po box 1207 bel air md 21014 voice: 410-836-8431 ... - sarc · sarc during the entire process of...

17
PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ● Fax: 410-838-9484 Web: www.sarc-maryland.org REQUEST FOR PROPOSALS Architectural/Engineering Services: Renovation and Expansion of SARC Emergency Shelter The Board of Directors of the Sexual Assault/Spouse Abuse Resource Center, Inc. (SARC or “Agency”) invites sealed submission of technical proposals in accordance with instructions and in the format specified herein for A/E services for the renovation and expansion of shelter located at an undisclosed location in Harford County, Maryland. The Agency anticipates the total project cost will be between 3 million and 5 million dollars. Addenda, if any, will be posted on SARC’s website at: www.sarc-maryland.org. It is the bidder’s responsibility to monitor these sites and download the addenda, if any. To be considered, a Bidder must have a functioning office located within approximately 100 miles of Harford County, Maryland. Five ( 5) hardcopy submissions of AIA Document B305 document and supporting materials must be submitted in accordance with section 1.5 and 1.6 of the Instructions to Proposers contained herein, and must be received at Express Employment Professionals, 2105 Laurel Bush Rd #112, Bel Air, MD 21015 not later than 12:00 noon on October 16, 2017. It is the bidder’s responsibility to assure that that the submittal arrives at the specified date and time. The Building Committee of SARC reserves the right to accept or reject, in whole or in part, any and all proposals received as a result of this RFP, to waive informalities and technicalities or to negotiate with responsible Bidders, in any manner necessary to serve the best interest of the Agency. Further, SARC reserves the right to make an award in whole, in part or no award at all. Luisa Caiazzo Chief Executive Officer

Upload: others

Post on 25-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

PO Box 1207 Bel Air MD 21014

Voice: 410-836-8431 ● Fax: 410-838-9484 Web: www.sarc-maryland.org

REQUEST FOR PROPOSALS

Architectural/Engineering Services: Renovation and Expansion of SARC Emergency Shelter The Board of Directors of the Sexual Assault/Spouse Abuse Resource Center, Inc. (SARC or “Agency”) invites sealed submission of technical proposals in accordance with instructions and in the format specified herein for A/E services for the renovation and expansion of shelter located at an undisclosed location in Harford County, Maryland. The Agency anticipates the total project cost will be between 3 million and 5 million dollars. Addenda, if any, will be posted on SARC’s website at: www.sarc-maryland.org. It is the bidder’s responsibility to monitor these sites and download the addenda, if any. To be considered, a Bidder must have a functioning office located within approximately 100 miles of Harford County, Maryland. Five ( 5) hardcopy submissions of AIA Document B305 document and supporting materials must be submitted in accordance with section 1.5 and 1.6 of the Instructions to Proposers contained herein, and must be received at Express Employment Professionals, 2105 Laurel Bush Rd #112, Bel Air, MD 21015 not later than 12:00 noon on October 16, 2017. It is the bidder’s responsibility to assure that that the submittal arrives at the specified date and time. The Building Committee of SARC reserves the right to accept or reject, in whole or in part, any and all proposals received as a result of this RFP, to waive informalities and technicalities or to negotiate with responsible Bidders, in any manner necessary to serve the best interest of the Agency. Further, SARC reserves the right to make an award in whole, in part or no award at all. Luisa Caiazzo Chief Executive Officer

Page 2: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

2

REQUEST FOR PROPOSALS

ARCHITECTURAL AND ENGINEERING SERVICES: RENOVATION AND EXPANSION OF EMERGENCY SHELTER AT

The Sexual Assault/Spouse Abuse Resource Center, Inc.

QUESTIONS CONCERNING THIS SOLICITATION MUST BE SENT NO LATER THAN OCTOBER 9, 2017 IN WRITING TO:

Luisa Caiazzo

Chief Executive Officer SARC, Inc.

PO Box 1207 Bel Air, MD 21014

410-836-8431 [email protected]

ISSUE DATE: September 15, 2017

Page 3: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

3

REQUEST FOR EXPRESSION OF INTEREST AND QUALIFICATIONS SCHEDULE

ARCHITECTURAL AND ENGINEERING SERVICES

The point of contact for SARC for purposes of this Request is the Chief Executive Officer. All questions and inquires regarding this proposal must be submitted to the Chief Executive Officer in writing, preferably via email. TARGET SCHEDULE Submissions of Technical Proposal (AIA Document B305) 10/16/17 Evaluation of Submissions and Identification of Short List 10/25/17 A/E oral presentations 11/01/17-11/15/17 A/E price proposals due 12/01/17 Award A/E contract December 2017 NOTE: A site visit of property to be renovated will be conducted with firms selected to provide price proposals after oral presentations.

