Briana Triplett, Contracting Officer

Slides:



Advertisements
Similar presentations
Sole Source Training.
Advertisements

Washington Metropolitan Area Transit Authority (WMATA) Invitation for Bid/ Contract Number – FQ12210 December 12, :00 AM JGB Board Room Rehabilitation.
State of Idaho RFP02458 RFP issued May 15, 2012 Pre-Proposal Conference May 31, 2012 Questions Due June 4, 2012 Closing Date 5:00 p.m. MT June 21, 2012.
Washington Metropolitan Area Transit Authority (WMATA) FQ15237 SIX (6) TIE BREAKER STATIONS UPGRADE ORANGE AND BLUE LINES VA, DC AND MD Pre-Bid Conference.
Submitting a Responsive Response Packet & Bid Waste Water and Water Treatment Chemicals ITB# CWCH.
Tuesday, January 13, 2015 Location: 55 Trinity Avenue, S.W. City Hall South, Suite 1900 (DOP Bid Room) Time: 11:00 am Presentation Made By: Art Smalls,
HOW TO DO BUSINESS WITH THE CITY OF ATLANTA Department of Procurement Presented by: Keith O. Brooks, CPPO.
Deborah Arnold, Procurement Contracting Officer Department of Purchasing and Contracting.
Dallas Area Rapid Transit Pre-Bid Conference Event #B Purchase and Install 5 Generators February 25, 2016.
October 2, 2015 REQUEST FOR PROPOSAL (RFP) 7012 ADMINISTRATIVE SERVICES ORGANIZATION COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY PRE-PROPOSAL.
6/14/ REQUEST FOR PROPOSALS (RFP) NO INEBRIATE SOBERING SERVICES (IRC) PRE-PROPOSAL CONFERENCE COUNTY OF SAN DIEGO BEHAVIORAL HEALTH SERVICES.
Vera Konstantinova, Procurement Contracting Officer REQUEST FOR PROPOSALS (RFP) NO COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY IN CONJUCTION.
1 WELCOME This is for RFP 7227 ONLY Restrooms Cell Phones Turn on vibrate Take calls outside Sign in sheets – please sign in Conference will focus on.
Vera Konstantinova, Procurement Contracting Officer September 8, 2015 REQUEST FOR PROPOSAL (RFP) 7045 INDEPENDENT LIVING ASSOCIATION PROJECT COUNTY OF.
Vera Konstantinova, Procurement Contracting Officer July 16, 2015 REQUEST FOR PROPOSAL (RFP) 6922 IN-HOME OUTREACH TEAMS AND ASSISTED OUTPATIENT TREATMENT.
Raquel Harris, Procurement Contracting Officer REQUEST FOR PROPOSAL (RFP) 7060 CHILD WELFARE SERVICES FOR KEEPING FOSTER AND KINSHIP PARENTS TRAINED AND.
Dallas Area Rapid Transit Pre-Bid Conference Solicitation No. B Inspection, Testing, and Maintenance of Fire Protection and Life Safety Systems.
Vera Konstantinova, Procurement Contracting Officer REQUEST FOR PROPOSALS (RFP) NO ASSERTIVE COMMUNITY TREATMENT FOR PERSONS WITH HIGH SERVICE USE.
December 11, 2015 REQUEST FOR PROPOSAL (RFP) 7114 DEVELOPMENTAL EVALUATION CLINIC SERVICES COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY PRE-PROPOSAL.
Vera Konstantinova, Procurement Contracting Officer REQUEST FOR PROPOSALS (RFP) NO HOME FINDER PROGRAM COUNTY OF SAN DIEGO HEALTH AND HUMAN SERVICES.
HOW TO DO BUSINESS WITH THE CITY OF ATLANTA Department of Procurement Presented by: Jill E. Watkins.
Procurement & Strategic Sourcing
Contract Compliance Training
Procurement & Strategic Sourcing
Procurement & Strategic Sourcing Commercial Print Services
Submitting a Responsive Proposal
Project # Prakash Vara Sourcing Specialist
Procurement & Strategic Sourcing
Level II Exam Issued July 2006.
Skyway Insight© Webinar
REQUEST FOR PROPOSALS (“RFP”) CITY OF DANIA BEACH Bid No
Request for Proposals For Banking Services CMU
Procurement & Strategic Sourcing FMLA Administration Services
Procurement & Strategic Sourcing Charter Bus Transportation Services
TRAVEL SERVICES Request for Proposal
Indiana Family & Social Services Administration (FSSA) Non-Emergency Medical Transportation (NEMT) Broker Request for Proposal Pre-Proposal Conference.
Joint Parking Task Force Update Procurement & Strategic Sourcing
Enterprise Project Portfolio Management Solution RAF/2014/00020 Compulsory Briefing Session Centurion 15 July 2014.
Joint Parking Task Force Update Procurement & Strategic Sourcing
Procurement & Strategic Sourcing (Law School Media Wall)
Enterprise Project Portfolio Management Solution RAF/2014/00012 Compulsory Briefing Session Centurion 31 March 2014.
Contract Compliance Training
Procurement & Strategic Sourcing
Washington Metropolitan Area Transit Authority (WMATA)
Request for Proposal and Specifications for
THE WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY
THE OFFICE OF PROCUREMENT CONTRACT TRAINING MAY 2018
Request for Proposal and Specifications for
City Wide Janitorial services Pre-bid Conference
Washington Metropolitan Area Transit Authority (WMATA)
IT Umbrella Manufacturer Based Periodic Recruitment 1
Oral statements or discussion during the Pre-Bid Meeting will not be binding, nor will they change or affect the IFB or the terms or conditions within.
Welcome to the Bidder’s Webinar February 7, 2019 – 10:00AM
Ms. Talecia Parks, Contracting Officer
Briana Triplett, Contracting Officer
2/19/2019 3:59 PM The Department of Procurement (the “DOP”) on behalf of the Office of Enterprise Assets Management FC-10398, Citywide Electrical Repair.
Briana Triplett, Contracting Officer
Briana Triplett, Contracting Officer
Primary Point of Contact: Mr. Art Smalls Jr., Contracting Officer
Ms. Marie C. Spence, Contracting Officer
Maurice Trentel, Contracting Officer
Jesse Wilson, Contracting Officer
Ms. Talecia Parks, Contracting Officer
Ms. Marie C. Spence, Contracting Officer
4/7/2019 9:33 PM The Department of Procurement (the “DOP”) on behalf of the Department of Enterprise Assets Management FC-10636, Citywide Janitorial.
4/11/2019 6:28 PM The Department of Procurement on behalf of the Department of Enterprise Assets Management FC-10782, Property Acquisition Services.
Briana Triplett, Contracting Officer
Audit Services RFP Reference #
Procurement & Strategic Sourcing
Procurement & Strategic Sourcing
Presentation transcript:

Briana Triplett, Contracting Officer The Department of Procurement (the “DOP”) on behalf of the Department of Watershed Management FC-10244, Annual Contract for Stormwater Upgrade and Repair Services Good morning! How is everyone today? Great! Glad you could make it. My name is Briana Triplett, Contracting Officer in the Department of Procurement. On behalf of the Departments of Procurement and Watershed Management welcome to the Pre-Bid Conference for FC-10244, Annual Contract for Stormwater Upgrade and Repair Services. If you haven’t already, please remember to sign the sign-in sheet before you leave. The sign-in sheet will be posted at the City’s procurement website this afternoon along with this PowerPoint presentation. Presentation Made By: Briana Triplett, Contracting Officer Thursday, February 1, 2018 55 Trinity Avenue, S.W. City Hall South Time 10:00 a.m.

FC-10244, Annual Contract for Stormwater Upgrade and Repair Services Welcome and Introductions Ms. Briana Triplett, Contracting Officer Ethics Office Mr. Carlos Santiago, Deputy Ethics Officer Office of Enterprise Risk Management Mr. Navarone Dozier, Risk Management Analyst Office of Contract Compliance Mr. Bruce Bell, Senior Contract Compliance Manager Department of Watershed Management Ms. Joi Crawley (Linear Infrastructure Project Manager) & Mr. William Douty (Watershed Manager II) Closing: Department of Procurement At this time I’d like for the head table to introduce themselves. Again, my name is Briana Triplett and I am the Contracting Officer for this procurement – FC-10244, Annual Contract for Stormwater Upgrade and Repair Services

