Invitation to bid on the electrical services for the Evans County Public Safety Complex

expired opportunity(Expired)
From: Evans(County)

Basic Details

started - 17 Apr, 2024 (17 days ago)

Start Date

17 Apr, 2024 (17 days ago)
due - 02 May, 2024 (2 days ago)

Due Date

02 May, 2024 (2 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Evans County

Customer / Agency

Evans 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.

1 EVANS COUNTY BOARD OF COMMISSIONERS ADMINISTRATIVE BUILDING 613 WEST MAIN STREET CLAXTON, GEORGIA 30417 INVITATION FOR BID EVANS COUNTY PUBLIC SAFETY COMPLEX The Evans County Board of Commissioners (herein after referred to as the “County”) is accepting COMPETITIVE SEALED BIDS for: Material or Service: Provide labor and materials for electrical access per electrical layout at the Evans County Public Safety Complex located at 105 Freeman Street, Claxton, GA 30417. Mandatory Pre-Bid: There will be a mandatory pre-bid meeting on May 2, 2024, at 11:00 AM, at the Evans County Public Safety Building located at 105 Freeman Street, Claxton, GA 30417. All contractors wishing to submit a bid must attend the pre-bid meeting. If the contractor or a representative of the contractor does not attend the bid meeting any submission for this project will be rejected. Questions: Questions not asked at the mandatory pre-bid meeting will be directed to the Facilities Department in writing (email is
preferable) no later than May 9, 2024, by 4:00 PM. Answers to questions will be addressed no later than May 13, 2024, by 4:00 PM. Bid Submission Deadline: The deadline for receipt of sealed bids is 3:00 PM, May 16, 2024. Late bids will not be considered. Prospective bidders shall file all documents necessary to support their bids. FAXED OR E-MAILED BIDS WILL NOT BE ACCEPTED. Time and Place for Submission and Opening of Bids: Bidders are responsible for the actual delivery of sealed bids during normal business hours to the Evans County Board of Commissioners, Administrative Building, 613 West Main Street, Claxton, Georgia 30417. The original bid and one (1) copy, along with supporting documents must be submitted in a sealed clearly marked envelope. At the time and date of the bid deadline, the bids will be publicly opened, and cost components read aloud at the Evans County Administrative Building at the above-referenced address. The bids will be reviewed to determine conformity with the specifications and other criteria. Upon closure of the review, the Project Manager will recommend the selection of a bid most advantageous to the County or the rejection of all bids, which final decision will be made by the Board of Commissioners. 2 Obtaining a Copy of Bid Package: A bid package may be requested by contacting Michael LaSala, Facilities Supervisor, at facilities@evanscounty.org or retrieved from the County’s website at https://evanscounty.org. Any addenda to this solicitation will be issued through the commissioners’ office, and it will be the sole responsibility of the bidder to periodically check the County’s website for any addenda for this project. Failure to include a signed copy of any addenda issued for this project in the submitted bid package will result in the submitted bid not being considered for this project. Bid Identification: The outside of the sealed envelope shall include the wording: Evans County Public Safety Complex Framing Bid 23-05; Bid Opening: May 16, 2024 @ 3:00 PM; Attn: Michael LaSala, Facilities Supervisor. Check List: There is a checklist on page 13 that lists the forms that must be included in the sealed bid submission. All items requiring signatures must be signed and all items requiring a notary must be notarized. Failure to return any of the items or incorrectly completed items on the check list will be justification for non- acceptance of the submitted sealed bid. Local Buying Preference: This solicitation is for a Facilities Construction Project, the County’s local vendor pricing preference which allows such a vendor to match the lowest price bid if within 5% shall not be applicable. Award and Reservations: It is understood and agreed that in consideration of the sum of One Dollar and No/100 ($1.00) cash in hand paid, receipt whereof is hereby acknowledged, the bidder agrees that this bid shall be an option, which is hereby given to the County to accept or reject this bid at any time within sixty (60) calendar days from the date on which it is opened and read. It is expressly covenanted and agreed that this proposal is not subject to withdrawal by the bidder during the term of said option. The bidder is solely responsible for delivering its sealed bid to the exact location and by the time stated. The County reserves the right to reject any or all bids and to waive technicalities and informalities in bids, and to accept, in whole or in part, such bid or bids that may be deemed in the best interest of the County. The County reserves the right to use or not use any alternate bid associated with this solicitation. Exceptions to Specifications: Any contract resulting from this invitation shall bind the bidder to all terms, conditions and specifications set forth in this