Request for Quotes #2195-A Milam and Rivers Road Roadside Pruning

expired opportunity(Expired)
From: Fayette(County)
2195-A

Basic Details

started - 22 Nov, 2022 (16 months ago)

Start Date

22 Nov, 2022 (16 months ago)
due - 07 Dec, 2022 (15 months ago)

Due Date

07 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
2195-A

Identifier

2195-A
Fayette County

Customer / Agency

Fayette County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Purchasing Department FAYETTE 140 Stonewall Avenue West, Ste 204 Fayetteville, GA 30214 Phone: 770-305-5420 Create Your Story ! www.fayettecountyga.gov November 21, 2022 Subject: Request for Quotes #2195-A MILAM AND RIVERS ROAD Roadside Pruning Gentlemen/Ladies: Fayette County, Georgia invites you to submit a quote for the above listed solicitation in accordance with the information and specifications contained herein. A pre-quote conference will be held at 10:00am, Wednesday, November 30, 2022 on the shoulder of Lees Lake Road at the intersection of Milam/Rivers Road. You are invited and encouraged to drive Milam Road and Rivers Road prior to attending, as this will be an opportunity for you to become familiar with the location, traffic, work conditions, and to ask questions. Address any questions you may have about this request for quotes to Sherry White via email to
href="mailto:swhite@fayettecountyga.gov">swhite@fayettecountyga.gov or fax to (770) 719-5544. Questions will be accepted until 12:00 p.m., Thursday, December 1, 2022. Quotes will be accepted until 3:00 p.m. Wednesday, December 7, 2022. Please provide your quote and other information via email to Sherry White, Contract Administrator at swhite@fayettecountyga.gov or fax to (770) 719-5544. Purchasing Department office hours are Monday through Friday 8:00 a.m. to 5:00 p.m. The office telephone number is (770) 305-5420. Sincerely; ~~ Ted L. Burgess Director of Purchasing 10. GENERAL TERMS AND CONDITIONS RFQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING Definitions: The term contractor as used herein and elsewhere in these Terms and Conditions shall be used synonymously with the term successful responder. The term county shall mean Fayette County, Georgia. Quote is Offer to Contract: Each quote constitutes an offer to become legally bound to a contract with the county, incorporating the request for quote and the responders quote. The binding offer includes compliance with all terms, conditions, special conditions, specifications, and requirements stated in the request for quote, except to the extent that a responder takes written exception to such provisions. All such terms, conditions, special conditions, specifications, and requirements will form the basis of the contract. The responder should take care to answer all questions and provide all requested information, and to note any exceptions in the quote submission. Failure to observe any of the instructions or conditions in this request for quote may result in rejection of the quote. Binding Offer: Each quote shall constitute a firm offer that is binding for ninety (90) days from the received by date, unless the responder takes exception to this provision in writing. References: Include with your quote a list of three (3) jobs that your company has done that are of the same or similar nature to the work described in this request for quote, on the form provided. Include all information as requested on the form. Preparation Costs: The responder shall bear all costs associated with preparing the quote. More Than One Quote: Do not submit alternate quotes or options, unless requested or authorized by the county in the request for quote. If a responder submits more than one quote without being requested or authorized to do so, the county may disqualify the quotes from that responder, at the countys option. Defects or Irregularities: The county reserves the right to waive any defect or irregularity in any quote received. In case of a discrepancy between unit prices and extended prices, the unit price will govern unless the facts or other considerations indicate another basis for correction of the discrepancy. Prices Held Firm: Prices quoted shall be firm for the period of the contract, unless otherwise specified in the quote. All prices for commodities, supplies, equipment, or other products shall be quoted FOB Destination, Fayette County or job site. . Responder Substitutions: Responders offering substitutions or deviations from specifications stated in the request for quote, shall list such substitutions or deviations on the Exceptions to Specifications sheet provided, or on a separate sheet to be submitted with the quote. The absence of such list shall indicate that the responder has taken no exception to the specifications. The evaluation of quotes and the determination as to equality and acceptability of products or services offered shall be the responsibility of the county. Non-Collusion: By responding to this request for quote, the responder represents that the quote is not made in connection with any competing responder, supplier, or service provider submitting a separate response to this request for quote, and is in all respects fair and without collusion or fraud. 