Cable Injection

Agency: City of Albany
State: Georgia
Type of Government: State & Local
Category:
  • 29 - Engine Accessories
Posted: Sep 29, 2023
Due: Oct 26, 2023
Solicitation No: 24-022
Publication URL: To access bid details, please log in.
Number Bid Name Pre-Bid Bid Opening Bid Tabulation
24-022 Cable Injection 10/12 10/26/2023

Attachment Preview

Finance – Procurement
222 Pine Avenue – Suite 260
Albany, GA 31701
PHONE (229) 431-3211
FAX (229) 431-2184
SALES TAX #047-175701
FED. EXEMPTION #58-6000817
INVITATION TO BID
This is NOT an Order
BID REF: #24-022
DATE: 09/29/2023
REQUESTING DEPARTMENT:
DELIVER ORDERS TO:
LIGHT OPERATIONS
JOSHUA WILLIAMS
Joshua Williams,
Procurement Manager
Corey Gamble
Corey Gamble,
Buyer
PREBID CONFERENCE:
2:30PM ON 10/12/2023
QUESTIONS DEADLINE:
5:00PM ON 10/19/2023
BID DEADLINE:
2:30PM ON 10/26/2023
QUESTIONS SUBMITTED AFTER THIS DATE MAY NOT BE ANSWERED.
ALL QUESTIONS ARE TO BE SUBMITTED IN WRITTEN FORM TO: cogamble@albanyga.gov;
cc: jswilliams@albanyga.gov
CONDITIONS and REQUIREMENTS
X ____5_% BID BOND REQUIRED
STATE BRAND & STOCK NUMBER BID
STATE DELIVERY TIME FOR EACH ITEM BID (ARO).
X ANNUAL REQUIREMENT
X PRICES FIRM FOR ONE YEAR
ATTACH MANUFACTURER SPECIFICATIONS
SAMPLE REQUIRED WITH BID
F.O.B. ALBANY, GA.- FREIGHT PREPAID & INCLUDED IN PRICE
EST QTY
DESCRIPTION
UNIT PRICE
EXTENDED
PRICE
THE CITY OF ALBANY IS SEEKING COMPETITIVE SEALED BIDS FOR A
ONE-YEAR FIRM PRICE CONTRACT FOR A CERTIFIED CONTRACTOR TO
ADMINISTER THE CABLE REJUVENATION/CABLE INJECTION PROCESS
ON UNDERGROUND 12KV ELECTRIC CABLE WITHIN THE CITY OF
ALBANY ELECTRIC DISTRIBUTION SYSTEM. THE ESTIMATED FOOTAGE
OF UNDERGROUND CABLE TO BE TREATED FOR THIS PROJECT IS 7,500
FT.
~7,500 ft CABLE I NJECTION (R EJUVENATION) P ROCESS
BIDDER INFORMATION
FEDERAL TAX ID #_____________________________
TERM DISCOUNT: NET _____
_____%
CHECK IF NEW ADDRESS
Must Be Signed By An Authorized
Representative.
FIRM NAME
ADDRESS
CITY/STATE/ZIP
SIGNATURE
$
$
PHONE
FAX
EMAIL
PURCHASING FORM#12 10/98 REV.
*INCLUDE EMAIL TO ENSURE RECEIPT OF COPY OF TABULATION SHEET.
**INCLUSION OF YOUR BUSINESS CARD IS APPRECIATED.
Bid Ref. #24-022
CITY OF ALBANY
PROCUREMENT DIVISION
FINANCE DEPARTMENT
ALBANY, GEORGIA
INSTRUCTIONS TO BIDDERS
These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract
terms issued with any individual bid.
1. The following criteria are used in determining low responsible bidder.
(a) The ability, capacity, and skill of bidder to perform required service.
(b) Whether bidder can perform service promptly or within specified time.
(c) The character, integrity, reputation, judgment, experience, and efficiency of bidder.
(d) The performance of previous contracts.
(e) The suitability of equipment or material for City use.
(f) The ability of bidder to provide future maintenance and parts service.
2. Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in
determining low bids if they are deemed advantageous to The City.
3. Unless otherwise specified all materials, supplies or equipment quoted herein must be delivered within thirty (30) days from date
of notification of award or by exception noted on bid sheet.
4. Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their own way,
the difficulties, which are likely to be encountered in the execution of same.
5. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may purchase
more or less than the estimated quantity, and the bidder must not assume that such estimated quantity is part of the contract.
6. All bids should be tabulated, totaled, and checked for accuracy. The unit price will prevail in case of errors.
7. All requested information should be included in the sealed bid envelope. All documents and information must be signed and
included for your bid to receive full consideration. Failure to submit any required information or document will be cause
for bid to be rejected as non-responsive.
8. Failure of the bidder to sign the bid document or have the signature of any authorized representative or agent on the bid in the
space provided will be cause for rejection of the bid. Signature(s) must be written in ink.
9. Failure to enclose bid bond, where required, will result in rejection of the bid. Bond may be in the form of cash, certified
check, cashier’s check, or Surety Bond issued by a Surety Company licensed to conduct business in Georgia.
10. All bidders should provide their tax identification number with the bid.
11. All bidding Corporations should provide the corporate seal, a copy of the Secretary of State’s Certificate of Incorporation, and a
listing of the principals of the corporation with the bid.
12. Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents.
13. If the bidder proposes to furnish any item of a foreign make or product, he/she should write “Foreign” together with the name of
the originating country opposite such item on the bid.
14. When requested, SAMPLES will be furnished free of expense, properly marked for identification, and accompanied by list where
there is more than one sample. The City reserves the right to mutilate or destroy any samples submitted whenever it may be in
the best interests of The City to do so for the purpose of testing.
15. The City will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the trade
name or names of such materials on the bid or price quotation form.
16. Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding schedule are
done at the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation that affects the price,
quality, or delivery date (when delivery is required by a specific time).