invitation. Bidders whose bids do not conform shall so note on the “Exceptions to Specifications” sheet provided. While the County reserves the right to make an award to a nonconforming bidder when in the best interest of the County, such awards will not be readily made, and bidders are urged to conform to the greatest extent possible. No exceptions will be considered to have been taken by a bidder unless it is properly set out as provided above, and no exception will be deemed to have been taken by the County unless incorporated in a contract resulting from this invitation and so stated. If awarded, an award will be made to that responsive and responsible bidder or bidders with the most advantageous bid or bids to the County, price and other factors considered. Time is of the essence. 3 TERMS AND CONDITIONS Changes: No change shall be made to this invitation except by written modification by the Facilities Supervisor. Fob Destination Point: Bid prices shall include shipping to the Evans County Public Safety Complex job site located at 105 Freeman Street, Claxton, GA 30417. Title to remain with vendor until fully accepted by County. Goods damaged or not meeting specifications will be rejected. Compliance: The County's failure to insist on compliance with any of the terms or conditions of this Invitation to Bid shall not be deemed a waiver of the County's right to insist at any time on full compliance with any of the terms and conditions stated herein. Disqualification: Bids may be disqualified for: a) receipt of the bid by the County past the stated deadline; b) any irregularities; c) unbalanced unit price or extensions; d) unbalanced value of any items; or e) failure to complete bid information correctly. If in the opinion of the County, the bidder is not in a position to perform the contract, the bid may be disqualified and rejected. The County reserves the right to waive any minor informalities or irregularities. Lawsuits/Bribery/Conflicts of Interest/Defaults: Prospective bidders shall disclose any record of pending lawsuits, criminal violations and/or convictions, conflicts of interest, or contract defaults. Liability: The County is not liable for any cost incurred in the preparation of the bid. Nor is the County bound by any information provided to bidders prior to the bid opening unless reduced to writing and distributed as a written addendum. Clarification of Submittals: The County reserves the right to seek clarification of any point in a bidder’s sealed bid submission, or to obtain additional information. Exceptions: Conditional bids or those that take exception to the specifications will be considered only at the discretion of the Facilities Supervisor. Correction or Withdrawal of Bids, Cancellation of Awards: Correction or withdrawal of bids after the deadline for submitting bids has passed, or cancellation of awards or contracts may be permitted only to the extent that the bidder can show by clear and convincing evidence that a clerical mistake of non-judgmental character was made, or where the withdrawal or cancellation is in the best interest of the County. County Obligations: The County has a standing policy to disqualify or withhold compensation to vendors, contractors, and professional consultants if there are existing obligations to the County for any liens, ad valorem taxes, licenses or other financial remittances due to the County. Award: If awarded, the award will be made to that responsive and responsible bidder or bidders whose bid is most advantageous to the County, price and other factors considered. The County specifically reserves the right to make an award to more than one bidder if the County determines that it is in the County’s best interest to do so, and to reject any and all bids. The bidder or bidders to whom the award is made will be notified at the earliest possible date. 4 Project Schedule: The project shall be defined in the notice to proceed and be complete according to the time schedule set forth in the contract. Time is of the essence. Insurance Requirements: The Contractor must submit, with bidding documents, a Certificate of Liability Insurance indicating required insurance coverage. This insurance will be kept in force during the duration of the contract. Failure to provide and maintain insurance may cause cancellation of contract. Contractor shall purchase from and maintain with a company or companies authorized to do business in the state of Georgia the following types of insurance: A. Statutorily required workers’ compensation insurance. B. Commercial general liability insurance, with an endorsement naming the County and its officials, officers, and employees as additional insureds, and with limits of not less than $1,000,000.00 per occurrence and $2,000,000.00 aggregate. Contract: The successful bidder shall be required to enter into a contract. County’s Right to Terminate Contract: A. Termination for Cause. Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the contract, the County, after seven (7) days’ written notice to the Contractor and its surety, if any, may, without prejudice to any other remedy the County may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor or, at the County’s option, may terminate the contract and take possession of all materials, tools and appliances, and finish the Project by such means as the County sees fit; and if the unpaid balance of the Contract Sum exceeds the expense of finishing the Project, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the County. B. Termination for Convenience. The County shall also have the right to terminate this contract at any time for any reason by giving at least thirty (30) days’ written notice to the Contractor. In such event, the Contractor will be paid a fair and reasonable payment as determined by the County for the work completed as of the date of termination. License: All bidders must be licensed contractors as required by the State of Georgia. Progress Payments: The County shall make monthly progress payments on account of the contract less five (5%) based upon the Contractor’s submission to the County of an invoice detailing the work completed. The period covered by each invoice shall be one calendar month ending on the last day of the month, and payment shall be due within fifteen (15) business days of the County’s receipt of the invoice. Each invoice shall be accompanied by appropriate documentation of the quantities for which payment is required. Inquiries Regarding Payment: All inquiries regarding payment of submitted invoices are to be directed to Accounts Payable, (912) 739-1141. 5 Regulatory Agencies: Successful bidder will be responsible for all required permits or licenses required by any regulatory agency of the City, County, State or Federal Governments. Anti-Discrimination Clause: Evans County does not discriminate against any person because of race, color, gender, religion, national origin, or handicap in employment or services provided. Commodity Status: It is understood and agreed that materials delivered shall be new, of the latest design, and in first quality condition, that all bags, containers, etc., shall be new and suitable for storage, unless otherwise stated by Evans County. Delivery: Delivery shall be made to the job site location Evans County Public Safety Complex located at 105 Freeman Street, Claxton, GA 30417. Quality: Any brand name or manufacturer’s reference used in the specifications is for the purpose of describing a standard of quality, performance, and characteristics desired and not intended to limit or restrict competition. Bidders shall provide proof that the merchandise bid is equal or equivalent to specifications. The County shall be the sole entity to determine acceptance or non- acceptance of equivalents. Bid Reservations: The County reserves the right to reject any or all Bids, to award in whole or in part and to waive minor immaterial defects in Bids. Negotiations may be necessary to complete the contract. Indemnification: The Contractor agrees to indemnify, hold harmless, and defend the County, its officials, and employees (hereinafter collectively “the indemnitees”) from and against any and all claims, damages, liabilities, suits, proceedings, costs, and expenses of litigation (including, without limitation, reasonable attorney’s fees) related to or arising in any way out of the performance of this Agreement, unless such is attributable to the sole negligence of the indemnitees. The indemnity obligation of the Contractor will survive the expiration or termination of this Agreement. Immigration: On July 1, 2009, the Georgia Security and Immigration Compliance Act (SB 529, Section 2) became effective. All employers, contractors and subcontractors entering into a contract or performing work for Georgia’s public employers in the amount of $2,500 or more must sign an affidavit that he/she has used the E-verify System. This includes out-of-state contractors. E-verify is a no-cost federal employment verification system to insure employment eligibility. For more information on E-verify please go to http://www.dhs.gov/e-verify. An affidavit is enclosed in this solicitation. All Proposers are to read and complete the E-verify Contractor Affidavit enclosed to be returned with response. Failure to do so will result in your solicitation response being rejected as non-responsive. If you use a third-party administrator, do not enter their name or number in place of the Federal Work Authorization E-verify Company ID#; the administrator’s name or their number does not replace the actual number you were issued. You must contact your administrator for the number and the date of authorization (when the number became effective) for your company. At this time there are no alphabetical letters in the E-verify Company ID#. 