Holly Springs Corridor Improvements

expired opportunity(Expired)
From: Cobb(County)
B2303

Basic Details

started - 16 Sep, 2022 (19 months ago)

Start Date

16 Sep, 2022 (19 months ago)
due - 13 Oct, 2022 (18 months ago)

Due Date

13 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
B2303

Identifier

B2303
Cobb County

Customer / Agency

Cobb 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.

COBB COUNTY DEPARTMENT OF TRANSPORTATION 1890 County Services Parkway Marietta, Georgia 30008-4014 (770) 528-1600 • Fax: (770) 528-1601 REQUEST FOR PROPOSALS Date: September 16, 2022 To: Qualified Engineering Consulting Firms Re: Request for Proposals for Engineering Consulting Services Holly Springs Road Corridor - Roadway Improvements Cobb County Project No. B2303 The Cobb County Department of Transportation is requesting non-cost technical proposals for Engineering Consulting Services for the above referenced projects. Selection Process 1, Competitive Negotiations, as defined in the Cobb County Policy for the Procurement of Professional Services, will be used to select the highest qualified consultant submitting a proposal for this project. A copy of the Procurement Policy can be found on the Cobb County Department of Transportation website (
target="_blank">https://www.cobbcounty.org/transportation/policies- permitting/procurement-bidding). The current funding for this project is from the 2022 One Percent Special Purpose Local Option Sales Tax and is therefore exempt from conforming to the Georgia Department of Transportation’s Plan Development Review Process. All engineering services shall be in accordance with Cobb County Department of Transportation’s Pre-Construction Process and Procedure Manual, applicable guidelines of the American Association of State Highway and Transportation Officials, Georgia Department of Transportation’s (GDOT) Standard Specifications for the Construction of Transportation Systems, GDOT’s Plan Presentation Guidelines, Project Schedules, and any other applicable Cobb County Department of Transportation guidelines. All project deliverables must be submitted to Cobb County Department of Transportation for review and approval. PREQUALIFICATION CRITERIA All Consultants, including subconsultants, should be pre-qualified with GDOT OR Cobb County Department of Transportation. Prequalification with GDOT is accepted as prequalification with Cobb County, and no additional submission is necessary. For those firms without GDOT prequalification, Cobb County Department of Transportation prequalification is required. Additionally, prequalification will be required prior to contract award but not prior to proposal submittal. Prime Consultant - Area Class Required: 3.01 Rural Roadway Design 3.02 Urban Roadway Design https://www.cobbcounty.org/transportation/policies-permitting/procurement-bidding https://www.cobbcounty.org/transportation/policies-permitting/procurement-bidding Request for Proposals Holly Springs Road Corridor - Roadway Improvements September 16, 2022 Page 2 of 7 Prime Consultant and/or Subconsultants - Area Class Required: 1.06(b) History 1.06(e) Ecology 1.06(f) Archeology 1.07 Attitude, Opinion and Community Value Studies (Public Involvement) 3.06 Traffic Operations Studies 3.07 Traffic Operations Design 5.01 Land Surveying 5.02 Engineering Surveying 6.01(a) Soil Survey Studies 9.01 Erosion Sedimentation and Pollution Control Plan Consultants shall submit a summary form (example provided in Exhibit I) which details the required area classes for the Consultant and all subconsultants. The Consultant and subconsultants must meet all required area classes. PROJECT COMMUNICATION RESTRICTION Consultants shall not communicate or request information about this project with any Cobb County employee staff members or Board of Commissioners members except during the written question/comment period, or as provided by any existing consultant agreement/s. This restriction is in effect beginning from the advertisement date until the project is awarded by the Board of Commissioners. PROJECT LIMITS AND OVERVIEW The project includes roadway and traffic operational improvements on Holly Springs Road beginning at Old Canton Road and ending at Sandy Springs Road. The improvements will include, but not limited to, intersection operational improvements, turn-lanes, raised