16-009 Request for Proposals

advertisement

City of Albany

Post Office Box 447

Albany, Georgia

31702-0447

Central Services Department Phone: 229.431.3211

Yvette Fields, Director

Michael Trotter, Procurement Manager

FAX: 229.431.2184

August 20, 2015

Request for Proposals

Consultant – Dougherty County Greenway and Recreational Trails Master Plan

Reference No. 16-009

The City of Albany, Procurement Division, 222 Pine Avenue, Suite 260, Albany, GA, 31701, on behalf of the Dougherty County

Board of Commissioners, will receive sealed proposals from qualified firms/consultants, until 5:00 pm, September 22, 2015, for a consultant to develop a Dougherty County Greenway and Recreational Trails Master Plan of approximately 1,560 acres of publicly-owned property along the banks of the Flint River in Dougherty County, in accordance with the scope of services included in this Request for Proposals (RFP).

The City of Albany strongly encourages Small Business firms to participate in this RFP. 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 their response.

Firms that wish to join in a consortium must designate one firm as the principal or lead firm. Consortiums will be evaluated according to the same requirements as a single firm.

Any interested and qualified firm and/or party is requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner and form prescribed. No reimbursement will be made by the County for any costs incurred prior to a formal notice to proceed should an award of contract result from this solicitation.

The City of Albany reserves the right to reject any and all responses and to waive technicalities as deemed to be in the best interest of the County. The City of Albany reserves the right to request additional information from a respondent(s) as deemed necessary to analyze responses.

Documents and specifications are available at the Procurement Office, www.albany.ga.us

, www.turbobid.com

, or at the

Georgia Procurement Registry.

For additional information, contact Jean Wright, Buyer at (229) 431- 3211 or email jewright@albany.ga.us

, cc: kiallen@albany.ga.us

and mtrotter@albany.ga.us

. The deadline for questions is September 15, 2015. Questions received after this deadline may not be answered. Replies of substance will be in the form of written addenda and made available to all potential respondents.

City of Albany,

Yvette Fields

Yvette Fields

Director

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

1

DOUGHERTY COUNTY

PROCUREMENT DIVISION

ALBANY, GEORGIA

2.

1.

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.

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.

3.

4.

5.

6.

(d) The performance of previous contracts.

(e) The suitability of equipment or material for 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 County.

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.

7.

8.

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 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 County to terminate such contract, and the nature of such action shall be determined by the County and specified in the contract; (3) The contract shall state the total obligation of the 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 County.

Quote all prices F.O.B. Albany, Georgia or our warehouse or as specified in bid documents.

9.

10.

11.

12.

13.

Each bid or proposal shall be clearly marked on the outside of the envelope as a Sealed Bid whether using a County 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 County 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 County will not be responsible for late mail delivery.

Should a bid be misplaced by the County 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,

14.

15.

16.

17.

18.

19.

20. 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 County 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 County reserves the right to mutilate or destroy any samples submitted whenever it may be in the best interests of the County to do so for the purpose of testing.

County 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 County 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

2

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

21.

22.

23.

24.

25.

26.

27.

28.

29.

30.

31. specifically called for in the 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

Office 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 Office, 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 County will in no way lessen the responsibility of the contractor or release him from his obligation to perform and deliver to the County 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 County.

Unless otherwise specified by the procurement office 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 County or who has failed in any former contract with the 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 County reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of the County.

The County 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 Office 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 Office 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

32.

33.

39.

Procurement Office, 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 County 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 County on notice by the Procurement Office 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.

34.

35.

36.

No vendor writing restrictive specifications for the County will be allowed to bid on the project.

Contracts may be cancelled by the County with or without cause with 30-day written notice.

Dougherty County has an equal opportunity purchasing policy. The County seeks to ensure that all segments of the business community have access to supplying the goods and services needed by the County programs. The County affirmatively works to encourage utilization of minority business enterprises in our procurement activities. The County provides equal opportunities for all

37. businesses and does not discriminate against any vendors regardless of race, color, religion, age, sex, national origin, or handicap.

All Corporations must provide the corporate seal and a copy of the Secretary of State’s Certificate of Incorporation upon request.

38. 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 – REVISED 8/18/14

3

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

SPECIAL INSTRUCTIONS

Consultant – Dougherty County Greenway & Recreational Trails Master Plan

Reference No. 16-009

1.

