Sie sind auf Seite 1von 29

SUBMISSION FORMAT FOR

ACCUG BID DOCUMENTS

DATE:

FEBRUARY 7, 2013

TO:

VENDORS

SUBJECT:

BID #00625 BISHOP PARK OUTDOOR BASKETBALL COURT RECONSTRUCTION

You are invited to submit a bid for Bishop Park Outdoor Basketball Court Reconstruction for the Unified
Government of Athens-Clarke County (ACCUG).
The project consists of reconstruction of the outdoor asphalt basketball court at Bishop Park to include separate
bids for equipment and fence installation.
This project is being funded by a Community Development Block Grant from the U.S. Department of Housing & Urban
Development

The estimated range of this project is $40,000 to $50,000.


Inquiries regarding Bids should be made to Julie Ann Donahue, CPPB, Purchasing Administrator, or Norma
Woodley, CPPB, Buyer, (706) 613-3065, fax: (706) 613-1945 or norma.woodley@athensclarkecounty.com.
Technical questions may be directed to Mark McCoy, Leisure Services Department at 706-613-3589, fax: 706613-3595 or email: mark.mccoy@athensclarkecounty.com.
A MANDATORY pre-bid conference to respond to all inquiries with regards to this project will be held at
2:00 PM ET TUESDAY, FEBRUARY 12, 2013 in the Bishop Park Gym conference room, located at 705
Sunset Drive in Athens, Georgia. Potential BIDDERS are REQUIRED to attend.
Attached hereto are the bid form, bid specifications, and general instructions.
The written specifications contained in this bid shall not be changed or superseded except by written addendum
from the Unified Government of Athens-Clarke County Purchasing Division of the Finance Department.
Failure to comply with the written specifications for this bid may result in rejection of the bid by the Unified
Government of Athens-Clarke County.
Bids are to be sealed, marked with the bidder's name and address and labeled: "BID #00625 BISHOP PARK
OUTDOOR BASKETBALL COURT RECONSTRUCTION" and delivered to:
The Unified Government of Athens-Clarke County
Finance Department, Purchasing Division
375 Satula Avenue
Athens, GA. 30601
Not later than 4:00 P.M. ET, FEBRUARY 28, 2013.
A qualified interpreter for the hearing impaired is available upon request at least 10 (ten) days in advance of the
bid opening date. Please call (706) 613-3088 for more information for the hearing impaired. This service is in
compliance with the Americans with Disabilities Act (ADA).
Minority Business Enterprise Policy Statement: It is the policy of the Athens-Clarke County government that
no person or business shall be excluded from participation, denied the benefits of, or otherwise discriminated
against in relation to the award and performance of any contract or subcontract on the grounds of race, color,
creed, national origin, age, or sex.

Page 1 of 29

The Unified Government of Athens-Clarke County reserves the right to reject any and all bids, to waive any
technicalities or irregularities and to award the bid based on the highest and best interest of the Unified
Government of Athens-Clarke County.
Julie Ann Donahue, CPPB
Purchasing Administrator

Page 2 of 29

THE UNIFIED GOVERNMENT OF ATHENS-CLARKE COUNTY

BID #00625
BISHOP PARK OUTDOOR BASKETBALL COURT RECONSTRUCTION
FOR
LEISURE SERVICES DEPARTMENT

A MANDATORY PRE-BID CONFERENCE WILL BE HELD ON


2:00 P.M. ET, TUESDAY, FEBRUARY 12, 2013

SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN


4:00 P.M. ET, FEBRUARY 28, 2013
THE UNIFIED GOVERNMENT OF ATHENS-CLARKE COUNTY
FINANCE DEPARTMENT, PURCHASING DIVISION
375 SATULA AVENUE
ATHENS, GA. 30601

THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS BID TO THE


PURCHASING DIVISION OF THE UNIFIED GOVERNMENT OF ATHENS-CLARKE
COUNTY ON OR BEFORE THE STATED DATE AND TIME WILL BE SOLELY AND
STRICTLY THE RESPONSIBILITY OF THE BIDDER.
ISSUE DATE:

FEBRUARY 7, 2013
Page 3 of 29

TABLE OF CONTENTS
SECTION I ................ BID SUBMISSION INSTRUCTIONS
SECTION II .............. INVITATION FOR BID OVERVIEW AND PROCEDURES
SECTION III ............. INSURANCE REQUIREMENTS FOR CONTRACTORS
SECTION IV ............. GENERAL CONDITIONS
SECTION V .............. SCOPE OF WORK
SECTION VI ............. BID FORMS

Page 4 of 29

SECTION I BID SUBMISSION INSTRUCTIONS


ALL BIDS RECEIVED WILL BECOME A PART OF THE OFFICIAL CONTRACT FILE AND MAY BE
SUBJECT TO DISCLOSURE UNDER THE OPEN RECORDS ACT.

A complete signed BID must include the documents listed below:


BID FORMAT: Bidders are expected to examine the specifications, price schedule, and all instructions.
Failure to do so will be at the bidders risk. Each bidder shall furnish the information required by the
solicitation. The BID SUBMITTAL must be signed by an officer of the company, who is legally authorized to
enter into a contractual relationship in the name of the bidder.
MANDATORY DOCUMENTS CHECKLIST: Bidder must complete, execute and include with the bid the
following Mandatory documents. BIDS RECEIVED WITHOUT THE MANDATORY DOCUMENTS
MAY BE REJECTED:
BID FORM: Section VI-A
ACKNOWLEDGEMENT OF ADDENDA: Include completed Acknowledgement of Addenda form,
from Section VI-B of this BID
GEORGIA SECURITY & IMMIGRATION COMPLIANCE (GSIC) ACT AFFIDAVIT: Include
a notarized copy of the GSIC Affidavit form for the contractor and all sub-contractors, from Section VI C of this BID.
AFFIDAVIT VERIFYING RESIDENCY STATUS OF AN APPLICANT (SAVE): Include a
notarized copy of the SAVE Affidavit form from Section VI - D of this BID.
BID BOND: Please include the completed Schedule from Section VI-E of this Bid.
BID SCHEDULE: Please include the completed Schedule from Section VI-F of this Bid.
UNDERSTANDING OF FEDERAL REQUIREMENTS: Section VI-G
BID SUBMISSION AND DELIVERY INSTRUCTION: ALL bid copies must be submitted in a sealed
envelope or container with the OUTER MOST Container stating the address, telephone number, the BID
number and title (BID #00625 BISHOP PARK OUTDOOR BASKETBALL COURT
RECONSTRUCTION).
Also please include your Unified Government of Athens-Clarke County Vendor Number (ACCUG Vendor
number). If you do not know your vendor number, please call 706-613-3088 or email:
accpurchasing@athensclarkecounty.com. If you do not have a vendor number, please fill out a bid list
application found at http://www.athensclarkecounty.com/DocumentView.aspx?DID=256 so one may be issued
to your company.
THE ACCUG VENDOR NUMBER IS NOT REQUIRED TO SUBMIT A BID, BUT WE ENCOURAGE
COMPANIES TO APPLY.
One (1) marked original of the complete signed bid
Two (2) copies of the complete signed Bid