Page 4: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

4

TABLE OF CONTENTS SECTION # DESCRIPTION PAGE 100 Instructions to Proposers 5 200 General Terms and Conditions 7 300 Proposals and Technical Evaluation 12 400 Project Overview 13 500 Technical and Price Proposal Forms 14 Proposal Affidavit 15

Page 5: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

5

SECTION 100: INSTRUCTIONS TO PROPOSERS

1.1 Purpose and Objective The Sexual Assault/Spouse Abuse Resource Center (SARC) invites proposals from qualified Architectural and Engineering Services firms. SARC requires the selected firm to be responsive to SARC during the entire process of design through construction, and as such, must have a functioning office located within a distance of approximately 100 miles of Harford County, Maryland. SARC also has a preference for firms that have an experience with Maryland building and environmental regulations. The selected firm will provide professional architectural/engineering services consisting of five principal phases: * schematic design phase * design development phase * construction documents phase * bidding phase * construction administration phase 1.2 Project Summary Overview and Target Schedule This is a comprehensive renovation and expansion to an existing 28-bed residential shelter located in Harford County, Maryland. This building will house 40 people and provide kitchens, laundry facilities, living space, and support space. The existing building is a two story structure consisting of approximately 8,877 GSF. A major component of this project will be to replace the buildings entire mechanical, electrical, plumbing and telecommunications systems. The building must meet Americans with Disabilities Act (ADA) Accessibility Guidelines. The target project schedule follows: Design/Permitting December 2017 – August 2018 Bid/Award September 2018-October 2018 Construction November 2018 – July 2020 Building Occupancy August 2020

1.3 Advertising of this RFP for Architectural and Design Services This RFP is advertised through SARC’s website at www.sarc-maryland.org. Addenda, if any, will be posted on the site above. It is the proposer’s responsibility to monitor this site and download the addenda, if any. 1.5 Technical Proposal Submission Potential proposers shall use and submit AIA Document B305—Architect’s Qualification Statement and complete all sections. The form and format AIA Document B305 shall be the bidding form and format for the technical proposal. 1.6 Technical Proposals and Due Date Five (5) original submissions of the documents referred to in section 1.5 must be received at Express Employment Professionals, 2105 Laurel Bush Rd #112, Bel Air, MD 21015 not later than 12:00 noon on October 16, 2017. Oral presentations will be conducted with the short listed A/E firms. 1.8 Price Proposals A price proposal will be requested from the highest technically rated A/E firms after the oral presentations. The due date for the price proposals will be set after selection of the short listed firms. SARC anticipates the date will be around December, 2017. Documents to be submitted shall include:

Page 6: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

6

* AIA Document B101 Standard form of Agreement Between Owner and Architect * Bid/Proposal Affidavit 1.9 Pre-Proposal Conference A pre-proposal conference will be scheduled with the short listed proposers prior to submission of price proposals. 1.10 Site Visits A site visit will be arranged for those selected to submit price proposals. The date for site visit will coincide with the pre-proposal conference. 1.11 Method for Project Construction SARC anticipates issuing an IFB to solicit General Contractors having proven experience in constructing a project of this size and scope.

1.12 Minority Business Participation Minority business enterprises are encouraged to respond to solicitations.

1.13 Proposal Affidavit The proposal affidavit included in this package must be executed by each responding short listed proposer submitting a price proposal. 1.14 Joint Venture Proposers Joint venture firms must provide all identification information for all parties and all requirements for all parties. As part of the initial technical proposal submission, the proposer must identify the percentage partnership for each joint venture party, and the responsibilities of each joint venture party with respect to the scope of services. 1.15 Clarification; Addenda Bidders in doubt as to the meaning of any terms, conditions, or specifications, or finding any discrepancy in or omission from same shall notify the Chief Executive Officer in writing at once but no later than October 9, 2017. Such notice in no way obligates SARC to revise the bid documents, but should the Building Committee determine that amendment is necessary, an addendum will be posted through SARC’s web site. SARC assumes no responsibility for oral or telephonic explanations or interpretations of proposal documents. 1.16 Cancellation SARC may cancel this RFP, in whole or in part, at any time. 1.17 Form of Proposals Submitted Proposals must be fully and properly executed on the forms provided by the SARC, with a positive entry in each blank (“N/A” or “0” may be inserted as necessary), typewritten or in ink. Each proposal must be submitted in a securely sealed envelope, prominently marked with the title of the proposal and the name of the proposer. Each proposer must include with his submission a fully executed Bid/Proposal Affidavit, as furnished by the SARC.