GENERAL: Professional services contract for a consultant to develop a Dougherty County Greenway and

Recreational Trails Master Plan of approximately 1,560 acres of publicly-owned property along the banks of the Flint River in Dougherty County which provide unique opportunities for different types of recreational facilities to serve many citizen interests, in accordance with the scope of services included in this RFP.

2.

DELIVERY: One (1) original and three (3) copies of all submittals should be delivered to:

CITY OF ALBANY

PROCUREMENT DIVISION

222 PINE AVENUE, SUITE 260

ALBANY, GEORGIA 31701

PHONE: (229) 431-3211

Submittals should be clearly marked on the outside as “RFP No. 16-009, Consultant – Dougherty County

Greenway & Recreational Trails Master Plan”.

Sealed responses may be hand delivered or mailed to the above listed address. Sealed responses must be delivered in writing. Verbal responses are not acceptable. The City of Albany assumes no responsibility for responses 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 responses are delivered by other than hand delivery, it is recommended that the respondent verify delivery. Any submittal received after the specified time and date will not be considered and will be returned unopened to the firm.

3.

INSURANCE: The proposer shall possess and maintain general liability coverage of at least $1,000,000 combined single limit with $2,000,000 general aggregate per occurrence covering all premises and operations including bodily injury, personal injury, and property damage. In addition to the Certificate of

Insurance, the contractor must provide the declaration page for the commercial general liability insurance policy. Policy shall be endorsed to name Dougherty County as an additional insured, provide thirty (30) days notice of any cancellation, modification, and/or alteration of the coverage, and specifically identify the project being insured.

The proposer shall possess and maintain worker’s compensation coverage in the statutory limits of Georgia.

The proposer shall possess and maintain Business Automobile Liability of $1,000,000 Combined Single Limit covering owned, non-owned and hired automobiles.

SUBMIT WITH PROPOSAL, specimen copy of Certificate of Insurance. Upon award of contract and prior to commencement of work under this contract, the successful bidder shall provide Dougherty County a

Certificate of Insurance showing the type and limits of insurance specified herein with Dougherty County

Board of Commissioners as an additional insurer.

4. INDEMNIFICATION: Consultant agrees to indemnify and hold harmless the County, 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

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

4

judgments based thereon; provided that this obligation shall not extend to any damage, injury or loss due to the negligence of the County.

4.

TERMINATION FOR CONVENIENCE: This contract may be terminated in whole or in part by Dougherty

County with the consent of the consultant in which case the two parties shall agree upon the termination conditions, including the effective date in the case of partial termination, and the portion to be terminated; or by the consultant upon written notification to the County 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 County determines that the remaining portion of the award will not accomplish the purposes for which the contract was awarded, the County may terminate the contract in its entirety.

5.

TERMINATION FOR CAUSE: In the event that the consultant shall for any reason or through any cause be in default of the terms, conditions, or obligations of the contract documents, the County may give the consultant written notice of such default and terminate the contract. All terms, conditions, and obligations of the contract documents are considered material. The County may, in its discretion, provide the consultant an opportunity to cure the default, if curable, prior to termination. Unless a different duration is provided in the notice of default, the consultant shall have fourteen (14) calendar days to cure the default from the date such notice is mailed to the consultant, unless notification is by facsimile or personal delivery, in which case the opportunity to cure shall commence upon delivery of the notice. Upon failure of the consultant to cure the default the County may immediately terminate the contract effective as of the mailing or delivery of the default notice. If the County terminates the contract, the consultant shall remain liable for performance of all terms, conditions, and obligations through the date of termination. Termination by the County shall not constitute a waiver by the County of any other rights or remedies available to the County by law or contract.

6.

WITHDRAWAL: The respondent may withdraw his/her submitted response by providing a written request to the Procurement Division before the stipulated closing date and time. Withdrawal of your response will not cause prejudice or interfere with the right of the respondent to submit a new response, provided the latter is received by the predetermined date and time provided herein. No submittal may be withdrawn for a period of sixty (60) days following the closing date.

7.

TIME EXTENSION: The City of Albany, for good and sufficient reason, may extend the response deadline, in which case all potential respondents will receive an addendum setting forth the new date and time.