6 If you only include the third-party administrator’s name or their number and not the actual authorization number, you were issued this will result in your solicitation response being rejected as non-responsive. The bid must be submitted in a sealed envelope to the following address: Evans County Commissioners Attn: Michael LaSala 613 West Main Street Claxton, GA 30417 Bidders will be fully responsible for the delivery of their bids in a timely manner. Reliance upon U.S. Mail or other carriers is at the bidder's risk. Late bids will not be considered. Project management will be conducted by Michael LaSala, Facilities Supervisor, facilities@evanscounty.org. DESCRIPTION OF THE PROPOSED EVANS COUNTY PUBLIC SAFETY BUILDING PROJECT: This project includes the framing of the interior at the Evans County Public Safety Complex in Evans County, Georgia. Contractors shall be prepared to furnish all services and labor called for by them for the entire work, in accordance with said documents. The location for the Evans County Public Safety Complex is as follows:  105 Freeman Street, Claxton, GA 30417 SCOPE OF SERVICE As envisioned, the scope of service for this bid will include the following components. 1. Providing labor and materials for electrical access to the Evans County Public Safety Complex as illustrated in the plan provided. 7 EXCEPTIONS TO SPECIFICATIONS SHEET All bids should meet or exceed our specifications. However, if you have to take an exception to our specifications use this sheet and list the exception(s) and the description of the exception. If you have no exceptions, mark the box “No Exceptions Taken” and return sheet with bid package.  NO EXCEPTIONS TAKEN 8 BID FORM Evans County Public Safety Complex – Interior Framing 1. Bid Price for labor and materials $ 2. Does your bid comply with our specifications? (If the answer is no, use exceptions to specifications sheet.) Yes No 3. Estimated number of days needed before actual work begins? 4. Estimated number of days needed to complete project? Company Name: Company Address: Signature of Representative: Printed Name of Representative: Title: Telephone Number: E-mail Address: Date: 9 EVANS COUNTY, GEORGIA NON-COLLUSION AFFIDAVIT The following affidavit is to accompany the bid: STATE OF: COUNTY OF: Owner, Partner or Officer of Firm: Company Name, Address, County and State: The undersigned, being of lawful age, being first duly sworn, on oath says that he/she is the agent authorized by the vendor to submit the attached proposal. In making such representation, affiant further states for himself/herself and on behalf of vendor, that they have not been a party to any collusion among vendors in restraint of competition by agreement to submit a bid or proposal at a fixed price or to refrain from proposing; or with any office of Evans County or any of their employees as to quantity, quality or price in the prospective contract; or any discussion between vendors and any official of Evans County or any of their employees concerning exchange of money or other things of value for special consideration in submitting a sealed bid for: FIRM NAME SIGNATURE TITLE Subscribed and sworn to before me this day of 20 . NOTARY PUBLIC 10 EVANS COUNTY, GEORGIA BIDDER DECLARATION The bidder understands, agrees and warrants: That the bidder has carefully read and fully understands the full scope of the specifications. That the bidder has the capability to successfully undertake and complete the responsibilities and obligations in said specifications. That this bid shall be valid for 60 days. That this bid may be withdrawn by requesting such withdrawal in writing at any time prior to May 16. 2024 @ 3:00pm, but may not be withdrawn after such date and time for a period of 60 days. That Evans County reserves the right to reject any or all bids and to accept that bid or bids which will, in its opinion, best serve the public interest. Evans County reserves the right to waive any technicalities or informalities in the bidding. That by submission of this bid the bidder acknowledges that Evans County has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information supplied by the bidder. Bidder: Name Title Name Title AFFIX CORPORATE SEAL (if applicable) Subscribed and sworn to before me this day of 20 . NOTARY PUBLIC 11 CONTRACTOR E-VERIFY AFFIDAVIT AND AGREEMENT 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 Evans County, 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. 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 Evans County, Georgia, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. § 13-10- 91 on the Subcontractor Affidavit provided in Georgia Department of Labor Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to Evans County, Georgia at the time the subcontractor(s) is retained to perform such service. Call 1(912)739-1141 with questions about e-verify. EEV/Basic Pilot Program* E-verify Company ID# Date of Authorization Company Name By: Authorized Officer or Agent (Contractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent Evans County Public Safety Complex Interior Framing Project Name of Project Evans County, Georgia Name of Public Employer SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20 . Notary Public My Commission Expires: * As of the effective date of O.C.G.A. § 13-10-91, the applicable federal work authorization program is the "EEV/Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). Check List The items listed below must be completed, signed, and notarized where applicable and returned with the sealed bid. Failure to return any of the items listed will be justification for not accepting a submitted bid. All items requiring signatures must be signed and all items requiring a notary must