medians, sidewalks, and drainage improvements. The selected Consultant will complete a traffic study and recommend improvements along the corridor. Additionally, the Consultant will produce final stamped plans for the improvements approved by the County. Consultants are encouraged to include value-added benefits into their approach for this proposal including but not limited to measures resulting in cost savings, reduction in right-of-way impacts, avoidance of utility impacts, and designs to reduce long term maintenance. PRE-PROPOSAL CONFERENCE A non-mandatory Pre-Proposal Conference will be held virtually via WebEx at 9:30 a.m. on September 27, 2022. Registration is not required but all are invited to join the meeting at https://cobbcounty.webex.com/cobbcounty/j.php?MTID=mdb2c76d6a2c545a5ab181682f8f91fcb. GENERAL SCOPE OF SERVICE Engineering Consulting Services shall be furnished in accordance with the Cobb County Department of Transportation’s Consultant Services Agreement, the current Pre-Construction https://cobbcounty.webex.com/cobbcounty/j.php?MTID=mdb2c76d6a2c545a5ab181682f8f91fcb Request for Proposals Holly Springs Road Corridor - Roadway Improvements September 16, 2022 Page 3 of 7 Process and Procedure Manual (located at https://www.cobbcounty.org/transportation/policies- permitting/design), and the Cobb County Water System’s Water and Sewer Specifications. Services sought by this Request for Proposal shall include the following: A. Concept B. Survey Database C. Environmental Document D. Preliminary Plans E. Right of Way Plans, F. Final Design Plans G. Construction Services The proposer will be responsible for preparing utility plans. However, Cobb County DOT Utility Coordinator will be responsible for utility coordination/submittals, relocation agreements, and encroachment agreements. Water and sewer work on this project will be coordinated with the Cobb County Water System. Cobb County Water System will be responsible for all design work to their facilities. The consultant will be responsible for incorporating the water and sewer plans into the final construction plan set, and the appropriate pay items and quantities into the detailed estimate and bid documents. The ability to perform water and sewer work is not considered in the proposal evaluation process. Cobb County Department of Transportation will make available the County Geographic Information System (GIS) data specific to this project for use in developing the concept and design to the successful proposer after the contract for this project is awarded. Firms desiring to use Cobb County aerial photography in the preparation of their proposals can view and/or print copies of the photography from the online GIS website at https://www.cobbcounty.org/gis, or can purchase the data from the Cobb County GIS Core Group. PROPOSAL FORMAT / SUBMITTING PROCEDURES If your firm is interested in submitting a non-cost technical proposal for this project, please provide one (1) electronic copy (on a thumb or flash drive) and eight (8) copies (1 original and 7 copies are acceptable) of the technical proposal as indicated below. The technical proposal shall cover the following and be formatted in the listed order: 1) Staffing, 2) Experience and Performance, 3) Approach, 4) Availability, and 5) Financial Stability. Additionally, all addendum acknowledgement forms are to be signed and included in the proposal. See the “Evaluation Criteria” section of this RFP for information to be included for each of these criteria areas. The technical proposal shall be limited to twenty (20) pages. Proposals submitted in excess of twenty (20) pages will not be reviewed. The following items will be considered part of the twenty (20) page limit: cover letter, resumes, promotional information, drawings or illustrations (i.e. typical sections), maps, reference letters, proposed concepts, pictures, project information sheets, and litigation history. Litigation History is only required for the Prime Firm. An 11" x 17" page folded to 8-1/2" x 11" will count as one page up to a maximum of five (5) 11" x 17" pages per proposal. The following items DO NOT count toward the twenty (20) page limit: proposal cover, addendum, table of contents, dividers, financial stability information, area class table, evidence of compliance with Georgia security and immigration