8.

GEORGIA SECURITY & IMMIGRATION COMPLIANCE ACT: The successful contractor will provide certification that they are in compliance with the Georgia Security and Immigration Compliance Act, certifying that the provisions of GA Law, O.C.G.A 13-10-91, Chapter 300-10-1, per the Georgia Department of Labor, if applicable, have been complied with in full. Pursuant to O.C.G.A 13-10-90(2), all subcontractors entering into a contract or agreement for hire on this Project must be registered and participate in the

Federal Work Authorization Program. Complete and submit a copy of the form, applicable to your

company, and applicable Subcontractor Affidavits, with your response.

9.

FORMS: Submit with proposal an executed copy of Governing Law & Venue and Certificate of Non-Collusion

(attached).

10.

CONFIDENTIALITY: Upon receipt of the submittal by the City of Albany, the submittal shall become property of the City of Albany without compensation to the respondent, for disposition or usage at their discretion.

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

5

11.

SUBMITTAL REQUIREMENTS: The response must be concise and clear. Unnecessary elaborate brochures or other presentations beyond sufficient substance to present a complete and effective response are not advised.

A. Introduction: Provide general company information including the address of the local office and company history evidencing business operation for a minimum of one (1) year.

B. Staff Qualifications: Provide an organizational chart that illustrates how the company is organized and managed. Provide resumes of those key staff members who will be completing the work with detailed relevant project experience. This submittal should demonstrate the background experience of each individual and provide a description of professional status or applicable certification(s). Two page limit on individual resumes.

C. Company Qualifications/References: Provide a list of a minimum of five (5) representative projects of comparable type work completed. Provide a brief description of the project, project start and completion dates, client name, address, contact person, telephone number, and key staff member's name and responsibility. Submit a reference letter from at least three (3) of the five (5) representative projects listed, attesting to satisfactory performance of completed work.

D. Schedule: Provide a timeline for the completion of this work and relevant evidence to attest to the

Company's ability to perform this contract in a timely matter.

E. Project Approach: Provide a brief narrative of the company’s plan to perform and complete this contract within the guidelines provided.

12.

SELECTION PROCESS: A Selection Committee will review all responses submitted prior to the deadline.

Based upon the background information reported in the submittal, the Committee will determine whether the respondent is qualified or unqualified. The County reserves the right to request additional information or clarification from respondents. Cost will not be the sole determining factor in selecting a firm.

The selection committee will rank up to three (3) qualified firms based on the data submitted. The committee may require each of these firms to make a formal presentation to the selection committee regarding its qualifications to perform the project. The firms will then be ranked in order of qualifications.

The top ranked firm (s) will be selected for final negotiation. If negotiations are not mutually successful, the second choice firm will be called to negotiate and so on. Upon completion of negotiations and acceptance/approval by the appropriate approving authority, a formal contract agreement will be prepared and executed between the County and the Consultant.

13.

EVALUATION CRITERIA: Following are the criteria to be used by the selection committee to evaluate prospective respondents.

A. Qualifications of Project Personnel - Qualifications and experience of the individuals directly assigned to this project. Provide their educational and professional credentials as well as direct experience on similar projects. 20 Points

B. Qualifications of the Firm – Can firm successfully complete this project (i.e. firm’s experience, service capability, and workload)? Firm’s successful experience with projects similar to the type of service reflected in this RFP. 20 Points

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

6

C. Project Understanding and Approach - Submittal should clearly express the firm’s understanding and approach to the proposed project. In describing the approach, a response time capability should be presented which describes the firm’s ability to respond timely to requests for services as delineated in this RFP. 20 Points

D. Past Performance – Firm’s performance and record of accomplishment on contracts with government agencies in terms of cost control, quality of work, customer-client relationship, and compliance with performance schedules (as determined from references). Submit a minimum of three (3) reference letters. 20 Points

E. Fee for services - Provide lump sum estimate along with detailed cost estimate, by task, to successfully complete the work requirements. Also include a not-to-exceed estimate for reimbursable expenses.

