Kimberly Bradley - Macon Bibb County

17
Macon-Bibb County Government Procurement Department Government Center 700 Poplar Street, Suite 308 Macon, Georgia 31201 (478) 803-0550 Fax (478) 751-7252 Chauncey Wilmore Senior Procurement Officer November 22, 2017 ADDENDUM # 2 To: ALL PROSPECTIVE FIRMS Re: INVITATION FOR BIDS: Lake Tobesofkee Dam Breech Modeling Fenley Ryther Dam # 18-020-KMB The Invitation for Bids, referenced above, is modified as follows: 1. Questions and Answer 2. Attachment “A” 3. Area, Capacity, Discharge Curves Diagram and Scope of Services Please incorporate this change into the Invitation for Bid and acknowledge receipt of this addendum on your bid form. Sincerely, Kimberly Bradley YOUR NAME Procurement Officer III

Transcript of Kimberly Bradley - Macon Bibb County

Macon-Bibb County Government Procurement Department

Government Center 700 Poplar Street, Suite 308

Macon, Georgia 31201 (478) 803-0550

Fax (478) 751-7252

Chauncey Wilmore Senior Procurement Officer

November 22, 2017

ADDENDUM # 2

To: ALL PROSPECTIVE FIRMS Re: INVITATION FOR BIDS: Lake Tobesofkee Dam Breech Modeling Fenley Ryther Dam # 18-020-KMB The Invitation for Bids, referenced above, is modified as follows:

1. Questions and Answer 2. Attachment “A” 3. Area, Capacity, Discharge Curves Diagram and Scope of Services

Please incorporate this change into the Invitation for Bid and acknowledge receipt of this addendum on your bid form.

Sincerely,

Kimberly Bradley YOUR NAME Procurement Officer III

1) We can ignore completely Attachment A that was included on the website for download? I will include the right Attachment “A”

2) A pre-modeling meeting with Safe Dams is not required? They have not required it for any of the breach studies I have done for inclusion in an EAP. A pre-modeling meeting with safe dams is not required. The meeting will only be with Macon-Bibb.

3) In the pre-modeling meeting with Macon/Bibb, do you require a formal document describing the modeling as a result of the meeting, or can it be as documented in meeting notes taken during the meeting? It can be documented in meeting notes.

4) Do you require a written report at the end of the project? Or can we provide what we typically provide for inclusion in an EAP, as listed in 12d. and 12k. of Attachment B as downloaded from the procurement website? Provide what is necessary for an EAP, as indicated in the statement of work.

5) Are you planning on using the Safe Dams EAP template for the Fenley Ryther Dam? It is available here: https://epd.georgia.gov/safe-dams-program-faq-eap Yes, we plan to use the EAP template from EPD

1 of 6

MASTER: AE CONTRACT DAM BREACH MODELING >> 20-NOV-17

ARCHITECT-ENGINEER (A-E) SERVICES

Dam Breach Modeling Fenley Ryther Dam Lake Tobesofkee

INDEX

1. Description of work 2. Scope of Services 3. Administrative Changes and Government Furnished Information 4. Design Responsibilities and Documentation 5. Design Analysis 6. Field Survey, Site Analysis, and Visits 7. Design Phases 8. Design Schedule 9. Mail and Required Copies of Documents 10. Omitted 11. Drawings 12. Design Schedule and Submittals 13. Omitted 14. Omitted 15. Omitted 16. Defective Work 17. Engineering Licensing 18. Insurance

1. DESCRIPTION OF WORK Macon-Bibb County plans to develop an Emergency Action Plan (EAP) for a dam breach of Fenley Ryther Dam at Lake Tobesofkee. Fenley Ryther Dam is an earth fill dam with a concrete spillway and two 40’ X 40’ steel tainter gates. The engineering firm needs to develop a model of a breach of the dam and the area of downstream outflow for Macon-Bibb to incorporate into its EAP. Qualifications: The engineer must qualify as an “Engineer of Record” according to the qualifications of the Georgia Safe Dams Program (SDP) and be registered with the SDP and have experience in modeling dam breaches. The engineer must demonstrate his or her qualifications to perform dam breach analyses acceptable to the Georgia Safe Dams Program. Technical Requirements: The model shall conform to the current guidance provided by the Georgia SDP in terms of model selection. This shall include a pre-modeling meeting with the SDP personnel to obtain their concurrence on the general approach proposed by the engineer. Deliverables: Deliverables shall meet the requirements of the SDP. The complete input and output, as well as any spreadsheets used, shall be provided both in hard copy and on CD or DVD. All files needed to run the model shall also be included on the CD or DVD. The body of the report must be printed on 8 ½ by 11-inch white paper. Maps and drawings on 11 by 17-inch paper shall be folded appropriately into the report. Larger drawings must be provided in a jacket at the end of the report and numbered with sequential plate numbers. More detailed requirements are given in the SDP requirements.