Page 5 of 29

THE UNIFIED GOVERNMENT OF ATHENS-CLARKE COUNTY


INVITATION FOR BID #00625
FOR
BISHOP PARK OUTDOOR BASKETBALL COURT RECONSTRUCTION
SECTION II INVITATION FOR BID OVERVIEW AND PROCEDURES
A.

PURPOSE
The Unified Government of Athens-Clarke County is soliciting Bids for reconstruction of the outdoor
asphalt basketball court at Bishop Park to include alternate bids for equipment and fence installation.

B.

INFORMATION TO BIDDERS
1. BID TIMETABLE:
The anticipated schedule for the bid process is as follows:
Bid Documents AvailableFEBRUARY 7, 2013
Pre-Bid Conference.2:00 PM ET TUESDAY, FEBRUARY 12, 2013
Deadline for submission of questions.FEBRUARY 18, 2013
Bid Opening.... 4:00 P.M. ET, FEBRUARY 28, 2013
Bid Valid Until.... APRIL 29, 2013
are to be delivered to:
The Unified Government of Athens-Clarke County
Finance Department, Purchasing Division
375 Satula Avenue
Athens, GA. 30601, Not later than 4:00 P.M. ET, FEBRUARY 28, 2013
Hand delivered copies may be delivered to the above address only between the hours of 8:00 a.m.
and 5:00 p.m. ET, Monday through Friday, excluding holidays observed by the Unified AthensClarke County.
Bidders are responsible for informing any commercial delivery service, if used, of all delivery
requirements and for ensuring that the required address information appears on the outer wrapper
or envelope used by such service.
2. CONTACT PERSON: The contact person for this BID is Julie Ann Donahue, CPPB, Purchasing
Administrator or Norma Woodley, CPPB, Buyer. Explanation(s) desired by bidder(s) regarding the
meaning or interpretation of this BID must be requested from the contact person, in writing via
facsimile at (706) 613-1945 or normawoodley@athensclarkecounty.com. Technical questions may
be directed to Mark McCoy, Leisure Services Department at 706-613-3589, fax: 706-613-3595 or
email: mark.mccoy@athensclarkecounty.com.
3. ADDITIONAL INFORMATION/ADDENDA: The Unified Government of Athens-Clarke County
will issue responses to inquiries and any other corrections or amendments it deems necessary in
written addenda issued prior to the bid opening date. Bidders should not rely on any representations,
statements or explanations other than those made in this Invitation for Bid or in any addendum to
Page 6 of 29

this Invitation for Bid. Where there appears to be a conflict between the Invitation for Bid and any
addenda issued, the last addendum issued will prevail.
Bidders must acknowledge any issued addenda. Bids which fail to acknowledge the bidders
receipt of any addendum will result in the rejection of the bid if the addendum contains
information which substantively changes the Owners requirements
Bidders who obtain this BID document from Georgia Procurement Registry or Athens Clarke
County.com or from any source other than the Unified Government of Athens-Clarke County
Purchasing are advised to re-visit the above website to obtain any addenda which may be
issued. The Unified Government of Athens-Clarke County assumes no responsibility for Bidders
failure to acknowledge any addenda issued.
4. LATE SUBMITTAL, LATE MODIFICATIONS AND LATE WITHDRAWALS:
Bid submittals received after the bid opening date and time will not be considered. Modifications
received after the bid opening date will not be considered. The Unified Government of AthensClarke County assumes no responsibility for the premature opening of a bid not properly addressed
and identified, and/or delivered to the proper designation.
5. WITHDRAWAL OF BID: A bidder may withdraw his bid before the expiration of the time during
which bids may be submitted without prejudice to the bidder, by submitting a written request of
withdrawal to the Purchasing Administrator.
6. REJECTION OF BIDS: The Unified Government of Athens-Clarke County may reject any and all
bids and reserves the right to waive any irregularities or informalities in any bid or in the bid
submittal procedure.
Bid submittals received after said time or at any place other than the time and place as stated in the
notice will not be considered.
7. UNBALANCED BIDS: The Unified Government of Athens-Clarke County may reject a bid as nonresponsive if the prices bid are materially unbalanced between line items or sub line items. A bid is
materially unbalanced when it is based on prices significantly less than cost for some work and
prices which are significantly overstated in relation to cost for other work, and if there is a
reasonable doubt that the bid will result in the lowest overall cost to the Unified Government even
though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an
advance payment.
8. DISCREPANCY IN UNIT PRICE: In case of discrepancy between a unit price and an extended
price and total amount, the unit price will be presumed to be correct, subject, however, to correction
to the same extent and in the same manner as any other mistake.
9. ACCEPTANCE OF BID (AWARD): It is the intent of the Owner to award a contract to the lowest
responsible bidder provided the bid has been submitted in accordance with the requirements of the
bidding documents and does not exceed the funds available. The Owner shall have the right to
waive informalities and irregularities in a bid received and to accept the bid which, in the Owners
judgment, is in the Owners own best interests.
The Owner shall have the right to accept Alternates in any order or combination, and to determine
the low bidder on the basis of the sum of the base bid and Alternates accepted.
Page 7 of 29

10. STATEMENT OF EXPERIENCE AND QUALIFICATIONS: The bidder may be required, upon
request, to prove to the satisfaction of the Unified Government of Athens-Clarke County that he/she
has the skill and experience and the necessary facilities and ample financial resources to perform the
contract(s) in a satisfactory manner and within the required time. If the available evidence of
competency of any bidder is not satisfactory, the Bid of such bidder may be rejected.
11.