11. 12. 14. 15. 16. Ethics Disclosure of Relationships: Before a proposed contract in excess of $10,000.00 is recommended for award to the Board of Commissioners or the County Administrator, or before the County renews, extends, or otherwise modifies a contract after it has been awarded, the contractor must disclose certain relationships with any County Commissioner or County Official, or their spouse, mother, father, grandparent, brother, sister, son or daughter related by blood, adoption, or marriage (including in-laws). A relationship that must be reported exists if any of these individuals is a director, officer, partner, or employee, or has a substantial financial interest the business, as described in Fayette County Ordinance Chapter 2, Article IV, Division 3 (Code of Ethics). If such relationship exists between your company and any individual mentioned above, relevant information must be presented in the form of a written letter to the Director of Purchasing. You must include the letter with any bid, proposal, or price quote you submit to the Purchasing Department. In the event that a contractor fails to comply with this requirement, the County will take action as appropriate to the situation, which may include actions up to and including rejection of the bid or offer, cancellation of the contract in question, or debarment or suspension from award of a County contract for a period of up to three years. Evaluation: Award will be made to the lowest responsive, responsible responder, taking into consideration payment terms, vendor qualifications and experience, quality, references, any exceptions listed, and/or other factors deemed relevant in making the award. The county may make such investigation as it deems necessary to determine the ability of the responder to perform, and the contractor shall furnish to the county all information and data for this purpose as the county may request. The county reserves the right to reject any item, any quote, or all quotes, and to re- solicit for pricing. Payment Terms and Discounts: The Countys standard payment terms are Net 30. Any deviation from standard payment terms must be specified in the resulting contract, and both parties must agree on such deviation. Cash discounts offered will be a consideration in awarding the quote, but only if they give the county at least 15 days from receipt of invoice to pay. For taking discounts, time will be computed from the date of invoice acceptance by the County, or the date a correct invoice is received, whichever is the later date. Payment is deemed made, for the purpose of earning the discount, on the date of the check. Contract Execution & Notice to Proceed: After an award is made, and all required documents are received by the county, and the contract is fully executed with signature of both parties, the county will issue a written Notice to Proceed. The county shall not be liable for payment of any work done or any costs incurred by any responder prior to the county issuing the Notice to Proceed. Unavailability of Funds: This contract will terminate immediately and absolutely at such time as appropriated and otherwise unobligated funds are no longer available to satisfy the obligations of the county under the contract. Insurance: The contractor shall procure and maintain the following insurance, to be in effect throughout the term of the contract, in at least the amounts and limits as follows: a. General Liability Insurance: $1,000,000 combined single limit per occurrence, including bodily and personal injury, destruction of property, and contractual liability. Ws 18. 20. 21. 22; 23. b. Automobile Liability Insurance: $1,000,000 combined single limit each occurrence, including bodily injury and property damage liability. c. Workers Compensation & Employers Liability Insurance: Workers Compensation as required by Georgia statute. Before a contract is executed, the Certificates of Insurance for all required coverage shall be submitted. The certificate shall list an additional insured as follows: Fayette County, Georgia 140 Stonewall Avenue West Fayetteville, GA 30214 Unauthorized Performance: The County will not compensate the contractor for work performed unless the work is authorized under the contract, as initially executed or as amended. Assignment of Contract: Assignment of any contract resulting from this request for quotes will not be authorized, except with express written authorization from the county. . Indemnification: The contractor shall defend, indemnify and save the county and all its officers, agents and employees harmless from all suits, actions, or other claims of any character, name and description brought for or on account of any damages, losses, or