(Submit fee for services in a separate sealed envelope with the response). 20 Points

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

7

SUBMIT WITH RESPONSE

CERTIFICATION OF NON-COLLUSION

The bidder being sworn, disposes and says, __________________________________________

_____________________________________________________________________________

The Consultant submitting this certification 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

REVISED 3/26/2013

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

8

SUBMIT WITH RESPONSE

GOVERNING LAW AND VENUE

Consultant agrees that as to any actions or proceedings arising out of or related to this agreement, any such proceedings shall be governed and determined by Georgia Law.

Consultant 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

_____________________________________________________________________________

DATE TITLE

CITY OF ALBANY

BID FORM #0002

REVISED 3/26/2013

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

9

NOTE:

AFFIDAVIT

TO

COMPLY WITH O.C.G.A § 13-10-91

This particular document is to be used when contracting with corporations. Under Georgia law a corporation cannot execute an affidavit. The actual execution of the affidavit must be by a principal of the corporation.

AFFIDAVIT

Personally appeared before the undersigned, duly authorized by law to administer oaths,

______________________________________ who being duly sworn deposes and says:

[Name of Principal of Corporation]

1.

I am a principal of _______________________________, by virtue of my position as

[Name of Corporation]

[Name of Title--such as president or vice-president]

.

2.

The statements contained herein are based on my personal knowledge and I do not labor under any physical or mental difficulties. I am over 21 years of age and I understand the City of Albany will rely on the statements contained herein as a part of the City’s obligations under O.C.G.A. §

13-10-91. This affidavit is given in conjunction with a construction project on behalf of the City of Albany known as

[Name of Project]

.

3.

I understand that the City of Albany may not enter into a contract with

____________________________ unless it has registered and does participate in the Federal

[Name of Corporation]

Work Authorization Program defined in O.C.G.A. § 13-10-90(2), to-wit:

(2) “Federal work authorization program” means any of the electronic verification of work authorization programs operated by the United States

Department of Homeland Security or any equivalent federal work authorization

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

10

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), D.L. 99-603.

4.

I understand that

[Name of Corporation]

may only contract with subcontractors that are registered with and participate in the Federal Work Authorization Program. I swear, under penalty of perjury,

[Name of Corporation]

will begin work at this project only with subcontractors that meet such requirements and an appropriate affidavit will be provided to City from each subcontractor.

5.

I further understand that upon contracting with any new subcontractor, ,

[Name of Corporation] must provide City with a written notice which shall include an affidavit attesting to the subcontractor’s name, address, user identification number and date of authorization to participate in the Federal Work Authorization Program. All of this must be done within five (5) business days of entering into a contract or agreement for hire with a new subcontractor.

6.

I swear under penalty of perjury that _____________________________ has registered

[Name of Corporation] and does participate in the Federal Work Authorization Program as defined in paragraph 3 above.

7.

Furthermore, I swear that the Contractor’s Company E-Verify ID Number for

is

[Name of Corporation] [Insert Number]

and the date of such authorization is

.

[Insert Date ________________________________

[Name]

Sworn to and subscribed before me

this ______ day of ____________ 20___

__________________________________

NOTARY PUBLIC

My commission expires:______________

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

11

NOTE:

AFFIDAVIT

TO

COMPLY WITH O.C.G.A § 13-10-91

This particular document is to be used when contracting with a business owned by individual(s). The business is not incorporated nor is it set up in any other formal structure such as a limited liability partnership.

AFFIDAVIT

Personally appeared before the undersigned, duly authorized by law to administer oaths,

______________________________________ who being duly sworn deposes and says:

[Name of Owner(s)]

1.

I/ we are owners of ______________________________. The latter is a trade name for the

[Name of Business] business operated by the undersigned.

2.

The statements contained herein are based on my/our personal knowledge and I/we do not labor under any physical or mental difficulties. I/we am over 21 years of age and I/we understand the City of Albany will rely on the statements contained herein as a part of the City’s obligations under O.C.G.A. § 13-10-91.

This affidavit is given in conjunction with a construction project on behalf of the City of Albany known as .

[Name of Project]

3.

I/we understand that pursuant to O.C.G.A. § 13-10-91 the City of Albany may not enter into a contract with me/us unless I/we has/have registered and do/does participate in the Federal Work

Authorization Program defined in O.C.G.A. § 13-10-90(2), to-wit:

(2) “Federal work authorization program” means any of the electronic verification of work authorization programs operated by the United States

Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

12

verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), D.L. 99-603.