2 of 6

MASTER: AE CONTRACT DAM BREACH MODELING >> 20-NOV-17

The engineer shall provide appropriate inundation maps in both hard copy and digital formats to enable local officials to identify areas at risk and plan evacuation routes. The engineer shall provide either ESRI GIS .shp files or AutoCad files mapped using Georgia State Plane Coordinates for the West Zone. This is to ensure that the digital maps can be imported successfully into the Macon-Bibb County GIS files. 2. SCOPE OF SERVICES.

a. General: The Architect-Engineer (A-E) shall perform all the services and furnish all materials required for the production and subsequent delivery to the Engineer of field investigations, surveys, design calculations, drawings, and electronic files as stated below.

b. Work in Excess of Scope: Should requests by using agencies or other be received for work that may be beyond scope, the A-E shall immediately contact the Engineer. Work shall not be started on such requests until a contract modification has been approved by Macon-Bibb County. Should an enlarged or decreased scope result from the review of surveys and recommendations, adjustments in the A-E fee will be negotiated.

c. Design Objectives: In general, the requirements presented are design objectives and the Architect-Engineer is encouraged to suggest changes where they would not seriously deviate from the overall requirements and would result in (1) substantial economic savings, or (2) improved performance in arriving at the end results.

3. ADMINISTRATIVE CHANGES AND GOVERNMENT FURNISHED INFORMATION:

a. General: No change shall be made in the provisions of this contract without a written contract modification.

b. Channels for Obtaining Information: Except as specified herein, all requests for information necessary to do this work shall be made to the Project Manager or his supervisor. The A-E shall at all times maintain close liaison with that office by appropriate means to assure maximum coordination of the work.

(1) A-E Personnel:The A-E shall appoint a Project Engineer/Manager for this contract to serve as the primary point of contact and liaison between the A-E and the Government. The A-E's project engineer/manager shall be responsible for the complete coordination of all work required for the projects.

c. Government Furnished Information: The Government will furnish a map of an old breach

study of uncertain origin and quality that may provide guidance as to the approximate range of downstream inundation (attached). The government has available to it 2’ contours of the county determined by LIDAR mapping in approximately 2012. We also can provide color aerial photography from our GIS files dated approximately 2013.

4. DESIGN RESPONSIBILITY AND DOCUMENTATION: a. Responsibility of the A-E:

3 of 6

MASTER: AE CONTRACT DAM BREACH MODELING >> 20-NOV-17

(1) General: Regardless of any review, acceptance, or approval by the Government, the A-E is responsible for the professional and technical quality of all designs, drawings, and other material produced under this contract. The design shall comply with good engineering practice as determined by the Engineer. The A-E is also responsible for the professional quality and adequacy of the service and for compliance with design criteria specified by the Government for use under this contract.

5. DESIGN ANALYSIS:

a. Prepare a comprehensive and well-documented design analysis. It provides an excellent audit trail for technical decisions.

b. The design analysis shall be furnished in accordance with the Phases and Schedule, as part of

the preliminary and final documents. 6. FIELD SURVEY, SITE ANALYSIS, AND VISITS: a. Field Work and Site Analysis: (1) Visit the project site prior to commencing design and perform all fieldwork necessary to

determine the existing conditions at the site of the work. (2) Verify the accuracy of and correcting drawings furnished to him by the Government. b. Visits: Make as many visits as deemed necessary for effective accomplishment of the work. The

project manager may direct further field investigation if it becomes apparent that the A-E’s original effort was deficient.