Page 7: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

7

SARC reserves the right to consider informal any proposal not prepared in accordance with instructions. Conditional or qualified proposals may be rejected. 1.18 Reservations SARC reserves the right to accept or reject, in whole or in part, any and all proposals received, to waive informalities or technicalities as the best interests of SARC may require, and to waive minor differences in specifications, provided these do not violate the intent nor materially affect the operation for which the items or services are sought, nor increase estimated costs to SARC. 1.19 Non-Discrimination in Employment The proposer shall be an equal opportunity employer and shall conform to all Affirmative Action and other applicable requirements; accordingly, the proposer shall not discriminate in any manner against an employee or applicant for employment due to race, color, religion, sex, national origin, age, status as an individual with a disability, veteran, sexual orientation, martial status or any other status protected by law; b) include a provision similar to that contained in subsection (a) above in any subcontract for standard commercial supplies or raw materials; and c) to post and to cause subcontractors to post in conspicuous places to employees and applicants for employment, notices setting forth the substance of this clause.

SECTION 200: GENERAL TERMS AND CONDITIONS

2.1 Standard Form of Agreement with Architects and Engineers In addition to the terms indicated in this RFP document, the “Standard Form of Agreement with Architects and Engineers,” included in section 500, shall apply. 2.2 Insurance Requirements Required Coverage’s. Unless otherwise required herein, the Contractor shall purchase and maintain the insurance coverages listed below. SARC does not in any way represent that the insurance limits specified below are sufficient or adequate to protect the Contractor’s interests. It is understood that these are minimums only; the Contractor may purchase and maintain additional insurance as will protect him against claims that may arise from operations under the contract. Should any of the insurance coverages indicated below be cancelled, not renewed, or changed in such a manner as would make the coverage not in conformity with the provisions below, thirty (30) days advance written notice shall be given the Agency, EXCEPT IN THE CASE OF NON-RENEWAL. In this event, notice shall be given as soon as known, if that be less than thirty (30) days, not in any event less than ten (10) days. This notice requirement shall be reduced to only ten (10) days in case of cancellation of non-payment of insurance premiums for the coverages certified. All notice requirements shall identify the Contractor and the number of the Purchase Order. Failure to provide, and to continue in force for the life of the contract, the required insurance shall be deemed a material breach of contract. Certificate of Insurance: Before beginning work on the Contract, the Contractor shall provide SARC with Certificates of Insurance acceptable to SARC that evidence the required coverages, and receive approval of same. Such certificates for liability coverages must include SARC as an additional named insured.

Page 8: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

8

Contractor’s Responsibility: Furnishing of the insurance required herein shall not relieve the Contractor of any responsibilities or obligations assumed under the Contract, or for which the Contractor may be liable by law or otherwise. Insurance Coverages: Minimum limits of all coverages shall be not less than those below, or as otherwise provided in the Contract Documents, or as required by law, whichever is greater. Comprehensive General Liability Insurance: Such insurance shall protect the Contractor and save SARC harmless from claims which may arise out of, or result from, the Contractor’s operations under the Contract, whether such operations be by the Contractor, any Subcontractor, anyone directly or indirectly employed by the Contractor or Subcontractor, or anyone for whose acts any of the above may liable.