4.

I/we understand that my/our business may only contract with subcontractors that are registered with and participate in the Federal Work Authorization Program. I/we swear, under penalty of perjury, that my/or business will begin work at this project only with subcontractors that meet such requirements and an appropriate affidavit will be provided to City from each subcontractor.

5.

I further understand that upon contracting with any new subcontractor, I/we must provide City with a written notice which shall include an affidavit attesting to the subcontractor’s name, address, user identification number and date of authorization to participate in the Federal Work Authorization Program.

All of this must be done within five (5) business days of entering into a contract or agreement for hire with a new subcontractor.

6.

I/we swear under penalty of perjury that I/we have registered and do participate in the Federal Work

Authorization Program as defined in paragraph 3 above.

7.

Furthermore, I/we swear that the Contractor’s Company E-Verify ID Number for

is and the date of such authorization is

[Name of Business] [Insert Number]

.

[Insert Date]

____________________________________

[Name ]

____________________________________

[Name – if more than one owner]

Sworn to and subscribed before me this

_________ day of _____________ 20_____

____________________________________

NOTARY PUBLIC

My commission expires:________________

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

13

NOTE:

SUBCONTRACTOR’S AFFIDAVIT

TO

COMPLY WITH O.C.G.A § 13-10-91

This particular document is to be used when Subcontracting with General Contractors.

Under Georgia law a corporation cannot execute an affidavit. The actual execution of the affidavit must be by a principal of the corporation.

AFFIDAVIT

Personally appeared before the undersigned, duly authorized by law to administer oaths,

______________________________________ who being duly sworn deposes and says:

[Name of Subcontractor]

1.

I am a principal of _______________________________, by virtue of my position as

[Name of Subcontractor]

___________________________________________________.

[Name of Title--such as president or vice-president or owner]

2.

The statements contained herein are based on my personal knowledge and I do not labor under any physical or mental difficulties. I am over 21 years of age and I understand the City of Albany will rely on the statements contained herein as a part of the City’s obligations under O.C.G.A. §

13-10-91. This affidavit is given in conjunction with a construction project on behalf of the City of Albany known as .

[Name of Project]

3.

I understand that all subcontractors entering into a contract or agreement for hire on this Project must be registered and participate in the Federal Work Authorization Program defined in

O.C.G.A. § 13-10-90(2), to-wit:

(2) “Federal work authorization program” means any of the electronic verification of work authorization programs operated by the United States

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

14

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), D.L. 99-603.

4.

I swear under penalty of perjury that _____________________________ has registered

[Name of Subcontractor] and does participate in the Federal Work Authorization Program as defined in paragraph 3 above.

5.

Furthermore, I swear that the Contractor’s Company E-Verify ID Number for

is

[Name of Subcontractor] [Insert Number]

and the date of such authorization is

.

[Insert Date]

________________________________

[Name]

Sworn to and subscribed before me this ______ day of ___________ 20____

_________________________________

NOTARY PUBLIC

My commission expires:_____________

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

15

Request for Proposals

Dougherty County Greenway and Recreational Trails Master Plan

Scope of Work

Reference No. 16-009

Project Overview:

The Albany-Dougherty Department of Planning and Development Services is seeking the services of a consultant to develop a Dougherty County Greenway and Recreational Trails

Master Plan. There are approximately 1,560 acres of publicly-owned property along the banks of the Flint River in Dougherty County which provide unique opportunities for different types of recreational facilities to serve many citizen interests. Multi-use paths, interpretive trails, wildlife and river observation, mountain bike and water trails have a place in this greenbelt, brought into public ownership during the past 20 years. Dougherty County and the City of Albany have several existing and pending trail projects of differing types. The consultant will perform a brief assessment of existing trails; a more thorough review of pending projects and a comprehensive study of alternate routes to connect these into a county wide system.

The Flint River greenway is dotted with springs from the Floridan aquifer, endangered and threatened species, archaeological and historic sites. Albany State University is located along the east bank, and downtown Albany along the west bank. Major portions of the corridor are in a floodway or 100 year flood plain. Nearly 200 acres were acquired through Federal Hazard

Mitigation programs following the 1994 and 1998 floods. Sustainability and responsible recreational development within the greenway is a significant priority for this planning effort.