7. DESIGN PHASES: The design of these projects shall be accomplished in phases as indicated Below unless otherwise specified. The A-E shall complete the work as described below: a. Phase I: Meet with Macon-Bibb County Engineering and the Georgia Safe Dams Officials andto

present the planned approach to the modeling. The meeting will be held in the location required by the SDPin Macon-Bibb.

b. Phase II: Final Modeling (1) Prepare the initial submittal of the final model. This work shall include a first submittal of

final model documents. The above will be reviewed in conference at the County Engineer’s office, Macon, Georgia, and a copy shall be submitted to the SDP.

(2) After review and approval of the first final submittal by the project manager, prepare and

submit the corrected final model package. The corrected final design package shall include final hydrograph of the reservoir outflow and the routing of that flow through the downstream stream and floodplain until past all inhabited areas. All model inputs and assumptions shall be provided. All maps, both hard copy and electronic shall be provided.

8. DESIGN SCHEDULE: The AE shall complete all work and services under this contract within the period of time specified to be issued and deliver the submittals to the project manager in accordance with

4 of 6

MASTER: AE CONTRACT DAM BREACH MODELING >> 20-NOV-17

the design schedule. The time required by the Government to review submissions made by the AE under this contract will vary with the workload. The review periods established in the completion schedules set forth are the maximum anticipated periods required. Every effort will be made to accomplish reviews within shorter periods. 9. MAIL AND REQUIRED COPIES OF DOCUMENTS: a. All documents shall be sent not less than first class mail. Federal Express or other fast delivery may be required in certain instances to meet these deadlines, at no additional expense to the Government. Addresses to use are as follows: Macon-Bibb County Engineering Department Attn: David Fortson 780 Third St Macon, GA 31201

b. Required copies of Documents: The AE shall furnish the required material in the number of copies indicated in the specific requirements below.

10. Omitted 11. DRAWINGS:

a. Software: Use AutoCAD or ESRI Arc GIS for mapping purposes.

b. The final documentation will be in both hard and electronic formats. The A-E is responsible to make any required corrections to the electronic versions (both translated and directly designed) to ensure any subsequent hard copies printed out at our office exactly match the hard copy versions of the Corrected Finals.

12. DESIGN SCHEDULE AND SUBMITTALS: a. Delivery: Deliver the material as called for in accordance with the schedule noted below. The

following schedule is a guide that can be negotiated after award. The reference date is the notice to proceed date of the contract.

b. Schedule Changes: This schedule can later be amended by mutual agreement of the project

manager and the A-E. If the schedule is amended, the AE shall confirm the new schedule with a letter to the project manager. This new schedule becomes contractually binding unless the county notifies the A-E, within 5 days, and in writing, that we disagree with the new schedule.

c. Phase I Meeting:

(1) Meeting: 21 calendar days after reference date. Provide separately bound submittal

packages addressed to the following offices. Each package shall have the following attachments in the order listed.

5 of 6

MASTER: AE CONTRACT DAM BREACH MODELING >> 20-NOV-17

OFFICE LIST OF ATTACHMENTS (Abbreviations at end) Project Manager MP Safe Dams MP d. Phase II Final Modeling (1) First Final 170 days after reference date. Provide separately bound submittal packages

addressed to the following offices. Each package shall have the following attachments in the order listed.

OFFICE LIST OF ATTACHMENTS (Abbreviations at end) Project Manager OH, HR, MA, MF, IMH, IME Safe Dams OH, HR, MA, MF, IMH, IME M-B EMA IMH M-B Tobesofkee IMH (2) Review Conference with AE 191 calendar days after reference date. Written review

comments will be provided at or within 5 calendar days after the conference. (3) Corrected Final Submittal to Project Manager 212 days after reference date. OFFICE LIST OF ATTACHMENTS (Abbreviations at end) Project Manager OH, HR, MA, MF, IMH, IME Safe Dams OH, HR, MA, MF, IMH, IME M-B EMA IMH M-B Tobesofkee IMH k. Abbreviations: The above listings of attachments use the following abbreviations:

Narratives/Packages: MP Modeling Plan OH Outflow Hydrograph HR Hydrograph Routing MA Model Assumptions and Inputs MF Model Files IMH Inundation Maps Hard Copy IME Inundation Maps Electronic l. The above schedule is considered a relaxed schedule. The engineering firm may submit an alternative schedule that is more aggressive as a part of his submittal for evaluation by Macon-Bibb.

