Police Academy Physical Ability Testing (PAT) Facility

expired opportunity(Expired)
From: DeKalb(County)
23-101568-ITB

Basic Details

started - 26 Jul, 2023 (9 months ago)

Start Date

26 Jul, 2023 (9 months ago)
due - 10 Aug, 2023 (8 months ago)

Due Date

10 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
23-101568-ITB

Identifier

23-101568-ITB
DeKalb County

Customer / Agency

DeKalb 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.

DeKalb County Department of Purchasing and Contracting Maloof Administration Building, 1300 Commerce Drive, 2nd Floor, Decatur, Georgia 30030 _ May 29, 2023 INVITATION TO BID (ITB) NO. 23-101568 FOR POLICE ACADEMY PHYSICAL ABILITY TEST (PAT) FACILITY DEKALB COUNTY, GEORGIA Senior Procurement Agent: Jennifer Schofield, NIGP-CPP Phone: 404.687.4042 Email: jjschofield@dekalbcountyga.gov Mandatory DeKalb First LSBE Meeting: (Bidders must attend 1 meeting on either of the dates listed.) May 31, 2023; June 7, 2023 Video Conference: Utilize the link supplied on our webpage: https://www.dekalbcountyga.gov/purchasing- contracting/dekalb-first-lsbe-program Pre-Bid Conference and Site Visit: June 15, 2023 | 11:00 AM Former Bruce Street Senior Center 2484 Bruce Street, Lithonia, GA 30058 5:00 P.M. ET, June 20, 2023 3:00 P.M. ET, June 29,
2023 Deadline for Submission of Questions: Bid Opening: Bid Price Form Opening: 3 – 5 Business days after Bid Opening THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS BID TO THE DEPARTMENT OF PURCHASING AND CONTRACTING OF DEKALB COUNTY GOVERNMENT ON OR BEFORE THE STATED DATE AND TIME WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. TABLE OF CONTENTS Page Number 3 4-5 6-16 17-20 21-22 23 24 25 26 27 28-36 37-40 41 42 43 44 45 46 47-57 58-64 65-70 Title Acknowledgment of Bidder Advertisement for Bids Instructions to Bidders Bid Price Form Bid Bond Form Contractor’s Reference and Release Form Subcontractor’s Reference and Release Form Contractor & Subcontractor Evidence of Compliance Contractor’s Affidavit SubContractor’s Affidavit DeKalb First Ordinance Information Sheet with LSBE Exhibits A – B First Source Jobs Ordinance Information with Exhibits 1 – 4 Certificate of Corporate Bidder Certificate of Authority – Joint Venture Bidder Bidder’s Affidavit of Compliance with O.C.G.A. §13-10-91 Contractor Affidavit and Oath of Successful Bidder Required Documents Checklist Scope of Work Drawings Davis Bacon Wage Rates Ethics Rules Standard Form Contract for Construction 71-125 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 2 of 125 ACKNOWLEDGEMENT OF BIDDER I ___________________________ have had the opportunity to review and have reviewed this Bid Document Package dated ________, 20___ in its entirety and I agree that it is accurate and complete. I_______________________ am duly and properly in office and I am fully authorized and empowered to execute this Acknowledgement for and on behalf of the Contractor. By: ______________________(SEAL) Signature Name (Typed or Printed) Title Name of Business Federal Tax I.D. Number ATTEST: _________________________ Signature Name (Typed or Printed) Title ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 3 of 125 ADVERTISEMENT FOR BIDS DEKALB COUNTY, GEORGIA INVITATION NUMBER 23-101568 Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on the 29th day of June, 2023, at which time and place they will be publicly opened and read aloud, for furnishing all labor, materials, equipment, and all things necessary pursuant to Drawings, Specifications, conditions, etc., for Police Academy Physical Ability Training (PAT) Facility (“the Project”). Bid Price Form shall be opened and read aloud 3 to 5 business days after Bid Opening. SUBMIT ONE ORIGINAL BID PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID DOCUMENT AND REQUIRED DOCUMENTS WITH THE EXCEPTION OF THE BID PRICE FORM) STAMPED “ORIGINAL” AND ONE IDENTICAL COPY OF THE BID PACKAGE ON USB FLASH DRIVE TO THE ADDRESS LISTED ABOVE. Contract Documents, Drawings, and Specifications for this Work can be obtained from DeKalb County’s website at: https://www.dekalbcountyga.gov/purchasing-contracting/bids-itb-rfps. PRE-BID CONFERENCE AND SITE VISIT A pre-bid conference and site visit will be held at 11:00 AM on June 15, 2023 at the former Bruce Street Senior Center, 2484 Bruce Street, Lithonia, GA 30058. Bidders are strongly encouraged to attend and participate in the pre-bid conference and site visit. For information regarding the pre-bid conference and site visit, please contact Jennifer Schofield, NIGP-CPP, Senior Procurement Agent, jjschofield@dekalbcountyga.gov or 404.687.4042. This will be the only opportunity to view the location prior to the bids being due. QUESTIONS All questions concerning the Project and requests for interpretation of the solicitation may be asked and answered at the pre-bid conference; however, oral answers are not authoritative. Questions must be submitted to the Department of Purchasing and Contracting in writing via email to Jennifer Schofield at jjschofield@dekalbcountyga.gov. Questions and requests for information or clarification concerning the specifications in this ITB must be submitted to the above listed contact person via email no later than the date ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 4 of 125 and time listed in the bid timetable. Questions and requests for interpretation received after the above stated time or sent to anyone other than the listed contact person will not receive a response or be the subject of addenda. No Bid may be revoked or withdrawn until sixty (60) days after the time set for opening the Bids. THE COUNTY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, TO WAIVE INFORMALITIES IN BIDDING, AND TO READVERTISE. This 29th day of May, 2023. DEKALB COUNTY, GEORGIA By: ]xÇÇ|yxÜ fv{Éy|xÄw Jennifer Schofield Senior Procurement Agent Department of Purchasing and Contracting ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 5 of 125 INSTRUCTIONS TO BIDDERS GENERAL Sealed Bids will be received by DeKalb County, Georgia, in the Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, until 3:00 p.m. on the 29th day of June, 2023, for Police Academy Physical Ability Test Facility according to the Drawings and Specifications. Bid Price Forms shall be opened and read aloud 3 to 5 business days after Bid Opening Date. Sealed Bids shall be submitted on the form furnished by the County and shall be submitted in duplicate. SUBMIT ONE ORIGINAL BID PACKAGE (INCLUSIVE OF THE ENTIRE INVITATION TO BID DOCUMENT AND REQUIRED DOCUMENTS WITH THE EXCEPTION OF THE BID PRICE FORM) STAMPED “ORIGINAL” AND ONE IDENTICAL COPY ON USB FLASH DRIVE TO THE ADDRESS LISTED ABOVE. Complete Drawings, Specifications and Bid price forms may be obtained from the https://www.dekalbcountyga.gov/purchasing-contracting/bids-itb-rfps. Bids will be considered only from experienced and well-equipped contractors. Prior to beginning construction, the successful Bidder will file with the County a Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, with the terms and surety to be approved by the County; and furnish satisfactory proof of carriage of the insurance required. SUBMITTING BIDS Bids are to be submitted on the proper unaltered forms, and shall be addressed to the DeKalb County Department of Purchasing and Contracting, The Maloof Center, 2nd Floor, 1300 Commerce Drive, Decatur, Georgia 30030, sealed, dated and enclosed in an envelope or package appropriately marked on the outside with the name of the Bidder, the date and hour of opening, and the Invitation to Bid Number and Project Name. FAILURE TO SUBMIT THE BID PRICE FORM IN A SEPARATE SEALED ENVELOPE SHALL DEEM THE BID NON-RESPONSIVE. INCLUDING THE PRICE SCHEDULE IN ANY AREA OUTSIDE OF ITS SEPARATE, SEALED ENVELOPE WILL RESULT IN BIDDER’S BID BEING DEEMED NON- RESPONSIVE. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 6 of 125 It is the responsibility of each Bidder to ensure that its submission is received by 3:00 p.m. on the bid due date. The time/date stamp clock located in the Department of Purchasing & Contracting shall serve as the official authority to determine lateness of any bid. The bid opening time shall be strictly observed. Be aware that visitors to our offices will go through a security screening process upon entering the building. Bidders should plan enough time to ensure that they will be able to deliver their submission prior to our deadline. Late submissions, for whatever reason, will not be evaluated. Bidders should plan their deliveries accordingly. Telephone or fax bids will not be accepted. BID PRICE FORM OPENING Bid Price Form openings shall be conducted in the Department of Purchasing and Contracting three (3) to five (5) days after the bid opening. Only the Bid Price Forms of responsive bidders shall be opened. The County reserves the right to decide which bid(s) will be deemed responsive and said determination shall be made in accordance with the requirements stated in this solicitation. BUSINESS LICENSE Bidders shall submit a copy of its current, valid business license with its Bid. If the Bidder is a Georgia corporation, Bidder shall submit a valid county or city business license. If Bidder is a joint venture, Bidder shall submit valid business licenses for each member of the joint venture. If the Bidder is not a Georgia corporation, Bidder shall submit a certificate of authority to transact business in the state of Georgia and a copy of its current, valid business license issued by its home jurisdiction. If Bidder holds a professional license, then Bidder shall submit a copy of the valid professional license. Failure to provide the business license, certificate of authority, or professional license required by this section, may result in the proposed Bid being deemed non-responsive. GENERAL CONTRACTOR’S LICENSE NUMBER As required by O.C.G.A. § 43-41-6, et seq., a Bidder responding to this Invitation to Bid must provide a copy of its Georgia General Contractor’s License with its Bid. The Georgia General Contractor’s License must be issued in the name of the Bidder or in the name of ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 7 of 125 its qualifying agent. If a proposed Bidder is relying upon a qualifying agent’s Georgia General Contractor’s License, then the name of the proposed Bidder must be set forth on the license as an affiliated business organization/dependent licensee. All licenses must be current, valid, and issued in compliance with applicable law. Failure to provide this license with the Bid will result in the proposed Bid being deemed non-responsive. OTHER LICENSES REQUIRED Pursuant to the Scope of Work, the General Contractor must ensure that it or its team has the required licenses to complete the Scope of Work. Electrical, HVAC and Sprinkler Systems Licenses are required to be submitted with the Bid. DAVIS BACON WAGES ACT Davis Bacon wage rates apply to this project. The applicable wage rate determination posted on the Davis Bacon web site of the U.S. Department of Labor, http://www.wdol.gov/dba.aspx applies to this project DAVIS BACON QUESTIONS, ADDENDA AND INTERPRETATION All questions concerning the Project and requests for interpretation of the solicitation may be asked and answered at the pre-bid conference; however, oral answers are not authoritative. Questions must be submitted to the Department of Purchasing and Contracting in writing via email to jjschofield@dekalbcountyga.gov. Questions and requests for information or clarification concerning the specifications in this ITB must be submitted to the above listed contact person via email no later than the date and time listed in the bid timetable. Questions and requests for interpretation received after the above stated time or sent to anyone other than the listed contact person will not receive a response or be the subject of addenda. For questions and requests for interpretation after the pre-bid conference, each response shall be given in written addendum, separately numbered and dated, and published on the County website in sufficient time for interested parties to review. No responses to requests, answers to specification questions, or additional information shall be supplied after June 20, 2023. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 8 of 125 ACKNOWLEDGMENT OF ADDENDA Addenda may be issued in response to changes in the Invitation to Bid. Addenda must be acknowledged by signing and returning the Addendum Acknowledgement with the Bid. Acknowledgments must be received by the County before the Bid opening time and date. Failure to properly acknowledge any addendum may result in the proposed Bid being deemed non-responsive. Bidder may call Jennifer Schofield, NIGP-CPP, Senior Procurement Agent at 404.687.4042 or send an email to jjschoifeld@dekalbcountyga.gov to verify the number of addenda prior to submission. All addenda issued for this Project may be found on DeKalb County’s website, www.dekalbcountyga.gov/formalbids. AUTHORITY TO SIGN If a Bid is submitted by an individual, his/her name and mailing address must be shown. If submitted by a corporation, partnership, or joint venture, the name and physical mailing address of each member of the corporation, partnership, or joint venture must be shown. If submitted by a corporation, the Certificate of Corporate Bidder in the form attached to the Bid Document Package must be executed and submitted with the Bid. If submitted by a joint venture, the Certificate of Authority – Joint Venture in the form attached to the Bid Document Package must be executed and submitted with the Bid. A post office box is not acceptable as a physical mailing address. The legal and proper name of the proprietorship, corporation, or partnership submitting the Bid shall be printed or typed in the space provided on the Certificate of Corporate Bidder. BID GUARANTEE TO ACCOMPANY BID Each Bid must be accompanied by a Bid Guarantee in an amount of not less than ten percent (10%) of the amount of the Bid. The Bid Guarantee may be in the form of an official bank check payable to DeKalb County, or a Bid Bond in the form provided in the Bid Document Package. The Bid Bond shall be issued by a surety company licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and have a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 9 of 125 VALID INSURANCE, BONDS, LICENSES, PERMITS, AND CERTIFICATES Bidder shall ensure that any bond, bid bond, payment bond, performance bond, insurance, license, permit or certificate submitted in response to this Invitation to Bid or as part of the Contract for this Project shall be current and valid when submitted, and shall remain valid, current and maintained in good standing for the Contract Term. BUILDERS’ RISK INSURANCE COVERAGE DeKalb County shall procure and maintain Builders Risk Insurance on the entire work which provides “All-risk” form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism, malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than caused by flood), and such other perils or causes of loss as may be specifically required by Supplementary Conditions) until Final Completion and Acceptance of the Project. Such policy of insurance shall contain at least the following sub-limits of insurance and deductibles: Sub-limits: Property in Transit $1,000,000 Property in Offsite Storage $1,000,000 Plans & Blueprints $25,000 Debris Removal 25% of Insured Physical Loss Delay in Completion / Soft Cost TBD Ordinance of Law (Increased Cost of Construction) $1,000,000 Flood and Earthquake TBD – Full Contract Value Deductibles: Flood and Earthquake $25,000 Water Damage other than Flood $100,000 All other Perils $10,000 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 10 of 125 RIGHTS RESERVED The County reserves the right to reject any or all Bids, to waive informalities, and to re- advertise. The County reserves the right to decide which Bid will be deemed lowest, responsive and responsible. For consideration as a responsible Bidder, the proposed Bidder shall, among other qualifications, demonstrate in its Bid that it has been the general contractor engaged in construction and successful completion of facilities of similar character and magnitude for at least five (5) years, and shall demonstrate the financial ability to perform the required Work. Bidder may be required to submit evidence setting forth qualifications which entitle him to consideration as a responsible Bidder. A list of work of similar character successfully completed within the last five (5) years may be required as set forth in the Invitation to Bid giving the location and size of each project. Bidder shall complete the Reference and Release Form attached to the Bidder Document Package. In addition, the Bidder shall submit, upon request by the County, a list of equipment available for use on this Work with its Bid. Any additions, conditions, limitations, or provisions attached to the Bid shall render it informal, and will be cause for rejection as non-responsive. No Bid may be revoked or withdrawn until sixty (60) days after the time set for opening the Bids. AWARD OF CONTRACT The Contract, if awarded, will be awarded to that responsible Bidder whose responsive Bid will be most advantageous to the County, price and other factors considered. The County is entitled to make the determination in its sole discretion. The Contract between the County and the Contractor shall be executed in the form attached to the Bid Document Package on pages 71-125 and shall form a binding contract between the contracting parties. A Performance Bond and a Payment Bond, each equal to 100% of the Contract Price, must be provided by the successful Bidder, issued in proper form by a surety company licensed to write bonds in the State of Georgia, listed in the most current U.S. Treasury Circular No. 570, and which has a current A.M. Best rating of "A" (Excellent) with a Financial Size Category of XII or better. Bonds given shall meet the requirements of the law of the State of Georgia including, but not limited to, O.C.G.A. §13-10-1 and §36-91-21 et seq. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 11 of 125 FAILURE TO EXECUTE CONTRACT The County shall have sixty (60) days after the time set for openings of Bids to notify a Bidder of the County’s acceptance of the Bid and its intent to award the Contract to such Bidder. If the County so notifies a Bidder and the Bidder fails to enter into the Contract in the form attached to the Bid Document Package on pages 71-125 within ten (10) days of receiving such notice, or fails within that time to provide the required Payment and Performance Bonds and proof of required insurance, the amount of the Bid Bond or other Bid Guarantee shall be paid over to the County as liquidated damages. The acceptance of the payment of the Bid Bond shall not operate to bar any claim the County might otherwise have against the Bidder, and the County shall be authorized to pursue any claim against the Bidder for failure to consummate the Contract as may be authorized by law. TIME AND LIQUIDATED DAMAGES Construction must begin within ten (10) days from the date the Contractor acknowledges receipt of the Notice to Proceed, by signing and inserting the acknowledgement date on the Notice to Proceed. Contractor shall fully complete the Work within 56 days from and including the acknowledgement date. LOCATIONS AND SITE The site of the proposed Work is at the stated location(s) within DeKalb County, Georgia. By submitting a Bid, the Bidder accepts the site in its present condition and agrees, if awarded the Contract, to carry out all Work in accordance with the requirements of the Contract, the Specifications and as shown on the Drawings. The Bidder shall, before submitting a Bid, visit the site and acquaint itself with the actual conditions and the location of any or all obstructions that may exist on the site. The documents comprising the Contract contain the provisions required for the completion of the Work to be performed pursuant to this Contract. Information obtained from an officer, agent, or employee of the County, or any other person shall not affect the risks or obligations assumed by the Contractor or relieve it from fulfilling any of the conditions of the Contract. Each Bidder, prior to submitting his Bid, is responsible for inspecting the site and for reading and being thoroughly familiar with all of the documents comprising the Contract and Bid Document ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 12 of 125 Package. The failure or omission of any Bidder to so familiarize himself shall in no way relieve any Bidder from any obligation in respect to his Bid. The Contractor shall inspect all easements and rights-of-way to insure that the County has obtained all land and rights- of-way necessary for completion of the Work to be performed pursuant to the Contract. The Contractor shall comply with all stipulations contained in easements acquired by the County. If applicable to the Work, all easements and rights-of-way documents are available for inspection. The Contractor shall not be entitled to damages and agrees not to make any claim against the County, its officials or employees for the failure to obtain necessary interests in land for this Project. The Contractor shall accurately locate above- ground and below-ground utilities and structures which may be affected by the Work using whatever means may be appropriate. DEKALB FIRST ORDINANCE It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide maximum practicable opportunity for all businesses to participate in the performance of government contracts. The current DeKalb County List of Certified Vendors may be found on the County website at https://www.dekalbcountyga.gov/purchasing-contracting/about-purchasing-and- contracting. It is required that all responding Bidders attend the mandatory LSBE meeting within two- weeks of the solicitation’s advertisement, and comply, complete and submit all LSBE forms with the Bidder’s response in order to remain responsive. Attendance can be in person, via video conference and teleconference. Video conferencing is available through Skype/Lync. Instructions for attendance via video conference can be found on the County’s website at https://www.dekalbcountyga.gov/purchasing-contracting/dekalb-first- lsbe-program. For further details regarding the DeKalb First Local Small Business Enterprise Ordinance, contact the LSBE Program representative at DeKalbFirstLSBE@dekalbcountyga.gov or (404) 371-7051. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 13 of 125 FEDERAL WORK AUTHORIZATION PROGRAM PARTICIPATION All qualifying Contractors and Subcontractors performing work with DeKalb County, Georgia must register and participate in the federal work authorization program to verify the work eligibility information of new employees. In order for a Bid to be considered, it is mandatory that the Bidder’s Affidavit of Compliance with O.C.G.A. §13-10-91 included as page 43 be completed and submitted with the Bid. GEORGIA OPEN RECORDS ACT Without regard to any designation made by the person or entity making a submission, DeKalb County considers all information submitted in response to this invitation or request to be a public record that will be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A. §50-18-70 et seq., without consulting or contacting the person or entity making the submission, unless a court order is presented with the submission. You may wish to consult an attorney or obtain legal advice prior to making a submission. FIRST SOURCE JOBS ORDINANCE The DeKalb County First Source Jobs Ordinance requires contractors or beneficiaries entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction projects, professional or consultant services, which is funded in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community development block funds administered in the amount of $50,000 or more make a good faith effort to hire DeKalb County residents for at least 50% of jobs using the First Source Registry (candidate database). The work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. Please complete the First Source Jobs Ordinance Acknowledgement and New Employee Tracking Form included in Attachment H, First Source Jobs Ordinance (with Exhibits 1 – 4) and submit with the responder’s proposal. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 14 of 125 For more information on the First Source Jobs Ordinance requirement, please contact WorkSource DeKalb at www.worksourcedekalb.org or 404-687-3400. ETHICS RULES Bidders are subject to the Ethics provision within the DeKalb County Purchasing Policy; the Organizational Act, Section 22A, the Code of DeKalb County; and the rules of Executive Order 2014-4. Any violations will be addressed, pursuant to these policies and rules. To the extent that the Organizational Act, Section 22A, the Code of DeKalb County, and the rules of Executive Order 2014-4 allow a gift, meal, travel expense, ticket, or anything else of value to be purchased for a CEO employee by a contractor doing business with the County, the contractor must provide written disclosure, quarterly, of the exact nature and value of the purchase to the Chief Integrity Officer, if created, or the Finance Director or his/her designee. Every contractor conducting business with the County will receive a copy of these ethical rules at the time of execution of the contract. DEKALB COUNTY, GEORGIA'S TITLE VI POLICY STATEMENT DeKalb County, Georgia is committed to compliance with Title VI of the Civil Rights Act of 1964 and all related regulations and directives. DeKalb County assures that no person shall on the grounds of race, color, sex, or national origin, as provided by Title VI of the Civil Rights Act of 1964, the Federal-Aid Highway Transportation Act of 1973, and the Civil Rights Restoration Act of 1987 be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity. DeKalb County further assures that no person shall on the grounds of age, low income, disability, sexual orientation or gender identity be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity. DeKalb County assures every effort will be made to ensure nondiscrimination in all of its programs and activities, whether those programs and activities are federally funded or not. In addition, DeKalb County will take reasonable steps to provide meaningful access to services for persons with Limited English Proficiency (LEP). ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 15 of 125 STANDARD COUNTY CONTRACT The attached sample contract is the County’s standard contract document, which specifically outlines the contractual responsibilities. All bidders should thoroughly review the document prior to submitting a bid. Any proposed revisions to the terms or language of this document must be submitted in writing with the bidder’s bid. Since proposed revisions may result in a bid being rejected if the revisions are unacceptable to the County, bidders should review any proposed revisions with an officer of the firm having authority to execute the contract. No alterations can be made in the contract after award by the Board of Commissioners. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 16 of 125 BID PRICE FORM *** BID PRICE FORM MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE OR BIDDER WILL BE DEEMED NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD***DO NOT INCLUDE ON USB FLASH DRIVE*** TO: The Governing Authority of DeKalb County, Georgia The undersigned, as Bidder, declares that he has carefully examined the Bid Document Package for ITB 23-101568, Police Academy Physical Ability Testing (PAT) Facility an annexed proposed form of Contract, the Specifications therein contained, and the Drawings therein referred to, and that he proposes and agrees that if his Bid is accepted, to provide the necessary machinery, tools, apparatus, and other means of construction, and will furnish all materials and labor specified in the Contract, or called for by the Drawings, or necessary to complete the Work in the manner therein specified within the time specified, as therein set forth for the following lump sum amount which sum is hereinafter referred to as the “Base Bid.” The Base Bid includes and encompasses the cost of all labor, materials, equipment, tools, supervision, scheduling, safety program, coordination, engineering, testing, surveys, layout, cleanup, and other things and services required to complete the entire Project in strict conformity with the Drawings, Specifications, the Contract, and all addenda and authorized written clarifications issued prior to the Bid date. Without limitation, the Base Bid also includes all applicable sales and use taxes, fees, temporary lighting, heating and cooling, temporary utilities, security for the site, freight costs, handling costs, permit costs, field and main office costs, bond premiums, insurance premiums, direct and indirect administrative costs, overhead, and profit. ($ ) (State amount in words on this line) (In figures) ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 17 of 125 ITEM DESCRIPTION Unit Price 1 GENERAL CONSITIONS AND CONTRACTOR FEE LS 2 BULDING FOUNDATIONS AND SLAB-ON-GRADE LS 3 STRUCTURAL SYSTEM LS 4 ROOFING SYSTEM LS 5 EXTERIOR WALL SYSTEM LS 6 ENTRANCE DOORS AND OPENINGS LS 7 INTERIOR DOORS AND OPENINGS LS 8 INTERIOR PARTITIONS LS 9 WALL FINISHES LS 10 FLOOR FINISHES AND BASE LS 11 CEILINGS AND SOFFITS LS 12 STAIRS AND RAILINGS LS 13 ACCESSORIES AND SPECIALTIES LS 14 FIXED EQUIPMENT LS 15 CASEWORK AND MILLWORK LS 16 LOOSE EQUIPMENT AND FURNISHINGS LS 17 MECHANICAL CONVEYANCES LS 18 WATER SUPPLY AND TREATMENT LS 19 WASTE WATER DISPOSAL AND TREATMENT LS 20 PLUMBING LS 21 FIRE PROTECTION LS 22 HVAC SYSTEM LS 23 ELECTRICAL POWER LS 24 LIGHTING LS 25 SPECIAL SYSTEMS AND COMMUNICATIONS LS 26 SITE DEVELOPMENT LS 27 SITE UTILITIES LS 28 DEMOLITION LS Description of Alternate Unit Price 1 Prepare floor, provide and install new Vinyl Composite Tile (VCT) in entry vestibule and interior corridors to extent of existing within immediate space (not beyond interior doors into adjacent spaces or corridors). Existing flooring to be removed in advance by owner under separate contract LS Price in Words: ______________________________________ TOTAL BID: This is a LUMP SUM Bid. The following Bid Price Form is intended as a general recap of the work involved, it is NOT an all‐inclusive detail of everything required to do this job. It is the Contractor's responsibility to carefully review the plans, specifications, and project to determine what is needed to do the whole job, and to reflect this in the LUMP SUM BID. IF DURING THE BID PROCESS, THE CONTRACTOR NOTICES A DISCREPANCY BETWEEN THE WORK REQUIRED AND THE BID PRICE FORM, IT MUST BE BROUGHT TO THE COUNTY'S ATTENTION PRIOR TO THE BID DUE DATE. ALTERNATE: Total Bid in Words: $____________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 18 of 125 Attached hereto is Bid Bond made by , a surety company listed in the most current Us Treasury Circular No. 570 and licensed to write surety bonds in the State of Georgia, payable to DeKalb County, Georgia (or official bank check), in the amount of ten percent (10%) of the above Bid. If this Bid shall be accepted by DeKalb County and the undersigned shall fail to execute a satisfactory contract in the form of said proposed Contract, give satisfactory Performance and Payment Bonds, or furnish satisfactory proof of the insurance required, as stated in the Instructions to Bidders attached hereto within ten (10) days from the Notice of Award of the Contract, then the County may at its option, determine that the undersigned abandoned the Contract and thereupon this Bid shall be null and void, and the sum stipulated in the attached Bid Bond (or official bank check) shall be forfeited to the County as liquidated damages. Bidder declares its intent to subcontract the portion of the Work as below stated. Bidder understands and agrees that the use of any Subcontractor not listed below shall be strictly prohibited without prior written approval from the County. (List the names of all subcontractors and the work to be performed by the subcontractor on the lines provided below.) _____________________________________________________________________________________ _______________________________________________________________________ Bidder further declares that the full names and residence addresses of all persons and parties interested in the foregoing Bid as principals are as follows: _______________________________________________________________________ _______________________________________________________________________ Bidder declares further that it is  / is not  a DeKalb County Firm. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 19 of 125 Signed, sealed, and dated this day of , 20 . By:___________________________(SEAL) Signature ____________________________________ Print Name of Signer ____________________________________ Title of Signer ____________________________________ Name of Business Entity Submitting Bid ____________________________________ Bidder’s Street Address ____________________________________ Bidder’s City, State and Zip Code ____________________________________ Bidder’s Phone Number ____________________________________ Bidder’s Fax Number ____________________________________ Bidder’s E-Mail Address ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 20 of 125 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, (hereinafter called the Principal) and (hereinafter called the Surety), a corporation chartered and existing under the laws of the State of with its principal offices in the City of ___________and listed in the Federal Register and licensed to write surety bonds in the State of Georgia, are held and firmly bound unto DeKalb County, Georgia, in the full and just sum of 10% of the Principal’s Bid good and lawful money of the United States of America, to be paid upon demand of DeKalb County, Georgia, to which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, and assigns, jointly and severally and firmly by these presents. WHEREAS, the Principal is about to submit, or has submitted to DeKalb County, Georgia, a Bid for ITB 23-101568, Police Academy Physical Ability Testing (PAT) Facility. WHEREAS, the Principal desires to file this Bond in accordance with law to accompany this Bid. NOW, THEREFORE, the conditions of this obligation are such that if the Bid be accepted within sixty (60) days of the Bid opening, the Principal shall execute a Contract in accordance with the Bid and upon the terms, conditions, and prices set forth therein, and in the form and manner required by DeKalb County, Georgia, and within ten (10) days from the date of Notice of Award of the Contract, execute a sufficient and satisfactory Performance Bond and Payment Bond payable to DeKalb County, Georgia, each in an amount of one hundred percent (100%) of the total Contract Price, in form and with security satisfactory to DeKalb County and furnish satisfactory proof of the insurance required, then this obligation to be void; otherwise, to be and remain in full force and virtue 