17. Each bid or proposal will be submitted in a SEALED ENVELOPE. Additionally, that envelope shall be clearly marked on the outside
as a Sealed Bid with the Bid Number clearly printed.
18. Bids must be received and stamped by the Procurement Office before the date and time stipulated in bid documents. The City of
Albany assumes no responsibility for submittals received after the advertised deadline or at any office or location other than that
specified herein, whether due to mail delays, courier mistake, mishandling, or any other reason. No responsibility will attach to any
City representative or employee for premature opening of bids not properly addressed or identified.
19. If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of supply.
20. Bids received late will not be accepted, and The City will not be responsible for late mail delivery.
21. Should a bid be misplaced by The City and found later it will be considered.
22. The unauthorized use of patented articles is done entirely at the risk of the bidder.
23. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to instruct in their
application or use. A bidder at any time requested must satisfy the Procurement Office and City Commission that he has the
requisite organization, capital, plant, stock, ability, and experience to satisfactorily execute the contract in accordance with the
provisions of the contract in which he is interested.
24. Only the latest model equipment as evidenced by the manufacturer’s current published literature will be considered. Obsolete
models of equipment not in production will not be acceptable. Equipment shall be composed of new parts and materials. Any unit
containing used parts or having seen any service other than the necessary tests will be rejected. In addition to the equipment
specifically called for in the specifications, all equipment catalogued by the manufacturer as standard or required by the State of
Georgia shall be furnished with the equipment. Where required by the State of Georgia Motor Vehicle Code, vehicles shall be
inspected and bear the latest inspection sticker of the Georgia Department of Revenue.
Bid Ref. #24-022
25. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement
Officer and/or the Department to which they are delivered. If defective material, equipment, or supplies are discovered, the
contractor, upon being instructed by the Procurement Officer, shall remove, or make good such material, equipment or supplies
without extra compensation. It is expressly understood and agreed that the inspection of materials by The City will in no way
lessen the responsibility of the contractor or release him from his obligation to perform and deliver to The City sound and
satisfactory materials, equipment, or supplies. The contractor agrees to pay the cost of all tests on defective material, equipment
or supplies or allow the cost to be deducted from any monies due him by The City.
26. For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely and
without further obligation on the part of The City or County at the close of the calendar year in which it was executed and at the
close of each succeeding calendar year for which it may be renewed; (2) The contract may provide for automatic renewal unless
positive action is taken by The City or County to terminate such contract, and the nature of such action shall be determined by The
City or County and specified in the contract; (3) The contract shall state the total obligation of The City or County for the calendar
year of execution and shall further state the total obligation which will be incurred in each calendar year renewal term, if renewed;
and (4) The contract shall provide that title to any supplies, materials, equipment, or other personal property shall remain in the
vendor until fully paid for by The City.
27. Unless otherwise specified The City reserves the right to award each item separately or on a lump sum basis, whichever is in the
best interest of The City.
28. The successful bidder shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax
certificate, if applicable, before any work can commence. Contractor as well as any and all known subcontractors must possess or
will be required to obtain a City of Albany Occupational Tax Certificate or Registration.
29. The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin and
Georgia vendors shall provide Georgia Motor Vehicle form MV1.
30. The City reserves the right to reject any and all bids, to waive any informalities in the bid process, and to award the contract as
may be in the best interest of the City and/or re-advertise for bids.
31. Local bidder (domiciled in Albany City Limits) will receive bid in the event of tie bids. In the case of tie bids between out-of-town
companies or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss, or drawing
straws. The Board of Commissioners passed a local preference ordinance on January 27, 2015. Where applicable,
this ordinance will govern. Local preference will not be a basis for award on bids that are federally funded.
32. No bidder writing restrictive specifications for The City will be allowed to bid on the project.
33. Reasonable grounds for supposing that any bidder is interested in more than one bid for the same item will be considered
sufficient cause for rejection of all bids in which he/she is interested.
34. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to The City/County or who
has failed in any former contract with The City to perform work satisfactorily, either as to the character of the work, the fulfillment