be notarized. Failure to return any of the items or incorrectly completed items on the check list will be justification for non- acceptance of the submitted sealed bid.  1. Page 4 – Certificate of Liability Insurance  2. Page 7 – Exceptions to Specifications Sheet  3. Page 8 – Bid Form  4. Page 9 – Non-Collusion Affidavit  5. Page 10 – Bidder Declaration  6. Page 11 – Contractor E-verify Affidavit EVANS COUNTY, GEORGIA Short-Form Construction Contract - Example AGREEMENT This Agreement is made and entered into this day of , 20 , by and between EVANS COUNTY, a political subdivision of the state of Georgia, acting by and through its governing authority, the Evans County Board of Commissioners (hereinafter “the County”) and (hereinafter “the Contractor”). The County and the Contractor hereby agree as follows: 1. Scope of Work; Specifications. The Contractor shall furnish all labor, materials, and equipment and perform all of the work for the Project described as Provide labor for the interior framing of the Public Safety Complex located at 105 Freeman Street, Claxton GA 30417. as set forth in this Agreement and in the scope of work, specifications, drawings, or other documents identified as: A. Bid document B. Bid form C. Drawings The above-described documents are incorporated herein by reference and are as much a part of this Agreement as if fully set forth herein. Provided, however, that in the event of any conflict or ambiguity between the body of this Agreement and any above-described document, the body of this Agreement shall govern. 2. Time for Completion. The work shall commence no later than calendar days of the County’s issuance of a notice to proceed and shall be completed no later than calendar days thereafter. Time is of the essence of this contract. 3. Contract Sum. The County shall pay the Contractor for the performance of the work in total the sum of $ . 4. Progress Payments. The County shall make monthly progress payments on account of the contract, if requested, less retainage of 5 %, based upon the Contractor’s submission to the County of an invoice detailing the work completed. The period covered by each invoice shall be one calendar month ending on the last day of the month, and payment shall be due within fifteen (15) days of the County’s receipt of the invoice; provided, however, that payments otherwise due may be withheld by the County on account of, but not necessarily limited to, the following reasons: unsatisfactory job progress; defective construction which has not been remedied; disputed work; third-party claims filed or reasonable evidence that a claim will be filed; failure of the Contractor or its subcontractors to make timely payments for labor, equipment, and materials; damage caused by the Contractor to the County, other contractors, or subcontractors; or reasonable evidence that the contract cannot be completed for the unpaid balance of the Contract Sum. 5. Acceptance and Final Payment. Final payment shall be due thirty (30) days after completion of the work and acceptance by the County, subject to the County’s right to withhold payment for the reasons stated in Section 4 of this Agreement. 6. Contract Documents. The contract includes this Agreement and any scope of work, specifications, drawings, or other documents incorporated herein by reference. This includes, but is not necessarily limited to, any documents attached to this Agreement as an exhibit. The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of the work, and the terms and conditions of payment, therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. Any conflict or ambiguity between the body of this Agreement and any document incorporated herein by reference shall be governed by the body of this Agreement. The Contractor shall be responsible for verifying any and all measurements set forth in the Contract Documents before commencing any work hereunder. 7. Appliances and Employees. Except as otherwise noted, the Contractor shall provide and pay for all labor and tools necessary to complete the work. All workmen and subcontractors shall be skilled in their trades. 8. Permits, Licenses and Regulations. The Contractor shall secure and pay for all permits and licenses necessary for the prosecution of the work. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the County if the Contract Documents are at variance therewith. 9. Protection of Work, Property and Persons. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to his act or neglect. 10. Access to Work. The Contractor shall permit and facilitate the observation of the work by the County and its agents and public authorities at all times. 11. Changes in the Work. The County may order changes in the work, the Contract Sum and time for completion being adjusted accordingly. All such orders and adjustments shall be in the form of a written change order to the contract executed by both the County and the Contractor. Claims by the Contractor for extra cost must be made in writing before executing the work involved. 12. Correction of Work. The Contractor shall re-execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from the date of completion of the contract and final acceptance of the work by the County unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to County. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 13. Liquidated Damages. The County and the Contractor agree that time is of the essence of this contract and that the County’s damages will be difficult or impossible to estimate should the Contractor fail to complete the Project within the specified time. Therefore, should the Contractor fail to complete the Project within the specified time, the County and the Contractor agree that the Contractor shall pay to the County the sum of $ 0 per day as liquidated damages, and not as a penalty, for each calendar day that the Project continues beyond the specified completion date. The County shall have the right to withhold any liquidated damages from amounts otherwise due the Contractor. 14. No Damages for Delay. In the event that the Contractor is delayed in the performance of the Project for any reason whatsoever, including but not limited to action or inaction of the County, another contractor or subcontractor, the Contractor shall not be entitled to any damages from the County for such delay, but the Contractor’s sole remedy shall be an extension of time. 15. C ounty’s Right to Terminate Contract. A. Termination for Cause. Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the contract, the County, after seven (7) days’ written notice to the Contractor and its surety, if any, may, without prejudice to any other remedy the County may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor or, at the County’s option, may terminate the contract and take possession of all materials, tools and appliances, and finish the Project by such means as the County sees fit; and if the unpaid balance of the Contract Sum exceeds the expense of finishing the Project, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the County. B. Termination for Convenience. The County shall also have the right to terminate this contract at any time for any reason by giving at least thirty (30) days’ written notice to the Contractor. In such event, the Contractor will be paid a fair and reasonable payment as determined by the County for the work completed as of the date of termination. 16. Insurance. Contractor shall purchase from and maintain with a company or companies authorized to do business in the state of Georgia the following types of insurance: A. Statutorily required workers’ compensation insurance. B. Commercial general liability insurance, with an endorsement naming the County and its officials, officers, and employees as additional insureds, and with limits of not less than $1,000,000.00 per occurrence and $2,000,000.00 aggregate. This insurance will be kept in force during the duration of the contract. Failure to provide and maintain insurance may cause cancellation of contract. 17. Payment and Performance Bonds. If indicated below, the Contractor shall furnish to the County prior to the start of construction payment and performance bonds in an amount equal to one hundred percent (100%) of the Contract Sum from a surety licensed to do business in the state of Georgia. A. Payment Bond: Required ( ) Not Required ( X) B. Performance Bond: Required ( ) Not Required ( X) 18. Separate Contracts. The County has the right to let other contracts in connection with the Project and the Contractor shall properly cooperate with any such other contractors. 19. Attorney’s Fees and Expenses. Should the Contractor default in any of the provisions of this Agreement, and should the County employ an attorney to enforce any provision hereof or to collect damages for breach of this Agreement or to recover on any payment or performance bond furnished by the Contractor, the Contractor and its surety agree to pay the County such reasonable attorney’s fees and expenses of litigation as the County may expend herein. 20. Cleaning Up. The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the Project he shall remove from the premises all rubbish, implements and surplus materials and leave the Project premises broom clean. 21. Indemnification. The Contractor agrees to indemnify, hold harmless, and defend the County, its officials, and employees (hereinafter collectively “the indemnitees”) from and against any and all claims, damages, liabilities, suits, proceedings, costs, and expenses of litigation (including, without limitation, reasonable attorney’s fees) related to or arising in any way out of the performance of this Agreement, unless such is attributable to the sole negligence of the indemnitees. The indemnity obligation of the Contractor will survive the expiration or termination of this Agreement. 