MINIMUM BID ACCEPTANCE PERIOD: Bids shall be valid and may not be withdrawn for a
period of 60 days from the date specified for receipt of bids.

12. NON-COLLUSION AFFIDAVIT: By submitting a bid, the bidder represents and warrants that such
bid is genuine and not a sham or collusive or made in the interest or in behalf of any person not therein
named and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a
sham bid, or any other person, firm or corporation to refrain from submitting and that the bidder has not
in any manner sought by collusion to secure to that bidder any advantage over any other bidder.
By submitting a bid, the bidder represents and warrants that no official or employee of the Unified
Government of Athens-Clarke has, in any manner, an interest, directly or indirectly in the bid or in
the contract which may be made under it, or in any expected profits to arise there from.
13. COST INCURRED BY BIDDERS: All expenses involved with the preparation and submission of
the bid to the Unified Government of Athens-Clarke County, or any work performed in connection
therewith is the responsibility of the bidder(s).
14. AMERICANS WITH DISABILITIES ACT (ADA): A qualified interpreter for the hearing impaired
is available upon request at least 10 (ten) days in advance of the bid opening date. Please call (706)
613-3088 for more information for the hearing impaired. This service is in compliance with the
Americans with Disabilities Act (ADA).
15. MINORITY BUSINESS ENTERPRISE POLICY STATEMENT: It is the policy of the AthensClarke County government that no person or business shall be excluded from participation, denied
the benefits of, or otherwise discriminated against in relation to the award and performance of any
contract or subcontract on the grounds of race, color, creed, national origin, age, or sex.
16. HOLD HARMLESS AND INDEMNIFICATION: The Bidder agrees, insofar as it legally may, to
indemnify and hold harmless the Unified Government of Athens-Clarke County, its officers,
employees and agents from and against all loss, costs, expenses, including attorneys' fees, claims,
suits and judgments, whatsoever in connection with injury to or death of any person or persons or
loss of or damage to property resulting from any and all operations performed by Bidder, its officers,
employees, and agents under any of the terms of this contract.
17. PRE-BID CONFERENCE: A MANADATORY pre-bid conference to respond to all inquiries with
regards to this project will be held at 2:00 PM ET TUESDAY, FEBRUARY 12, 2013 in the Bishop
Park Gym conference room, located at 705 Sunset Drive in Athens, Georgia. Potential BIDDERS
are REQUIRED to attend.

18. ON SITE VISIT: Point of Contact for the On Site Visit is Mark McCoy who can be reached by
phone: 706-613-3589 or email: mark.mccoy@athensclarkecounty.com. Each bidder is responsible for
inspecting the site and for reading and being thoroughly familiar with the contract documents. The
Page 8 of 29

failure or omission of any bidder to inspect the site shall in no way relieve any bidder from any
obligation in respect to his bid
19. BID OPENING: All bids will be opened in public and read aloud at the time and place of the bid
opening.
20. COMMENCEMENT OF WORK AND WORK PERIOD: The Unified Government of AthensClarke County expects to award the contract within 14 days of the bid opening date for work to
commence and be completed within 60 days of award of contract
21. INDEPENDENT CONTRACTOR: The contractor shall not be an employee of the Unified
Government of Athens-Clarke County, but shall be an independent contractor. Nothing in this
agreement shall be construed as authority for the contractor to make commitments which shall bind
the Unified Government or to otherwise act on behalf of the Unified Government, except as the
Unified Government may expressly authorize in writing.
22. EXECUTION OF CONTRACT: Each bidder shall be prepared, if so requested by the Owner, to
present evidence of his experience, qualifications, and financial ability to carry out the terms of the
Contract. Notwithstanding any delay in the preparation and execution of the formal Contract
Agreement, each bidder shall be prepared, upon written notice of bid acceptance, to commence work
within 10 days following receipt of official written order of the Owner to proceed, or on date
stipulated in such order.
The awarded bidder shall assist and cooperate with the Owner in preparing the formal Contract
Agreement, and within 10 days following its presentation shall execute same and return it to the
Owner.
23. BRAND NAMES: Unit price bids are requested on products that equal or exceed the quality and
performance of the brands and model numbers listed. References to brand names, trade names,
model numbers or other descriptions peculiar to specific brand products are made to establish a
required level of quality and functional capabilities, and are not intended to exclude other products
of that level. Comparable products of other manufacturers will be considered if proof of
comparability is contained in the bid. It shall be the responsibility of the bidders, including bidders
whose product is referenced; to furnish with the bid such specifications, catalog pages, brochures or
other data as will provide an adequate basis for determining the quality and functional capabilities of
the product offered. Failure to provide this data may be considered valid justification for rejection of
a bid.
24. TAXES: Contractor will be provided with the Unified Government of Athens-Clarke Countys Sales
and Use Tax Certificate of Exemption number upon request.
25. DELIVERY: Prices proposed shall include delivery and shall be F.O.B. Athens, Georgia.
26. ALTERNATE BIDS: Alternate BIDs or BIDs that deviate substantively from the requirements
of this solicitation will not be considered. Bidders shall not insert in their BID any written
statement which will have the effect of making any material change or changes in the
Technical Specifications or in any contract between the parties covering subject matter
thereof.
27. TERMINATION WITHOUT CAUSE: The Unified Government of Athens-Clarke County reserves
the right to terminate the contract at any time without cause, in whole or in part, by providing a
Page 9 of 29

written notice to the other party at least ten (10) days before the effective date of termination. The
other party will not be relieved of any outstanding responsibilities or unfinished obligations under
this contract that were incurred prior to termination.