compliance act, contractor affidavit & agreement, subcontractor affidavit & agreements, and immigration compliance certifications. https://www.cobbcounty.org/transportation/policies-permitting/design https://www.cobbcounty.org/transportation/policies-permitting/design https://www.cobbcounty.org/gis Request for Proposals Holly Springs Road Corridor - Roadway Improvements September 16, 2022 Page 4 of 7 The technical proposals shall be sealed in an envelope or box with your firm’s name and “PROPOSAL FOR HOLLY SPRINGS ROAD CORRIDOR – ROADWAY IMPROVEMENTS, PROJECT NO. B2303” clearly marked on the front. Pre-Proposal Conference September 27, 2022 at 9:30 a.m. (Virtual Meeting) (non-mandatory) Deadline for Written Questions October 7, 2022, 12:00 p.m. (Noon) Email: Purchasing@cobbcounty.org Proposal Submittal October 13, 2022, 12:00 p.m. (Noon) Cobb County Purchasing 122 Waddell Street Marietta, GA 30060 Proposal Opening October 13, 2022, 2:00 p.m. Cobb County Purchasing 122 Waddell Street Marietta, GA 30060 Proposals submitted after the 12:00 Noon deadline shall be considered non-responsive and will not be opened. DO NOT DELIVER PROPOSALS TO THE COBB COUNTY DEPARTMENT OF TRANSPORTATION OFFICE. EVALUATION CRITERIA The technical proposals will be evaluated and ranked, with the three top-ranked proposals presented to the Board of Commissioners for approval for the Cobb County Department of Transportation to negotiate the final scope of services and fee with the Consultant submitting the top-ranked proposal. The evaluation of the technical proposals shall include the following criteria: 1. Staffing – Evaluation of the list of personnel specifically assigned (prime and subconsultants) to the proposed project, including their qualifications, overall experience and recent experience on projects of similar scope and complexity to the proposed project. (25 points) 2. Experience/Performance – Review of past performance on Cobb County projects or other projects of similar nature and complexity as the proposed project; evaluation of client references whether included in the proposal response or not; evaluation of litigation history for the past five (5) years, including for each case: style of the case, parties to the litigation, court in which litigation was filed, and civil action number; nature of claims; whether the case is pending or resolved, and, if resolved, the date of and manner in which it was resolved (e.g., relief granted by court, settlement by or among parties, dispositive motion, trial verdict); overall responsiveness to County’s needs. (25 points) 3. Approach – Evaluation of the overall understanding of the scope of the proposed project; completeness, adequacy and responsiveness to the required information of the request for proposals or request for qualifications. (35 points) 4. Availability – Evaluation of the work load of the proposing firm and the staffing to be assigned to the proposed project; proposed project schedule; time schedule of the proposer in relation to Request for Proposals Holly Springs Road Corridor - Roadway Improvements September 16, 2022 Page 5 of 7 that of the proposed project location of the offices or facilities from which the services are to be provided to the County. (10 points) 5. Financial Stability – Financial Stability of the top proposer(s) will be evaluated by the Finance Department in the following areas: Liquidity Ratios (1 point); Financial Leverage Ratios (2 points); Profitability Ratios (1 point); and whether an audited or reviewed Financial Statement is submitted with the Proposal (1 point). A maximum of 5 points may be awarded. Proposers who receive a score of 2 points or less will not be considered for award. Finance will notify the Purchasing Department of points to be awarded to each proposer. (5 points) The Proposer is to submit the following ratios (accompanied by a letter from a CPA verifying review of financial ratios), which will be used to rank Financial Stability: Financial Evaluation of Bidder Liquidity Ratios Current Ratio Current Assets/ Current Liabilities Cash Ratio 1 Cash and Cash Equivalents / Current Liabilities Financial Leverage Ratios Debt Ratio Long Term Debt / Total Assets Debt to Equity Ratio 2 Long Term Debt / Total Equity Profitability Ratios Return on Assets Net Income / Total Assets Return on Equity 1 Net Income / Total Equity Audited or Reviewed 1 Total Points 5 GENERAL TERMS The successful proposer shall be required to sign as part of the terms and conditions of their being engaged by the County the following statements regarding Conflict of Interest, Contingency Fees, and Certification of Subcontractors: A. CONFLICT OF INTEREST -The Consultant certifies that, to the best of the Consultant’s knowledge, no circumstances exist which will cause a Conflict of Interest in performing the services required by this contract, that no employee of the County, nor any member thereof, nor any public agency or official affected by this Agreement, has any pecuniary interest in the business of the Consultant or his Subcontractor(s), and that no person associated with the Consultant or the Consultant’s Subcontractor(s) has any interest that would conflict in any manner or degree with the performance of the Agreement. Should the Consultant become aware of any circumstances which may cause a Conflict of Interest during the term of this contract, the Consultant shall immediately notify the County. If Request for Proposals Holly Springs Road Corridor - Roadway Improvements September 16, 2022 Page 6 of 7 the County determines that a Conflict of Interest exists, the County may require that the Consultant take action to remedy the Conflict of Interest or terminate the agreement without liability. The County shall have the right to recover any fees paid for services rendered by the Consultant which were performed while a Conflict of Interest existed if the Consultant had knowledge of the Conflict of Interest and did not notify the County within one (1) week of becoming aware of the existence of the Conflict of Interest. B. PROHIBITION AGAINST CONTINGENT FEES – The Consultant warrants that the Consultant nor the Consultant’s Subcontractor(s) have not employed or retained any company or person other than a bona fide employee working solely for the consultant or Subcontractor(s) to solicit or secure this Agreement and that the Consultant nor the Consultant’s Subcontractor(s) have not paid or agreed to pay any person, company, corporation, individual, or firm other than a bona fide employee working solely for the Consultant or the Consultant’s Subcontractor(s) any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award of this Agreement. For any breach or violation of this provision, the County shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment, or consideration. C. CERTIFICATION OF SUBCONTRACTORS. The Consultant shall require each of the Consultant’s Subcontractor(s) to sign a statement certifying to and agreeing to comply with the terms and conditions of A. and B. above. Such signed statements shall be on forms provided by the County. The Consultant shall return such executed forms to the County and they shall be incorporated in and become a part of the Agreement. No compensation shall be payable to the Consultant until executed certifications are received by the County for all of the Consultant’s Subcontractors. The Cobb County, Georgia, Department of Transportation, in accordance with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d—42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin, disability, or age in consideration for an award. The Consultant and their subcontractor(s) are required to be in compliance with the "Georgia Security and Immigration Compliance Act." The Consultants must execute and submit Evidence of Compliance, Contractor Affidavit and Agreement, Subcontractor Affidavit and Agreement, if applicable, and Immigration and Compliance Certification forms (attached) as part of their proposal. Disadvantaged Business Enterprise (DBE) Participation in all DOT contracts is encouraged. Contractors must submit a DBE participation report to the County prior to beginning work on a project and a final DBE report must be submitted at the end of a project. Monthly DBE reports must be submitted with each monthly invoice. Any subsequent changes and/or substitutions of DBE firms from the original DBE Participation Schedule must be submitted and approved by the County in advance. DBE firms must be certified with the Georgia Department of Transportation's Equal Employment Opportunity office. Like DBE, Small Business Participation is strongly encouraged in all DOT contracts. No Small Business reports