2024-021 Creek View Subdivision Drainage Improvements

Agency: Cherokee County
State: Georgia
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD14672150381423792
Posted Date: Mar 25, 2024
Due Date: Apr 8, 2024
Solicitation No: 2024-021
Source: Members Only

Attachment Preview

Cherokee County Board of Commissioners
Purchasing Department
1130 Bluffs Parkway, Canton, GA 30114
Phone: (678) 493-6000
Fax: (678) 493-6035
REQUEST FOR BIDS
RFB# 2024-021
Creek View Subdivision Drainage Improvements, Project 74008
THE PROJECT: The Cherokee County Board of Commissioners Purchasing Department (County) is
requesting competitive sealed bids in support of constructing the Creek View Subdivision Drainage
Improvements, Project 74008, meeting the specifications and as described herein.
All times in the solicitation are local times to Cherokee County, Georgia in the Eastern Time Zone.
This Request for Opportunity Description is one of two documents making up this solicitation. The
second document is Cherokee County Standard Solicitation Terms and Conditions, which contains all
the standard forms potentially required to accompany a submission. Both of these documents
together constitute the entire solicitation at the time of issuance.
The County reserves the right to reject any or all bids/proposals, to waive technicalities and to make
a selection and final award as deemed to be in the best interest of the County, including using any
form of contract it deems most advantageous to the County.
SCHEDULE:
Issued
Questions Due
Answers Due
Bids/Proposals Due
Anticipated Award Date
March 8, 2024
March 25, 2024, by 4:00 PM
March 27, 2024
April 8, 2024, at 10:30 AM
April 16, 2024
Solicitation Requirements & Instructions, Page 2 of 12
THE EXPECTED PERIOD OF PERFORMANCE:
The base period of performance is broken down into two areas: Physical Delivery of Product(s) and
Service Delivery. This is a function of the Statement of Work (SOW) and/or specification and reflects
if there is physical item or items to be delivered and / or delivery of services. An X in the box
corresponding to item 1 below, Physical Delivery indicates a physical item or items are to be delivered
and an X in the 2. Delivery of Services indicates that Services are to be performed. Either or both may
apply to the work contemplated by this solicitation.
Additionally, should there be an X in the box corresponding item 3. Option Grant, then the County
requests the right to extend the period of performance beyond the Base Rate as specified.
1. NO PHYSICAL ITEMS/GOODS
PHYSICAL DELIVERY OF ITEMS/GOODS REQUIRED:
For Physical Delivery solicitations, the period of performance for an award shall begin with
either the placement of Purchase Order or the date indicated on the Agreement. All items to
be delivered are to be FOB Cherokee County at the address indicated in the solicitation.
Performance shall be complete upon final acceptance by the County. Time is of the essence
for the delivery of each item specified. Warranty requested as below:
Warranty Term Requested: ____
2. No SERVICES REQUIRED
PERFORMANCE OF SERVICES:
For Performance of Services solicitations, the period of performance shall begin with the
placement of either a Purchase Order or the date of the Agreement unless the Agreement, the
SOW or the Solicitation Terms indicate that performance shall begin upon the issuance of a
Notice to Proceed (NTP), in which case the NTP would represent the beginning of
performance. Term of services requested are as below:
Services Term:
One Year
Two Years
Three Years
Other: 180 Calendar Days from Notice to Proceed (NTP)
3. OPTION GRANT:
This solicitation contains requested options; please see Statement of Work for details.
Solicitation Requirements & Instructions, Page 3 of 12
SUBMITTAL INSTRUCTIONS:
Interested Bidders/Proposers should carefully review the requirements defined herein and provide
complete and accurate submissions. This “SUBMITTAL INSTRUCTIONS” page and all the items listed
below are required to be completed and included as part of this solicitation:
Please indicate by placing an in the box next to the items that you have included in your submittal.
Appendix A: Information and Addenda Acknowledgement Form.
Appendix B: Non-Influence and Non-Collusion Affidavit.
Appendix C: E-Verify Affidavit.
Appendix D: References *
Appendix E: Acceptance of County’ Standard Professional Services Agreement **
Appendix F: Suspension, Debarment and Litigation Affidavit,
Appendix F: Debarment, Suspension, & Other Responsibility Matters
Appendix G: Contractor’s License Certification
Appendix H: Ability to Provide Performance, Labor & Matl. Payment Bond
Appendix I: Bid Bond
Insurance: Certificate of Insurance (COI) with the following minimum limits:
Comprehensive General Liability of $1,000,000 (one million dollars),