Page 10 of 29

SECTION III - INSURANCE REQUIRED FOR CONTRACTORS


UNIFIED GOVERNMENT OF ATHENS-CLARKE COUNTY
Before commencing work under the contract, the Contractor shall provide to the Unified Government of
Athens-Clarke County, Attn: Purchasing Administrator, a Certificate of Insurance evidencing the required
kinds and amounts of insurance. The contractor shall procure at his own expense the following insurance
coverage as listed below:
General Liability Insurance
Taken out in the name of the contractor. A current certificate of insurance shall be provided from the agent,
listing the Unified Government of Athens-Clarke County, Georgia as an additional insured and certificate
holder. Certificate of insurance shall reference BID # 00625 BISHOP PARK OUTDOOR BASKETBALL
COURT RECONSTRUCTION as evidencing this requirement. We require 30 days prior notice of
cancellation to be shown on the certificate.
The insurance company will only be accepted if it is in good standing within the state of Georgia through the
Insurance Commissioners office. It must also be rated A or better with AM Best Company.
The required limits are one million per occurrence, two million aggregate, fifty thousand fire damage, five
thousand medical expenses, one million products completed operations, one million personal & advertising
injury or greater. Coverage should be on a per occurrence basis.
Workers Compensation Insurance
Workmens Compensation Insurance covering all employees of the Contractor and any uninsured subcontractors is required. A current certificate of insurance shall be provided from the agent, listing the Unified
Government of Athens-Clarke County as an additional insured and certificate holder. We require 30 days prior
notice of cancellation to be shown on the certificate.
The insurance company will only be accepted if it is in good standing within the state of Georgia through the
Insurance Commissioners office. It must also be rated A or better with AM Best Company.
The required limits are statutory benefits and employers liability of one million each accident, one million each
employee, one million policy limit or greater.
Automobile Liability Insurance
Auto Liability Insurance covering all vehicles of the Contractor and any borrowed or leased vehicles is
required. A current certificate of insurance shall be provided from the agent, listing the Unified Government of
Athens-Clarke County as an additional insured and certificate holder. We require 30 days prior notice of
cancellation to be shown on the certificate.
The insurance company will only be accepted if it is in good standing within the state of Georgia through the
Insurance Commissioners office. It must also be rated A or better with AM Best Company.
The required limits are one million combined single limit on scheduled autos and hired and non-owned auto
coverage or greater.

Page 11 of 29

Excess Liability
Taken out in the name of the contractor. A current certificate of insurance shall be provided from the agent,
listing the Unified Government of Athens-Clarke County as an additional insured and certificate holder. We
require 30 days prior notice of cancellation to be shown on the certificate.
The insurance company will only be accepted if it is in good standing within the state of Georgia through the
Insurance Commissioners office. It must also be rated A or better with AM Best Company.
The required coverage limit is one million on a per occurrence basis. The Unified Government of AthensClarke County reserves the right to request a higher limit if the completed job amount will exceed this amount.
Sub-Contractors General Liability and Auto Insurance
The Contractor shall require each of his sub-contractors to procure and to maintain during the life of his subcontract, sub-contractors general liability and auto insurance of the type and amount specified previously.
Performance Bond and Payment Bond
Any bid requires a performance and payment bond in the amount of 100% of the job. No material deviation
from this language will be accepted. These documents must be filled out completely and notarized with
appropriate power of attorney form attached.
The bonding company will only be accepted if it is in good standing within the state of Georgia through the
Insurance Commissioners office. It must also be rated A or better with AM Best Company. The bonding
company must appear on the Federal register of approved companies.

Page 12 of 29

SECTION IV - GENERAL CONDITIONS


A. Contractor shall furnish all service, personnel, material, tools, and equipment as necessary for completion of
BID #00625 BISHOP PARK OUTDOOR BASKETBALL COURT RECONSTRUCTION in accordance
with specifications.
B. CONTRACTOR'S INVOICE:
a. The Contractor shall prepare and submit invoices to the Finance Office address specified on individual
orders. If the invoice does not comply with these requirements, the Finance Office will return it with the
reasons why it is not a proper invoice. A proper invoice must include the items listed below.
(i) Name and address of the Contractor.
(ii) Invoice date and invoice number. (The Contractor should date invoices as close as possible to the
date of the mailing or transmission.)
(iii) Purchase order number for supplies delivered or services performed.
(iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or
services performed.
(v) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt
payment terms).
(vi) Name and address to which payment is to be sent.
(vii) Name (where practicable), title, phone number, and mailing address of person to notify in the event
of a defective invoice.
(viii) Any other information or documentation required by the contract (e.g., evidence of shipment).
C. TERMINATION FOR CAUSE: The Unified Government of Athens-Clarke County reserves the right to
terminate the resulting contract, in whole or in part, for failure to comply with any provisions of the contract
as outlined by providing a written notice to the contractor at least ten (10) days before the effective date of
termination. The contractor will not be relieved of any outstanding responsibilities or unfinished obligations
under this contract. The contractor has the right to terminate this contract for cause by providing a written
notice of intent to the Purchasing Administrator to terminate at least ten (10) days prior to the effective date
of the contract termination.
D. REPORTING DISPUTES: The contractor shall report any contract disputes and/or problems to the
Purchasing Administrator, both verbally and in writing, within 48 hours of their occurrence.
E. SAFETY: The contractor shall take every precaution at all times for the protection of persons and property,
including the Unified Government's employees and property and its own. The contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and programs in connection
with the work under this contract.
The contractor shall maintain an adequate safety program to insure the safety of contractor employees,
subcontractor employees, and all other individuals working under this contract. In addition, the contractor
must also provide the Unified Government of Athens-Clarke County with a written safety program that he
intends to follow in pursuing work under this contract. No work under this contract will be permitted until
the Unified Government is assured that the contractor has an adequate safety program in effect.
F. SUBCONTRACTS: No portion of the work shall be subcontracted without prior written consent of the
Unified Government of Athens-Clarke County Purchasing Office. If a portion of the work is approved for
subcontracting, the contractor shall remain fully liable and responsible for the work to be done by the
subcontractor(s) and shall assure compliance with all requirements of this contract.
Page 13 of 29

G. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Unified
Government of Athens-Clarke County, be responsible for obtaining any necessary licenses and permits, and
for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the
performance of the work. The Contractor shall also be responsible for all damages to persons or property
that occurs as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all
materials delivered and work performed until completion and acceptance of the entire work, except for any
completed unit of work which may have been accepted under the contract.