Page 9: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

9

Minimum Limits of Coverage Bodily injury/property damage liability—combined single limit of $1,000,000 per occurrence/$2,000,000 general aggregate. SARC reserves the right to require limits of $2,000,000 per occurrence/$3,000,000 general aggregate for contracts with high-risk (e.g. hazardous materials) features. Coverage’s to be included: Broad form property damage, including products and completed operations, independent contractors, and contractual liability coverages previously purchased separately. Damages not to be excluded: Such insurance shall contain no exclusions applying to operations by the Contractor or Subcontractor in the performance of the Contract pertaining to: (1) Collapse of, or structural injury to, any building or structure; (2) Damage to underground property; or (3) Damage arising out of blasting or explosion. Automobile Liability Insurance: Such insurance shall protect the Contractor and save SARC harmless from claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. Minimum Limits of Coverage: Bodily injury/property damage liability—combined single limit of $1,000,000 per accident. SARC reserves the right to require a combined single limit of $3,000,000 per accident for contracts that will involve heavy equipment (e.g. tractors, mix-in-transit concrete trucks) operations on its premises. Coverages to be included: Coverage for all owned, non-owned and hired motor vehicles. Worker’s Compensation and Employer’s Liability Insurance: Such insurance must contain statutory coverage for all employees engaged under the contract. Umbrella Liability Commercial General Liability - Minimum Limits: Each occurrence - $1,000,000 Aggregate - $2,000,000 Business Auto – Minimum Limits: Each accident - $1,000,000 Employers Liability – Minimum Limits: Each accident - $1,000,000 Aggregate (for disease) - $1,000,000 Each employee (for disease) - $1,000,000 Errors and Omissions Insurance - in an amount equal to or greater of 10% of the total aggregate dollar amount of construction per project, or $1,000,000 for a period of not less than two years after the date of substantial completion.

Page 10: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

10

2.3 Indemnification The Contractor shall protect, hold free and harmless, defend and indemnify SARC (including its officers, agents and employees) from all liability, penalties, costs, losses, damages, expenses, causes of action, claims or judgments (including attorney’s fees) resulting from injury to or death of any person or damage to property of any kind, which injury, death of any person or damage arises out of, or is in any way connected with the performance of the work under this Contract. This agreement shall apply to any acts or omissions, willful misconduct or negligent conduct, whether active or passive, including acts or omissions of Contractor’s agents or employees, except that this agreement shall not be applicable to injury, death or damage to property arising from the sole negligence or sole willful misconduct of the Agency, its officers, agents and employees. Accordingly, SARC shall notify the Contractor promptly, in writing, of any claim or action brought against SARC in connection with the work under this Contract. Upon such notification, the Contractor shall promptly take over and defend any such claim or action. SARC shall have the right and option to be represented in any such claim or action at its own expense. 2.4 Property Lost, Damaged or Destroyed Any property or work to be provided by the Contractor will remain at the Contractor’s risk until final written acceptance by the Agency. The Contractor will replace, at his expense, all property or work lost, damaged, or destroyed by any cause whatsoever. 2.5 Choice of Law In all operations related to the Contract, those ordinances, regulations, and local government resolutions, together with the laws of the United States and the State of Maryland which are or shall become applicable to and control in any way the actions of those engaged as principal or agent, must be respected and adhered to strictly. The Seller shall protect and indemnify SARC and their agents and employees against any claim or liability arising from or based on the violation of any such ordinances, regulations, resolutions, or laws, whether by him or his employees. 2.6 Assignment The contractor shall not assign or subcontract, in whole or in part, its rights or obligations under any contract without prior written consent of the Agency. Any attempted assignment without said consent shall be void and of no effect. 2.7 Taxes The contractor shall pay, when due, all applicable taxes or assessments, and shall comply with all statutes and regulations of the applicable taxation authorities. SARC is tax-exempt and will provide this information to be used for qualifying tax-exempt purchases on the Agency’s behalf. 2.8 Use of Affiliates to Avoid Taxation on Income from State Contracts Contractor agrees that it will not reduce its income subject to tax by claiming a deduction for royalty or similar payments for trademarks, trade names, or intangible property that shift income from the contractor to an affiliated entity that does not file Maryland income tax returns. Contractor agrees that any affiliated entity receiving such payments is doing business in Maryland and is required to file Maryland income tax returns. Contractor agrees that during the course of this contract: (1) it shall not make any such royalty or similar payments to any affiliated company; but (2) if any such royalty or similar payments are made, contractor and the affiliated company shall file separate Maryland income tax returns and pay their respective Maryland income taxes in such a manner that contractor may claim a deduction against Maryland income tax for such payments only if the affiliated company receiving the royalty or similar payment files its Maryland income tax return and pays Maryland tax, under a formula that reasonably apportions the income of the affiliated company among the states, including Maryland, in which the contractor does business. Contractor agrees that it is authorized to bind its affiliated entities to the terms hereof.

