with their bid a list of
    current employees who would be servicing equipment under this contract. The following
    information should be on the list; name of the employee, level of certification, dates of
    certification, location of employee, and number of years servicing; Acco- Wright, Chester,
    Demag, Detroit Hoist, Gaffey, Gajjar, Piedmont Crane, Shaw-Box, and Yale hoists and cranes.
    Before awarding of bid, the contractor must supply a copy of each employee’s certifications.
    In the event of an employee turnover, the contractor must provide the County with a
    replacement journeyman to service this contract. The new journeyman must follow all of the
    requirements set forth in this solicitation. The contractor must provide to GCDWR the name
    of the employee leaving and the name of the new employee that will be servicing this contract.
    BL034-24
    Page 4
    Before the employee can start work on this contract, the contractor must supply a copy of the
    employee’s certification and all of the documentation indicated above.
    A journeyman level service technician is defined as a technician having the minimum
    requirement of five years mechanical experience with crane and hoist systems.
    VII. MISCELLANEOUS
    A. Insurance
    The successful contractor should provide a current certificate of insurance, per the
    attached requirements.
    B. Taxes
    Gwinnett County is tax exempt.
    C. Invoicing
    Invoicing for regularly scheduled maintenance services (quarterly, semi-annual, and
    annual) shall be based on the unit price bid for the respective service. Invoicing for
    emergency and repair work shall be based on the approved hourly labor rates and the cost
    for the required repair parts. The invoice must also reference the PO as well as, the parts
    and supplies used for each job listed on the invoice and the date of service. The invoice
    shall be clear and concise with a breakdown of hourly labor charges, identifying regular or
    overtime rates. Parts must be listed separately and clearly identified. Invoices that
    combine parts and labor are unacceptable and will not be considered for payment.
    Maintenance calls shall be clearly identified. Invoices shall have the corresponding work
    order(s), (showing the signature of the GCDWR representative at the location serviced)
    attached.
    D. For the purpose of emergency situations, Gwinnett County reserves the right to contact
    another contractor if the awarded contractor cannot respond within specified time.
    BL034-24
    SPECIFICATIONS
    Page 5
    I. SCOPE OF WORK
    A. Performance of preventative maintenance procedures as outlined. A trained
    service representative shall visit a site, as requested by GCDWR, as many times as
    needed in a year on previously determined dates and times to perform preventive
    maintenance work. All work will be performed in a safe and professional manner
    and the work area will be left in a neat and clean condition.
    B. Performance of repairs, parts, and materials on an as needed basis. Repairs shall
    be performed only with the authorization of an authorized GCDWR representative.
    Should any repair work be performed without authorization, payment will not be
    authorized.
    II. REQUIREMENTS
    A. Parts, Response Times, and Labor Rates
    1. Parts Pricing: Contractor shall indicate costs for all parts supplied on the
    invoice. Price listed should be cost plus percentage of mark up (not to exceed
    10%). Please indicate the percentage of markup above cost on the bid
    schedule. Special delivery or overnight emergency shipping will be paid upon
    submission of proof of charges. Contractors should also include, upon
    request, a copy of their supplier's invoices for review to verify the percentage
    above cost charged for all materials supplied.
    2. Delivery of Parts: Parts shall be shipped F.O.B. Destination, unless the parts are
    OEM and are not locally available or when there is an emergency, and the
    contractor will incur additional charges for expediting order on an emergency
    basis.
    3. Response Time:
    a. Emergency: Be able to respond to any location stated in this solicitation,
    or added at a future time, within two (2) hours to facilitate necessary
    repairs with the proper tools and equipment for assessing and servicing
    the hoist or crane. Proximity of offices and facilities must be within 2 hours
    of any GC facility listed within.
    b. Routine Request: Be able to respond to the requested location within 24
    hours of the request for service.
    4. Labor Rates: Contractor shall include labor rates for repairs. These quotes shall
    cover regular working hours and overtime rates. Rates shall include only actual
    time on site. If parts must be ordered and it is necessary for the contractor to
    return at a later date to install the parts, the contractor should plan to schedule
    this visit during normal working hours. In this situation, overtime should not
    be used to install parts unless it is an emergency repair.
    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 Request for Information (RFI) Active Contract Opportunity Notice ID AFCEC24R0002 Related Notice

    Federal Agency

    Bid Due: 6/08/2024

    Follow USACE National Dredging Meeting, 5-6 June 2024 Active Contract Opportunity Notice ID

    Federal Agency

    Bid Due: 5/10/2024

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

    State Government of Georgia

    Bid Due: 5/08/2024

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

    State Government of Georgia

    Bid Due: 5/06/2024

    * 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.