expenses to the extent caused by or resulting from the negligence, recklessness, or intentionally wrongful conduct of the contractor or other persons employed or utilized by the contractor in the performance of the contract. The contractor shall pay any judgment with cost which may be obtained against the county growing out of such damages, losses, or expenses. Severability: The invalidity of one or more of the phrases, sentences, clauses or sections contained in the contract shall not affect the validity of the remaining portion of the contract. If any provision of the contract is held to be unenforceable, then both parties shall be relieved of all obligations arising under such provision to the extent that the provision is unenforceable. In such case, the contract shall be deemed amended to the extent necessary to make it enforceable while preserving its intent. Delivery Failures: If the contractor fails to deliver contracted goods or services within the time specified in the contract, or fails to replace rejected items in a timely manner, the county shall have authority to make open-market purchases of comparable goods or services. The county shall have the right to invoice the contractor for any excess expenses incurred, or deduct such amount from monies owed the contractor. Such purchases shall be deducted from contracted quantities. Termination for Cause: The county may terminate the contract for cause by sending written notice to the contractor of the contractors default in the performance of any term of this agreement. Termination shall be without prejudice to any of the countys rights or remedies by law. Termination for Convenience: The county may terminate the contract for its convenience at any time with 10 days written notice to the contractor. In the event of termination for 24. 25. convenience, the county will pay the contractor for services performed. The county will compensate partially completed performance based upon a signed statement of completion. Force Majeure: Neither party shall be deemed to be in breach of the contract to the extent that performance of its obligations is delayed, restricted, or prevented by reason of any act of God, natural disaster, act of government, or any other act or condition beyond the reasonable control of the party in question. Governing Law: This agreement shall be governed in accordance with the laws of the State of Georgia. The parties agree to submit to the jurisdiction in Georgia, and further agree that any cause of action arising under this agreement shall be required to be brought in proper venue in Fayette County, Georgia. Checklist of Required Documents (Be Sure to Return This Checklist and the Required Documents in the order listed below) RFQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING Company information on the form provided Contractor Affidavit under O.C.G.A. 13-10-91(b)(1) Pricing sheet List of exceptions, if any on the form provided Sub-Contractor Information Sheet, if any are used References on form provided Addenda, signed, if any are issued COMPANY NAME: COMPANY INFORMATION RFQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING A. COMPANY Company Name: Physical Address: Mailing Address (if different): Website (if applicable): B. AUTHORIZED REPRESENTATIVE Signature: Printed or Typed Name: Title: E-mail Address: Phone Number: Fax Number: C. PROJECT CONTACT PERSON Name: Title: Office Number: Cell Number: E-mail Address: SUB-CONTRACTOR INFORMATION SHEET RFQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING CONTRACTOR (1) Company Name: Contact Person: Contact Number: Contractors Task: CONTRACTOR (2) Company Name: Contact Person: Contact Number: Contractors Task: CONTRACTOR (3) Company Name: Contact Person: Contact Number: Contractors Task: REFERENCES REQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING Please list three (3) references for current or recent customers who can verify the quality of service your company provides. Projects of similar size and scope are preferable. 1. Government/Company Name City & State Work or Service Provided Approximate Completion Date Contact Person and Title Phone Email 2. Government/Company Name City & State Work or Service Provided Approximate Completion Date Contact Person and Title Phone Email 3. Government/Company Name City & State Work or Service Provided Approximate Completion Date Contact Person and Title Phone Email COMPANY NAME: Contractor Affidavit under O.C.G.A. 13-10-91(b)(I) The undersigned contractor ("Contractor") executes this Affidavit to comply with O.C.G.A 13-10-91 related to any contract to which Contractor is a party that is subject to O.C.G.A. 13-10-91 and hereby verifies its compliance with O.C.G.A. 13-10-91, attesting as follows: a) The Contractor has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program; b) The Contractor will continue to use the federal work authorization program throughout the contract period, including any renewal or