Page 11: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

11

2.9 Publicity The contractor shall not in any way or in any form publicize or advertise in any manner the fact that it is providing services to SARC without the express written approval obtained in advance, for each item of advertising or publicity. However, nothing herein shall preclude the seller from listing SARC on its routine client list for matters of references. 2.10 Notices Any notice required shall be in writing and may either be sent certified mail, addressed to the Chief Executive Officer at the address set forth in his bid. SARC may change the address to which mailings shall be made from time to time by notice mailed as set forth above. 2.11 Force Majeure The contractor shall notify SARC promptly of any material delay in delivery or performance of specified items or services, and shall detail in writing to the Chief Executive Officer the proposed revised performance date as soon as practicable after notice of delay. The contractor shall be liable for delays due to its fault or negligence. In the event of any excusable delay, the date of performance may be extended for a period equal to the time lost by reason of such delay, on written approval of the Chief Executive Officer. An equitable financial adjustment may be negotiated between parties for any period of nonperformance. Should the contractor be prevented from delivering or performing specified items or services by circumstances beyond his control, including but not limited to Act of God, war, flood, governmental action, SARC reserves the right to withdraw such services from the Contract without incurring further liabilities on the part of SARC thereby. 2.12 Annulments SARC reserves the right to annul any contract if, in its opinion, there shall be a failure at any time to perform faithfully any of its stipulations. Any action taken in pursuance of the latter shall not affect or impair any rights to claims of SARC to damages for breach of contract by the contractor. 2.13 Termination In the event that the contractor violates any of the provisions of the Contract, SARC may serve written notice upon the Seller of its intention to terminate the Contract. Such notices will contain the reason for such intention to terminate, and unless within ten (10) days after the serving of such notice the violation or delay shall cease and satisfactory arrangement of correction be made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. If funds are not appropriated for continuance of performance to completion, the contractor shall accept cancellation upon sixty (60) days prior written notice. Notwithstanding the foregoing, the Seller agrees that SARC shall have the right to terminate for convenience at any time during the term upon giving the Seller sixty (60) days prior written notice.

2.14 SARC Rules, Regulations and Policies The Contractor agrees that all his employees whose duties bring them upon the SARC’s premises shall abide by its rules, regulations and the reasonable directions of its officers. Such employees shall have the right to use only those SARC facilities necessary to the performance of the contract. Such employees shall comply with the SARC’s confidentiality policy and not disclose the location of the shelter.

Page 12: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

12

SECTION 300: PROPOSALS AND TECHNICAL EVALUATION

3.1 Evaluation Committee All submittals of proposals and oral presentations will be evaluated by SARC’s Building Committee. 3.2 Technical Proposal Evaluation After receipt of the technical proposals, in accordance with the form and format of AIA Document B305, SARC will shortlist based on its evaluation of the proposals in the following categories. a) Proposed A/E team including background and credentials of key personnel. b) Example projects that illustrate team’s experience with residential facilities of similar size and scope. c) Profile of the firm, experience of firm. d) Experience (if any) with State of Maryland Funded Construction Projects (Department of Housing and Community Development and/or Community Development Block Grant) and knowledge of Harford County codes, regulations and permitting requirements. e) References from clients with relevant projects of similar size and scope. 3.3 Oral Presentations SARC will provide additional information to the short listed firms before the oral presentations. The criteria for oral presentations shall be as follows: a) Presentation – Introduction of key personnel, discussion of similar projects, experience with shelter building design, construction with residents in place, and conceptual ideas about exterior design and interior layout. b) Q&A - Quality and thoroughness of answers to prepared questions. c) Reevaluation of proposed A/E team, including background and credentials of key personnel. d) Experience (if any) with State of Maryland (DHCD and CDBG) and knowledge of Harford County codes, regulations and permitting requirements. e) Profile of the firm, experience of firm. 3.4 Price Proposal Price proposals will be requested from the highest technically scored proposers after oral presentations. The price proposals will not be opened publicly. Price proposals will be evaluated on the sum total of price. SARC reserves the right to request best and final pricing, and/or negotiate. 3.5 Final Proposal Rating The scoring of the price proposal will be combined with the corresponding total score of the oral presentations to determine the final rating for each proposer. The technical score shall have a greater weight than the price score.

