REQUEST FOR PROPOSALS FOR DAM BREAK INUNDATION ZONE MAPPING AND ENGINEERING SERVICES, CARROLL COUNTY, VA, THE CITY OF MOUNT AIRY AND SURRY COUNTY, NC.

Similar documents
The Consultant selected by the IDA will perform the following services:

Maintenance Department Ricky Dowdy - Director Pine Street Hillsville, VA 24343

REQUEST FOR PROPOSALS Galax Water Treatment Plant and Galax Wastewater Treatment Facility Control System Integration Service Term Contract

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Request for Proposal. RFP # Non-Profit, Sports Photography

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

REQUEST FOR PROPOSAL Enterprise Asset Management System

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Tulsa Community College

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

Diesel Engine Replacement for. Gillig Low Floor Buses

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

Seattle City Attorney Peter S. Holmes

SECTION INSTRUCTIONS TO BIDDERS

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Proposals may be mailed or delivered to:

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

REQUEST FOR PROPOSAL Police Department Roof System Renovation

SERVICE AGREEMENT XX-XXXX-XXX-XX

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

ATTENTION ALL BIDDERS

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

-Section Contents Intent Standards for Approval

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

RFP GENERAL TERMS AND CONDITIONS

Your proposal is not revocable for ninety (90) days following the response deadline indicated above.

1. Purpose. 2. Scope of Procurement Authority.

Summary. Project Objectives. Background

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Register, 2014 Commerce, Community, and Ec. Dev.

Attachment C Federal Clauses & Certifications

LEGAL NOTICE - ADVERTISEMENT FOR BID

REQUEST FOR PROPOSAL #7036 CONFLICT PUBLIC DEFENSE SERVICES Due: November 9, 2012, 3:00 PM Pacific Local Time

INVITATION FOR BID Annual Water Meter Purchase

Effective 08/01/2005 1/6

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A

Southwest Virginia Regional Jail Authority

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

ATTENTION ALL BIDDERS

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

INSTRUCTIONS TO BIDDERS Medical Center

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

TERMS AND CONDITIONS OF THE INVITATION TO BID

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

PROPOSAL SUBMISSION AGREEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

MASTER SOFTWARE DEVELOPMENT AGREEMENT

University of Massachusetts Lowell

Request for Proposal 2019 Calendar Year

CITY OF SPRING HILL, TENNESSEE

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

WITNESSETH: WHEREAS, on November 17, 2004, the Illinois General Assembly passed Public Act (hereinafter the Act ); and

BULK USER AGREEMENT RECITALS

NASSAU COMMUNITY COLLEGE

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

Park City Municipal Corporation Park City, Utah UTILITY BILL PRINTING AND MAILING SERVICES RFP October 2014

DATE: June 7,

MASSACHUSETTS LIFE SCIENCES CENTER 1000 WINTER STREET, SUITE 2900 WALTHAM, MASSACHUSETTS 02451

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

REQUEST FOR PROPOSALS FOR RFP (VA529)

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Civil Engineering Services Overflow Parking Lot

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

SECTION AGREEMENT

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

BROCKTON AREA TRANSIT AUTHORITY

FILM PRODUCTION AGREEMENT

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

THIS AGREEMENT is made with effect as of, 20 (the "Effective Date") BETWEEN AIR BARRIER ASSOCIATION OF AMERICA INC. ( ABAA ) and

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL

these specifications shall be made based on this statement.

SPFA CERTIFICATION AGREEMENT

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

ATTENTION ALL BIDDERS

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

CODE ENFORCEMENT MAGISTRATE RFP

Transcription:

REQUEST FOR PROPOSALS FOR DAM BREAK INUNDATION ZONE MAPPING AND ENGINEERING SERVICES, CARROLL COUNTY, VA, THE CITY OF MOUNT AIRY AND SURRY COUNTY, NC. I. BACKGROUND Carroll County, VA, The City of Mount Airy and Surry County, NC are equal owners of Lovills Creek Dam in Cana, VA. Stewarts Creek - Lovills Creek Dam was constructed in the 1980s as a flood control structure to prevent flooding in Surry County and Mt. Airy, NC. Lovills Creek Dam is classified as a High Hazard Dam, Inventory Number 03507. The Virginia Department of Conservation and Recreation, Dam Safety is has issued a Conditional Operational and Maintenance Certificate; one of the conditions is to complete regulatory required dam break inundation zone mapping by February 15, 2014. A copy of the conditional Operation and Maintenance Certificate is attached for reference. II. III. PROJECT DESCRIPTION The project shall consist of the development of a dam break inundation engineering analysis, report and mapping for Lovills Creek Dam inundation zone, to be approved by the Department of Conservation and Recreation and meeting all standards of the Virginia Dam Safety Regulations and Guidance Documents. Mapping shall conform specifically to the Emergency Action Plan requirements. Dam hazard classification and incremental damage assessment is not required. TIME Carroll County, VA, (the "County") in cooperation with The City of Mount Airy and Surry County, NC will attempt to follow the following timetable in evaluating and negotiating an agreement for Professional Dam Break and Inundation Zone Mapping Services: Issue RFP December 18, 2013 Deadline for Submittal of Proposals - 2:00 p.m. January 29, 2014 Interview with Selected Firms TBD Preliminary Selection of Firm TBD Recommendation to Board/Council TBD Implementation of Services Agreement TBD III. INSTRUCTIONS TO PROPOSERS A. All proposals and/or questions should be directed to {Y0348353.1 013277-070995 }

Jessica Montgomery, PE Carroll County 605-1 Pine Street Hillsville, VA 24343 Attention: RFP-Lovills Creek Dam Proposals will be opened in the Carroll County Board Room, 605-1 Pine Street, Hillsville, VA 24343 on January 29, 2014 at 2:00 p.m. No proposals will be accepted after this time. Carroll County reserves the right to reject any or all proposals received or to accept a higher proposal if it proves to benefit the localities. Faxed or emailed proposals will not be accepted. If you have any questions, please contact Jessica Montgomery, PE, with Carroll County at 276-730-3198. B. All proposals must be in a sealed envelop and clearly marked in the lower left-hand corner: RFP Lovills Creek Dam. All proposals must be received in the office of the Carroll County Administrator by January 29, 2014 at 2:00 p.m. Five (5) copies of the RFP must be presented. No faxed, e-mailed or telephone proposals will be accepted. Late proposals shall be returned unopened. C. Proposals should be prepared simply and economically, providing a straightforward, concise description of provider capabilities to satisfy the requirements of the request. Special bindings, colored displays, promotional materials, etc. are not required. Emphasis should be on completeness and clarity of content. Use of recycled paper for responses and any printed or photocopied material created pursuant to a contract is desirable whenever practicable. Use of both sides of the paper for any submittal is desirable whenever practicable. D. All proposals must be complete and include the following information signed and notarized as appropriate: 1. Statement of Qualifications (Attachment A) 2. Non-Collusion Affidavit Certificate' (Attachment B) 3. Bid Submittal (Attachment C) 4. Contractual Terms and Conditions (Attachment D) 5. DCR Guidance Documents (Attachment E) IV. SCOPE OF SERVICES In accordance with Section 2.2-4304 of the Code of Virginia, the successful offeror will assist Carroll County, VA, The City of Mount Airy and Surry County, NC in meeting the conditions of the Conditional Operations and Maintenance Certificate for Lovills Creek Dam in Cana, VA. The scope of services is generally described in the following sections. A. Field Investigation. The consultant will visit the site along with DCR and county/town representatives to ascertain the location of the dam as it relates to upstream and downstream hydrology and hydraulics. All primary and secondary roads, bridges downstream of the dam will be investigated. Any residence that may be in an inundation zone directly below the dam will be noted for later investigation. B. Field Survey. The consultant may need to provide field survey as required to supplement available mapping. Based upon review of the site and review of the modeling requirements, the {Y0348353.1 013277-070995 }