of the guarantee, or the time consumed in completing the work.
35. It is mutually understood and agreed that if any time the Procurement Officer shall be of the opinion that the contract or any part
thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating
any of the conditions or covenants of the agreement, or is executing the same in bad faith, the Procurement Officer shall have the
power to notify the aforesaid contractor of the nature of the complaint. Notification shall constitute delivery of notice, or letter, to
address given in bid/proposal. If after three working days of notification the conditions are not corrected to the satisfaction of the
Procurement Officer, he shall thereupon have the power to take whatever action he may deem necessary to complete the work or
delivery herein described, or any part thereof, and the expense thereof, so charged, shall be deducted from any paid by The City
out of such monies as may become due to the said contractor, under and by virtue of this agreement. In case such expense shall
exceed the last said sum, then and in that event, the bondsman or the contractor, his executors, administrators, successors, or
assigns, shall pay the amount of such excess to The City on notice by the Procurement Officer of the excess due.
36. Contracts may be cancelled by The City with or without cause with 30-day written notice.
37. Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time of
opening of bids, otherwise such complaint cannot be properly considered.
38. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without cause in
the 60-day period after bids are opened.
39. All questions, inquiries and requests for clarification shall be directed to Procurement.
40. Prior to submission, all bidders are encouraged to check the website at www.albanyga.gov or call the Procurement
Office at 229-431-3211 for any addendums.
PROCUREMENT FORM - Revised 11/18/2021.
Bid Ref. #24-022
CITY OF ALBANY
CONTRACT TERMS AND CONDITIONS
Bid Reference No. 24-022
1. Purpose: The City of Albany is seeking competitive sealed bids for a one-year firm price contract for a certified
contractor to administer the cable rejuvenation/cable injection process on underground 12Kv Electric cable within
the City of Albany electric distribution system. The estimated footage of underground cable to be treated for this
project is 7,500 ft.
2. Location: Emily Street & ML King Drive, Albany GA (see attached map).
3. Award: This project will be a lump sum bid for all specified work and will be awarded to the lowest responsive and
responsible bidder.
4. Contract Time: 60 days upon receipt of notice of award.
5. Liquidated Damages shall be assessed against any money due or that may become due the Contractor in
accordance at the rate of $300.00 per calendar day.
6. Contractor’s Responsibility: Contractor’s bid shall include all necessary labor, materials, tools, equipment, and
all other items necessary to complete the contract requirements in accordance with bid documents, special
instructions, specifications, and all other provisions included in this bid document. It is the bidder’s responsibility to
visit the jobsite and become familiar with the local conditions.
7. Superintendent: The contractor shall have a superintendent or representative on the site at all times while work
is being performed. He will represent the contractor and all communications given to him shall be binding as if given
to the contractor.
8. Compliance: The contractor is responsible for knowledge of and compliance with all laws, codes, ordinances, and
regulations that are applicable to this type of work.
9. No bid may be withdrawn for a period of sixty (60) days from the bid opening date.
10. Pre-Bid Conference: Pre-Bid conference will be held on October 12, 2023, at 2:30 p.m. at the City of Albany,
Procurement Division, Suite 260, 222 Pine Avenue, Albany, Georgia. Site visits will commence immediately following
the conference. Worksite locations will be provided to potential bidders at this meeting. This will be the only
opportunity for potential bidders to inspect the worksites in person. All interested vendors are strongly encouraged
to attend.
11. Bid Deadline/Opening: Bid Submission deadline is 2:30pm on October 26, 2023. Bids may be delivered to the
City Procurement Office, 222 Pine Avenue, Suite 260, Albany, GA 31701 in person or by courier. The bid opening
will be at the City of Albany, Procurement Division, Suite 260, 222 Pine Avenue, Albany, Georgia.
12. Bid Form: Bids must be submitted on the bid form provided in this bid document to the City of Albany
Procurement Division, 222 Pine Avenue, Suite 260, Albany, Georgia. Bid is for a Lump Sum contract. Bid is for all
work specified in this bid document and will be awarded to the lowest responsive and responsible bidder.
13. Bid Bond: Each bid shall be accompanied by a certified check, cashier’s check, cash, or bid bond (surety)
acceptable to the Owner, in an amount equal to at least five (5%) percent of the bid, payable without condition to
the Owner as a guaranty that the bidder, if awarded the contract, will promptly execute the Agreement in
accordance with the bid and other contract documents, and will furnish good and sufficient bond for the faithful
performance of the same, and for the payment to all persons supplying labor and material for the work. The bid
bond must be presented in its original form. Copies are not acceptable.
Bid Ref. #24-022