13. Omitted

Formatted: Indent: Left: 0", First line: 0"

6 of 6

MASTER: AE CONTRACT DAM BREACH MODELING >> 20-NOV-17

14. Omitted

15. Omitted

16. DEFECTIVE WORK: Under this contract, payment by the county and beneficial use of the work will not constitute acceptance of the work that is not in strict conformance to the requirements of the contract or that is determined to result in incomplete, defective, or deficient work. Payment to the A-E of any amount shall not imply release of the A-E from claims or liability due to incomplete, defective, or deficient work, either known or unknown prior to any payments made by the county to the A-E. 17. ENGINEERING LICENSING: All work performed under this contract shall be performed under the supervision of a professional engineer licensed in the State of Georgia to perform the required services. All documents shall be stamped by the seal of the professional responsible for that work.

18. INSURANCE: The A-E shall provide documentation from his insurer providing evidence of coverage of insurance as specified in the general provisions clauses of this contract. At a minimum, this will include $1,000,000 in Errors and Omissions insurance. All insurance certificates must provide that such insurance cannot be cancelled or modified without giving the Macon-Bibb County Purchasing Department written 30 day notice prior to such cancellation or modification to the to the insurance policy. The insurance must name Macon-Bibb County as an additional insured under the liability and auto insurance policies.

Attached: Inundation Map

Attachment “A”

Required Submission Documents

BIDDER INFORMATION

Company Name:

Company Address:

Authorized By (typed or printed name):

Title:

Authorized Signature: Date:

Telephone Number:

Fax Number :

Email Address:

Company’s Web Page:

REMITTANCE INFORMATION (where payments should be sent)

Remit to Name:

Remit to Address:

City: State: Zip: County:

Phone: Fax: Toll Free:

Contact: Email:

Tax ID: SSN______________________ Federal Tax ID________________________

Business Type: Individual Business Misc.

PURCHASE ORDER INFORMATION (where purchase orders should be sent)

Purchase Order Name:

Purchase Order Address:

City: State: Zip: County:

Phone: Fax: Toll Free:

Contact: Email:

Payment Terms: Discount _____% No. Days_____ Net Due_______________

Freight Terms: Ship Via:_______________ FOB_____________________

MBE/DBE/WBE STATUS (check appropriate box(es))

African American Hispanic Native American Asian American

Disabled Veteran Woman-Owned Not-Applicable

Attachment “A”

Required Submission Documents

BIDDER QUALIFICATION FORM

Company Name: ______________________________________________________________________

Address: ____________________________________________________________________________

When Organized: ______________ Where Incorporated: __________________________________

How many years have you engaged in business under the present firm name? _____________________

Credit available for this contract? ________________________________________________________

Contracts now in hand? ________________________________________________________________

Has bidder ever refused to execute a contract at the original bid amount? _________________________

Has bidder ever been declared in default on a contract? _______________________________________

Comments: __________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

Company Name: _____________________________________________________________________

Authorized By (typed name): ____________________________________________________________

Authorized Signature: _________________________________________________________________

Title: ________________________________________ Date: ________________________________

References

Following is a reference list of contracts that are similar to this project:

NAME OF PROJECT/DATE LOCATION CONTACT PHONE #

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

SUBSCRIBED AND SWORN

BEFORE ME ON THIS THE

______ DAY OF __________________, 201___ My Commission Expires: _________________

_____________________________________ [NOTARY SEAL]

Notary Public

Attachment “A”

Required Submission Documents

LIST OF SUB-CONTRACTORS

I do , do not , propose to sub-contract some of the work on this project. I propose to sub-contract

work to the following contractors.

NAME/ADDRESS TYPE OF WORK % of Contract

_____________________________________________________________________________________

_____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

_____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

_________________________________________________

Contractor Name

Attachment “A”

Required Submission Documents

BIDDER MINORITY PARTICIPATION GOAL

(Attach additional pages if required.)