This RFP was developed after gathering input from various stakeholder groups that have interest in the Master Plan’s outcome. These include: Dougherty County Greenspace Committee, Phoebe

Hospital, Chehaw Park, Radium Springs Neighborhood Association, South Georgia Rails to

Trails, Albany State University, Flint Riverkeeper, Thronateeska Heritage Center, the

RiverQuarium, Georgia Power, local equestrians, and local mountain and road bike enthusiasts.

From these meetings, it was clear there is a high level of public interest in an expanded, connected trail network.

Project Background:

This project was initiated by Department of Planning and Development Services as a way to enhance existing trails by providing linkages between them, and utilizing publicly owned lands to the fullest extent possible. Some of these connections will be short segments, while others will be entirely new trails. Linking the trails together as a system will provide a variety of diverse recreational opportunities to the public.

Existing trail facilities include: Riverfront Trail, a 2.5 mile concrete path along the west side of the

Flint River extending north from downtown Albany to Cox Landing; Chehaw Park, a 700 acre park that includes a zoo, river access, campground and mountain bike trails; the Dixie Highway Scenic

Byway that begins in downtown Albany and extends south over 50 miles to Thomasville and is popular with cyclists; a network of mountain bike trails south of downtown on the west side of the

Flint; and kayak and canoe landings along the Muckalee Creek and Flint River.

There are three imminent trail projects awaiting guidance from the Master Plan prior to implementation. These are: the Radium Springs Golf Course, a conversion of a closed golf course into passive park with paved trails; Radium Gardens, a 92 acre site encompassing

Radium Springs which would include nature trails and interpretive exhibits; and the Albany to

Sasser Rail-Trail, a 14 mile paved trail from Albany to Sasser in Terrell County.

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

16

Many of these existing and pending trails are in close proximity to one another. However, none of the facilities have direct links which limits their use. Connecting the trails through a county wide network will provide recreational amenities to local citizens and economic benefits by attracting visitors.

Project Purpose:

The Master Plan, when completed, will provide a comprehensive, unified strategy to increase use of existing and planned recreational facilities by proposing linkages between trails, new trails, trail facilities and additional amenities.

To achieve a connected county wide trail network the following trail linkages and new trails will be considered for feasibility:

Cox Landing to Chehaw Park: The existing Riverfront trail ends at Cox Landing to the north of the

Georgia Power dam. The trail was intended to link downtown to Chehaw Park, but the last mile to the park’s entrance was never implemented. Potential alignments for this linkage need to be explored to determine the most feasible option.

Rails-to-Trails to Riverfront Trail: The right-of-way that is controlled for the new rail-trail ends approximately .5 miles to the west of the Riverfront trail. Although there is the potential to acquire the remaining portion, a short-term solution is sought to link the two. This will also provide interconnectivity to Tift Park, Phoebe Hospital, and in-town neighborhoods. Tift Park could serve as a trail head utilizing and/or expanding on existing facilities such as parking and restrooms.

There exist several potential routes for shared paths that would link Tift Park with the pending railtrail and the existing Riverfront trail.

Riverfront Trail to Radium Springs: Several possibilities exist for linking the existing Riverfront

Trail to Radium Springs. A significant amount of land on both sides of the river is in some form of public ownership, although there is more on the west side of the Flint. The trail will also include a river crossing(s) along either existing or future bridges.

Riverside Drive: This new road would link Oakridge Drive and Oglethorpe Boulevard and be designed as a minor street to access recreational facilities. A paved trail would either be located adjacent, or as part of the road linking the Riverfront Trail with Oakridge Drive. The exact route is undetermined, although it should link into Oglethorpe Blvd. via Front Street. Design should incorporate Complete Streets and traffic calming features. A northern extension of this road is also a possibility linking downtown Albany to Philema Road.

Additional mountain bike trails on west side of Flint River: In addition to the existing mountain bike trails south of the civic center, more trails are desired along the west side of the Flint. These would be professional designed, purpose built mountain bike trails that would also serve for hiking and walking.

East side of Flint River trails, north of Oglethorpe: The majority of the land on the east bank of the

Flint River, north of Oglethorpe Blvd., is publicly owned. Trails could be designed here to serve a variety of uses to potentially include equestrian.