Comprehensive Automobile Liability of $1,000,000 (one million dollars)
Professional Liability of $1,000,000 (one million dollars)
Workers’ Compensation State of Georgia and employers Liability of
$1,000,000 (one million dollars).
Bid Form: Bid Form
Pricing Form: Pricing Form
GDOT Certificate: GDOT “Certificate of Qualification”
Attachment 1: ARPA Terms and Conditions and Certifications and Representations
This project is funded by the American Rescue Plan Act of 2021 (ARPA). All documents listed above
including this “Submittal Instructions” page are required to be submitted with complete and accurate
information including signatures and notarization where required. Attachment 1 (ARPA Terms &
Conditions and Representations) shall be incorporated into the County’s standard Professional Services
Agreement. Failure to comply with this requirement will be deemed as non-responsive.
By signing below indicates that you have read and acknowledge this requirement.
_________________________________________
REPRESENTATIVES NAME
_________________________________________
REPRESENTATIVES SIGNATURE
___________________________
DATE:
Notes:
*The County reserves the right to contact not only those references provided, but may also use previous performance for
the County, other contacts it identifies, and other sources of information believed to be viable to evaluate capability,
viability, and performance.
**If Acceptance of County’s Standard Agreement is checked, all work/items defined herein are to be quoted according to
these requirements. Copies of these agreements can be located at the County’s Procurement web page.
Solicitation Requirements & Instructions, Page 4 of 12
EVALUATION CRITERIA:
Bids/Proposals that contain options or additive work above and beyond the base bid will be evaluated
financially according to the criteria described in the solicitation. However, should the use of options
or additive work proposed exceed the County budget, the County retains its rights to address such
situations as described in its Standard Terms For Bid and Proposal Solicitation as well as the right to
award based on the base bid only or the base bid plus quoted additive work that is within its budget.
Bids determined to be Responsive and Responsible will be ranked based Bid Form Criteria.
OR
Proposals determined to be Responsive and Responsible will be evaluated on the following
criteria:
100%
100%
Price
TOTAL
References may be contacted should the evaluation team deem them necessary.
Proposals will be scored on the above evaluation criteria. Failure to provide information necessary to
evaluate proposal, may result in a lower scoring proposal.
The County reserves the right to reject the bid of any vendor who has previously failed to perform
properly or complete on time contracts of a similar nature, or who upon investigation shows is not in
a position to perform the contract.
HOW AND WHERE TO SUBMIT BIDS AND PROPOSALS:
The County has two methods for receiving bids and proposals that are mutually exclusive: either
electronically or by physical receipt. The box with the “X” below indicates how and where bids or
proposals are to be submitted. The County will NOT accept proposals by fax, or e-mail unless
authorized, in writing, by the Procurement Director. The solicitation submission deadline will be
strictly enforced; no late bids/proposals will be accepted for any reason, please plan accordingly.
A. Electronic Submissions Only:
Bids and Proposals are to be submitted electronically ONLY to BidNet Direct. Physical copies are
not to be submitted unless approved in advance by the Purchasing Director.
Proposals and all requested documentation to be provided electronically should in the Adobe
Portable Document Format (PDF) as ONE file unless otherwise indicated in these solicitation
instructions. Documents provided in response to this solicitation are to be named according to the
following naming convention:
a. [Solicitation Number]_[Vendor Name]_[Document Type]
Example: “2017-111_ABC Company_Proposal”
Solicitation Requirements & Instructions, Page 5 of 12
QUESTIONS/ADDENDA:
Only written inquiries will be permitted during the solicitation period. Questions are to be submitted
via BidNet Direct for this solicitation no later than the date and time indicated in the Schedule, as
may be amended. Answers will be posted via formal Addendum and only released as part of the
solicitation documents on BidNet Direct. All interested parties are instructed to monitor BidNet Direct
on a regular basis throughout the solicitation period. The final date for posting of Addenda is per the
Schedule, as may be amended.
STATEMENT OF WORK AND / OR SPECIFICATION LOCATED ON THE NEXT PAGE
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.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >