Central Services Department 222 Pine Avenue, Suite 260

advertisement
CITY OF ALBANY
Procurement Division
Central Services Department
222 Pine Avenue, Suite 260
P. O. Box 447
Albany, GA 31702
Phone: (229) 431-3211
Fax: (229) 431-2184
May 8, 2012
INVITATION TO BID
WILDLIFE HAZARD ASSESSMENT SERVICES
Bid Ref #12-058
The City of Albany will receive competitive sealed bids at the Procurement Division, 222 Pine Avenue, Suite
260, Albany, Georgia 31701 from qualified firms/companies/individuals until 2:30 P.M., June 7, 2012 for a
contract to conduct a Wildlife Hazard Assessment (“Wildlife Service’s”) at Southwest Georgia Regional
Airport (“Airport”) located at 3905 Newton Road. A Wildlife Hazard Assessment (WHA) is a comprehensive,
detailed study and evaluation of factors contributing to wildlife hazards at and within a 5-mile radius of the
Airport environment. This contract may include conducting Wildlife Hazard Management Training of
Airport personnel.
Bidding documents may be obtained from the Procurement Division, 222 Pine Ave., Suite 260, Albany, GA.
31701 or www.turbobid.com.
This is a lump sum bid to be awarded as one project for all specified work. Bid will be awarded to the
responsive and responsible bidder submitting the lowest base bid.
5% Bid Bond is required of all bidders. Bid bond must be present for bid to be read or considered.
No reimbursement will be made by the City of Albany for any costs incurred prior to a formal Notice to
Proceed should an award of contract result from this solicitation.
The City of Albany strongly encourages Georgia Department of Transportation (GDOT) Certified
Disadvantaged Business Enterprise (DBE) firms to participate in this bid. The GDOT Certified DBE project
goal is 12%.
Questions or requests for additional information should be directed in writing to Angela Calhoun, Buyer,
either by fax (229) 431-2184 or preferebly by email acalhoun@albany.ga.us, cc: yfields@albany.ga.us and
chtaylor@albany.ga.us on or before 4 P.M. on May 29, 2012. Any requests received after this deadline
may not receive a response. Replies of substance will be in the form of an addendum which will be posted
on the website and distributed to all known potential bidders.
City of Albany
Yvette Fields
Yvette Fields
Deputy Director
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
1
CITY OF ALBANY
PROCUREMENT DIVISION
CENTRAL SERVICES DEPARTMENT
ALBANY, GEORGIA
INSTRUCTIONS TO BIDDERS
These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract terms
issued with any individual bid.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
The following criteria are used in determining low responsible bidder.
(a) The ability, capacity and skill of bidder to perform required service.
(b) Whether bidder can perform service promptly or within specified time.
(c) The character, integrity, reputation, judgment, experience and efficiency of bidder.
(d) The performance of previous contracts.
(e) The suitability of equipment or material for City/County use.
(f) The ability of bidder to provide future maintenance and parts service.
Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in determining low
bids if they are deemed advantageous to the City.
All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors.
All requested information should be included in bid envelope. All desired information must be signed and included for your bid to receive
full consideration. Failure to submit any required form will be cause for bid to be rejected as non-responsive.
All questions, inquiries and requests for clarification shall be directed to Procurement.
For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely and without
further obligation on the part of the City or County at the close of the calendar year in which it was executed and at the close of each
succeeding calendar year for which it may be renewed; (2) The contract may provide for automatic renewal unless positive action is taken
by the City or County to terminate such contract, and the nature of such action shall be determined by the City or County and specified in
the contract; (3) The contract shall state the total obligation of the City or County for the calendar year of execution and shall further state
the total obligation which will be incurred in each calendar year renewal term, if renewed; and (4) The contract shall provide that title to any
supplies, materials, equipment, or other personal property shall remain in the vendor until fully paid for by the City or County.
Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents.
Each bid or proposal shall be clearly marked on the outside of the envelope as a Sealed Bid whether using a City furnished envelope or
other envelopes.
Bid/Proposal must be received and stamped by the Procurement Office before time stipulated in bid/proposal documents. No
responsibility will attach to any City representative or employee for premature opening of bid not properly addressed or identified.
If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of supply.
Bids received late will not be accepted, and the City will not be responsible for late mail delivery.
Should a bid be misplaced by the City and found later it will be considered.
Bids requiring bid bonds will not be read or considered if bond is not enclosed. Bond may be in the form of cash, certified check, cashier’s
check or Surety Bond issued by a Surety Company licensed to conduct business in Georgia.
All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to advise in their
application or use. A bidder at any time requested must satisfy the Procurement Office and City Commission that he has the requisite
organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in accordance with the provisions of the
contract in which he is interested.
Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding schedule are done at
the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation that affects the price, quality or delivery
date (when delivery is required by a specific time).
When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list where there is
more than one sample. The City reserves the right to mutilate or destroy any samples submitted whenever it may be in the best interests of
the City to do so for the purpose of testing.
City will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the trade name or names of
such materials on the bid or price quotation form.
The unauthorized use of patented articles is done entirely at the risk of the successful bidder.
The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may purchase more
or less than the estimated quantity, and the vendor must not assume that such estimated quantity is part of the contract.