are currently required; however, this is subject to change at the County’s discretion. Request for Proposals Holly Springs Road Corridor - Roadway Improvements September 16, 2022 Page 7 of 7 Cobb County reserves the right to reject any or all proposals submitted, or, where it may serve the best interest of the County, to request additional information or clarification from proposers. The County, in its sole discretion, also reserves the right to waive any informalities or technicalities relative to any and all proposals. At the County’s discretion, presentations may be requested as part of the evaluation process. The County reserves the right to retain all proposals submitted, and to use any idea in any proposal regardless of whether the proposal is selected. There is no expressed or implied obligation for Cobb County to reimburse any firm for any expense incurred in preparing or presenting a proposal in response to this request for proposals. Any questions must be received no later than Friday, October 7, 2022 by 12:00 p.m. All questions should be sent via email to Purchasing@CobbCounty.org. DO NOT CONTACT OR SEND QUESTIONS TO COBB COUNTY DEPARTMENT OF TRANSPORTATION. Sincerely, COBB COUNTY DEPARTMENT OF TRANSPORTATION Rustavius Ford, PE Pre-Construction Engineer Attachment(s): Project Location Map Exhibit I - Area Class Summary Example Attachment A – Georgia Security and Immigration Compliance Act Forms Cc: Drew Raessler, P.E., Director CCDOT (electronic copy) Michael Francis, Transportation Division Manager CCDOT (electronic copy) James Hudgins, Project Manager CCDOT (electronic copy) Purchasing (electronic copy & hard copy) Project File Rustavius Ford Digitally signed by Rustavius Ford Date: 2022.09.16 12:40:10 -04'00' 5 5 5 Æc Ñ̈ $ Se we ll Cr ee k Sewell Creek Rubes Creek Salem Dr M itch e l l Rd Sax on y G l n O a k V il l ag e Pl W en dl oc k D r Wellington Dr Eva L e e C t A ls t o n D r O akrill Rd La tig o Ct Camata Pl Su m t e rL ak e Dr R un ning Ceda r D r Holly Ridge Cir Arabian Dr W en dy L n C amata W ay O ak ril l P t El le ry W ay Fi e l d C r e ek Ct G eo rge town Pl H am p to n Pa rk Dr Wendwood Dr Alberta Ln W oodleafW ay Harvest Way Idlewood Dr O a k rill C t W en dg at e D r K od ia k C t Ge ld in g Ln P on ds id e Pl B ullR un Ct Nalley Ct Ra ng er sGate B uc k D r St on e y B ro ok Ln Fox Tail Ct P ope M a norW ay M ur do ck R d P l a in s W a y Holly Oaks Dr Gre enc astle Chse D aniel l e Ct Tho ma sh ire Trce Forest Highl a nd s Dr Ge ldi ng C t Sp e a r P oi nt Tr l S till broo k P ass S pear Point Dr Warwick Dr Prince Howard Dr Idl ew oo d C t L ake Ovl Riderwood Ln Tim be r B lu f fD r M ar ne il D r Ba rnhill Dr No rm an dy C t Ma rie Ct Anthony Ln St ac y C t Woodlake Ct Missbach Ct Ti m be r l in e R d Kings Walk Ave Bl an to n C t Oakrill Rd Wolf Claw Ct B row n s tone Ct C astle G a te Ct Oak Hill Dr In tr e p id Cl se Cedar BluffDr Intrepid Cut Gr oun d Pi ne D r Ch es tn ut C re e k D r Village Dr Branford Ct Tw in La ke s Way Earl Dr Carol Dr Barb a r a L n W oo df er n D r B ar ba ra L n Holly P o i nte Ct La kefrontCt Tw in La ke sD r Howard Dr Normandy Cir Tim be rm ill Dr Peti te Forest D r Arabian Pl West Bridge Pl Lange C t Sandy Dr Pos t O ak D r S t Andrews Way Mi tch el l R d Ca pr io l e D r Wendview Ln W at er W he e l C t Pa th vi ew L n Cheshire Dr S lo an s W ay Ha rts to ne Dr M an ito ba LnPost Oak Ct Alberta Dr W en dw oo d C t C re ek P ar k D r R an ge rs G at e Sp ear Point Ct H ill P ar k C t Ca me lot Dr Tr itt L n S a n d y C t Arabia n T rl P a i ge He ights Ct W e n do v e r S t S age D r Ellsm ere Trce Plains Ct M ill in oc ke t R d Gra cewood Dr Pauls Way Arab ian C t Fr ankie Ln Barbara Ln C hr is to ph e r s C t AberdeenC t Ro ck Ri dg e R d Notty P i n e Tr l Wendton PlLondon Ct Prince H ow ard LnP rin ce H ow ar d Tr l Sa ra D r D ee p W oo ds W ay Ba lle w Ct G re yf ie ld Ct We ep ing Oak Trce W en dm ea d Pl Ch est nu t O aksDr Wistful Way Ro binson Oaks Way Princeton Ln Deerwood Trl Lu lw or th L n Hudson P o n d Ln Fr ed ri ck D r C yn th ia C t W al ke r D r K ar en L n Pr in ce H ow a r d W ay Sp en ce r s Tr ce SpencersTrce Ce d ar Fo r k s D rCedarF orks Dr Patten Dr Go rdy Pkwy Casteel Rd Ho lly Sp rin gs Rd Sand y Pla ins R d Post Oa k Tritt Rd M ur do ck R d Tr ic ku m R d Dav is R d Old CantonRd He m br ee Rd Goddard School Mountain View Elem Murdock Elem THE ART PLACE Mountain View Regional Library Cobb County Fire Station Number 14 Tim D. Lee Senior Center The Art Place-Mountain View LOCATION MAP Legend HollySpringsRoad... Ñ̈ Fire Station Æc Library $ Senior Services 5 Schools Cobb Parks PROJECT: Holly Springs Road Corridor - Roadway Improvements Project No. X2303 DATE: September 16, 2022 Notes: Commission District 2 and 3 Department of Transportation k 1 inch = 0.24 miles Ü Begin Project End Project Exhibit I - Area Class Summary Example The table below is a listing of area classes for this RFP. The Consultant shall complete the table (or one similar) to indicate the firm which meets each required area class. Area Class Number Area Class Description Prime Consultant Name Sub- Consultant #1 Name Sub- Consultant #2 Name Sub- Consultant #3 Name Sub- Consultant #4 Name Sub- Consultant #5 Name Sub- Consultant #6 Name Sub- Consultant #7 Name DBE (Y or N) => GDOT Prequalification Expiration Date=> Cobb County Prequalification Expiration Date=> 1.06(b) History 1.06(e) Ecology 1.06(f) Archaeology 1.07 Attitude, Opinion and Community Value Studies (Public Involvement) 3.01 Rural Roadway Design 3.02 Urban Roadway Design 3.06 Traffic Operations Studies 3.07 Traffic Operations Design 5.01 Land Surveying 5.02 Engineering Surveying 6.01(a) Soil Survey Studies 9.01 Erosion, Sedimentation and Pollution Control Plan (ESPCP) Preparation aaxaa ATTACHMENT A GEORGIA SECURITY AND IMMIGRATION COMPLIANCE FORMS AND AFFIDAVITS (TO BE COMPLETED AND SUBMITTED WITH PROPOSALS) 1. Evidence of Compliance with Georgia Security and Immigration Compliance Act – To be completed by Prime and each Subconsultant 2. Contractor Affidavit & Agreement - To be completed by Prime 3. Subcontractor Affidavit & Agreement - To be completed by each Subconsultant 4. Immigration Compliance Certification - To be completed by Prime and each Subconsultant EVIDENCE OF COMPLIANCE WITH GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT The County and Contractor agree that compliance with the requirements of O.C.G.A. Sec. 13-10-91 and Rule 300-10-1-.02 of the Rules of the Georgia Department of Labor are conditions of this Agreement for the physical performance of services. The Contractor represents that it employs: 500 or more employees; 100 or more employees; or fewer than 100 employees (Contractor must initial appropriate category). The Contractor further agrees that its compliance with the requirements of O.C.G.A. Sec. 13-10-91 and DOL Rule 300-10-1-.02 is attested to on the executed Contractor Affidavit and Agreement attached hereto as EXHIBIT A. If employing or contracting with any subcontractor(s) in connection with this Agreement, Contractor further agrees: (1) To secure from the subcontractor(s) such subcontractor(s)') indication of the employee-number category applicable to the subcontractor(s); and (2) To secure from the subcontractor(s) an affidavit attesting to the subcontractor's compliance with O.C.G.A. Sec. 13-10-91 and DOL Rule 300-10-1-.02; such affidavit being in the form attached hereto and referenced as EXHIBIT A-1; and (3) To submit such contractor affidavit(s) to the County when the subcontractor(s) is retained, but in any event, prior to the commencement of work by the subcontractor(s), (4) To submit to the County, such contractor and subcontractor affidavit(s) of “Immigration Compliance Certification,” EXHIBIT A-2, The failure of Contractor to comply with any of the requirements and procedures of the County (i.e. failure to timely supply required affidavits or compliance certification documents; failure to utilize federal work authorization procedures; failure to permit or facilitate audits or reviews of records by County or State officials upon request; and/or failure to continue to meet any of the statutory or County obligations) and to supply the affidavit of compliance at the time of execution of this Agreement and/or the failure of the Contractor to continue to satisfy the obligations of O.C.G.A. Sec. 13-10-91 and DOL Rule 300-10-1-.02 as set forth in this Agreement and during the term of the Agreement shall constitute a material breach of the Agreement and shall entitle the County to dismiss any general contractor or to require the dismissal of any subcontractor of sub/subcontractor (irrespective of