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 DeKalb County, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 21 of 125 IN TESTIMONY THEREOF, the Principal and Surety have caused these presents to be duly signed and sealed this day of , 20 . PRINCIPAL By: _______________________________(SEAL) Signature of Principal _________________________________________ Print Name and Title of Authorized Signer _________________________________________ Print Name of Principal Business ATTEST: _________________________________________ Corporate Secretary SURETY By: ________________________________(SEAL) Signature of Surety (by Power of Attorney) _________________________________________ Print Name and Title of Authorized Signer _________________________________________ Print Name of Surety Business WITNESS: ________________________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 22 of 125 ATTACHMENT B CONTRACTOR REFERENCE AND RELEASE FORM List below at least three (3) references, including company name, contact name, address, email address, telephone numbers and contract period who can verify your experience and ability to perform the type(s) of product(s)/ service(s) listed in the solicitation. References must be for three (3) completed projects of similar size, scope and complexity within the last five (5) years. Company Name Contract Period Contact Person Name and Title Telephone Number (include area code) Complete Primary Address City State Zip Code Email Address Fax Number (include area code) Project Name and Description Company Name Contract Period Contact Person Name and Title Telephone Number (include area code) Complete Primary Address City State Zip Code Email Address Fax Number (include area code) Project Name and Description Company Name Contract Period Contact Person Name and Title Telephone Number (include area code) Complete Primary Address City State Zip Code Email Address Fax Number (include area code) Project Name and Description REFERENCE CHECK RELEASE STATEMENT You are authorized to contact the references provided above for purposes of this ITB. Signed_______________________________________ Title___________________________ (Authorized Signature of Bidder) Company Name _____________________________________Date ____________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 23 of 125 ATTACHMENT C LSBE SUBCONTRACTOR REFERENCE AND RELEASE FORM List below at least three (3) references, including company name, contact name, address, email address, telephone numbers and contract period who can verify your experience and ability to perform the type(s) of product(s)/ service(s) listed in the solicitation. Company Name Contract Period Contact Person Name and Title Telephone Number (include area code) Complete Primary Address City State Zip Code Email Address Fax Number (include area code) Project Name and Description Company Name Contract Period Contact Person Name and Title Telephone Number (include area code) Complete Primary Address City State Zip Code Email Address Fax Number (include area code) Project Name and Description Company Name Contract Period Contact Person Name and Title Telephone Number (include area code) Complete Primary Address City State Zip Code Email Address Fax Number (include area code) Project Name and Description REFERENCE CHECK RELEASE STATEMENT You are authorized to contact the references provided above for purposes of this ITB. Signed_______________________________________ Title___________________________ (Authorized Signature of LSBE Subcontractor) Company Name _____________________________________Date ____________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 24 of 125 ATTACHMENT D CONTRACTOR & SUBCONTRACTOR EVIDENCE OF COMPLIANCE: (1) County contracts for the physical performance of services within the state of Georgia shall include the following provisions: 1 a. the contractor has registered with and is authorized to use the federal work authorization program to verify information on all newly hired employees or subcontractors; b. by affidavit, the contractor must attest to the contractor’s name, address, user identification number, date of authorization, and verification of the continual participation throughout the contract period, and c. the affidavit shall become a part of the covered contract and must be attached. (2) No contractor or subcontractor who enters into a contract with the County shall enter into such a contract or subcontract in connection with the physical performance of services within Georgia unless the contractor or subcontractor registers and participates in the federal work authorization program to verify information of all newly hired employees. Any employee, contractor, or subcontractor of such contactor or subcontractor shall also be required to satisfy the requirements of O.C.G.A. § 13-10-91, as amended. (3) Upon contracting with a new subcontractor, a contractor or subcontractor shall, as a condition of any contract or subcontract entered into pursuant to O.C.G.A. § 13-10-91, as amended, agree to provide the County with notice of the identity of any and all subsequent subcontractors hired or contracted by the contractor or subcontractor. Such notice shall be provided within five (5) business days of entering into a contract or agreement for hire with any subcontractor. Such notice shall include an affidavit from each subsequent contractor attesting to the subcontractor’s name, address, user identification number, and date of authorization to use the federal work authorization program. (4) An affidavit shall be considered an open public record; provided, however, that any information protected from public disclosure by federal law or by Article 4 of Chapter 28 of Title 50 shall be redacted. Affidavits shall be maintained by the County for five years from the date of receipt. (5) To verify compliance, the contractor agrees to participate in random audits conducted by the Commissioner of the Georgia Department of Labor. The results of the audits shall be published on the www.open.georgia.gov website, and on the Department of Labor’s website no later than December 31 of each year. (6) Any person who knowingly and willfully makes a false, fictitious, or fraudulent statement in an affidavit submitted pursuant to O.C.G.A. § 13-10-91 shall be guilty of a violation of Code § 16-10-20 and, upon conviction, shall be punished as provided in such section. Contractors and subcontractors convicted for false statements based on a violation of such section shall be prohibited from bidding on or entering into any public contract for twelve (12) months following such conviction. _______________________ 1 O.C.G.A. § 13-10-91, as amended ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 25 of 125 ATTACHMENT E CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned 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 DEKALB COUNTY, GA, a political subdivision of the State of Georgia, 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 to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91, as amended]. The affiant agrees to continue to use the federal work authorization program throughout the contract period. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with the COUNTY, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. § 13- 10-91, as amended, on the Subcontractor Affidavit form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the COUNTY, within five (5) days from when the subcontractor(s) is retained to perform such service. BY: Authorized Officer or Agent Federal Work Authorization (Bidder’s Name) Enrollment Date Title of Authorized Officer or Agent of Bidder Identification Number Printed Name of Authorized Officer or Agent Address (* do not include a post office box) SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______________ DAY OF _______________________, 20__ ____________________________________________________ Notary Public My Commission Expires: _______________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 26 of 125 ATTACHMENT F SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with _________________________________name of contractor) on behalf of DEKALB COUNTY, GA, a political subdivision of the State of Georgia, 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 to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91, as amended]. The affiant agrees to continue to use the federal work authorization program throughout the contract period.] ________________________________ BY: Authorized Officer or Agent (Bidder’s Name) _________________________ Federal Work Authorization Enrollment Date ________________________ Identification Number ______________________________________________ Title of Authorized Officer or Agent of Bidder ______________________________________________ Printed Name of Authorized Officer or Agent ______________________________________________ Address (* do not include a post office box) SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______________ DAY OF _______________________, 20__ ____________________________________________________ Notary Public My Commission Expires: _______________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 27 of 125 DEKALB FIRST LSBE INFORMATION WITH EXHIBITS A – B SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION OPPORTUNITY TRACKING FORM The Chief Executive Officer and the Board of Commissioners of DeKalb County believe that it is important to encourage the participation of small and local businesses in the continuing business of County government; and that the participation of these types of businesses in procurement will strengthen the overall economic fabric of DeKalb County, contribute to the County’s economy and tax base, and provide employment to local residents. Therefore, the Chief Executive Officer and the Board of Commissioners have made the success of local small businesses a permanent goal of DeKalb County by implementing the DeKalb First Local Small Business Enterprise Ordinance. PROVISIONS OF DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE (LSBE) ORDINANCE Percentage of LSBE Participation Required 20% of Total Award Certification Designation Request For Proposals (RFP) LSBE Within DeKalb (LSBE- DeKalb) Ten (10) Preference Points LSBE Outside DeKalb (LSBE- MSA) Five (5) Preference Points Demonstrated GFE Two (2) Preference Points Certified Local Small Business Enterprises (LSBEs) located within DeKalb County and prime contractors utilizing LSBEs that are locally-based inside DeKalb County shall receive ten (10) points in the initial evaluation of their response to any Request for Proposal. Certified LSBEs located outside of DeKalb County but within the nine (9) County Metropolitan Statistical Area (MSA) consisting of Cherokee, Clayton, Cobb, Douglas, Fayette, Fulton, Gwinnett, Henry and Rockdale Counties shall receive five (5) points in the initial evaluation of their response to any Request for Proposal. Prime Contractors who demonstrate sufficient good faith efforts in accordance with the requirements of the ordinance shall be granted two (2) points in their initial evaluation of responses to any Request for Proposal. Pro-rated points shall be granted where a mixture of LSBE-DeKalb and LSBE MSA firms are utilized. Utilization of each firm shall be based upon the terms of the qualified sealed solicitation. Prime Contractor(s) deemed responsible and remains responsive to an Invitation to Bid (ITB) because they are either a certified LSBE-DeKalb or LSBE-MSA firm or has obtained 20% participation of an LSBE-DeKalb or LSBE-MSA firm, submits the lowest bid price shall be deemed the lowest, responsive and responsible bidder. Prime Contractor(s) deemed responsible and remains responsive