Only the latest model equipment as evidenced by the manufacturer’s current published literature will be considered. Obsolete models of
equipment not in production will not be acceptable. Equipment shall be composed of new parts and materials. Any unit containing used
parts or having seen any service other than the necessary tests will be rejected. In addition to the equipment specifically called for in the
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
2
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
specifications, all equipment catalogued by the manufacturer as standard or required by the State of Georgia shall be furnished with the
equipment. Where required by the State of Georgia Motor Vehicle Code, vehicles shall be inspected and bear the latest inspection sticker
of the Georgia Department of Revenue.
The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin and Georgia
vendors shall provide Georgia Motor Vehicle form MV1.
Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their own way, the
difficulties, which are likely to be encountered in the prosecution of the same.
All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Officer
and/or the Department to which they are delivered. If defective material, equipment or supplies are discovered, the contractor, upon being
instructed by the Procurement Officer, shall remove, or make good such material, equipment or supplies without extra compensation. It is
expressly understood and agreed that the inspection of materials by the City will in no way lessen the responsibility of the contractor or
release him from his obligation to perform and deliver to the City sound and satisfactory materials, equipment or supplies. The contractor
agrees to pay the cost of all tests on defective material, equipment or supplies or allow the cost to be deducted from any monies due him
by the City or County.
Unless otherwise specified by the procurement officer all materials, supplies or equipment quoted herein must be delivered within thirty
(30) days from date of notification or exception noted on bid sheet.
A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to the City/County or who has failed
in any former contract with the City/County to perform work satisfactorily, either as to the character of the work, the fulfillment of the
guarantee, or the time consumed in completing the work.
Reasonable grounds for supposing that any bidder is interested in more than one proposal/bid for the same item will be considered
sufficient cause for rejection of all bids/proposals in which he is interested.
Unless otherwise specified the City reserves the right to award each item separately or on a lump sum basis, whichever is in the best
interest of the City/County.
The City reserves the right to waive any minor discrepancies, reject any or all bids or proposals, and to purchase any part, all or none of
the services, materials, supplies or equipment specified.
Failure of the bidder to sign the bid or have the signature of any authorized representative or agent on the bid/proposal IN THE SPACE
PROVIDED will be cause for rejection of the bid. Signature must be written in ink.
Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without cause in the 60-day
period after bids are opened.
It is mutually understood and agreed that if any time the Procurement Officer shall be of the opinion that the contract or any part thereof is
unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating any of the
conditions or covenants of the agreement, or is executing the same in bad faith, the Procurement Officer shall have the power to notify the
aforesaid contractor of the nature of the complaint. Notification shall constitute delivery of notice, or letter, to address given in bid/proposal.
If after three working days of notification the conditions are not corrected to the satisfaction of the Procurement Officer, he shall thereupon
have the power to take whatever action he may deem necessary to complete the work or delivery herein described, or any part thereof,
and the expense thereof, so charged, shall be deducted from any paid by the City out of such monies as may become due to the said
contractor, under and by virtue of this agreement. In case such expense shall exceed the last said sum, then and in that event, the
bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of such excess to the City on
notice by the Procurement Officer of the excess due.
If the bidder proposes to furnish any item of a foreign make or product, he should write “Foreign” together with the name of the originating
country opposite such item on bid/proposal.
Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time of opening of
bids, otherwise such complaint cannot be properly considered.
No vendor writing restrictive specifications for the City/County will be allowed to bid on the project.
Contracts may be cancelled by the City/County with or without cause with 30-day written notice.
All Corporations should provide the corporate seal, a copy of the Secretary of State’s Certificate of Incorporation, and a listing of
the principals of the corporation with the bid/proposal.
All bidders/proposers should provide their tax identification number with the bid/proposal.
Local bidder (domiciled in Albany City Limits) will receive bid in the event of tie bids. In the case of tie bids between out of town companies
or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss, or drawing straws. The Board
of Commissioners passed a reciprocity ordinance in 2009 (amended in 2011). Where applicable, this ordinance will govern.
The contractor shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate, if
applicable, before any work can commence. Contractor as well as any and all known subcontractors must possess or will be required to
obtain a City of Albany Occupational Tax Certificate or Registration.
Prior to submitting bid, check website at www.albany.ga.us or call the Procurement Office at 229-431-3211 for any subsequent
addendums.
PROCUREMENT FORM NO. 7 (A&M) 2002, Revised 3/9/2012
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
3
WILDLIFE HAZARD ASSESSMENT SERVICES
GENERAL INFORMATION
SOUTHWEST GEORGIA REGIONAL AIRPORT
Bid Ref #12-058
1. This contract is for the documentation and preparation of a Wildlife Hazard Assessment (WHA) in
accordance with the Federal Aviation Administration (FAA) requirements for the Southwest Georgia
Regional Airport (“Airport”) located at 3905 Newton Road, Albany, Georgia. A Wildlife Hazard
Assessment (WHA) is a comprehensive and detailed study and evaluation of factors contributing to
wildlife hazards at and within a 5-mile radius of the Airport environment. This contract may include
conducting Wildlife Hazard Management Training of Airport personnel.
2. Sealed bids must be received no later than 2:30 P.M., June 7, 2012 at the City of Albany Procurement
Division, 222 Pine Avenue, Suite 260, Albany, Ga. 31701.
Sealed bids may be hand delivered or mailed to the above listed address. Sealed bids must be delivered
in writing. Verbal responses are not acceptable. The City of Albany assumes no responsibility for bids
received after the advertised deadline or at any office or location other than that specified herein,
whether due to mail delays, courier mistake, mishandling, or any other reason. If bids are delivered by
other than hand delivery, it is recommended that the bidder verify delivery. Any bid received after the
specified time and date will not be considered and will be returned unopened to the firm.
3. Questions or requests for additional information should be directed in writing to Angela Calhoun,
Buyer, either by fax (229) 431-2184 or preferebly by email acalhoun@albany.ga.us, cc:
yfields@albany.ga.us and chtaylor@albany.ga.us on or before 4 P.M. on May 29, 2012. Any requests
received after this deadline may not receive a response. Replies of substance will be in the form of an
addendum which will be posted on the website and distributed to all known potential bidders.
Facsimiles must have a cover sheet that includes, at a minimum, the bidder’s name, address, number of
pages transmitted, phone number, facsimile number, and E-mail address (if available).
4. No bid may be withdrawn for a period of sixty (60) days following the bid opening date.
5. The City of Albany reserves the right to refuse and reject any/all bids, waive informalities or
technicalities in the bidding process, and/or accept the bid deemed to be the best and most
advantageous to the City.
6. The bidder shall comply with all laws, ordinances and regulations applicable to the services
contemplated herein, including those applicable to conflict of interest and collusion. Bidders are
presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that
may in any way affect the services offered.
7. Contractor's bid shall include all necessary labor, materials, tools, equipment, and all other items
necessary to complete the contract requirements in accordance with specifications, general conditions,
special instructions to bidders and all other provisions included in this invitation to bid.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
4
8. Bidder shall be responsible to visit the job-sites and familiarize himself with the local conditions.
9. Bid Form: Bid must be completed on the bid form provided by the City of Albany. Bid is for a lump sum
contract and will be awarded to the responsive and responsible bidder submitting the lowest base bid.
10. INDEMNIFICATION: Contractor agrees to indemnify and hold harmless the City, its agents, officers, and
employees, their successors and assigns, individually and collectively, with respect to all claims,
demands or liability for any injuries to any person (including death) or damage to any property arising
out of the activities of contractor or based on alleged negligence of contractor, its officers, agents, or
employees and contractor shall defend against all such claims and pay all expenses of such defense,
including attorney fees, and all judgments based thereon; provided that this obligation shall not extend
to any damage, injury or loss due to the negligence of the City.
11. Insurance Requirements: Contractor shall maintain insurance with companies licensed to do business
in the State of Georgia acceptable to the City for the protection of the City and name it as an additional
insured, against all claims, losses, costs or expenses arising out of injuries or death of persons whether
or not employed by contractor, whether arising from the acts or omission, negligence or otherwise of
contractor or any of its agents, employees, patrons, or other persons, and growing out of work being
done by Contractor on behalf of City, such policies to provide for a liability limit on account of each
accident resulting in the bodily injury or death of not less than One Million ($1,000,000) Dollars, a
liability limit of not less than One Million ($1,000,000) Dollars for each accident for property damage.
Contractor shall also carry product liability insurance for personal injuries and/or death in the amount
not less than One Million ($1,000,000) Dollars for any one person. Contractor shall carry and maintain
Professional Liability/Miscellaneous Errors and Omissions Insurance coverage which will pay for injuries
arising out of errors or omissions in the rendering, or failure to render professional services under the
contract, in the minimum limit of Five Hundred Thousand ($500,000) Dollars. Contractor shall maintain
a combined single liability limit of Five Hundred Thousand ($500,000) Dollars, covering owned, nonowned, and hired vehicles. Contractor shall furnish evidence to the City of the continuance in force of
said policies by providing copies of the policy to the Procurement Agent. A Certificate of insurance is
not acceptable. The City’s sole judgment shall control as to the sufficiency of the coverage.
Contractor shall furnish to the City satisfactory evidence that it carries Worker’s Compensation
Insurance in accordance with the laws of the State of Georgia.
12. TERMINATION OF CONTRACT FOR CONVENIENCE: This contract may be terminated in whole or in part
by the City of Albany with the consent of the contractor in which case the two parties shall agree upon
the termination conditions, including the effective date in the case of partial termination, the portion to
be terminated or by the contractor upon written notification to the City of Albany setting forth the
reasons for such termination, the effective date, and in the case of partial termination, the portion to
be terminated. However, if in the case of partial termination, the City of Albany determines that the
remaining portion of the award will not accomplish the purposes for which the contract was awarded,
the City of Albany may terminate the contract in its entirety.
13. TERMINATION OF CONTRACT FOR CAUSE: The City of Albany shall have the right to terminate any
contract to be made hereunder by giving the Consultant written notice of their election to do so and by
specifying the effective date of such termination. The Consultant shall be paid for its services through
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
5
the effective date of such termination. Further, provided a contract is awarded, if a Consultant shall fail
to fulfill any of its obligations hereunder, the City of Albany may terminate the agreement with said
Consultant for such default by giving written notice to the Consultant at issue. If this agreement is so
terminated, the Consultant shall be paid only for work satisfactorily completed.
14. Governing Law & Venue: An executed copy of this form must accompany your bid. (See attached).
15. Certificate of Non-Collusion: An executed copy of this form must accompany your bid. (See attached).
16. Permits/Licenses/Fees: Within five (5) days following the issuance of the Notice to Proceed, the
contractor shall apply for any and all applicable permits. Failure to do so may result in award of this
contract to the next lowest bidder and the original contractor may be billed for the difference in price.
The contractor shall secure all permits, license certificates, inspections (permanent and temporary) and
occupational tax certificate(s) before any work can commence. This documentation should be on file in
the Procurement Office prior to the start of any work associated with this contract. The contractor is
required to contact the Airport’s Deputy Director, Ken Johnson, at 229-430-5177, prior to starting
work. Alternate point of contact is Yvette Aehle at 229-430-5176. Contractor as well as any and all
known subcontractors must possess or will be required to obtain a City of Albany Occupational Tax
Certificate or Registration prior to commencement of work. For additional information concerning the
occupation tax certification process, please call 229-431-2118.
17. Security Breach Clause: The contractor understands that any penalties, fines, or other charges incurred
by the City as a result of a security breach under provisions of Title 49 Transportation Part 1542 –
Airport Security, Transportation Security Administration Regulation (TSAR) 1542, shall be the sole
responsibility of the contractor. Said fines shall be payable upon notification of the City of the breach
by the Transportation Security Administration or Airport Officials The contractor understands that such
fines can be $10,000 per occurrence per person. Airport Security Rules and Regulations, Appendix I
(page 13 - 16), are contained herein and must be adhered to.
18. Bid Bond: Each bid shall be accompanied by a certified check, cashier’s check, cash, or bid bond (surety)
acceptable to the Owner, in an amount equal to at least five (5%) percent of the bid, payable without
condition to the Owner as a guaranty that the bidder, if awarded the contract, will promptly execute
the Agreement in accordance with the bid and other contract documents, and will furnish good and
sufficient bond for the faithful performance of the same, and for the payment to all persons supplying
labor and material for the work. The bid bond must be presented in its original form. Copies are not
acceptable.
19. Corporations: All Corporations should provide corporate seal, a copy of the Secretary of State’s
Certificate of Incorporation, and a listing of the principals of the corporation with the bid.
20. Bid Submittals are listed on pages 8 – 9 (Item 5). All items listed must be submitted with bid.
21. This bid also includes the following Appendices:
Appendix A – Qualifications for Wildlife Biologists
Appendix B – Training curriculum outlining training for personnel actively involved in implementing FAA
approved Wildlife Hazard Management Plans.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
6
SPECIFIC INSTRUCTIONS TO BIDDERS
WILDLIFE HAZARD ASSESSMENT SERVICES
SOUTHWEST GEORGIA REGIONAL AIRPORT
Bid Ref #12-058
1.
SOLICITATION
The City of Albany (hereinafter referred to as "City") hereby gives notice to solicit a company, firm, or
individual with a strong background in the preparation and documentation of a Wildlife Hazard Assessment
(WHA), for a Part 139 airport, in accordance with Federal Aviation Administration (FAA) requirements for
the Southwest Georgia Regional Airport (“Airport”). A Wildlife Hazard Assessment (WHA) is a
comprehensive and detailed study that evaluates the factors that contribute to wildlife hazards, at and
within a 5-mile radius, of the Airport environment. The completed assessment must include all of the
necessary elements of a WHA as outlined in Title 14 CFR Part 139.337 and must also include prioritized
recommendations for mitigating wildlife hazards discovered during the assessment. This contract may
include conducting Wildlife Hazard Management Training of Airport personnel.
2.
QUALIFICATIONS
The bidder must be a qualified wildlife damage management biologist (“wildlife biologist”) meeting
requirements as defined by the FAA Advisory Circular No. 150/5200-36A, “Qualifications for Wildlife
Biologist Conducting Wildlife Hazard Assessments and Training Curriculums for Airport Personnel Involved
in Controlling Wildlife Hazards on Airports.” The bidder must have substantial experience in preparing a
comprehensive and detailed study that evaluates the factors contributing to wildlife hazards at and within
a 5-mile radius of the airport environment involving collecting systematic and quantitative data using onsite observations and wildlife surveys. The bidder must be able to combine such information with relevant
information such as historical strike data and an evaluation of maintenance, patrol, and wildlife mitigation
procedures to prioritize recommended mitigation techniques. The bidder must provide documentation of
recent experience of at least three (3) airport projects involving conducting WHA for other Part 139
Airports. The bidder must have experience in conducting airport employee wildlife hazard management
training.
3.
SCOPE OF WORK
The wildlife biologist will be responsible for conducting a Wildlife Hazard Assessment for the airport in
accordance with FAA standards. In addition, the wildlife biologist may provide wildlife hazard management
training for airport personnel over the course of three (3) days. The airport personnel responsible for
wildlife activities at the airport are on three (3) different shifts. The City may also ask for the cost of future
recurrent training for the same amount of time.
Specifically to a WHA, 14 CFR Part 139.337 (c) reads:
“WHA required in paragraph (b) of this section shall be conducted by a wildlife damage management
biologist (AC 150/5200-36A) who has professional training and/or experience in wildlife hazard
management at airports or an individual working under direct supervision of such an individual. The WHA
must contain at least the following:
(1) An analysis of the events or circumstances that prompted the assessment;
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
7
(2) Identification of the wildlife species observed and their numbers, locations, local movements, and
daily and seasonal occurrences;
(3) Identification and location of features on and near the Airport that attract wildlife;
(4) A description of wildlife hazards to air carrier operations; and
(5) Recommended actions for reducing identified wildlife hazards to air carrier operations.”
The assessment shall be a minimum of four (4) seasons or 12 months to adequately assess the seasonal
patterns of birds and other wildlife using the Airport and surrounding area during an annual cycle.
Specifically, the WHA will be undertaken to sample bird, mammal, and reptilian species and frequency,
seasonal and behavioral activities, and locations of wildlife activity and attractants in relation to the Airport.
Data will be analyzed and a final report provided. The completed assessment must include all of the
necessary elements of a WHA as outlined in Title 14 CFR 139.337 and must also include prioritized
recommendations for mitigating wildlife hazards discovered during the assessment.
The qualified wildlife damage management biologist must also:
A. Be available for inquiries by Airport staff about the process or any other issues that may arise during
the contract.
B. Compliance with applicable federal, state, and local laws, regulations, and ordinances, etc.,
including the Airport Rules and Regulations governing the Southwest Georgia Regional Airport,
including the Airport’s Security Plan.
C. Be responsible to meet with Airport staff or the Albany-Dougherty Aviation Commission as required
from time to time during the term of the Agreement.
D. Be responsible for all operating expenses and any operational supplies that are typically utilized in
this type of work.
4.
GDOT CERTIFIED DISADVANTAGED BUSINESS ENTERPRISE PROJECT GOAL (12%)
Because the City of Albany is expected to receive more than $250,000 in federal funding in federal FY2012,
a Disadvantaged Business Enterprise (DBE) goal is required. The City of Albany has developed a DBE project
goal for the WHA to be 12%.
All bidders must either meet the goal or must document a good faith effort to meet the goal. Any DBE to
be utilized on this project must be certified by the Georgia Department of Transportation (GDOT) and
certified documentation of that DBE designation should be submitted with the bid. A directory of GDOT
certified DBEs may be found at:
http://tomcat2.dot.state.ga.us/ContractsAdministration/uploads/rptDBE_Directory_CA_New.pdf
5.
BID SUBMITTALS AND REFERENCES
A. Bidder must include a 5% Bid Bond as specified in this document.
B. Bidder must submit bid on the Bid Form provided on page {insert page number} of this document.
Bidder must also attach with bid a detailed line item breakdown of the lump sum bid provided for
the WHA.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
8
C. Bidder must submit with bid an executed Certificate of Non-Collusion Form.
D. Bidder must submit with bid an executed Governing Law and Venue Form.
E. Bidder must submit with bid, documented evidence that he/she has the certification of FAA
approved training as a qualified wildlife damage management biologist.
F. Bidder must also submit with bid, GS-0486 qualification (see Appendix A for qualifications).
G. Bidder must also submit with bid, a list of Wildlife Hazard Assessments for other Part 139 Airports
that have been completed in the past three (3) years. The list should include the name of the
airport, city, and state; name and phone number of the contact person, and valid email address (if
available) the bidder worked with.
H. Bidder must also submit with bid, list of other Part 139 Airports where the bidder has trained,
within the last three (3) years, airport personnel actively responsible for implementing FAAapproved Wildlife Hazard Management Plans. Include the curriculum outline used for training with a
contact name, phone number, and email address (if available) of personnel that the bidder worked
with.
I. Bidder must also submit with bid, a copy of a recent Wildlife Hazard Assessment completed for a
Part 139 Airport.
J. Bidder must include documentation of good faith effort to meet the DBE goal or the GDOT
certificate(s) for the DBEs you plan to use on the project.
K. Bidder must also submit a copy of a sample contract used for similar work at other Part 139
Airports.
6.
FAA FUNDING
The award of this bid is subject to FAA funding and a contract will only be awarded if the City is notified
that the FAA has funded the costs of this work. The City may choose to award portions of this work to fit
the FAA’s commitment.
7.
CONFLICT IN LANGUAGE
In the event of any discrepancy between this Invitation to Bid and the agreement entered into after
approval by the Board of City Commissioners, the terms of the wildlife services agreement shall prevail.
8.
HOLD HARMLESS
The following clause shall be integrated into the Agreement:
“Consultant agrees to indemnify and hold harmless the City, its agents, officers, and employees, their
successors and assigns, individually and collectively, with respect to all claims, demands or liability for any
injuries to any person (including death) or damage to any property arising out of the activities of consultant
or based on alleged negligence of consultant, its officers, agents, or employees and consultant shall defend
against all such claims and pay all expenses of such defense, including attorney fees, and all judgments
based thereon; provided that this obligation shall not extend to any damage, injury or loss due to the
negligence of the City.”
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
9
BID FORM
WILDLIFE HAZARD ASSESSMENT SERVICES
SOUTHWEST GEORGIA REGIONAL AIRPORT
Bid Ref #12-058
Bid of: _______________________________________________ Date: _____________
(Company Name)
To:
The City of Albany
Post Office Box 447
Albany, Ga. 31702
Delivered to: Procurement Division
222 Pine Avenue, Suite 260
Albany, Ga. 31701
We, the undersigned, do hereby declare that we have carefully examined the site of the proposed Work and the
Contract Documents. We do hereby agree to furnish all material, transportation, equipment, apparatus systems,
labor, and supervision required to do all Work in strict accordance with the Contract Documents for the amount
indicated below:
Base Bid: Conduct and Prepare a Wildlife Hazard Assessment (WHA)
LUMP SUM BID of ___________________________________________ $_________________
Words
Figure
Optional Service: Wildlife Hazard Management Training of airport personnel
Hourly Rate $ _________ (This rate must be all inclusive of travel, lodging, additional expenses, etc.)
**Bidder must attach with bid a detailed line item breakdown of the lump sum bid provided for the WHA**
Contractor acknowledges receipt of addenda number(s): (If none received write "none received".)
_________ dated __________
_________ dated __________
_________ dated __________
_________ dated __________
If awarded the contract, the contractor will provide permits, license certificates, inspections (permanent and temporary) and
business licenses, and certificate(s) of insurance to the Procurement Office before any work can commence. Contractor will
commence work within ten (10) calendar days after issuance of Notice to Proceed and will be completed in accordance with time
stated in the Instructions to Bidders.
__________________________________ ________________________________________
Signature
Telephone #
Fax #
__________________________________ ________________________________________
Address
Federal Tax ID #
___________________________________________
City
State
Zip
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
Seal if incorporated
10
MUST SUBMIT WITH BID
CERTIFICATION OF NON-COLLUSION
The bidder being sworn, disposes and says, __________________________________________
_____________________________________________________________________________
The Contractor submitting this and its agents, officers or employees have not directly or indirectly
entered into any agreements, participated in any collusion or otherwise taken any action in
restraint of free competitive bidding in connection with this bid.
_____________________________
SIGNATURE (AUTHORIZED)
_____________________________
COMPANY NAME
_____________________________
TITLE
_____________________________
DATE
CITY OF ALBANY
BID FORM #0003
____________________________________________________________________________________________________________________________
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
11
MUST SUBMIT WITH BID
GOVERNING LAW AND VENUE
Contractor agrees that as to any actions or proceedings arising out or related to this
agreement, any such proceedings shall be governed and determined by Georgia Law.
Contractor further agrees that as to any actions or proceedings arising out of or related to
this agreement, any such action or proceeding shall be resolved only in an appropriate court
located in Dougherty County, Georgia.
_____________________________________________________________________________
SIGNED (AUTHORIZED)
COMPANY NAME
______________________________________________________________________
TITLE
DATE
CITY OF ALBANY
BID FORM #0002
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
12
Airport Security Rules and Regulations, Appendix I, p. 1 of 4
1. Introduction
Welcome to the Southwest Georgia Regional Airport (ABY). The purpose of this handout is to provide you
with information as it relates to working in the unique environment of an airport. If you’ve worked at other
airports you have a leg up on what will be expected of you. But please keep in mind, all airports are different
and are operated differently. If you have a question regarding any airport matter, please refer them to the
Airport staff.
2. Security
All personnel working in the restricted Air Operations Area (AOA) are required to be authorized in the area by
the Aviation Commission or be under escort by an Airport approved individual. Contractors shall arrange to
have necessary escort personnel in each work area at all times.
If a Transportation Security Administration (TSA) fine is imposed as a result of a contractors negligence of
security responsibility, that contractor shall pay the fine.
3. Vehicles in the Air Operations Area
Any persons required to drive on the Air Operations Area (AOA) to perform their job are required to complete
a driving and airport familiarization class. Call Airport Safety Office to arrange a class. A copy of the Airport
vehicle rules and regulations will be distributed at the time of the class.
All contractor vehicles requiring access to the AOA must have a valid AOA pass issued by the Airport. To
receive this pass, the company or vehicle owner must present a valid Certificate of Insurance naming the City
of Albany and the Albany-Dougherty Aviation Commission as co-insured with minimum liability of $1,000,000
on each vehicle. Operating a vehicle on the AOA without a valid pass will subject the operator to removal
from the site.
Contractor’s vehicles operating within the AOA must display signs of commercial design on both sides of the
vehicle identifying the vehicle of the contractor. The company name on the vehicle must match the company
name on the contract documents. Also, these vehicles that require access onto the job site will be required to
display an AOA permit issued by the Airport or be escorted by a vehicle that has an AOA permit. (i.e.
Backhoes, earthmover, etc.) Operating a vehicle on the AOA without a valid pass will subject the operator to
removal from the site.
Construction vehicles and personnel are restricted to the immediate work area specified by contract. At no
time will vehicles or personnel enter portions of the AOA outside the contract area unless under Airportapproved escort.
All authorized vehicles and construction equipment must display a three-foot by three-foot flag with
international orange and white 12 inch squares displayed in full view above the vehicles or a yellow strobe
light.
Depending on the project, the contractors construction superintendent and flagman may be required to be in
radio communications with the Air Traffic Control Tower on frequency 121.9 MHz at all times. The contractor
shall supply radios necessary for this communications. Such radios shall be used to obtain proper clearance in
regard to the movement of personnel, equipment, trucks, etc. on the airport. Further, any unusual
occurrences in the flight pattern of approaching or departing aircraft
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
13
Airport Security Rules and Regulations, Appendix I, p. 2 of 4
shall be monitored by all concerned parties so that operation of the Airport and the construction work can be
safely carried on at all times.
Any vehicle operating within the AOA must comply with all applicable rules and regulations listed in the Guide
to Ground Vehicle Operations in the AOA.
4. Perimeter / Security Fencing
Before removing or making openings in the Airport perimeter fencing, the contractor will obtain permission
and approval of the Director and take precautions to prevent entry of unauthorized personnel. No openings
in the security fencing that provides access to the AOA will be allowed to remain open unless continuously
monitored by contractor personnel. Contractors will be responsible for verifying proper identification of
anyone accessing the AOA via the construction area access point. Failure to monitor any access point created
or used by the contractor could result in the project being shutdown by the Director until such time that
appropriate security procedures are implemented.
Any changes or relocation to the perimeter fence (temporary or permanent) must be submitted to the
Director for approval and inclusion in the Airport Security Program (ASP). The perimeter security fence line
for the AOA must be clear of all debris, storage of materials and equipment for a distance of ten (10) feet on
both sides of the fence.
The Southwest Georgia Regional Airport reserves the right to remove from the job-site any person found to
be in violation of TSA or Southwest Georgia Regional Airport security rules and regulations.
Security gates and haul roads shall be designated by the Airport Deputy Director. If the contractor requires
access to the Airport through a gate normally closed, the contractor must obtain the prior written approval of
the Director, and must follow all conditions set forth in such approval to prevent the public and other
unauthorized individuals from using the gate.
5. Barricades, Flags, and Obstruction Lighting
The Contractor will be required to accomplish the work items according to the work schedule of construction
as submitted to the Airport Deputy Director following the award of the contract. The contractor is required to
barricade all construction areas that present a potential danger to aircraft, vehicles, and pedestrian traffic.
The Contractor shall notify the Airport Safety Office prior to construction on or near any runway or taxiway or
apron area. Any taxiway or apron area shall be marked in conformance with the FAA Advisory Circular
150/5340-1 or latest edition. This shall consist of placing barricades and flashers on each taxiway and closed
runway crosses on the affected runways. Flashers must be well anchored so they do not blow over from jet
blasts of strong winds.
Closed taxiway, apron area, and other airfield markings and maintenance of these items are considered a
necessity and an incidental part of the work, and no separate measurement or payment will be made. The
contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations,
temporary stockpiles, and his/her parked construction equipment that may be hazardous to the operation of
emergency fire-rescue, or maintenance vehicles on the airport in reasonable conformance to FAA Advisory
Circular 150/5370-2, current edition, Safety on Airports During Construction Activity.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
14
Airport Security Rules and Regulations, Appendix I, p. 3 of 4
The Contractor shall not allow men or equipment, nor shall permit materials to be stored or stocked within
350 feet of any runway centerline or within 150 feet of the centerline of any taxiway during the entire period
of this project without first obtaining approval of the Resident Engineer or the Director.
When the Contractor’s operation require the closing of any runway or taxiway, the contractor shall notify the
Airport Safety Office a minimum of 48 hours in advance of the requested closure, and mark said runway or
taxiway in accordance with the plans and specifications at no additional cost to the sponsor.
6. Safety Impacts
Potentially hazardous conditions which may occur during airport construction include, but are not limited to,
the following:













Trenches, holes or excavations on or adjacent to any open runway or in safety areas.
Unmarked/unlighted holes or excavations in any safety area.
Mounds or piles of earth, construction material, temporary structures, or other objects on or in the
vicinity of any active runway, taxiway, or related safety, approach, or departure area.
Pavement drop-offs that would cause, if crossed at normal operating speeds, damage to aircraft that
normally use the airport. The maximum is 3 inches.
Vehicles or equipment, (whether operating or idle) on any active runway, taxiway, or related safety,
approach or departure area.
Vehicles, equipment, excavations, stockpiles, or other material which could impinge upon NAVAID
critical areas and degrade or otherwise interfere with electronic NAVAID or interfere with visual
NAVAID facilities.
Objects or activities anywhere on or in the vicinity of the Airport which could be distracting, confusing,
or alarming to pilots during aircraft operations.
Unflagged/unlighted low visibility items (such as cranes, backhoes, scrapers, dump trucks, compactors,
dozers or the like) in the vicinity of an active runway, or in any approach or departure area.
Dirt debris, or other transient accumulations which temporarily obscures pavement markings,
pavement edges, or derogates the visibility of runway / taxiway marking or lighting or of construction
and maintenance areas.
Trash or other material with foreign object damage (FOD) potentials, whether on runways, taxiways,
and aprons or in related safety areas.
Failure to control vehicle human and large animal access to, and nonessential nonaeronautical
activities on open aircraft movement areas.
Failure to maintain radio communication between construction vehicles and air traffic control or other
on-field communications facility.
Construction activities or material, which could hamper Aircraft Rescue and Fire Fighting (ARFF)
vehicles accessing to all parts of the runway/taxiway system, runway approach and departure areas, or
aircraft parking locations.
7. Safety Inspections
The contractor is responsible for maintaining the construction site in a manner conducive to aviation
activities. Daily, prior to leaving the Airport, the contractor will contact the Airport Safety Office to perform a
safety inspection of the facility. Discrepancies identified that are the responsibility of the contractor shall be
remedied prior to the contractor leaving the work site for the day. The contractor
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
15
Airport Security Rules and Regulations, Appendix I, p. 4 of 4
shall also contact the ASO when completing any work on or near any runway, taxiway, or parking apron for a
safety inspection.
8. Authority of the Director and his Designees
The Albany-Dougherty Aviation Commission tasks the Director with the day-to-day function of the Southwest
Georgia Regional Airport. For the purposes of construction on the Airport, the Director has designated the
Airport Safety Office, Airport Maintenance staff and other agents to ensure said functions continue
uninterrupted. All contractors are placed on notice that failure to follow the instructions of the Director or
designee could result in a work stoppage with all the ramifications thereof. All contractors are placed on
notice that any fine levied against the Airport as a result of the contractor operation are the responsibility or
the offending contractor. Further, all contractors are advised that any aviation or nonaviation related
accidents/incidents resulting from the actions or inaction of the contractor would be the sole responsibility of
said Contractor.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
16
APPENDIX A.