extension thereof; c) The Contractor will notify the public employer in the event the Contractor ceases to utilize the federal work authorization program during the contract period, including renewals or extensions thereof; d) The Contractor understands that ceasing to utilize the federal work authorization program constitutes a material breach of Contract; e) The Contractor will contract for the performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the Contractor with the information required by O.C.G.A. 13-10-91(a), (b), and (c); f) The Contractor acknowledges and agrees that this Affidavit shall be incorporated into any contract(s) subject to the provisions of O.C.G.A. 13-10-91 for the project listed below to which Contractor is a party after the date hereof without further action or consent by Contractor; and g) Contractor acknowledges its responsibility to submit copies of any affidavits, drivers' licenses, and identification cards required pursuant to O.C.G.A. 13-10-91 to the public employer within five business days of receipt. Federal Work Authorization User Identification Number Date of Authorization RFQ #2195-A Milam & Rivers Rd Roadside Pruning Name of Contractor Name of Project FAYETTE COUNTY GEORGIA Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on 5 , 20 in_ (city), | (state). Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ONTHISTHE DAYOF ,20 NOTARY PUBLIC My Commission Expires: SCOPE AND SPECIFICATION RFQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING This project consists of the pruning and trimming of overhanging limbs on Rivers Road from SR 92 to Lees Lake Road and Milam Road from Lees Lake Road to the County line. Limbs shall be cut back in a neat fashion to the existing mature tree line to a height of 70 feet above the roadway surface unless otherwise specified. The Contractor shall provide pricing including the disposal of debris. The Contractor shall provide all necessary traffic control in accordance and compliance with MUTCD and GDOT standards, details, and Special Provisions, including the latest edition of Special Provision 150. e Tree debris shall be cleaned up and removed within 72 hours and shall be cleaned up before each weekend. e County right-of-way is 80 on Rivers Road except for 60 from SR 92 to Fayette Mobile Loop and Milam Road has a right-of-way of 60. e All small trees 0-6 inches in diameter shall need to be cut down from the edge of pavement to the end of the right-of-way. e All cuts shall be flush no stubs Wood chips can be left on site ONLY in the front of wooded areas and vacant lots, must stay within the right-of-way and not thicker than 3 inches. e Work hours are from day light to dark e County is requiring this work to be completed and invoiced by June 18, 2023 e Manicured lawns are to be left as-is (skipped) In the event of a dead tree that needs to be removed or poses a threat to the traveling public, the Contractor shall contact the County representative. Work shall be measured by lump sum per each road. The contractor shall provide all necessary equipment, personnel, material, and traffic control to complete the project as well as any incidental work that is required. The Contractor is responsible for making necessary site visits prior to submitting a bid and/or starting work. Estimated Scope of Tree Pruning: e Rivers Road SR 92 to Lees Lake Rd 2.43 miles Milam Road Lees Lake Rd to the County line 1.08 miles PRICING SHEET RFQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING Responder agrees to perform all the work described in the Contract documents for the following prices: Item Description Estimated Miles Price Rivers Road 2.43 Milam Road 1.08 NOTES: 1. All applicable charges shall be included in your total quoted amount, including but not limited to materials, equipment, installation, labor, traffic control and any other amounts. No additional charges will be allowed after the quote received by date. 2. All warranties shall be included in your total quoted amount. State time needed to commence work after notice to proceed is issued Days. State length of time needed to complete project Days. State, List or Attach the terms of your warranty, if applicable: COMPANY NAME: EXCEPTIONS TO SPECIFICATIONS REQ #2195-A MILAM AND RIVERS ROAD ROADSIDE PRUNING Please list below any exceptions or clarifications to the specifications of this bid. Explain any exceptions in full. COMPANY NAME:

140 Stonewall Avenue West Suite 100 Fayetteville, Georgia 30214Location

Address: 140 Stonewall Avenue West Suite 100 Fayetteville, Georgia 30214

Country : United StatesState : Georgia

You may also like

Farming Lease for Cortez and No More Victims Road

Due: 31 Dec, 2026 (in about 2 years)Agency: City of Jefferson

Roadside Mowing

Due: 02 May, 2024 (in 1 month)Agency: Barre City Manager's Office

080214 LON-CON-ANNUAL ROADSIDE MOWING

Due: 31 Dec, 2024 (in 9 months)Agency: FOREST SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.