Page 13: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

13

SECTION 400: PROJECT OVERVIEW 4.1 Program Document Program Documents will be provided to short listed bidders after technical submissions. Note that a site visit will be conducted in conjunction with the pre-proposal conference for the firms selected to provide price proposals only. A brief overview of the project follows. The building was constructed in the 1950’s and was renovated in 1996 for its current use as a 28-bed shelter. It consists of a two-story brick building. It is a built up roof with internal and external drainage systems. The expansion creates an additional 13,398 square feet and renovates the existing shelter of 8,877 square feet. The renovated structure will provide pod or apartment like living with increased privacy, handicap accessible bathrooms, exercise room, children’s play areas, laundry facilities, common areas, and multiple kitchens. The proposal must house 40 people in 10 bedrooms. Design will ensure adequate storage space for personal items in each room. The new design focuses on the promotion of well-being and healing. Open site lines and use of natural light are desirable. Renovations will also allow for the sheltering of both male and female victims in one location. It is desirable to have the ability to shelter pets onsite but separate from the living area. The project’s scope of work will include a comprehensive interior renovation of the 8,977 GSF building. The expansion shall consist of 13,398 GSF keeping the exterior consistent with the current shelter building. Work will include replacement of all mechanical systems including the chiller, boilers, pumps, air handlers, building automation system, electric, plumbing, and security. Early collaboration will be required to determine if the building can structurally support a roof top playground. It is desirable to construct new building while residents are in place at existing structure, move residents into completed new building, and renovate old shelter. If significant cost savings could be realized through relocation of residents, this should be for a limited amount of time. Plans should preserve a maximum of existing onsite parking spaces with expansion project occurring over parking area. The building is currently serviced by public domestic water; fire suppression is tied into a dedicated water supply system; sanitary is connected to an existing public sewer and the telecommunications systems are privately owned and operated. Electrical power and natural gas are provided by the local utility company. No new parking is planned. It is anticipated that the disturbed area will be less than 5,000 square feet which qualifies for an exemption on storm water management requirements. The project will be required to utilize value engineering.

Page 14: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

14

SECTION 500: TECHNICAL PROPOSAL FORMS

AIA Document B305-Archtect’s Qualification Statement

AIA Document B101 Standard form of Agreement Between Owner and Architect

The form and instructions are available for downloading from the website https://www.aiacontracts.org/

Page 15: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

15

BID/PROPOSAL AFFIDAVIT

A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT:

I am the (title) and the duly authorized representative of (name of business) __________________________________ and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting. B. AFFIRMATION REGARDING BRIBERY CONVICTIONS I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies (as is defined in Section 16-101(f) of the State Finance and Procurement Article of the Annotated Code of Maryland), has been convicted of, or has had probation before judgment imposed pursuant to Article 27, Section 641 of the Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows:

(Indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business): C. AFFIRMATION REGARDING DEBARMENT I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows: (List each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension) D. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES I FURTHER AFFIRM THAT:

Page 16: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

16

(1) The above business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows: (Indicate the reasons why the affirmation cannot be given without qualification):

E. AFFIRMATION REGARDING COLLUSION I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the agents, servants and/or employees of the above business have:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted;

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or contractor or of any competitor, or otherwise taken any action in restraint of free competition in connection with the contract for which the accompanying bid or offer is submitted. F. FINANCIAL DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business. G. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with the provisions of Article 33, Sections 30-1 through 30-4 et seq. of the Annotated Code of Maryland, which require that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year under which the person receives in the aggregate $100,000 or more shall, on or before February 1, of the following year, file with the Secretary of State of Maryland certain specified information to include disclosure of political contributions in excess of $500 to a candidate for elective office in any primary or general election. H. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT I FURTHER AFFIRM THAT:

(1) The business named above is a (Check one) ____ Maryland (domestic) corporation ____ foreign (non-Maryland) corporation registered in accordance with the Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of

Page 17: PO Box 1207 Bel Air MD 21014 Voice: 410-836-8431 ... - SARC · SARC during the entire process of design through construction, and as such, must have a functioning office located within

17

Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessments and Taxation is:

Name: Address: (If not applicable, so state).

(2) Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Employment Security Administration, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement. I. CONTINGENT FEES I FURTHER AFFIRM THAT: The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any other consideration contingent on the making of the Contract. J. ACKNOWLEDGEMENT I ACKNOWLEDGE THAT this Affidavit is furnished to the Chief Executive Officer and that nothing in this Affidavit or in any contract arising from this bid or proposal shall be construed to supersede, amend, modify or waive the exercise of any statutory right or remedy with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF. Date: By: ___________________ (Authorized Legal Representative and Affiant) Federal Employer Identification Number (FEIN):