to an Invitation to Bid (ITB) and documented good faith efforts, submits a lower bid price than a Prime Contractor that achieved 20% LSBE participation, or otherwise required benchmark, then the Prime Contractor who actually met the benchmark will be given the opportunity to match the lowest bid price of the Prime Contractor who ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 28 of 125 ATTACHMENT G only made good faith efforts. Prime Contractor(s) who choose not to match the lowest bid price, then the Prime Contractor who made the good faith efforts will be deemed the lowest, responsive and responsible bidder. For all qualified sealed solicitations, the Director of Purchasing and Contracting, DeKalb County Government, shall determine if the bidder/proposer has included written documentation showing that at least twenty percent (20%) of the total contract award will be performed by a certified LSBE. This written documentation shall be in the form of a notarized Schedule of LSBE Participation (Attached hereto as “Exhibit A”.) For all contracts, a signed letter of intent from all certified LSBEs describing the work, material, equipment and/or services to be performed or provided by the LSBE(s) and the agreed upon percentage shall be due with the bid or proposal documents and included with “Exhibit A”. The certified vendor list establishes the group of Certified LSBE’s from which the bidder/proposer must solicit subcontractors for LSBE participation. This list can be found on our website http://www.dekalbcountyga.gov/purchasing-contracting/about-purchasing-and-contracting or obtained from the Special Projects LSBE Program team. Prime Contractors failing to meet the LSBE benchmark must document and demonstrate Good Faith Efforts in accordance with the attached “Checklist for Good Faith Efforts” portion of “Exhibit A.” The notarized Schedule of LSBE Participation shall be due and submitted with each bid or proposal. Failure to achieve the LSBE benchmark or demonstrate good faith efforts shall result in a bid or proposal being rejected. Prime Contractors that fail to attend the mandatory LSBE meeting in person or via video conference shall mean that the Prime Contractor has not demonstrated sufficient good faith efforts and its bid or proposal if submitted, shall be deemed non-responsive without any further review. Upon award, Prime Contractors are required to submit a report detailing LSBE Sub-Contractor usage with each request for payment and not less than on a monthly basis. Prime Contractors shall ensure that all LSBE sub-contractors have been paid within seven (7) days of the Prime’s receipt of payment from the County. Failure to provide requested reports/documentation shall constitute a material breach of contract, entitling the County to terminate the Contract for default or pursue other remedies. LSBE sub-contractors must confirm payments received from the Prime(s) for each County contract they participate in. For eligible bids/proposals valued over $5,000,000.00, the Mentor-Protégé provision of the Ordinance shall apply. Prime Contractors must agree to become mentors and take on an LSBE protégé in an effort to enhance the potential of future LSBEs. Qualifying projects shall be performed by both Mentor and Protégé through a subcontract between both parties. This requirement is in addition to all other applicable sections of the DeKalb First Ordinance. Please review the ordinance, section 2-214 or contact the LSBE Program Representative for detailed information regarding this initiative. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 29 of 125 EXHIBIT A SCHEDULE OF DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION OPPORTUNITY TRACKING FORM As specified, Bidders and Proposers are to present the details of LSBE participation below: PRIME BIDDER/PROPOSER___________________________________________________________ SOLICITATION NUMBER: 23-101568 TITLE OF UNIT OF WORK – Police Academy Physical Ability Testing (PAT)Facility 1. My firm, as the prime bidder/proposer on this unit of work, is a certified (check all that apply): ____LSBE-DeKalb ____LSBE-MSA 2. If you are a Certified LSBE-DeKalb or MSA, please indicate below the percentage of that your firm will carry out directly: ____________________________________. 3. If the prime bidder/proposer is a joint venture, please describe below the nature of the joint venture and level of work and percentage of participation to be provided by the LSBE-DeKalb or MSA joint venture firm. ________________________________________________________________________ ________________________________________________________________________ 4. List the LSBE-DeKalb or MSA subcontractors and/or firms (including suppliers) to be utilized in of this contract, if awarded. No changes can be made in the subcontractors listed below without the prior written approval of the County. Please attach a signed letter of intent from all certified LSBEs describing the work, materials, equipment or services to be performed and/or provided and the agreed upon percentage of work to be performed. A Letter of Intent form is attached hereto as “Exhibit B”. Name of Company Address Telephone Fax Contact Person Indicate certification status and attach proof of certification: LSBE-DeKalb/LSBE-MSA Description of services to be performed Percentage of work to be performed ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 30 of 125 Name of Company Address Telephone Fax Contact Person Indicate certification status and attach proof of certification: LSBE-DeKalb/LSBE-MSA Description of services to be performed Percentage of work to be performed Name of Company Address Telephone Fax Contact Person Indicate certification status and attach proof of certification: LSBE-DeKalb/LSBE-MSA Description of services to be performed Percentage of work to be performed Name of Company Address Telephone Fax Contact Person Indicate certification status and attach proof of certification: LSBE-DeKalb/LSBE-MSA Description of services to be performed Percentage of work to be performed Please attach additional pages, if necessary. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 31 of 125 EXHIBIT A, CONT’D DEKALB COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder/proposer that does not meet the County’s LSBE participation benchmark is required to submit documentation to support all “Yes” responses as proof of “good faith efforts.” Please indicate whether or not any of these actions were taken: Yes No Description of Actions 1. Prime Contractors shall attend a MANDATORY LSBE Meeting in person or via video conference within two-weeks of advertisement of the solicitation. 2. Provide a contact log showing the company’s name, contact person, address, email and contact number (phone or fax) used to contact the proposed certified subcontractors, nature of work requested for quote, date of contact, the name and title of the person making the effort, response date and the percentage of work. 3. Provide interested LSBEs via email, of any new relevant information, if any, at least 5 business days prior to submission of the bid or proposal. 4. Efforts made to divide the work for LSBE subcontracting areas likely to be successful and to identify portions of work available to LSBEs consistent with their availability. Include a list of divisions of work not subcontracted and the corresponding reasons for not including them. The ability or desire of a bidder/proposer to perform the contract work with its own organization does not relieve it of the responsibility to make good faith efforts on all scopes of work subject to subcontracting. 5. Efforts were made to assist potential LSBE subcontractors meet bonding, insurance, or other governmental contracting requirements. Where feasible, facilitating the leasing of supplies or equipment when they are of such a specialized nature that the LSBE could not readily and economically obtain them in the marketplace. 6. Communication via email or phone with DeKalb First Program Staff seeking assistance in identifying available LSBEs. Provide DeKalb First Program Staff representative name and title, and date of contact. 7. For all contracts, a signed letter of intent from all certified LSBEs describing the work, materials, equipment or services to be performed or provided by the LSBE(s) and the agreed upon LSBE participation percentage shall be due with the bid or proposal documents. 8. Other Actions, to include Mentor/Protégé commitment for solicitations $5M and above (specify): ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 32 of 125 Please explain all “no” answers above (by number): This list is a guideline and by no means exhaustive. The County will review these efforts, along with attached supporting documents, to assess the bidder/proposer’s efforts to meet the County’s LSBE Participation benchmark. If you require assistance in identifying certified, bona fide LSBEs, please contact the Purchasing and Contracting Department - DeKalb First Program, DeKalbFirstLSBE@dekalbcountyga.gov. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 33 of 125 EXHIBIT A, CONT’D DEKALB FIRST LOCAL SMALL BUSINESS ENTERPRISE SCHEDULE OF PARTICIPATION OPPORTUNITY TRACKING FORM Bidder/Proposer Statement of Compliance Bidder(s)/Proposer(s) hereby state that they have read and understand the requirements and conditions as set forth in the objectives and that reasonable effort were made to support the County in providing the maximum practicable opportunity for the utilization of LSBEs consistent with the efficient and economical performance of this contract. The Bidder and any subcontractors shall file compliance reports at reasonable times and intervals with the County in the form and to the extent prescribed by the Director of DeKalb County Purchasing and Purchasing and Contracting Department. Compliance reports filed at such times as directed shall contain information as to the employment practices, policies, programs and statistics of Contractors and their subcontractors. 1. Non-Discrimination Policy a. During the performance of this agreement, Contractor agrees to conform to the following Non-Discrimination Policy adopted by the County. b. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or disability. The Contractor will take action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, national origin, or disability. Such action shall include, but not be limited to, the following: (1) Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided setting forth provisions of this non-discrimination clause. (2) Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, or disability. c. Without limiting the foregoing, Contractor shall not discriminate on the basis of disability in the admission or access to, or treatment or employment in, the programs and activities, which form the subject of the contract. The Contractor will take action to ensure that applicants for participation in such programs and activities are considered without regard to disability. Such action shall include, but not be limited to, the following: (1) Contractor agrees to post in conspicuous places available to participants in its programs and activities notices to be provided setting forth the provisions of this non-discrimination clause. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 34 of 125 (2) Contractor shall, in all solicitations or advertisements for programs or activities, which are the subject of the contract, state that all qualified applicants will receive consideration for participation without regard to disability. 