Page 14 of 29

SECTION V SCOPE OF WORK

BISHOP PARK OUTDOOR BASKETBALL COURT


Reconstruction Project
PROJECT SUMMARY
This project is to replace the existing asphalt basketball court (100 ft.X125 ft.) at Bishop Park. Demolition and removal of
existing court, fence removal, light-pole removal (except bases) and tree root protection will be handled in-house, and is
not part of this bid. Bid includes two (2) Add Alternates for the installation of basketball poles, goals, and backboards;
and installation of new fence fabric.
This project includes:
Pouring asphalt basketball court for the site area of approximately 100 ft. x 125 ft. as well as a 15 ft. buffer around the
finish. Add Alternates for installation of basketball poles, goals, backboards, and installation of new fence fabric.
Clean up all job-related debris and leave jobsite clean.
Client reserves the right to adjust the Scope of Work due to budget considerations.
PROJECT SCHEDULE: The window of time to complete all aspects of this project is from Friday, March 1, 2013
through Friday, March 29, 2013. All materials must be available prior to the project start date, and Service Provider must
coordinate with Bishop Park Facility Supervisor in the scheduling and flow of work.
Price should be TURNKEY. Contractor will be responsible for all materials, labor, supplies, and freight to complete the
project as indicated in this bid document.
If the vendor would like to make a site visit prior to submitting a bid, an appointment is required. Please call Mark
McCoy at 706-340-2757 to schedule the appointment and get directions to the site location, or if you have any
questions.
Work Hours. All work (normal operating hours, after hours and weekends) must be coordinated with the Mark McCoy,
Bishop Park Facility Supervisor. After hour work and night work is authorized, at no additional cost, if agreement is
reached between the parties. Bid price should include any after hour or weekend work.
Work Staging. Service Provider for the work under this Contract shall give all necessary notices, obtain all permits, pay
all governmental taxes, fees and other costs in connection with the work; file for necessary approvals with the jurisdiction
under which the work is to be performed.

PART 1: GENERAL SPECIFICATIONS


The responsibilities of work will be divided into In-House and Contractor categories.
In-House Responsibilities (to be handled by owner):
1. Athens-Clarke County Public Works Department shall demolish and remove existing asphalt and concrete.
2. Athens-Clarke County Leisure Services Department Parks Division shall remove and re-install the four light poles
excluding the bases.
3. After the contractor installs the six (6) inches of graded aggregate base, Athens-Clarke County Leisure Services
Department Parks Division will install 125 ft. of root guard along the eastern side of the court along with new
electrical conduit.
4. Athens Clarke County Leisure Services Department will provide the projects finished grade at the pre-bid
meeting.

Page 15 of 29

Contractor Responsibilities:
1. Remove or add material to allow for installation of six (6) inches of graded aggregate base, two (2) inches of
binder asphalt and two (2) inches of g mix asphalt. The finished grade will be set by the owner, prior to
submitting a bid, to help calculate the additional work or material needed for the job.
2. An additional bid for installing new fence fabric enclosing the basketball court is requested; however, the area
between the fence and the court shall be redressed to existing grade to create a smooth transition to the court
regardless of our acceptance of this addition.
3. The additional bid shall be to replace only the fabric on the @125ft of 10ft fence and the fabric and top rail on the
@ 325ft 6ft fence with 11 gauge galvanized material. We also are requesting that you submit these two items
separately so that we may consider our options.
4. Request price on the installation of owner provided poles, goals, and backboards.
5. The contractor shall be responsible for the location and preservation of underground and surface utilities and
structures at or adjacent to the site of construction and it shall be at his own expense to repair or replace anything
that is damaged.
6. All paved and concrete areas disturbed during construction shall be restored to a condition at least equal to that
which existing prior to the start of construction.
7. All related incidental work, dust control, erosion control, cleaning and restoration shall be included in the contract
bid price. These activities are not separate pay items and shall be included in the overall cost of the project.
SCHEDULE OF COMPLETION

Construction shall be completed by March 29, 2013 due to an obligation for use directly
after that date.
1.2

SUBMITTALS
A. The following submittal materials shall be furnished along with bid documents:
1. Qualifications data for firm and persons specified to carry out supervision of work to demonstrate their
capabilities and experience as outlined below.
2. A reference list of project names, addresses, names of owners as outlined in Section 1.3 below.

1.3

QUALITY ASSURANCE
A: MANUFACTURER CAPABILITY: Manufacturer represented by this bid shall possess demonstrable
capability of the following performance:
1. Have a minimum of eight (8) continuous years of experience in court surfacing/construction field.
2. Provide a Project Reference List including five (5) similar projects of comparable size and difficulty.
Submit a list of projects showing project location, scope of work, contact name and phone number.
3. Be able to self-perform all work described under this contract with its own employees. Sub-contracting is
allowed pending approval from Athens-Clarke County Leisure Services Department to certify that all
workers have the necessary experience. FINISHING: Submit summary of operations routinely performed.

1.4

WARRANTY
Provide a manufacturers warranty covering new materials furnished, and workmanship, including installation, for
a period of one year from date of final acceptance.

1.5

CLEANING
Remove and clean up all debris caused by this work from the area. Owner will haul debris from premises.
ADDITIONAL WORK
No claim for extra work, materials, or equipment will be allowed unless it is authorized by Athens Clarke County
Leisure Services Department before commencement of the extra said work.

1.6

Page 16 of 29

COMPANY NAME:

MANDATORY SUBMITTAL

SECTION VI BID FORMS


SECTION VI-A: BID FORM AND STATEMENT OF BIDDERS QUALIFICATION

BID of___________________________________________________________
(Hereinafter called "Bidder"), organized and existing under the laws of the State of
__________________________, doing business as ________________________________*.
In compliance with your BID, the bidder hereby agrees to perform and furnish all work for the requirement
known as BID #00625 BISHOP PARK OUTDOOR BASKETBALL COURT RECONSTRUCTION in
strict accordance with the bid Documents, within the time set forth therein, and at the price bid.
By submission of this Bid, the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its
own organization that:
1. The bidder has examined and carefully studied the bid Documents and the Addenda, receipt of all of
which is hereby acknowledged in Section VI-B.
2. The bidder agrees that this bid may not be revoked or withdrawn after the time set for the opening of
bid but shall remain open for acceptance for a period of sixty (60) days following such time.
Company:
Contact:
Address:
Phone:

Fax

Email:

Authorized Representative/Title
(print or type)

Authorized Representative
(Signature)

Date

Page 17 of 29

Company Name (printed):

MANDATORY SUBMITTAL

SECTION VI BID FORMS


B: ADDENDA ACKNOWLEDGEMENT

The bidder has examined and carefully studied the Specifications and the following Addenda,
Receipt of all of which is hereby acknowledged:

Addendum No.

dated

Acknowledgement

Addendum No.

dated

Acknowledgement

Addendum No.

dated

Acknowledgement

Initial
Initial
Initial
Addendum No.

dated

Acknowledgement
Initial

Bidders must acknowledge any issued addenda. Bids which fail to acknowledge the bidders
receipt of any addendum will result in the rejection of the bid if the addendum contained
information which substantively changes the Owners requirements.