East side of Flint River, south of Oglethorpe Blvd.: The Riverfront Trail could also be linked to

Radium Springs by trails along the east side of the Flint. Several potential alignments exist, including along the river or on-system along Radium Springs Road.

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

17

Connecting Albany State to the west side of the Flint: Safer, more clearly delineated routes connecting Albany State and downtown need to be identified. These may include on and off system trails across existing bridges, or the development of a new pedestrian bridge.

Kayak/canoe landings: Additional boat landings are likely necessary to provide access to the water trails in the county. These may be canoe/kayak only, or designed for motorboats as well. A new landing on west side of the Flint in southern part of the county is needed, potentially near the

Boy Scout property.

New landing (and potentially a trail head) on the Kinchafoonee Creek: One option is at approximately 21st Avenue and Slappey Drive (north of the Liberty Expressway) in northern

Dougherty County. A second is in Lee County at HWY 19 (Slappey Blvd.) at the bridge over the

Kinchafoonee. This landing could potentially serve as a trail head for the nearby rail-trail.

Lake Worth Dam: Kayaks and canoes must be taken out and walked between pool and spillway sides of the dam. The only landing is on the south side (spillway) of the dam. Additional accommodations may be necessary on the north side to allow boats to be taken out/put in.

Flint River bridge crossings : There are currently four bridge crossings in the project area —

Philema Road, Broad Avenue (to be complete by the end of 2015), Oglethorpe Boulevard and

Oakridge Drive. All need to be evaluated as to their suitability for bike/pedestrian traffic and potential enhancements for this use.

Potential crossings should be evaluated for their capacity to connect existing and future trails.

These include:

Old bridge right-of-way just south of Cox Landing to Crusoe Village Court-examine the viability of utilizing this route to link the existing Riverfront trail with Chehaw Park.

Rail Trestle south of Liberty Expressway across Flint River (at southern end of Oxford environmental site). Examine feasibility of acquisition of structure and right-of-way and development for trail use.

Albany State Bridge-a pedestrian bridge linking the Albany State University campus with the Civic Center property.

Radium Springs-a crossing from the Radium Springs golf course to the Boy Scout Camp.

Scope of Work:

The Dougherty County Greenway and Recreational Trails Master Plan will include five components:

Part I: Evaluation and recommendations on existing and pending trails

Part II: Projects

Part III: Branding and Design Standards

Part IV: Plan Graphics

Part V: Citizen Participation

It is not required that the components be in the listed order; however they all must be addressed in the

Master Plan.

Submitted Proposals shall include a separate narrative (400 word limit), proposed budget for consultant services, and proposed timeline for each of the parts, as listed below. Each narrative should be conceptual and include 1) overview of proposed planning process or activities to accomplish deliverables, 2) key staff or resources to implement plan component. 3) approximate timeline for completion. An overall timeline is also required for the entire project.

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

18

Part I: Evaluation and recommendations on existing and pending trails

Outline consultant experience applicable to trail inventory and analysis, and developing trail design options.

This part of the project will include a brief analysis and recommendations where necessary for the following existing trail facilities:

Riverfront Trail

The Dixie Highway within Dougherty County

Chehaw Park trails

Kayak and canoe landings

Mountain bike trails south of the Civic Center

A more in-depth analysis and recommendations for the following pending trail facilities

Radium Springs Golf Course

Radium Gardens

Albany to Sasser rail-trail (NOTE: this trail is currently under design/construction and does not need in-depth analysis. However, some review of the trail will be required to make sure that the Master Plan incorporates and complements features as necessary.)

The goal of this section is to make sure that existing and pending trail facilities fit seamlessly into the overall Master Plan design scheme based on current trail design best practices.

Part II: Capital Projects

Outline consultant experience applicable to developing design options and cost estimates for trail connections, new trails, trailheads, amenities and bridges.

Analyze each of the following projects to determine recommended design, feasibility and priority:

Connectivity to Chehaw Park (north of Albany)

New pedestrian/bicycle access across Flint River

Required improvements to existing bridges for bike and pedestrian use

Proposed route/schematic cross-sections for Riverside Drive (west bank)

Proposed routes and cross-sections of trail options on both sides of the Flint River (including south of downtown on the west, and all of the east side)

Water trail design and access points (launches/amenities, etc.)