Be Mindful of… Prohibited Contacts Non-Authoritative Statements Last Date for Addendum Questions: Tuesday, February 6, 2018, 12:00 p.m. EST Plan Holders vs. Attendees at Conference Bid Due Date: Monday, February 19, 2018, 2018, 2:00 p.m. EST We are in a blackout period. This is a confidential period of the solicitation process. I am the primary contact for this solicitation. All questions regarding this ITB should be submitted to me in writing. All bidders and representatives of bidders are strictly prohibited from contacting any other City employees or any 3rd party representatives on any matter relating to this ITB. Although I will be highlighting some key components of the ITB. I will obviously not ample time to cover everything. Therefore, all Bidders are strongly encouraged to read the ITB document in its entirety. Be mindful that all statements made in this forum today are non authoritative until they are submitted in writing. As an attendee you are receiving non authoritative information about this solicitation. When you leave today, so goes the communication among us. However, I encourage you to take it a step further by signing the plan holders list. As a plan holder, I am obligated to personally contact you by email in the event that are changes to this solicitation. You can be added to the plan holder’s list three different ways: 1 – You can sign in the plan holder’s list in the office before you leave or simply leave your business card. 2 – You can send me an email with that request or 3 – You can sign up at the City’s procurement website, just below this solicitation. The last day for you to submit inquiries is Tuesday, February 6, 2018, 12:00 p.m. Questions received after this date and time may not be considered. I will respond to all questions in the form of an addendum. (I have issued 1 addenda for this solicitation already – you can pick up a copy before you leave.) The Bid Due Date is Monday, February 19, 2018, 2:00 p.m. EST. Bid packages received after 2 p.m. will not be accepted. This is a hard deadline. If you plan to ship your packages, please do so early. If you want to personally deliver your package on the due date, please consider traffic, parking, the security checkpoint and once you arrive to the office, there may be other proponents ahead of you. This could cause your packages to be timestamped after 2 p.m. What ever delivery method you choose, please make sure to get your packages to the DOP early.

City of Atlanta Ethics Office Mr. Carlos Santiago Deputy Ethics Officer At this time, I’d like to open the floor for Mr. Santiago from the Ethics Office to go over the City of Atlanta’s Ethics Policy.

Office of Contract Compliance Next we have Mr. Bell from the Office of Contract Compliance. He will discuss the goals and required submittals for Appendix A of the solicitation. Mr. Bruce Bell Senior Contract Compliance Manger (Appendix A)

Office of Enterprise Risk Management Next, we have Mr. Navarone Dozier from the Office of Enterprise Risk Management. He will discuss the insurance and financial requirements from Appendix B of the solicitation. Mr. Navarone Dozier Risk Management Analyst (Appendix B)

Department of Watershed Management Introduction of Department’s Business Objectives Ms. Joi Crawley (Linear Infrastructure Program Manager) & Mr. William Douty (Watershed Manager II) Opening the Floor for Questions & Answers (Statements Made in this Forum Today are not Authoritative) All questions and responses provided are not considered authoritative until placed in writing to the attention of Ms. Briana Triplett, Contracting Officer. At this time Ms. Crawley & Mr. Douty will discuss the scope of services needed as well as an overview of the goals and objectives for this project. Afterward, we will open the floor for questions and answers. Be mindful the statements made in this forum are not authoritative. All questions must be submitted to me in writing and I will respond in the form of an addendum.

Next Anticipated Procurement Steps – After Bid Due Date Step 1: DOP Will Review Bids for Responsiveness Form 1 – Illegal Immigration Reform and Enforcement Act Forms (IIREA) Form 2 – Contractor Disclosure and Declaration Form Form 3 – Bid Bond Form 4.1 – Certification of Insurance Ability Form 4.2 – Certification of Bonding Ability Form 5 – Acknowledgement of Addenda Form 6 – Bidder’s Contact Directory Form 7 – Reference List Authority to Transact Business Georgia Utility Contractor’s License Statement of Bidder’s Qualifications Safety Record Form Appendix A – Office of Contract Compliance Forms Step 2: DOP Will Submit Responsive bids to Internal City Stakeholders to Review for Responsibility DOP will review bids for responsiveness within two business days. These are the forms from Volume II of the bid package that will be reviewed. Remember that all forms must be filled out in their entirety, where applicable. All forms must have original signatures and original seals as well. Step 2: DOP will submit ONLY the responsive proposals to Internal City Stakeholders to review for responsibility. And those stakeholders are in the Office of Contract Compliance, the Office of Enterprise Risk Management, and the Dept. of Watershed Management.

Section 2: Required Submittal Forms The required items for submittal are listed in Part 1 – Section 2

Form 1: Illegal Immigration Reform and Enforcement Act Forms Federal Work Authorization & Date of Authorization. Make sure it’s notarized.