2. Commitment The undersigned certifies that he/she has read, understands, and agrees to be bound by the bid specifications, including the accompanying Exhibits and other terms and conditions of the Invitation to Bid and/or Request for Proposal regarding LSBE utilization. The undersigned further certifies that he/she is legally authorized by the bidder or responder to make the statements and representations in Exhibit A and that said statements and representations are true and correct to the best of his/her knowledge and belief. The undersigned will enter into formal agreement(s) with the LSBE(s) listed in this Exhibit A, which are deemed by the owner to be legitimate and responsible LSBEs. Said agreement(s) shall be for the work and contract with the Prime Contractor. The undersigned understands and agrees that if any of the statements and representations are made by the Bidder knowing them to be false, or if there is a failure of the successful Bidder (i.e., Contractor) to implement any of the stated agreements, intentions, objectives, goals and commitments set forth herein without prior approval of the County, then in any such events the contractor’s act or failure to act, as the case may be, shall constitute a material breach of contract, entitling the County to terminate the Contract for default. The right to so terminate shall be in addition to, and not in lieu of, any other rights and remedies the County may have for other defaults under the Contract. Additionally, the Contractor will be subject to the loss of any future contract awards by the County for a period of one year. Firm Name (Please Print): _________________________________________________________________ Firm’s Officer: _________________________________________________________________ (Authorized Signature and Title Required) Date Sworn to and Subscribed to before me this ____ day of_______________, 201__. _________________________________________________________________ Notary Public My Commission Expires:_____________________________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 35 of 125 EXHIBIT B LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR PROVIDING MATERIALS OR SERVICES Instructions: 1. Complete the form in its entirety and submit with bid documents. 2. Attach a copy of the LSBE’s current valid Certification Letter. To:___________________________________________________________________________ (Name of Prime Contractor Firm) From: _______________________________________  LSBE –DeKalb  LSBE –MSA (Name of Subcontractor Firm) (Check all that apply) ITB Number: 23-101568 Project Name: Police Academy Physical Ability Testing (PAT) Facility The undersigned subcontractor is prepared to perform the following described work or provide materials or services in connection with the above project (specify in detail particular work items, materials, or services to be performed or provided). Description of Materials or Services Project/Task Assignment % of Contract Award Prime Contractor Sub-contractor Signature:_________________________ Signature:______________________________ Title:_____________________________ Title:__________________________________ Date:_____________________________ Date: __________________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 36 of 125 FIRST SOURCE JOBS ORDINANCE INFORMATION (WITH EXHIBITS 1 – 4) EXHIBIT 1 First Source Jobs Ordinance Acknowledgement The DeKalb County First Source Ordinance requires contractors or beneficiaries of eligible projects entering into any type of agreement with the County, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction projects, professional or consultant services, which is funded in whole or part with County funds or County administered funds in which the contractor is to receive $50,000 or more in County expenditures or committed expenditures and recipient of urban redevelopment action grants or community development block funds administered in the amount of $50,000 or more to make a good faith effort to hire DeKalb County residents for at least 50% of jobs created using the First Source Registry (candidate database) within one hundred twenty (120) days of contract execution. The work to be performed under this contract is subject to the provisions of the DeKalb County First Source Jobs Ordinance. All contractors will be asked to submit an Employment Roster and/or copies of active payroll registers on a monthly basis to verify compliance. The undersigned acknowledges and agrees to comply with the provisions of the DeKalb County First Source Jobs Ordinance. CONTRACTOR OR BENEFICIARY INFORMATION: Contractor or Beneficiary Name (Signature) Contractor or Beneficiary Name (Printed) Title Telephone Email Name of Business Please answer the following questions: 1. How many job openings do you anticipate filling related to this contract? 2. How many incumbents/existing employees will retain jobs due to this contract? DeKalb Residents: Non-DeKalb Residents: 3. How many work hours per week constitutes Full Time employment? Please return this form to WorkSource DeKalb, (404)687-3900 or email to fkadkins@dekalbcountyga.gov FIRST SOURCE JOBS ORDINANCE INFORMATION WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals with disabilities. Persons with hearing impairments may call 1‐800‐255‐0135 or 711 TTY for assistance. WSD is 100% funded by the U. S. Department of Labor and is a proud partner of the American Job Center Network. ATTACHMENT H ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 37 of 125 EXHIBIT 2 NEW EMPLOYEE TRACKING FORM Name of Bidder Address E-Mail Phone Number Fax Number Do you anticipate hiring from the First Source Candidate Registry? Y or N (Circle one) If so, the approximate number of employees you anticipate hiring: _____________________________ Type of Position (s) you anticipate hiring: (List position title, one position per line) Attach job description per job title: The number you anticipate hiring: Timeline WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals with disabilities. Persons with hearing impairments may call 1‐800‐255‐0135 or 711 TTY for assistance. WSD is 100% funded by the U. S. Department of Labor and is a proud partner of the American Job Center Network. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 38 of 125 FIRST SOURCE JOBS ORDINANCE INFORMATION EXHIBIT 3 BUSINESS SERVICE REQUEST FORM Please complete this form for each position that you have available. DATE: FEDERAL TAX ID: COMPANY NAME: WEBSITE: ADDRESS: (WORKSITE ADDRESS IF DIFFERENT): CONTACT NAME: TITLE: CONTACT E-MAIL ADDRESS: CONTACT PHONE: Are you a private employment agency or staffing agency? YES☐ NO ☐ JOB DESCRIPTION: (Please include a copy of the Job Description) POSITION TITLE: ____________________________________________________________ NUMBER OF POSITIONS AVAILABLE: _________ TARGET START DATE: ______________ WEEKLY WORK HOURS: ☐ 20-30 hours ☐ 30-40 hours Other ________________ SALARY RATE (OR RANGE): ________________ SPECIFIC WORK SCHEDULE: ___________ PERM ☐ TEMP ☐ TEMP-TO-PERM ☐ SEASONAL ☐ PUBLIC TRANSPORTATION ACCESSIBILITY: YES ☐ NO ☐ SCREENINGS ARE REQUIRED: YES ☐ NO ☐ SELECT ALL THAT APPLY: ☒CREDIT CHECK ☐ DRUG ☒MVR ☐BACKGROUND ☒OTHER _________ HOW TO APPLY: __________________________________________________________________________ _________________________________________________________________________ _ Please return form to: fkadkins@dekalbcountyga.gov DO NOT WRITE BELOW THIS LINE - TO BE COMPLETED BY WORKSOURCE DEKALB ONLY TYPE: ☐ First Source ☐ Direct Hire ☐ Work Experience (WEX) SYSTEM ENTRY DATE: ___________ ASSIGNED TO: _______________________________________ DATE: ___________ WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals with disabilities. Persons with hearing impairments may call 1‐800‐255‐0135 or 711 TTY for assistance. WSD is 100% funded by the U. S. Department of Labor and is a proud partner of the American Job Center Network. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 39 of 125 FIRST SOURCE JOBS ORDINANCE INFORMATION EXHIBIT 4 EMPLOYMENT ROSTER DeKalb County Contract Number: Project Name: Contractor: Date: Name Position: Start Date Hourly Rate of Pay Hired for this Project? (yes/no) Anticipated Length of Employment (Months) % of Time Dedicated to the Project Full or Part Time? (No. of Hours) Georgia County of Residency WorkSource DeKalb (WSD) is an EEO/M/F/D/V employer/program. Auxiliary aids/services are available upon request to individuals with disabilities. Persons with hearing impairments may call 1‐800‐255‐0135 or 711 TTY for assistance. WSD is 100% funded by the U. S. Department of Labor and is a proud partner of the American Job Center Network. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 40 of 125 ATTACHMENT I CERTIFICATE OF CORPORATE BIDDER I, (insert name of the Corporate Secretary), certify that I am Secretary of the corporation named as Bidder herein, same being organized and incorporated to do business under the laws of the State of _____; that _________________________ (insert name of individual signing the Bid) who executed this Bid on behalf of the Bidder was, then and there, (insert title of individuals signing the Bid) and that said Bid was duly signed by said officer for and on behalf of said corporation, pursuant to the authority of its governing body and within the scope of its corporate powers. I further certify that the names and addresses of the owners of all outstanding stock of said corporation as of this date are as follows: This day of , 20 . By:______________________________(Corporate Seal) Secretary ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 41 of 125 ATTACHMENT I CERTIFICATE OF AUTHORITY – JOINT VENTURE (Separate Certificate to be submitted by each joint venture partner) I, ,(1) certify that: 1. I am the ________(2) of __________________________,(3) (hereinafter “Venturer”); 2. Venturer is a partner and participant in the joint venture having submitted the Invitation to Bid or Request for Proposal No. _______________________ for _______________________________________________(insert Project Name); 3. Venturer is organized and incorporated to do business under the laws of the State of ___________; and 4. Said Invitation to Bid or Request for Proposal No.________________ was duly signed by said officer for and on behalf of said Venturer and the Contractor pursuant to the authority of the governing body of each and within the scope of its corporate powers. I further certify that the names and addresses of the owners of all the outstanding stock or ownership interest in Venturer as of this date are as follows: _______________________________________________________________________ _______________________________________________________________________ _______________________________________________________________________ This day of , 20 . By:_________________________________ Signature of Person Executing Certification INSTRUCTIONS FOR COMPLETION OF THIS CERTIFICATE: 1. Name of secretary (if Venturer is a corporation), or Manager or CEO (if Venturer is a LLP) of Venturer. 2. Title of person executing Certification. 3. Name of joint venture partner. COPY THIS FORM AND SUBMIT SEPARATE CERTIFICATES FOR EACH JOINT VENTURE PARTNER WITH THE BID OR PROPOSAL. ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 42 of 125 ATTACHMENT J BIDDER’S AFFIDAVIT OF COMPLIANCE WITH O.C.G.A. §13-10-91 By executing this affidavit, the undersigned verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating affirmatively that the Bidder submitting a Bid to DEKALB COUNTY, GA, a political subdivision of the State of Georgia, has registered with and is participating in a federal work authorization program, commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91, as amended. The undersigned further verifies that it will continue to use the federal work authorization program for the Contract Term, and it will only contract with Subcontractors who have registered for the federal work authorization program. The undersigned hereby attests that its federal work authorization user identification number and date of authorization are as follows: _____________________________________________ Federal Work Authorization User Identification Number _________________________________ Date of Authorization _____________________________________________ Name of Contractor _____________________________________________ Name of Project _____________________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ______, ___, 20__ in ________________(city), ______(state). By:_________________________________ Signature of Authorized Officer or Agent ____________________________________________ Printed Name and Title of Authorized Officer or Agent Subscribed and Sworn before me on this the ____ day of ______________, 20__. _________________________________ NOTARY PUBLIC My Commission Expires:_________________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 43 of 125 ATTACHMENT K STATE OF GEORGIA COUNTY OF DEKALB CONTRACTOR AFFIDAVIT AND OATH OF SUCCESSFUL BIDDER Personally appeared before me, the undersigned officer, duly authorized to administer oaths,_________________________,(insert name), who, after being duly sworn, deposes as follows: I,_____________________________, (insert name), am a competent adult, and I have personal knowledge of the facts set forth in this Affidavit and Oath which I make for any lawful use or purpose. I,____________________________(insert name) swear or affirm that I have not prevented or attempted to prevent competition in bidding or submitting a proposal for this Project by any means whatsoever. I swear or affirm that I have not prevented or endeavored to prevent anyone from making a Bid for this Project by any means whatsoever, I swear I have not caused or induced any other person to withdraw a Bid for this Project. I swear or affirm that I have not violated O.C.G.A. §36-91-21(d) in any way, directly or indirectly. I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on _____________ ___, 20__ in __________________(city), ______(state). By:_________________________________ Signature ____________________________________ Print Name of Affiant ____________________________________ Print Title of Affiant Subscribed and Sworn before me on this the ______ day of ______________, 20______. ___________________________________ NOTARY PUBLIC My Commission Expires: ________________________________ ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 44 of 125 REQUIRED DOCUMENTS CHECKLIST Bidder shall complete and submit the following documents with their bid: Bid Page No. Title Check This Box If Included With Bid 3 Bid Acknowledgement Form* 7 Business License* 8 General Contractor’s License* 8 Licenses* (Fire Suppression, LVLTC, M,E,P, et al)* 17-20 Bid Price Form* (separate, sealed envelope) 21-22 Bid Bond Form* (separate, sealed envelope 23 Contractor Reference and Release Form* 24 LSBE SubContractor Reference and Release Form** 23 LSBE Subcontractor Reference and Release Form, if applicable** 26 Contractor Affidavit* 27 Subcontractor Affidavit, if applicable** 28-36 LSBE - Exhibits A and/or B of Attachment G* 37-40 First Source Jobs Acknowledgement Forms 41-42 Certificate of Corporate Bidder / Joint Venture* (select one) 43 Bidder’s Affidavit of Compliance* 44 Contractor Affidavit and Oath of Successful Bidder* 45 Required Documents Checklist* 71-125 Any Exceptions to the County’s Contract* if applicable *If these mandatory forms are not completed and submitted with the bid, the bidder will be deemed non-responsive. **These forms are applicable if a subcontractor will be utilized to fulfill the requirements of this contract. If these forms are applicable, they must be completed and submitted with the bid. Failure to submit these forms, will result in the bidder’s bid being deemed non-responsive. I, the undersigned, acknowledge that I have included the requested documents as listed above. ___________________________________ Printed Name __________________________________ ________________________________ Signature Title Dekalb County Department of Public Safety Police Academy PAT Facility Scope of Work Description The Police Academy PAT Facility will create a permanent indoor facility for year-round physical training and testing of new recruits. It will be located in the old school at 2484 Bruce Street in Lithonia where the East DeKalb senior center was located prior to building the new center across the street. Work entails conversion of a large meeting room and stage into a single space to create a PAT Room for training and testing of recruits. This is a very simple project. The scope of work for the renovation includes: • Demolition of the stage and modification of the area around it into a single space • Removal of all kitchen equipment and conversion of the kitchen into a storage area • Upgraded wall finishes • Installation of a cushioned, but durable floor finish • New ceiling tiles and lighting • Electrical and fire protection upgrades • Upgrade the existing windows with energy-efficient, insulated units The purpose of the new facility is to create a permanent home for the Academy’s Physical Ability Test (PAT) course which measures 50’ X 55’ (2,750 SF). The course layout is shown below. The PAT course and equipment is presently housed in a remote facility in the Bouldercrest area on a temporary basis while construction of the new facility is in progress. EXHIBIT 1 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 46 of 125 General Symbols List ?? Centerline Keynote 1. Ceiling Lighting Fixture Lithonia 2VTL4R 50L ADP EZ1 LP835 Volumetric Recessed Lighting 2'x4' 2. Emergency/Exit Light Fixture Sure-Lites Model APCH7RSQ 120V-277V, 3-Watt, LED 3. Drinking Fountain Elkay Enhanced EZH2O Bottle Filling Station & Single ADA Cooler Filtered Refrigerated Light Gray Model LZS8WSLP 4. Wall Paint Sherwin Williams Superpaint Interior Acrylic Latex Satin Finish Color SW7104 Cotton White (or approved equal) 5. Ceiling Grid Paint (Existing Grid Paint) Sherwin Williams Interior Acrylic Latex SW 7005 Pure White 6. T-1 Flooring to be U.S. Rubber Sportfloors Recycled Interlocking Mats Confetti Series Flooring; 5/16" Thick (8mm) Friction Coefficient .084-.090 meets 12mm Square Interlocking Tiles Full extent of Room 101 (only). 7. Ceiling Tile Specification 2' x 2' Drop-In Tile to match Building Standard Bid Alternate Specification 1. New flooring T-2 to replace existing tile flooring; to be Armstrong Flooring 18" x 18" LVT (Luxury Vinyl Tile) or approved equal. Install per manufacturer's instructions. Product Specifications Sheet Index G-001 G-002 AD-101 AD-102 A-101 A-102 A-103 E-101 E-102 E-103 E-104 Building Department & Project Information Bid Alternate Demolition Plan Reflected Ceiling Demolition Plan Construction Plan Electrical Plan Reflected Ceiling Plan Electrical Engineering Plan Power Plan Lighting Plan Schedules & Notes General Notes 1 All contractors and Subcontractors shall follow the DeKalb County Facilities Management Construction Start-up Procedures and all orther site regulations, restrictions and requirements. All contractors and subcontractors shall disseminate this information to all project staff, employees or representatives visiting the site and all site personnel. ▪ At the beginning of the project: Visit the job site ahead of time to review the scope of work, become familiar with jobsite parameters and limitations, determine ease of access, etc. ▪ Before any work commences, please make sure that any set of plans, drawings, shop drawings, etc. that you will be working from is fully coordinated with the on-site permit-approved (if required) construction documents that the General Contractor is working from. If that requires direct coordination with the site superintendent or General Contractor Project Manager, it will be the sub- contractor’s or vendor’s responsibility to make such arrangements. ▪ Before your site visit, please notify the job site superintendent and/or General Contractor Project Manager ahead of time that you will be visiting the job site. ▪ When you visit the site, please check in with the site superintendent and/or General Contractor Project Manager. ▪ Every person working on the job should conduct themselves appropriately and professionally, work cooperatively with all other tradespersons on the job and follow the directions given by the job site superintendent and/or General Contractor Project Manager. 2. Unless otherwise noted, the contractor and subcontractors shall provide and install all materials and perform all functions necessary to complete the scope of work indicated in these documents. 3. All penetrations in slabs or fire-rated partitions are to be firesafed as required to maintain required rating. The general contractor is to permanently identify all fire rated walls required to have protected openings including corridor walls and smoke stop partitions by installing permanent signage or stenciling in concealed spaces as may be required by current codes. 5. Dimensions shown on partition plans are to finished face of wall unless noted otherwise. All 'hold' dimensions are taken from finished face of partition to finished face of partition unless otherwise noted. 6. Through penetrations of fire-resistance-rated horizontal assemblies shall be protected in accordance with IBC Section 712.4.1.1.2 as adopted by the State of Georgia. Penetrations in a single concrete floor by steel, ferrous or copper conduits, pipes, tubes and vents with a maximum 6" nominal diameter shall be provided with concrete, grout or mortar installed the full thickness required to maintain the fire-resistance rating. electrical outlet boxes of any material are permitted provided that such boxes are tested for use in fire-resistance-rated assemblies and installed in accordance with the tested assembly. GENERAL DEMOLITION NOTES 1. Demolition work that creates disturbing noise or odors must be coordinated and scheduled with the building owner/management and may be performed during off-hours as required. Any overtime costs for such work are to be borne by the contractor. 2. The contractor shall be responsible for the removal and disposal of all debris and equipment as indicated from within the space. 3. The contractor is responsible for the proper protection of all existing items to remain. The contractor is to repair and/or replace any damage to existing items to remain or to surrounding areas as required. All items shall be thoroughly cleaned at end of project. 4. The contractor shall prepare the slab as required to receive new finishes. Skim coat or prep all existing wall surfaces to remain as required to receive new finishes. 5. Remove all doors and frames as indicated in such a manner as to minimize damage for possible reuse. Doors and frames may be reused as indicated. 