Page 18 of 29

COMPANY NAME:
MANDATORY SUBMITTAL

SECTION VI-C GEORGIA SECURITY & IMMIGRATION COMPLIANCE (GSIC) AFFIDAVIT


FORM
The Unified Government of Athens-Clarke County and Contractor agree that compliance with the requirements of
O.C.G.A. 13-10-91, as amended, and Rule 300-10-1-.02 of the Rules of the Georgia Department of Labor are
conditions of this Agreement for the physical performance of services.
The Contractor further agrees that its compliance with the requirements of O.C.G.A. 13-10-91, as amended, and DOL
Rule 300-10-1-.02 is attested to on the executed Contractor Affidavit and Agreement attached hereto.
If employing or contracting with any subcontractor(s) in connection with this Agreement, Contractor further agrees:
(1) To secure from the subcontractor(s) an affidavit attesting to the subcontractors compliance with O.C.G.A.
13-10-91, as amended, and DOL Rule 300-10-1-.02; such affidavit being in the form attached hereto; and
The failure of Contractor to supply the affidavit of compliance at the time of execution of this Agreement and/or the
failure of Contractor to continue to satisfy the obligations of O.C.G.A. 13-10-91, as amended, and DOL Rule 300-10-1.02 as set forth in this Agreement throughout the contract period shall constitute a material breach of the contract. Upon
notice of such breach, Contractor shall be entitled to cure the breach within ten days, upon providing satisfactory evidence
of compliance with the terms of this Agreement and State law. Should the breach not be cured, Athens-Clarke County
shall be entitled to all available remedies, including termination of the contract and damages.
SEE AFFIDAVITS ON FOLLOWING PAGES

Page 19 of 29

COMPANY NAME:

MANDATORY SUBMITTAL

SECTION VI-C: GEORGIA SECURITY & IMMIGRATION COMPLIANCE (GSIC) AFFIDAVIT


CONTRACTOR AFFIDAVIT & AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, as amended,
stating affirmatively that the individual, firm or corporation which is contracting with Unified Government of AthensClarke County, has registered and is participating in a federal work authorization program* [an electronic verification of
work authorization program operated by the U.S. Department of Homeland Security or any equivalent federal work
authorization program operated by the U.S. Department of Homeland Security to verify information of newly hired
employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the
provisions established in O.C.G.A. 13-10-91, as amended.
The undersigned further agrees that should it employ any new employees or contract with any subcontractor(s) for the
physical performance of services pursuant to the contract with Unified Government of Athens-Clarke County, the
Contractor will secure from the subcontractor(s) verification of compliance with O.C.G.A. 13-10-91, as amended, on the
attached Subcontractor Affidavit. The undersigned contractor further agrees to use the federal work authorization program
throughout the contract period and to maintain records of such compliance and to provide a copy of each such verification
to Unified Government of Athens-Clarke County, at the time the subcontractor(s) is retained to perform such services.
_____________________________
EEV / Basic Pilot Program* User
Identification Number
(https://e-verify.uscis.gov/enroll/)

_____________________________
BY:
Authorized Officer or Agent
[Contractor Name]

_____________________________
Date of Authorization for Program

_____________________________
Date of execution of Affidavit

_____________________________
Title of Authorized Officer or Agent
_____________________________
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
____ DAY OF ____________, 20__
_____________________________
Notary Public
My Commission Expires:
As of the effective date of O.C.G.A. 13-10-91,the applicable federal work authorization program is the EEV / Basic
Pilot Programoperated by the U.S. Citizenship and Immigration Services Bureau (USCIS) of the U.S. Department of
Homeland Security, in conjunction with the Social Security Administration (SSA).

Page 20 of 29

MANDATORY SUBMITTAL

SECTION VI-D. Affidavit Verifying Status for Public Benefit-Required by the Georgia Security and
Immigration Compliance Act
SAVE AFFIDAVIT
By executing this affidavit under oath, as an applicant for an Athens-Clarke County contract or other public benefit as
referenced in the Georgia Security and Immigration Compliance Act (O.C.G.A. 50-36-1), the undersigned applicant
representing ______________________________________________(name of business) , verifies one of the following
with respect to my application for a public benefit.

_______(1)

I am a United States citizen


(document example: Drivers License, US Passport, US Military Card, etc.)

_______(2)

I am a legal permanent resident of the United States


(document example: I-551 Permanent Resident Card, Certificate of Citizenship, etc.)

_______(3)

I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act with
an alien number issued by the Department of Homeland Security or other federal immigration
agency.
My alien number issued by the Department of Homeland Security or other federal immigration
agency is: _____________________________________________________
(document example: Temporary Resident Card; Employment Authorization Card, etc.)

The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least
one secure and verifiable document, as required by O.C.G.A. 50-36-1-(e), with this affidavit.
The secure and verifiable document provided with this affidavit can best be classified as:
_________________________________________________________________________________________________
In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,
fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of O.C.G.A. 16-10-20,
and face criminal penalties as allowed by such criminal statute.
Executed on the ______day of _______________, 20____ in _________________________(city)
______________(state)
____________________________________________________
Signature of Applicant
___________________________________________________
Printed Name of Applicant
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
__________ DAY OF _________________, 20_____
___________________________________________
NOTARY PUBLIC
My Commission Expires: ______________________
PLEASE COMPLETE THIS AFFIDAVIT AND SUBMIT A COPY OF THE IDENTIFICATION DOCUMENT (front and back)
FROM THE LIST NOTED BELOW. PRESENT IN PERSON AT [375 SATULA AVE] OR FAX TO 706-613-1945 OR E-MAIL
TO normawoodley@athensclarkecounty.com and be sure to REFERENCE YOUR BUSINESS NAME IN THE SUBJECT LINE OF
YOUR E-MAIL.
Page 21 of 29

MANDATORY SUBMITTAL

Secure and Verifiable Documents Under O.C.G.A. 50-36-2


Issued August 1, 2011 by the Office of the Attorney General, Georgia
The following list of secure and verifiable documents, published under the authority of O.C.G.A. 50-36-2, contains documents that
are verifiable for identification purposes, and documents on this list may not necessarily be indicative of residency or immigration
status.
-

A United States passport or passport card


A United States military identification card
A drivers license issued by one of the United States, the District of Columbia, the Commonwealth of Puerto Rico Guam, the
Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands,
provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name,
date of birth, gender, height, eye color, and address to enable the identification of the bearer
An identification card issued by one of the United States, the District of Columbia, the Commonwealth of Puerto Rico, Guam, the
Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands,
provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name,
date of birth, gender, height, eye color, and address to enable the identification of the bearer
A tribal identification card of a federally recognized Native American tribe, provided that it contains a photograph of the bearer or
listed sufficient identifying information regarding the bearer, such as name, date of birth, gender, height, eye color, and address to
enable the identification of the bearer. A listing of federally recognized Native American tribes may be found at:
http://www.bia.gov/WhoWeAre/BIA/OIS/TribalGovernmentServices/TribalDirectory/index.htm
A United States Permanent Resident Card or Alien Registration Receipt Card
An Employment Authorization Document that contains a photograph of the bearer
A passport issued by a foreign government
A Merchant Mariner Document or Merchant Mariner Credential issued by the United States Coast Guard
A Free and Secure Trade (FAST) card
A NEXUS card
A Secure Electronic Network for Travelers Rapid Inspection (SENTRI) card
A drivers license issued by a Canadian government authority
A Certificate of Citizenship issued by the United States Department of Citizenship and Immigration Services (USCIS) (Form N560 or Form N-561)
A Certificate of Naturalization issued by the United States Department of Citizenship and Immigration Services (USCIS) (Form
N-550 or Form N-570)
In addition to the documents listed herein, if, in administering a public benefit or program, an agency is required by federal law to
accept a document or other form of identification for proof of or documentation of identity, that document or other form of
identification will be deemed a secure and verifiable document solely for that particular program or administration of that
particular public benefit.

FOR ATHENS-CLARKE COUNTY USE ONLY:

ID DOCUMENT PRESENTED:________________________
VERIFIED BY SAVE:_______________________________
PROCESSED BY: __________________________________
DATE: ___________________________________________

Page 22 of 29

SECTION VI-E: BID BOND

MANDATORY SUBMITTAL

STATE OF GEORGIA
COUNTY OF CLARKE
KNOW ALL MEN BY THESE PRESENTS, that we,

, as Principal, and
, as Surety,
are held and firmly bound unto the Unified Government of Athens-Clarke County, Georgia in the sum of
Dollars ($
) lawful money of the United States of America, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has submitted to the Owner a Bid for construction BID #00625 BISHOP PARK
OUTDOOR BASKETBALL COURT RECONSTRUCTION.
NOW THEREFORE, the conditions of this obligation are such that if the Bid be accepted, the Principal shall,
within ten days after receipt of conformed Contract Documents, execute a Contract in accordance with the Bid
upon the terms, conditions and prices set forth therein, and in the form and manner required by the Contract
Documents and execute sufficient and satisfactory separate Performance and Payment Bonds payable to the Owner,
each in an amount of 100 percent of the total Contract Price, in form satisfactory to the Owner, then this obligation
shall be void; otherwise, it shall be and remain in full force and effect in law; and the Surety shall, upon failure of
the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately
pay to the aforesaid Owner, upon demand, the amount hereof in good and lawful money of the United States of
America, not as a penalty, but as liquidated damages.
This bond is given pursuant to and in accordance with O.C.G.A. 36-91-1 et.seq. and all the provisions of the law
referring to this character of bond as set forth in said Sections or as may be hereinafter enacted and these are hereby
made a part hereof to the same extent as if set out herein in full.
IN WITNESS WHEREOF, the said Principal has hereunder affixed its signature and seal, and said Surety has
hereunto caused to be affixed its corporate signature and seal, by its duly authorized officers, on this
day of
, 20___.

Page 23 of 29

MANDATORY SUBMITTAL

CONTRACTOR PRINCIPAL:
By:
(name signed)
(name printed or typed)
Title:
Address:

Attest:
(name signed)
(name printed or typed)
Title:
(SEAL)
Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an
individual by a notary.
SURETY:
By:
(name signed)
(name printed or typed)
Title:
Address:

Attest:
(name signed)
(name printed or typed)
Title:
(SEAL)
Note: Surety companies executing Bond must appear on the Treasury Departments most current list (Circular
570 as amended) and be authorized to transact business in the state where the Project is located.
Surety and Insurers must have an A.M. Best Financial Strength Rating of A or higher, with a Financial Size
Category of VII or higher.
END OF SECTION

Page 24 of 29

MANDATORY SUBMITTAL

SECTION VI-F: BID SCHEDULE


TO:

UNIFIED GOVERNMENT OF ATHENS-CLARKE COUNTY, GEORGIA

FROM:
FOR:

(Bidders Company Name)


BID #00625 BISHOP PARK OUTDOOR BASKETBALL COURT RECONSTRUCTION
Submitted:

, 20_

The undersigned Bidder, in compliance with your Invitation to Bid for the construction of this Project having
examined the Contract Documents, the site of the proposed work and being familiar with all of the conditions
surrounding the construction of the proposed Project, including the availability of materials and labor, hereby
proposes to construct the Project in accordance with the Contract Documents.