Form 2: Contractor Disclosure and Declaration Form Fill out A & B completely. Be sure to attach Certificate of Authority to transact business in Georgia (Sec. of State) Fill out questionnaire in its entirety. Question 1 is fill in the blank. Make sure last page is notarized.

Form 3: Bid Bond

Form 4.1: Certification of Insurance Ability

Form 4.2: Certification of Bonding Ability

Form 5: Acknowledgement of Addenda Acknowledge the addenda and have it notarized

Form 6: Bidder’s Contact Directory Directory provides the City w/ a source of important contacts and their info. Provide at least two individuals: one primary and the other secondary who are authorized to represent the firm for this ITB

Form 7: Reference List Each Bidder must provide a list of at least 3 references. The City is interested in review references able to attest to a Bidder’s performance ability and credibility in a particular industry.

Bid Submission Bid documents shall be sealed and clearly labeled with project name and numbers, name of Bidder and date and time of Bid opening in order (to guard against premature opening of the Bid.) Bidder must submit 1 original and 5 copies of the bid and required attachments. In addition to the hard copy submittals, each Bidder shall submit two digital versions of its Bid in Adobe Portable Document Format (PDF) on CDs. CD One should be a duplicate of the hard copy of the Bid with no deviations in order or layout of the hard copy Bid. CD Two should be a redacted version of your hard copy Bid. IIREA Preview Participation Program - Friday, February 2nd. Bid documents shall be sealed and clearly labeled with project name and numbers, name of Bidder and date and time of Bid opening in order (to guard against premature opening of the Bid.) Bidder must submit 1 original and 5 copies of the bid and required attachments. In addition to the hard copy submittals, each Bidder shall submit two digital versions of its Bid in Adobe Portable Document Format (PDF) on CDs. CD One should be a duplicate of the hard copy of the Bid with no deviations in order or layout of the hard copy Bid. CD Two should be a redacted version of your hard copy Bid. Potential offerors may submit their Contractor Affidavit Forms for review via the City’s IIREA Preview Participation Program, not less than 10 days before the due date. In this case that would be tomorrow, Friday, February 2nd. If you have not already purchased a Bid document, the cost is $200 and they are available for purchase in the Plan room. Documents can also be viewed on line at www.atlantaga.gov

Reminders Addendum Question Deadline: Bid Due Date: Tuesday, February 6, 2018, 12:00 p.m. EST (eastern) **QUESTIONS RECEIVED THEREAFTER MAY NOT BE CONSIDERED** Bid Due Date: Monday, February 19, 2018, 2:00 p.m. EST (eastern) **ABSOLUTELY NO BIDS WILL BE ACCEPTED AFTER 2:00 P.M.** Primary Point of Contact: Ms. Briana Triplett, Contracting Officer Email: btriplett@atlantaga.gov Direct Phone Number: 404-546-1948 Let’s recap: Addendum Question Deadline: Tuesday, February 6, 2018, 12:00 p.m. EST (eastern) Bid Due Date: Monday, February 19, 2018, 2:00 p.m. EST (eastern). Bids are to be submitted to designated staff of the Department of Procurement at 55 Trinity Avenue, S.W., City Hall South, Suite 1900, Atlanta, GA 30303 – no later than 2:00 p.m. The Bid Documents shall be sealed and clearly labeled with the project name and numbers, name of Bidder and date and time of Bid opening in order (to guard against premature opening of the Bid). Bidder must submit 1 original and 5 copies of the bid and required attachments. In addition to the hard copy submittals, each Bidder shall submit two digital versions of its Bid in Adobe portable Document Format (PDF) on CDs. CD One version should be a duplicate of the hard copy of the Bid with no deviations in order or layout of the hard copy Bid. CD Two should be a redacted version of your hard copy Bid. Potential offerors may submit their Contractor Affidavit Forms for review via the City’s IIREA Preview Participation Program, not less than 10 days before the due date. In this case that would be I am your primary point of contact. Remember to contact me by email with your questions, my email address is btriplett@atlantaga.gov. Please remember to sign the sign-in sheet before you leave and to sign the plan holders list as well. Don’t forget to pick up a copy of Addenda. This concludes the pre-bid conference for FC=10244, Annual Contract for Stormwater Upgrade and Repair Services. I’d like to thank you all for coming out today and I hope you enjoy the rest of your day!