Qualifications for Wildlife Biologists
A. To meet the qualification standards of §139 and the Advisory Circular, a wildlife management
biologist must:
1. Have the necessary academic coursework from accredited institutions and work experience to
meet the qualifications of a GS-0486 series wildlife biologist as defined by the U.S. Office of
Personnel Management classification standards (Appendix A of the AC) or be designated as a
Certified Wildlife Biologist by The Wildlife Society (http://www.wildlife.org) and,
2. Have taken and passed an Airport wildlife hazard management training course acceptable to the
FAA Administrator (Appendix C of the AC), and;
3. While working under the direct supervision of a qualified Airport wildlife biologist, have
conducted at least one Wildlife Hazard Assessment acceptable to the FAA Administrator (as
described in §139.337(c)). and,
4. Have successfully completed at least one of the following within five years of their initial FAA
approved Airport wildlife hazard management training course, and every five years thereafter:
(i) An Airport wildlife hazard management training course that is acceptable to the FAA
Administrator (Appendix C of the AC) or,
(ii) Attendance, as a registered participant, at a joint Bird Strike Committee– USA/Bird Strike
Committee–Canada annual meeting or,
(iii) Other training acceptable to the FAA Administrator.
B. Individuals who work under the direct supervision of a qualified Airport wildlife biologist are allowed
to conduct Wildlife Hazard Assessments if the Airport sponsor and the qualified Airport wildlife biologist
agree in writing to determine how the qualified Airport wildlife biologist will:
(a) Supervise how the individual(s) will conduct the Wildlife Hazard Assessment; and
(b) Report progress of the Wildlife Hazard Assessment; and
(c) Supervise the Wildlife Hazard Assessment report production.
U.S. Office of Personnel Management qualification standards for GS-0486 series wildlife biologists.
To be qualified as a GS-0486 series wildlife biologist, a candidate must have the following:
a. A degree in biological science that includes –
(1) At least 9 semester hours in such wildlife subjects as mammalogy, ornithology, animal ecology,
and wildlife management or research courses in the field of wildlife biology; and
(2) At least 12 semester hours in zoology in such subjects as general zoology, invertebrate zoology,
vertebrate zoology, comparative anatomy, physiology, genetics, ecology, cellular biology,
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
17
parasitology, and entomology or research courses in these subjects (excess courses in wildlife
biology may be used to meet the zoology requirements where appropriate); and
(3) At least 9 semester hours in botany or the related plant sciences; or
b. A combination of education and experience equivalent to a major in biological science (i.e., at least
30 semester hours), with at least 9 semester hours in wildlife subjects, 12 semester hours in zoology,
and 9 semester hours in botany or related plant science, as shown in “a.” above, plus appropriate
experience or additional education.
c. Be designated as a Certified Wildlife Biologist by The Wildlife Society (http://www.wildlife.org).
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
18
Appendix B
Training curriculum outline personnel actively involved in implementing FAA approved Wildlife Hazard
Management Plans.
The goal of the training course must be to provide the knowledge, skills, and abilities needed by airport
personnel to safely and accurately implement relevant portions of an FAA approved Wildlife Hazard
Management Plan. To be acceptable to the FAA, initial and recurrent training must be at least 8 hours in
length and include the agenda items.
a. General survey of wildlife hazards to aviation based on the most recent annual FAA National
Wildlife Strike Database Serial Report.
b. Review of wildlife strikes, control actions, and observations at the airport over at least the past
12 months.
c. Review of the airport’s Wildlife Hazard Assessment, (conducted by a qualified airport wildlife
biologist), to include—
(1) Existing wildlife hazards and trends in wildlife abundance.
(2) Status of any open or unresolved recommended action items for reducing identified
wildlife hazards to air carrier operations within the past 12 months.
d. Review of the airport’s Wildlife Hazard Management Plan, to include –
(1) Airport-specific wildlife attractants, including man-made and natural features, and
habitat management practices of the last 12 months.
(2) Review of the airport’s wildlife permits (local, State, and Federal).
(3) Review of other airport-specific items:
a. Wildlife hazard management strategies, techniques, and tools –
i. Flight schedule modification.
ii. Habitat Modification, exclusion.
iii. Repelling methods.
iv. Wildlife population management.
b. Responsibilities of airport personnel for –
i. Reporting wildlife strikes, control actions, and wildlife observations.
ii. Communicating with personnel who conduct wildlife control actions or
who see wildlife hazards and air traffic control tower personnel and
others who may require notification, such as airport operations or
maintenance departments.
iii. Documenting and reporting wildlife hazards seen during patrols and
inspections, and follow-up control efforts.
iv. Documenting and reporting when no hazards are seen during patrols
and inspections.
c. Basic bird and mammal identification, stressing local hazardous and rare or
endangered species of concern.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
19
d. For any airport personnel using pyrotechnic launchers or firearms, training on
the following topics from a qualified individual.1
i. Safety, parts, and operation of firearms and pyrotechnic launchers.
ii. Fundamentals of using ammunition and pyrotechnics.
iii. Personnel protective equipment.
iv. Cleaning, storage, and transport of firearms and pyrotechnic launchers.
v. Applicable local, State, and Federal regulations on firearms,
pyrotechnic launchers, and pyrotechnics.
vi. Live fire training with firearms and pyrotechnic launchers.
e. Any other training required by local, State, or Federal regulations.
Recommendations
1. Exams or tests may be oral, written, practical demonstrations, or a
combination of all three.
2. The Trainer should retain passing grades/evaluations records.
3. The Trainer should retain course attendance records for a period of three
years.
4. Airport personnel charged with responsibility for the airport’s wildlife
hazard management program should retain records of those to whom
instruction in airport wildlife hazard management has been given for the
period of time during which the employee conducts hazardous wildlife
management activity on the airport and for six months after termination of
employment.
Wildlife Hazard Assessment Svcs, Bid Ref #12-058
20
Download