14. Contract: The successful bidder will be required to submit four (4) executed copies of the contract contained
herein within ten (10) days following the issuance of the Notice of Award.
15. Performance Bond and Labor and Material Payment Bond: The successful bidder, simultaneously with the
execution of the contract, will be required to furnish a faithful Performance Bond in an amount equal to one
hundred (100%) percent of the contract amount and a Labor and Material Payment Bond equal to one hundred
(100%) percent of the contract amount; said bonds shall be secured from a surety company satisfactory to the
Owner.
16. Permits and Fees: Within five (5) days following the issuance of the Notice to Proceed the contractor shall apply
for all permits. Failure to do so may result in award of this contract to the next lowest bidder and the original
contractor may be billed for the difference in price. The contractor shall secure all permits, license certificates,
inspections (permanent and temporary) and Occupational Tax Certificate before any work can commence. This
documentation should be on file in the Procurement Office prior to start of any work associated with this contract.
The contractor is required within five (5) days of completion of specified work to contact the Project Manager,
Kendall Hodge, at (229) 302-1604 for a final inspection. Successful bidder as well as any and all known
subcontractors must possess or will be required to obtain a City of Albany Occupational Tax Certificate or
Registration prior to award of contract.
17. Certification of Bidder’s Experience and Qualifications: The undersigned bidder certifies that they are, at the
time of bidding, and shall be, throughout the period of the contract, licensed by the State of Georgia to do the type
of work required under terms of the contract documents. Bidder further certifies that they are skilled and regularly
engaged in the general class and type of work called for in the contract documents. The bidder represents that they
are competent, knowledgeable and have special skills on the nature, extent, and inherent conditions of the work to
be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the
construction of the particular facilities, which may create, during the construction program, unusual or peculiar
unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that they have the skill and
experience to foresee and to adopt protective measures to adequately and safely perform the construction work
with respect to such hazards. Suitable evidence of the successful bidder’s experience, to include references, may be
submitted with bid.
18. INSURANCE: The bidder shall possess and maintain general liability coverage of at least $1,000,000 combined
single limit with $2,000,000 general aggregate per occurrence covering all premises and operations including bodily
injury, personal injury, and property damage. In addition to the Certificate of Insurance, the contractor must
provide the declaration page for the commercial general liability insurance policy. Policy shall be endorsed to name
City of Albany as an additional insured, provide thirty (30) days’ notice of any cancellation, modification, and/or
alteration of the coverage, and specifically identify the project being insured.
The bidder shall possess and maintain worker’s compensation coverage in the statutory limits of Georgia.
The bidder shall possess and maintain Business Automobile Liability of $1,000,000 Combined Single Limit covering
owned, non-owned and hired automobiles.
19. Preservation of Property: The contractor shall carry out their work with such care and by the proper methods to
prevent damage to the property adjacent to the work or within streets, easement locations to the extent the owner
may have rights therein, or other property of the owners or of others, whether adjacent to the work site or not, the
removal, relocation, or destruction of which is not called for by the provisions of the contract documents; it being a
condition of the execution of the contract that the work be performed in such manner that the property of others
and other property of the owner shall not be damaged in any way. The word PROPERTY, as used, is intended to
include among other types of property, public street improvements, storm and sanitary sewers, water lines and
appurtenances, or other structures. Should any property be damaged or destroyed, the contractor at their own
expense shall promptly, or within reasonable time, repair or make such restoration as is practical and acceptable to
the owner of the damaged or destroyed property. In case of failure on the part of the contractor to repair or restore
such property, or make good such damage or injury, the Building Inspector may within forty-eight (48) hours’
notice, proceed to repair, rebuild, or otherwise restore such property as may be necessary, and the cost thereof will
be deducted from any monies due or which may become due the contractor under this contract agreement. The
Bid Ref. #24-022
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

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

State Government of Georgia

Bid Due: 5/15/2024

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

State Government of Georgia

Bid Due: 4/29/2024

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

State Government of Georgia

Bid Due: 5/14/2024

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

State Government of Georgia

Bid Due: 4/30/2024

* 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.