I do , do not , propose to employ the minority sub-contractors as listed below on some of the work

on this project.

NAME/ADDRESS TYPE OF WORK % of Contract

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

_____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

_________________________________________________

Contractor Name

Attachment “A”

Required Submission Documents

FINANCIAL & LEGAL STABILITY STATEMENT

Please check appropriate item(s):

__ Firm has the financial capability to undertake the work and assume the liability required if awarded this solicitation.

__ Firm has the legal capability to undertake the work and assume the responsibilities required if awarded this solicitation.

Pending litigations (if any) will not affect the firm’s ability to perform on this contract, if awarded.

Company Name: ____________________________________________________________________________

Authorized By (typed name): ___________________________________________________________________

Authorized Signature: ________________________________________________________________________

Title: ________________________________________ Date: _______________________________________

SUBSCRIBED AND SWORN

BEFORE ME ON THIS THE

_____ DAY OF _________________, 201___ My Commission Expires: _____________

____________________________________ [NOTARY SEAL]

Notary Public

Attachment “A”

Required Submission Documents

INSURABILITY STATEMENT

Please check appropriate item(s):

__ By submission of this form, this firm confirms the ability to acquire and maintain the required levels of

insurance as outlined in the bid document. It is the understanding of this firm that proof of Insurance must be

provided prior to contract execution and maintained throughout the entire term of the contract.

Company Name: ____________________________________________________________________________

Authorized By (typed name): ___________________________________________________________________

Authorized Signature: ________________________________________________________________________

Title: ________________________________________ Date: _______________________________________

SUBSCRIBED AND SWORN

BEFORE ME ON THIS THE

_____ DAY OF _________________, 201___ My Commission Expires: _____________

____________________________________ [NOTARY SEAL]

Notary Public

Attachment “A”

Required Submission Documents

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT

Contract No. and Name: __________________________________________

Name of Contracting Entity: _______________________________________

By executing this affidavit, the undersigned person or entity verifies its compliance with O.C.G.A. § 13-10-91,

stating affirmatively that the individual, firm, or corporation which is contracting with Bibb County has registered with, is

authorized to participate in, and is participating in the federal work authorization program commonly known as E-Verify,*

in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91.

The undersigned person or entity further agrees that it will continue to use the federal work authorization program

throughout the contract period, and it will contract for the physical performance of services in satisfaction of such contract

only with subcontractors who present an affidavit to the undersigned with the information required by O.C.G.A. § 13-10-

91(b).

The undersigned person or entity further agrees to maintain records of such compliance and provide a copy of each

such verification to Bibb County at the time the subcontractor(s) is retained to perform such service.

_____________________________________ _______________________ Check if exempt EEV/E-Verify

TM User Identification Number Date of Authorization

_____________________________________ ________________________

By: Authorized Officer or Agent Date

(Name of Person or Entity)

_____________________________________ _____________________________________

Title of Authorized Officer or Agent Printed Name of Authorized Officer or Agent

SUBSCRIBED AND SWORN

BEFORE ME ON THIS THE

______ DAY OF __________________, 201___ My Commission Expires: _________________

_____________________________________ [NOTARY SEAL]

Notary Public

* or any subsequent replacement 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.

Attachment “A” Required Submission Documents

Macon-Bibb County Procurement Department

700 Poplar Street, Suite 308 Macon, Georgia 31202-0247

Tel: (478) 803-0550 • Fax: (478) 751-7252 www.maconbibb.us

CERTIFICATION REGARDING DEBARMENT, SUSPENSION

INELIGIBILITY AND VOLUNTARY EXCLUSION The Bidder/offer certifies, by submission of this Proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier, transactions, proposals, contracts, and subcontracts. Where the Bidder/offeror or any lower tier participant is unable to certify to this statement, it shall attach an explanation of this solicitation/proposal. Dated at this________day of_______________________, 2015. Signature of Contractor: ______________________________________ Title: ______________________________________________________

For Macon Bibb County Personnel Only: Macon Bibb County Procurement Department will verify that the above bidder/offer certifies, by submission of this Proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. Signature of Procurement Officer ____________________________________ Date _____________ Printed Name ________________________________