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.