22. Prevailing Wages. The hourly minimum rate of wage which may be paid to laborers, workers or mechanics in each trade or occupation to be employed in the performance of this Agreement shall not be less than such specified hourly minimum rate of wage in the performance of this Agreement as required by law. 23. Notices. Any notices required or permitted pursuant to this Agreement shall be in writing and may be affected by U.S. mail or by facsimile. Mailed notices shall be deemed to have been received on the date of acknowledgment on any return receipt or three days after deposit in the U.S. mail with proper postage affixed, whichever date is earlier. Notices by facsimile shall be deemed to have been received on the date on the sending party’s facsimile confirmation sheet. Notices to the COUNTY shall be sent to the following address: Evans County Board of Commissioners Attn: Casey Burkhalter, County Administrator 613 West Main Street Claxton, GA 30417 With a copy to: Jay Swindell County Attorney 102 S Smith Street Claxton, GA 30417 Notices to the CONTRACTOR shall be sent to the following address: 24. No Waiver. No failure on the part of either party to this Agreement at any time to require performance by the other party of any term of this Agreement shall be taken or held to be a waiver of such term or in any way affect such party’s right to enforce such term, and no waiver on the part of either party of any term of this Agreement shall be taken or held to be a waiver of any other term hereof or the breach thereof. 25. Assignment. This Agreement may not be assigned by either party without the written consent of the other party, and any purported assignment without such written consent shall be null and void. In the event of a valid assignment, this Agreement shall be binding upon and inure to the benefit of the respective successors and assigns of the parties hereto. 26. Immunity. Nothing contained in this Agreement shall be construed or deemed to be a waiver of any immunity to which the parties, their officials, or employees are legally entitled. 27. Legal Construction; Severability. This Agreement shall be governed by the laws of the state of Georgia. In case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Agreement and this Agreement shall be construed as if the invalid, illegal, or unenforceable provision had never been contained in it. 28. Entire Agreement; Amendment. This Agreement represents the entire agreement between the parties with respect to the subject matter hereof, and all prior agreements relating to the subject matter hereof, whether written or oral, are nullified and superseded hereby, and neither party shall have any further rights or obligations under such superseded agreements. This Agreement may be amended or supplemented only by the mutual consent of the contracting parties in writing signed by all parties to this Agreement. IN WITNESS WHEREOF, the parties have hereunto set their hands and seals the day and year first above written. CONTRACTOR EVANS COUNTY By: By: County Administrator Title: Attest: Attest: County Clerk Title: UP 3 3 3 3 3 3 3 R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R GFCI GFCI GFCI GFCI 80 ' 16 ' 16 ' 15 '-3 1 1/ 16 " 16 ' 16 ' 4'-3 1/2" 14' 10' 14' 10' 14' 9'-8 1/8" 3' 11'-0 3/8" 8'-11 9/16" 3' 5'-5 7/16" 90' 17'-5" 12'-7" 120' 15 '-8 3 /4 " 15 '-8 3 /4 " 6' -8 1 /2 " 6' -8 1 /2 " 26 '-0 1 /2 " 9' -1 " 80 ' 11'-0 3/8"3'9'-8 1/8"14'10'14'10'14'4'-3 1/2" 7'-7"22'-5"90' 120' 80 ' 5' 5' 5' 5' 5' 5' 7' -1 0" 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 3' 2' -6 " 2' 4'-0 13/16" 4'-0 3/4" 9600 SQ FT 29'-4" X 25'-8" 12'-5" X 13'-1" 11'-11" X 15'-4" 11'-11" X 6'-4" 11'-11" X 15'-4" 12'-5" X 9'-11" 11'-11" X 6'-4" 12'-5" X 13'-1" 22'-1" X 8'-5" 6'-11" X 8'-5" LIVING AREA EMS DIRECTOR EMA DIRECTOR RADIO DISPATCH/RECEPTION FIRE CHIEF IT CLOSETEMS/FIRE SUPPLY CLOSET OPS CENTER/TRAINING ROOM TRAINING OFFICER MENS BATH WOMENS BATH 1st Floor E le ct ri ca l La y o u t 1 st f lo o r E v a n s C o u n ty E M A A rm o r o f G o d W o o d W e rk C a se y A T h re a tt e SHEET: SCALE: D R A W IN G S P R O V ID E D B Y : D E S C R IP T IO N DATE: B Y D A T E N O . P R O JE C T D E S C R IP T IO N : S H E E T T IT L E : A-1 3.15.24 1/4"=2' DN 3 3 3 GFCI GFCI GFCI R R R R R R RR R RR R R R R R R RR RRR RR R R R R R R 3 33 3 GFCI GFCI GFCIGFCI GFCI GFCI GFCI GFCI GFCI 120' 30'90' 120' 80 ' 2' 3' 4'-6" 1' -9 9 /1 6" 3' -9 9 /1 6" 3' 3' 3' 3' 1951 SQ FT 29'-4" X 7'-1" 29'-4" X 7'-1" 6'-7" X 12'-1" 29'-4" X 22'-5" 12'-11" X 9'-0" 7'-5" X 12'-1" 7'-5" X 12'-5" 89'-7" X 79'-4" 6'-7" X 12'-5" 11'-11" X 16'-1" 4'-6" X 4'-7" LIVING AREA ATTIC ATTIC DAYROOM ROOM 2 ROOM 3 LAUNDRY BUNK ROOM ROOM 1 ROOM 4 STORAGE OPEN BELOW 2nd Floor E le ct ri ca l La y o u t 2 n d F lo o r E v a n s C o u n ty E M A A rm o r o f G o d W o o d W e rx C a se y A T h re a tt te SHEET: SCALE: D R A W IN G S P R O V ID E D B Y : D E S C R IP T IO N DATE: B Y D A T E N O . P R O JE C T D E S C R IP T IO N : S H E E T T IT L E : A-1 3015.24 1/4"=2'

Evans County Board of Commissioners Office 613 West Main St Claxton, GA 30417Location

Address: Evans County Board of Commissioners Office 613 West Main St Claxton, GA 30417

Country : United StatesState : Georgia

You may also like

Architectural Engineering Services for Public Safety Building

Due: 07 May, 2024 (in 1 day)Agency: Saratoga Springs, City of

Outlaw Field Public Safety Complex - Master Grading & Utilities

Due: 15 May, 2024 (in 10 days)Agency: City of Clarksville

Public Safety Facility CMAR

Due: 07 May, 2024 (in 2 days)Agency: City of Auburn

Please Sign In to see more like these.

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