Radium Gardens, including connectivity to Radium Golf Course and the west side of the Flint

River

The Boy Scout Camp-to include analysis of suitability for camping facilities

Trailheads including Tift Park, Radium Springs and others as determined by consultant

Connectivity between Albany State University, downtown Albany and the trail network

Other trails and facilities as determined by consultant

Recommended modifications to existing and pending trails (Part I)

The goal of Part II is to develop conceptual designs and cost estimates for the listed trail network components. It is understood that new projects may be discovered during the planning process that will also have to be included. Recommendations for operation and maintenance should also be included for each capital project as necessary.

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

19

Part III: Branding and Amenity Design Standards

Outline consultant experience applicable to the development of branding and design standards for recreational facilities or trail systems. Include proposed methodologies for developing branding and design standards, to contain a theme compatible with existing component facilities, including but not limited to Chehaw Park, Albany Sasser Rail-Trail and the Riverfront Park area.

The goal of Part III is to create a cohesive approach to marketing the trail network.

Part IV: Plan Graphics

Outline consultant experience applicable to the development of graphics and renderings for recreational facilities or trail systems.

The goal of Part IV is to provide the City of Albany with reproducible graphics that portray various components of the Master Plan for marketing and promotional purposes.

Part V: Citizen Participation

Outline consultant experience applicable to garnering citizen participation for recreational facilities or trail system planning projects. The proposal shall contain:

Proposed methodologies to gain citizen input during planning

Tentative meeting schedule of stakeholders and public

The goal of Part V is to ensure that the Master Plan process contains adequate citizen participation.

Successful implementation will be heavily influenced by public buy-in, which must be achieved through this process. The Master Plan development must allow for review and input by a stakeholder committee.

Deliverables:

Part I: Evaluation and recommendations on existing and pending trails

Narrative analysis and recommendation for each of the existing and pending trail facilities (can be included in Part II)

Part II: Capital Projects

Brief narrative summary of trail network and each component

Location map for each component (as necessary, they may be combined where practical)

Prioritization of components based on economic and social benefits compared to cost

Conceptual designs for each project component

Cost estimates for each project component

Part III: Branding and Amenity Design Standards

Graphic theme for the overall greenway and trail plan to be used on promotional materials

Logo design for individual trail components where applicable o Riverfront Trail o Kayak and canoe trail(s) o Radium Springs area

Recommendations for trail amenities including benches, bike racks, water fountains, trash cans, mile markers, interpretive markers and information kiosks. These should be similar or complimentary to existing amenities used in the City of Albany. Pricing and manufacturer information to be included.

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

20

Deliverables will be in electronic format to allow for reproduction. Logo(s) to be reproducible in both color and grayscale.

Part IV: Plan Graphics

A minimum of one (1) graphic map showing the overall trail network. May be split into multiple maps if necessary for ease of comprehension

A minimum of one (1) graphic rendering per Capital Project

At least eight (8) of the above renderings must be in color

Deliverables will be in electronic format to allow for reproduction.

Part V: Citizen Participation

A mutually agreed upon Citizen Participation Plan that will include the following at a minimum: o Public meetings at plan kick-off, preliminary recommendations, and final Plan

Presentation o Steering Committee meetings prior to each of the public meetings o Meetings with representatives of various stakeholder groups, either individually or as a group o An interactive internet-based portal for citizen review and comment during planning process (may be common social media platforms) o Meeting schedule o Recommendations for keeping citizens engaged after Master Plan completion

Note to Responders:

A web-based catalog of related planning documents is available at http://dartsmpo.org/dougherty-countygreenway-and-recreational-trails-master-plan-2016 is provided to assist responders in preparing bid packages. This is a partial list.

2040 Long Rang Transportation Plan

2011 Bicycle and Pedestrian Plan

Existing trails list

CRS documentation of Activity 420-Open Space Lands including lands purchased through

RiverCare, Georgia Greenspace, Special Purpose Local Option Sales Tax and other means.

Corridor Management Plan-Historic Dixie Highway (Georgia Scenic Byway)

1996 Downtown Albany Riverfront Master Plan

1997 Phase II- Radium Springs Expansion Albany Riverfront Master Plan

Consultant –Dougherty County Greenway & Recreational Trails Master Plan Ref. #16-009

21

Download