The Bidder proposes and agrees, if this Bid is accepted, to contract with Unified Government of Athens-Clarke
County, Georgia in the form of Contract Agreement specified, to furnish all necessary products, machinery, tools,
apparatus, means of transportation and labor necessary to complete the construction of the Work in full and
complete accordance with the reasonably intended requirements of the Contract Documents to the full and entire
satisfaction of the Unified Government of Athens-Clarke County, Georgia with a definite understanding that no
money will be allowed for extra work except as set forth in the Contract Documents, for the following prices:
1. ITEM1 Furnishing all products, materials and equipment and performing all labor necessary to complete and put
into operation the Bishop Park Outdoor Basketball Court Reconstruction, including all work specified below, the
amount of:
DOLLARS ($

).

2. ITEM2 ADD ALTERNATE Installation of owner provided basketball poles, goals, backboards, and new fence
fabric, the amount of: _________________________________________ DOLLARS ($__________________).
3. ITEM3 ADD ALTERNATE Installation of new fence fabric enclosing the basketball court to replace only the

fabric on the @125 ft. of 10 ft. fence and the fabric and top rail on the @ 325 ft. 6 ft. fence with 11 gauge
galvanized material, the amount of: __________________________________ DOLLARS ($_______________).
Page 25 of 29

BID DATA
The Bidder shall designate below the one manufacturer for each product to be furnished and installed if awarded
the Work. The Bidder understands that if this information is not provided, offering products meeting all
Specification requirements and having the approval of the Engineer, then the Owner reserves the right either to
determine the Bidder non-responsive and reject the Bid or to designate the manufacturer of the products to be
provided which will meet all specification requirements, which Owner-designated manufacturer products must be
furnished by the Bidder at no increase in the Contract Price.
1.

Product:
Manufacturer:

2.

Product:
Manufacturer:

3.

Product:
Manufacturer:

4.

Product:
Manufacturer:

5.

Product:
Manufacturer:

Page 26 of 29

The Bidder agrees hereby to commence Work under this Contract, with adequate personnel and equipment, on a
date to be specified in the written Notice to Proceed from the ACCUG Purchasing Division, and to fully complete
all Work under this Contract within the time limits stated in the Agreement. Bidder further agrees to pay as
liquidated damages for each consecutive calendar day thereafter required to complete all work as provided in the
Agreement.
The Bidder declares an understanding that the quantities shown for unit price items are subject to either increase or
decrease, and that should the quantities of any of the items of Work be increased, the Bidder proposes to do the
additional Work at the unit prices stated herein; and should the quantities be decreased, the Bidder also understands
that payment will be made on the basis of actual quantities at the unit price bid and will make no claim for
additional costs or anticipated profits for any decrease in quantities; and that actual quantities will be determined
upon completion of Work, at which time adjustment will be made to the Contract amount by direct increase or
decrease.
In case of discrepancies between the figures shown in the unit prices and the totals, the unit prices shall apply and
the totals shall be corrected to agree with the unit prices. In case of discrepancies between written amounts and
figures, written amounts shall take precedence over figures and the sum of all Bid extensions (of unit prices) plus
lump sum items shall take precedence over BID TOTAL.
The Bidder furthermore agrees that, in the case of a failure to execute the Contract Agreement and Bonds within ten
days after receipt of conformed Contract Documents for execution, the attached Bid Bond accompanying this Bid
and the monies payable thereon shall be paid into the funds of the Owner as liquidated damages for such failure.
Attached hereto is a Bid Bond for the sum of
Dollars ($

) according to the conditions of

"Instructions to Bidders" and provisions thereof.

BIDDER:
By:
(name signed)
(name printed or typed)
Title:
Address:

Phone:
Attest:
(name signed)
(name printed or typed)
Title:
(SEAL)
Page 27 of 29

Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an
individual by a notary.
Note: If the Bidder is a corporation, the Bid shall be signed by an officer of the corporation; if a partnership, it shall
be signed by a partner. If signed by others, authority for signature shall be attached.
The full names and addresses of persons or parties interested in the foregoing Bid, as principals, are as follows:
Name

Address

Page 28 of 29

SECTION VI-G: UNDERSTANDING OF FEDERAL REQUIREMENTS


This is to certify that the contractor is aware that contract services will be paid with federal Community
Development Block Grant funds provided by the Unified Government of Athens-Clarke County and as such,
the project is subject to federal procurement requirements per CFR Part 84 as well as the following federal
requirements. The Contractor hereby assures and certifies that it and all subcontractors will comply with the
regulations, policies, guidelines, and requirements with respect to the acceptance and use of the federal funds
for this federally assisted program. Also, the Contractor gives assurances and certifies with respect to the
contract that:
1.
Certifications
a.
The Contractor warrants that no person or selling agency or other organization has been employed
or retained to solicit or secure this Agreement upon an Agreement of Understanding for a
commission, percentage, brokerage or contingent fee. For breach of violation of this warranty, the
Grantee shall have the right to annul this Agreement without liability or, at its discretion, to deduct
from the compensation, or otherwise recover, the full amount of commission, percentage, brokerage
or contingent fee; and
b.
The Contractor shall comply with the certification requirements of the Drug Free Workplace Act of
1988 (42 U.S.C. 701), as set forth at 24 CFR Part 24,
subpart F.
c.
Anti-Lobbying Certification Federally appropriated funds have not and will not be used to
undertake any prohibited lobbying activity.
2.
Other Applicable Regulations
The Contractor shall be responsible for complying with the applicable regulations and maintaining all
required records pertaining to the implementation of the work as listed, but not limited to the following:
a.
Procurement Standards 24 CFR Part 84.40-48
b.
Davis-Bacon Act
c.
Equal Employment Opportunity & Non-Segregated Facilities
d.
Copeland Anti-Kickback Act
e.
Payrolls and Payroll Clerk Certifications
f.
Bonding Requirements
g.
Insurance Requirements
h.
Posting of EEO, OSHA, and Wage Scale Posters
i.
Federal Debarment Policy
j.
Compliance with Clean Water Act
3.

Federal Requirements Clauses


In addition, all contracts shall include any clauses required by federal statutes, executive orders, and their
implementing regulations as provided in 24CFR Part 84.

BIDDER (signature): _____________________________________


BY: ___________________________________________________
TITLE: ________________________________________________

Page 29 of 29

Das könnte Ihnen auch gefallen