2 Layers 5/8" Type X Gypsum Wallboard Existing Concrete Masonry Unit wall 5 1/2" Metal Stud 1 Layer 5/8" Type X Gypsum Wallboard Metal Head Track Metal Floor Track Underwriters Laboratory Rated 1 Hour, UL U419 Partition Insulation Partition Detail - Wall Type 1 nts Project Information 1. Project Location 2484 Bruce Street Lithonia, GA 30058 2. Site Zoning: OI Office Institution 3. Project Type: Interior Alteration 4. Building Type: Type IIB 5. Occupancy: Assembly No Change of Occupancy Insert W8 x 18 steel lintel above door opening for support. Lintel to exceed opening width 8" each side. Patch each side flush with adjacent. Header Detail @ New Door 102 8" 8" These plans are copyrighted and are subject to copyright protection as an "architectural work" under Section 102 of the Copyright Act, 17 U.S.O. as amended December 1990 and known as the Architectural Works Copyright Protection Act of 1990. The protection includes but is not limited to the overall form, arrangement and composition of spaces and elements of design. Under such protection, unauthorized use of these plans, work or the building represented can legally result in the cessasion of construction or buildings being seized and/or monetary compensation to AXIS Infrastructure. It is a violation of the law for any person not acting under the direction of AXIS Infrastructure to alter any item contained within these drawings in any way. Do not reproduce these drawings without express consent of AXIS Infrastructure. Scale Date No. Issue Date 100% Scope Set100% Scope Set For Bidding OnlyFor Bidding Only Consultants 70 Mansell Court Suite 200 Roswell, GA 30076 678.395.4920 1/4" = 1'-0" G001 Building Department & Project Information Dekalb County PAT Facility January 19, 2023 2484 Bruce Street Lithonia, GA 30058 scale: 1/4" = 1'-0 1 100% Complete Set - For Bidding 3.13.23 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 47 of 125 23 Bid Alternate Provide new flooring T-2, Armstron Flooring 18" x 18" LVT (Luxury Vinyl Tile) or approved equal, in entry vestibule and interior corridors to extent of existing within immediate space (not beyond interior doors into adjacent spaces or corridors). Install per manufacturer's instructions. These plans are copyrighted and are subject to copyright protection as an "architectural work" under Section 102 of the Copyright Act, 17 U.S.O. as amended December 1990 and known as the Architectural Works Copyright Protection Act of 1990. The protection includes but is not limited to the overall form, arrangement and composition of spaces and elements of design. Under such protection, unauthorized use of these plans, work or the building represented can legally result in the cessasion of construction or buildings being seized and/or monetary compensation to AXIS Infrastructure. It is a violation of the law for any person not acting under the direction of AXIS Infrastructure to alter any item contained within these drawings in any way. Do not reproduce these drawings without express consent of AXIS Infrastructure. Scale Date No. Issue Date 100% Scope Set100% Scope Set For Bidding OnlyFor Bidding Only Consultants 70 Mansell Court Suite 200 Roswell, GA 30076 678.395.4920 1/8" = 1'-0" G002 Bid Alternate Dekalb County PAT Facility January 19, 2023 2484 Bruce Street Lithonia, GA 30058 Bid Alternate Prepare floor, provide and install new flooring T-2, 18" x 18" LVT (Luxury Vinyl Tile) by Armstrong Flooring (or approved equal; color to be determined) at entry vestibule and interior corridors to extent of existing within immediate space (not beyond interior doors into adjacent spaces or corridors). Install per manufacturer's instructions. Existing flooring to be removed in advance by owner under separate contract. 1/8" = 1'-0"1 Bid Alternate Bid Alternate 1 100% Complete Set - For Bidding 3.13.23 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 48 of 125 51 '-5 " 36 '-0 " 58'-2 5/8" 2 1 5 3 4 20'-8" 8' -6 1 /2 " 12 6 5 3 3 7 16 7 8 7 7 77 7 9 11 10 7 7 7 14 14 14 13 13 15 17 15 18 19 20 3 23 CMU Wall; Existing to Remain Gypsum Wallboard Partition; Existing to Remain Wall or Partition to be Demolished Demolition Symbol Legend Single Door Existing Single Door to be Demolished Single Door Existing Single Door to be Demolished Demolition Plan Sheet Notes 1 Carefully remove existing door and hollow metal door frame from existing partition; repair and store for reuse at new location per construction plan Door 101. Existing hardware to remain and reused. 2 Remove existing stage curtain, curtain track and hanging/mounting hardware; remove from construction area; store or discard as directed by owner. 3 Remove existing door, hardware and hollow metal frame. 4 Remove existing stairs and wall mounted handrail. 5 Remove existing handrail. 6 Remove existing stage and structure below flush with existing auditorium floor as indicated by hatched area. 7 Remove all existing freestanding, wall mounted, and ceiling-mounted kitchen equipment; cap existing plumbing, where occurs, at wall. Relocate all detached and loose kitchen equipment from construction area; store or discard as directed by owner. Remove any power receptacles, j-boxes, etc. that would interfere with the demolition of walls and ceiling in area. Remove wiring and associated conduits back to source. 8 Disconnect existing power pole back to electrical junction box; remove power pole. 9 Disconnect all electrical, mechanical and fire suppression equipment connected to existing cooking equipment exhaust hood. Remove all connections back to room source; cap at source. Remove all exhaust ductwork to ceiling penetration; cap and secure penetration. 10 Disconnect and remove existing fire suppression system; disconnect all electrical to source and alarms back to source; coordinate alarm notification system with owner. 11 De-energize/disconnect power for all electrical devices mounted on this wall. Conductors and conduits to be removed back to source. Remove all surface mounted conduit, wire, boxes and fastening devices as required. Electrical contractor shall trace all circuits in existing panels prior to demolition to ensure there are no critical circuit need to remain unaffected by demolition. Coordinate outcome with owner in the field. 12 De-energize/disconnect power for existing panel. Conductors and conduits to be removed back to source. Remove all surface mounted conduit, wire, boxes and fastening devices as required to avoid any interference with new construction. Store or discard panel as directed by Owner. Electrical contractor shall trace all circuits in existing panels prior to demolition to ensure there are no critical circuit needed remains unaffected by demolition. Coordinate outcome with owner in the field. See also Sheet A102. 13 Remove existing wall mounted exit signs above door (to be replaced with similar new). 14 Cap all floor drains at kitchen. 15 Remove existing window blinds and mounting hardware all windows. 16 Existing wall mounted hand sink to remain. 17 Existing wall mounted water fountain to be removed; retain plumbing and power connections for new code-compliant water fountain (see Specifications Sheet G001). 18 Remove existing upper and lower cabinets. 19 Existing wall tile to remain. 20. Remove existing single panel hollow metal door and frame; shore wall opening for demolition to widen opening for installation of new hollow metal double panel door and frame to match existing. 21. Remove all existing ceiling tile throughout; grid to remain (at stage area and auditorium). 22. Disconnect and remove all existing ceiling grid mounted light fixtures; electrical supply to remain for connection to new fixtures. 23. Demolish and remove existing free-standing walk-in Refrigeration and Freezer Module and connecting enclosure. Existing floor slab to remain. These plans are copyrighted and are subject to copyright protection as an "architectural work" under Section 102 of the Copyright Act, 17 U.S.O. as amended December 1990 and known as the Architectural Works Copyright Protection Act of 1990. The protection includes but is not limited to the overall form, arrangement and composition of spaces and elements of design. Under such protection, unauthorized use of these plans, work or the building represented can legally result in the cessasion of construction or buildings being seized and/or monetary compensation to AXIS Infrastructure. It is a violation of the law for any person not acting under the direction of AXIS Infrastructure to alter any item contained within these drawings in any way. Do not reproduce these drawings without express consent of AXIS Infrastructure. Scale Date No. Issue Date 100% Scope Set100% Scope Set For Bidding OnlyFor Bidding Only Consultants 70 Mansell Court Suite 200 Roswell, GA 30076 678.395.4920 As indicated AD101 Demolition Plan Dekalb County PAT Facility January 19, 2023 2484 Bruce Street Lithonia, GA 30058 1 100% Complete Set - For Bidding 3.13.23 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 49 of 125 2 2 2 2 1 1 5 7 6 4 2 3 3 3 2 3 3 3 s s s ss s 1 1 5 3 e e e e eee e e e Reflected Ceiling Plan Symbol Legend 2' x 2' Ceiling Grid (existing to remain or new) Wall Mounted Single Light Switch Wall Mounted Double Light Switch Wall Mounted Exit Sign Air Supply Device P Fire Alarm Strobe Speaker, Suspended from deck above or ceiling mounted S Smoke and Carbon Monoxide Detector, Suspended from deck above or ceiling mounted Existing 2' x 4' Ceiling Light Fixture to be removed New 2' x 4' LED Ceiling Light Fixture Existing 2' x 2' Ceiling Grid to be removed Existing 2' x 4' Ceiling Light Fixture to remain, remove existing lens e Reflected Ceiling Plan Demolition Notes 1 Remove all existing ceiling tile throughout, 2 Remove existing wall mounted light switch device; to be replaced with new double wall mounted light switch at code compliant height. 3. Remove existing smoke or carbon dioxide detector. Wiring to enunciator panel to remain for possible reuse to new code compliant device(s). 4. Disconnect and remove all existing ceiling grid mounted light fixtures; electrical supply to remain for connection to new replacement fixtures. 5. Existing suspended ceiling grid this room to remain. 6. Remove existing suspended ceiling tiles and grid this room/corridor. Note: Existing air devices to remain this area to be modified for relocation into new ceiling at height to match adjacent. If supply is not within adjacent auditorium, disconnect from existing to reconnect to auditorium air supply within Assembly area. 7. Existing air devices to remain. Existing ductwork to existing devices to remain. Modify ductwork to extend/connect to new air device locations as shown on Sheet A103 Addendum to follow after ceiling tiles have been removed and ductwork inspected for modifications and possible relocations). Methods and materials to match existing. These plans are copyrighted and are subject to copyright protection as an "architectural work" under Section 102 of the Copyright Act, 17 U.S.O. as amended December 1990 and known as the Architectural Works Copyright Protection Act of 1990. The protection includes but is not limited to the overall form, arrangement and composition of spaces and elements of design. Under such protection, unauthorized use of these plans, work or the building represented can legally result in the cessasion of construction or buildings being seized and/or monetary compensation to AXIS Infrastructure. It is a violation of the law for any person not acting under the direction of AXIS Infrastructure to alter any item contained within these drawings in any way. Do not reproduce these drawings without express consent of AXIS Infrastructure. Scale Date No. Issue Date 100% Scope Set100% Scope Set For Bidding OnlyFor Bidding Only Consultants 70 Mansell Court Suite 200 Roswell, GA 30076 678.395.4920 As indicated AD102 Reflected Ceiling Demolition Plan Dekalb County PAT Facility January 19, 2023 2484 Bruce Street Lithonia, GA 30058 1 100% Complete Set - For Bidding 3.13.23 ITB - 23101568, Police Academy Physical Ability (PAT) Facility Page 50 of 125

1300 Commerce Drive Decatur, GA 30030Location

Address: 1300 Commerce Drive Decatur, GA 30030

Country : United StatesState : Georgia

You may also like

Public Safety Training Equipment

Due: 23 Mar, 2026 (in 23 months)Agency: Sourcewell (formerly NJPA)

Public Safety Training Equipment

Due: 23 Mar, 2026 (in 23 months)Agency: Sourcewell (formerly NJPA)

Please Sign In to see more like these.

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