Loading...
HomeMy WebLinkAboutBLOUNT'S COMPLETE HOME SERVICES INC HENRY BRIGHAM COMMUNITY CENTER DRAINAGE GOLDEN CAMP ROAD CDBG PROJECT 08033R • ORJG1NAL ee6 • PROJECT MANUAL 1 HENRY BRIGHAM COMMUNITY CENTER DRAINAGE 1 2463 GOLDEN CAMP ROAD, AUGUSTA, GA 30906 PROJECT NUMBER: CDBG #08033R • GRANT RECIPIENT 1 AUGUSTA RECREATION & PARKS DEPARTMENT I 2027 LUMPKIN ROAD AUGUSTA, GA 30906 ARCHITECT 1 2KM ARCHITECTS 2275 WRIGHTSBORO ROAD , AUGUSTA, GA 30904 706 -736 -3333 AUGUSTA HOUSING & COMMUNITY DEVELOPMENT DEPARTMENT 925 LANEY - WALKER BOULEVARD, SECOND FLOOR AUGUSTA, GA 30901 1 PHONE (706) 821 -1797 FAX (706) 821-1784 1 III 1 TABLE OF CONTENTS SECTION TITLE PAGE SECTION A BIDDING INFORMATION Invitation For Bids A- 1 Sealed Bid Selection Method A- 2 1 Small Business Program Disclaimer A-5 Instructions for "Attachment B" A-6 Attachment B (Bidding Requirement) A7-A9 (Statement of Non-Discrimination: Non - Collusion Affidavit of Prime Bidder /Offeror; Conflict of Interest & Contractor Affidavit & Agreement) 1 Subcontractor's Affidavit A -1 ' Non-Collusion Affidavit of Subcontractor A -11 Local Small Business Opportunity Program Forms Al2-A14 1 SECTION B BIDDING REQUIREMENTS ' Attachment B (Pages A7-A9) Section A (Statement of Non-Discrimination: Non-Collusion Affidavit of Prime Bidder /Offeror; Conflict of Interest & Contractor Affidavit & Agreement) Bid Form & Tabulation B- 1 1 Representations, Certifications & Other Statements of Bidders B- 5 1 Bidder's Qualifications B-12 ' ARC Business License B -15 Georgia General Contractor's License B -16 1 Bid Bond B-17 Certificate as to Corporate Principal B-18 1 ' 1 I SECTION TITLE PAGE SECTION D FEDERAL & GENERAL REQUIREMENTS continued 1 Instructions for Development of Affirmative D-63 Action Programs 1 Affirmative Action Goals and Timetables D-69 Certification of Non-Segregated Facilities D-74 — Contractor Certification of Non-Segregated Facilities D -75 — Subcontractor SECTION E PRECONSTRUCTION Preconstruction Agenda E SECTION F TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 SECTION A 1 1 BIDDING INFORMATION 1 • Invitation To Bids 1 • Sealed Bid Selection Method • Small Business Program Disclaimer • Attachment B — Pages 1 -3 1 (Statement of Non - Discrimination: Non- Collusion Affidavit of Prime Bidder /Offeror: Conflict of Interest 1 & Contractor Affidavit & Agreement) • Subcontractor Affidavit • Non - Collusion Affidavit of Subcontractor • Local Small Business Opportunity Program 1 Forms 1 1 1 1 1 1 Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, May 18, 2010, for furnishing: 1 Bid Item #: 10 -120 Project: Henry Brigham Community Center for Housing & Community Development 2463 Golden Camp Road Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 1 Augusta, Georgia 30901 706- 821 -2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. Plans and specifications for both projects shall be obtained by all prime, subcontractors and suppliers exclusively from Imaging Technologies. The fees for the plans and specifications which are non - refundable is $25.00. 1 Documents may also be examined during regular business hours at the F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.itrepro.com) at no charge through Imaging Technologies (706 724 -7924) beginning Thursday, April 1, 2010. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents ' through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre -Bid Conference will be held on April 27, 2010 @ 10:00 a.m. in the Procurement ' Department — Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706 - 821 -2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Friday, April 30, 2010. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number ' of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the envelope. ' GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Metro Courier 1 A -1 1 1 1 SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. All bid responses will be retained as property of Augusta- Richmond County. Conditions for use. All contracts of Augusta- Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see § 1 -10 -45 - Sealed Proposals; 1 -10-46 - Professional ' Services; 1 -10-47 - Quotations; 1 -10 -49 - Sole Source Procurement; and 1 -10 -50 - Emergency Procurements, of this chapter). ' Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. Pre -bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre -bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre -bid conference or other vendor /contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with § 1 -10 -5 (Public Access to Procurement Information). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria ' to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life -cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down -time could eat up any savings made if the Procurement process considers only the initial cost. Under no circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for any late, lost by the post office or express carrier, or misdirected submittals. Please be aware that vendors shall be removed from the vendor list for the following reasons: (1) Declining to offer bids for the period of time listed in specifications. (2) Suspension for the following shall not be for less than three (3) months or more than three (3) 1 years: (a) Failing to satisfactorily meet terms, agreements, or contracts made with the Procurement department or the using agency. (b) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti -trust statutes, or any other crime which indicates a lack of business integrity or honesty. 1 A -2 1 BACKGROUND INFORMATION ON VENDORS. The Department Head and /or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that ' particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the ' inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and ' responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly or within the time 1 specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or 1 services, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, 1 (7) The quality, availability, and adaptability of the supplies or services to the particular use required, (8) The number and scope of conditions attached to the bid by the bidder, and 1 (9) Service availability may be considered in determining the most responsible bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product of the equipment. Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Procurement Director and /or Administrator and made part of the record file for audit proposes. ' Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race -Based Portion of DBE Program. Augusta - Richmond County, Georgia does not operate a DBE, MBE or WBE Program but rather pursuant to its code of ordinances, this local government operates instead a Local Small Business Opportunity Program. A-4 1 1 Attachment B Listed below is a consolidated listing of the Statement of Non - Discrimination, Non - Collusion Affidavit of Prime Bidder /Offeror, Conflict of Interest and Contractor Affidavit and Agreement. ' Please complete, date, notarize and return pages 1 -3 of Attachment B with your submittal. Statement of Non - Discrimination ' The undersigned understands that it is the policy of Augusta - Richmond County to promote full and equal business opportunity for all persons doing business with Augusta- Richmond County. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or 1 ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable ' participation of local small businesses on the bid or contract awarded by Augusta- Richmond County. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor /supplier utilization. I The undersigned further covenants and agrees not to engage in discriminatory conduct of anytype against local small businesses, in conformity with Augusta- Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding /contracting entity with the 1 authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of 1 understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non- discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non - discrimination as made and set forth herein shall be and are hereby 1 deemed to be made as part of and incorporated by reference into any contractor portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination ' as made and set forth herein shall.constitute a material breach of contract entitling the City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. 1 1 Bid 10 -120 Henry Brigham Community Center Project ' Page 7 of 14 Attachment B • Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant I to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13- 10 -91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of I services pursuant to this contract with Augusta Richmond County Board of Commissioners_ contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the I Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E- Verify'User Identification Number on or after July 1, 2009. ' I For additional information visit the State of Georgia website: httpsa /e- verify- uscis.gov /enroll/ and /or http: / /www.dol.state.ga.us /pdflrules /300 10 1.pdf E- Verify • e Identification ' Number The undersigned g ed further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta Richmond County Board of Commissions specifications which I govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. 1 further understand that my submittal will be deemed no,D-cq pliant if any part of this process is 'plated. • .any ?me '� c I - . • . thorized icer or Agent , ontra tor ignature) , I TM": Au horized • =r or Agent of Contractor I c P rinted N me of Authorized Offi er or Agent QQ SUBSCRIBED AND SWORN BEFORE ME ON THIS THE i D e DAY OF Y' tE fit, 20� 1 Jennifer Blount d 0 Norm Public o ,. NOTARY SEAL N,tary Publc M�'ionFip� My Commission Expires: Febnurrls.xoia I Please complete, p e, date, notarize and return pages 1 -3 of Attachment B with your submittal 1 Rev. 11/13109 r 1 Bid 10 -120 Henry Brigham Community Center Project 1 Page 9of14