tier) for failing to fully comply with these requirements and that upon notice of a material breach of these provisions, the Contractor shall be entitled to cure the breach within ten (10) days and provide evidence of such cure and in compliance with the terms of this Agreement and State law. Should the breach not be cured, the County shall be entitled to all available remedies, including termination of the contract, the requirement that a subcontractor be dismissed from performing work under the contract, and any and all damages permissible by law. SEE AFFIDAVIT ON THE FOLLOWING PAGE CONTRACTOR AFFIDAVIT & AGREEMENT (EXHIBIT A) This affidavit must be signed, notarized and submitted with any proposal requiring the performance of physical services. If the affidavit is not submitted with the proposal, proposal will be determined non-responsive and will be disqualified. By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10- 91, stating affirmatively that the individual, firm or corporation which is contracting with Cobb County, Georgia, has registered with, is authorized to use, and is participating in a federal work authorization program (an electronic verification of work authorization program operated by the U.S. Department of Homeland Security or any equivalent federal work authorization program operated by the U.S. Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA)). The undersigned contractor further attests that it will continue to use the federal Employment Eligibility Verification (EEV) work authorization program throughout the contract period. The undersigned further agrees that should it employ or contract with any subcontractor(s) or should its subcontractor(s) employ other subcontractor(s) for the physical performance of services pursuant to the contract with Cobb County, Georgia, the contractor or subcontractor will: (1) Notify the County within five business days of entering into a contract or agreement for hire with any subcontractor(s); (2) Secure from any subcontractor(s) and/or their subcontractor(s) verification of compliance with O.C.G.A. § 13-10-91 on the attached Subcontractor Affidavit & Agreement (EXHIBIT A-1) prior to the commencement of any work under the contract/agreement; (3) Secure from any subcontractor(s) and/or their subcontractor(s) a completed Immigration Compliance Certification (EXHIBIT A-2) prior to the commencement of any work under the contract/agreement; (4) Provide the subcontractor(s) with legal notice that Cobb County, Georgia, reserves the right to dismiss, or require the dismissal of, any contractor or subcontractor for failing to provide the affidavit and/or for failure to comply with the requirements referenced in the affidavit; (5) Maintain records of such compliance and provide a copy of each such verification to Cobb County, Georgia, at the time the subcontractor(s) is retained to perform such services or upon any request from Cobb County, Georgia; and (6) Maintain such records for a period of five (5) years. EEV (E-Verify) Program User ID Number EEV Program Date of Authorization ___________________________________ ____________________________ BY: Authorized Officer or Agent Contractor Business Name [Contractor Name] ___________________________________ ____________________________ Printed Name Date SWORN AND SUBSCRIBED BEFORE ME ON THIS THE ____ DAY OF ____________, 201_ _______________________________________ Notary Public Commission Expires: _______ (Effective 9/20/2013 Supersedes All Previous Versions) SUBCONTRACTOR AFFIDAVIT & AGREEMENT (EXHIBIT A-1) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13- 10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of Cobb County, Georgia, has registered with, is authorized to use, and is participating in a federal work authorization program (an electronic verification of work authorization program operated by the U.S. Department of Homeland Security or any equivalent federal work authorization program operated by the U.S. Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA)). The undersigned subcontractor further attests that it will continue to use the federal Employment Eligibility Verification (EEV) work authorization program throughout the contract period. The undersigned further agrees that should it employ or contract with any subcontractor(s) or should its subcontractor(s) employ other subcontractor(s) for the physical performance of services pursuant to the contract with Cobb County, Georgia, the undersigned subcontractor will: (1) Notify the County within five business days of entering into a contract or agreement for hire with any subcontractor(s); (2) Secure from any subcontractor(s) and/or their subcontractor(s) verification of compliance with O.C.G.A. § 13-10-91 on this Subcontractor Affidavit & Agreement (EXHIBIT A-1) form prior to the commencement of any work under the contract/agreement; (3) Secure from any subcontractor(s) and/or their subcontractor(s) a completed Immigration Compliance Certification (EXHIBIT A-2) prior to the commencement of any work under the contract/agreement; (4) Provide the subcontractor(s) with legal notice that Cobb County, Georgia, reserves the right to dismiss, or require the dismissal of, any contractor or subcontractor for failing to provide the affidavit and/or for failure to comply with the requirements referenced in the affidavit; and (5) Maintain records of such compliance and provide a copy of each such verification to Cobb County, Georgia, at the time the subcontractor(s) is retained to perform such services or upon any request from Cobb County, Georgia; and (6) Maintain such records for a period of five (5) years. ___________________________________ EEV (E-Verify) Program User ID Number EEV Program Date of Authorization _________________________________________ _______________________ BY: Authorized Officer or Agent Subcontractor Business Name [Subcontractor Name] ___________________________________ _____________________________ Printed Name Date SWORN AND SUBSCRIBED BEFORE ME ON THIS THE ____ DAY OF ____________, 201_ ______________________________________ Notary Public Commission Expires: ______ (Effective 9/20/2013 Supersedes All Previous Versions) IMMIGRATION COMPLIANCE CERTIFICATION (To be completed by Contractor and all Subcontractors) (EXHIBIT A-2) I certify to the Cobb County Board of Commissioners that the following employees will be assigned to: __________________________________________________________________________ (Project Name/Description) I further certify to Cobb County, Georgia the following: ● The E-Verify program was used to verify the employment eligibility of each of the above-listed employees hired after the effective date of our contract to use the program; ● We have not received a Final Nonconfirmation response from E-Verify for any of the employees listed. ● If we receive a Final Nonconfirmation response from E-Verify for any of the employees listed above, we will immediately terminate that employee’s involvement with the project. ● I have confirmed that we have an I-9 on file for every employee listed above and that to the best of my knowledge all the I-9s are accurate. ● To the best of my knowledge and belief, all of the employees on the above list are legally authorized to work in the United States. ● If any other employee is assigned to this Cobb County project, a certification will be provided for said employee prior to the employee commencing work on the project. To the best of my knowledge and belief, the above certification is true, accurate and complete. Sworn to by: Employer Name & Address: _________________________________ _______________________________ Signature of Officer _________________________________ _______________________________ Printed Name/Title _________________________________ _______________________________ Date SWORN AND SUBSCRIBED BEFORE ME ON THIS THE ____ DAY OF ____________, 201_ ______________________________________ Notary Public Commission Expires: (Effective 9/20/2013 Supersedes All Previous Versions)

1890 County Services Parkway Marietta, GA 30008Location

Address: 1890 County Services Parkway Marietta, GA 30008

Country : United StatesState : Georgia

You may also like

ACAD - REHAB WILDWOODS BARN FLOOR

Due: 06 Jun, 2024 (in 1 month)Agency: NATIONAL PARK SERVICE

Community Hospital Basement Corridor & Basement Elevator Egress Path Renovations

Due: 08 May, 2024 (in 5 days)Agency: State University of New York (SUNY)

IAH Terminal D Sterile Corridor Restroom Renovation - H93 IAHDSC 2024 024

Due: 16 May, 2024 (in 13 days)Agency: Houston Airports

Please Sign In to see more like these.

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