following dam information and x-sections may be required. 1. Dam profiles from natural ground to natural ground 2. Dam x-sections at the widest point from water surface to toe of dam 3. Emergency spillway profiles from water surface to top of discharge point 4. Invert of outlet pipes and toe drains 5. X-sections at road crossings to include: 100 +/- upstream of roadway Toe of slope upstream and downstream of roadway High side or centerline profile of traveled surface A minimum of three x-sections and sketches of downstream bridges. C. Dam Inundation Zone Data Collection. The consultant will conduct a watershed assessment of the upstream and downstream drainage areas and collect field data required for hydraulic analysis and flood routing. The information obtained from field assessment will be used to: 1. Determine field survey locations 2. Verify drainage areas and flow paths 3. Verify the presence or absence of structures that may be located within the inundation zones. This data will be used in conjunction with mapping obtained from various sources such as USGS Topographic quad maps and GIS mapping provided by the Virginia Geographic Information Network. D. Hydrologic and Hydraulic Analysis. A dam break analysis using an approved hydrologic/hydraulic computer model shall be conducted. The modeling effort must conform to the intended use of the chosen computer model. Mixing the criteria of one procedure, listed in 4VAC50-20-320 (Acceptable design procedures and references) with criteria from another procedure, unless otherwise mentioned, is prohibited. Some computer models that are acceptable include HEC-1, HEC- HMS, HEC-RAS and the NWS Dambreak. Other computer models may be used if approved by the Division of Dam Safety and Floodplain Management prior to submitting the results to the DCR Regional Engineer. Present and planned land-use in the dam break inundation zones for which a development plan has been officially approved by the localities shall be considered when conducting the dam break analysis. The consultant will develop a hydrologic model for the contributing watershed to the dams. The discharges generated from the watershed model will be routed through existing outlet structure to evaluate non-breach discharges and the associated water surface elevations within the impoundment. The hydrologic model will also include an analysis for the watershed that contributes flow within the inundation zone and for any watershed that contributes flow to the downstream channel that may affect upstream water surface elevations. E. Breach Analysis. Based on provided data, survey and field data, breach model parameter values will be developed in order to generate breach discharges and create inflow hydrographs for downstream routing. Specific breach parameters values, such as failure time, will be optimized. Once these parameters are established, breach analysis will be performed as per Dam Safety Regulations: As a minimum, the following shall be reflected using an approved hydrologic/hydraulic computer model: 1. Sunny day dam break with the starting water surface elevation at the normal or typical water surface elevation of the impounding structure. Under the Virginia Dam Safety regulations, normal or typical water surface elevation is designed as being at the crest of the emergency spillway for dam break analysis. Dam failure during the required spillway design flood (0.9 {Y0348353.1 013277-070995 }

pmf). A piping failure shall be modeled if the emergency spillway has enough capacity to pass the required spillway design flood without overtopping the crest of the dam. 2. Routing the spillway design flood through the dam without any failure. 3. Dam failure during the Probable Maximum Flood. F. Mapping and Inundation Limits. Topographic information that shows at a minimum ten-foot contour elevations shall be used (USGS topo maps not permitted) to develop the hydrologic/hydraulic computer model downstream of the dam. The dam owner s engineer must develop reliable cross sections to input into the computer model. Adequate topographic information is available. Topography will be a component of the submitted inundation map; however, map clutter must be avoided. The owner s engineer shall use sanctioned engineering criteria and sound professional judgment for the worst case storm conditions in the selection of: a. Dam failure parameters b. Rainfall distributions c. Flood routing procedures and coefficients d. Use of available topography and supporting field surveys e. Development of SCS Curve Numbers f. Development of spillway rating curves and area-capacity curves g. Determination of the Time of Concentration and/or lag time h. Other steps used during the modeling and analysis of flood conditions in the watershed and downstream of the impounding structure. The judgments and the engineering criteria used by the dam owner s engineer shall be listed in the report and reviewed and approved by the DCR Regional Engineer for appropriateness. The DCR Regional Engineer will provide specific guidance and/or recommendations via written correspondence to the dam owner should the judgments or the use of the engineering criteria is determined to be inappropriate. The computer model shall be extended to a point downstream of the impounding structure where the water surface elevations of the spillway design flood (0.9 pmf) with and without dam failure converge to within one foot of each other or to a point at which the Probable Maximum Flood with a dam failure creates a possible damage to a structure or a Sunny Day dam failure, whichever is the farthest downstream. The map lines delineating the inundation areas shall be drawn in such thickness (solid, dashed or dotted lines in black) to identify the inundation limits as the main feature of the map. The lines shall not obliterate the location of houses or features which are shown as being inundated. Identify the appropriate scale and show the north arrow on each map sheet. See Appendix E for the Guidance Documents. All mapping shall conform with the DCR Dam Safety Guidance Documents. Inundation maps may have color in the background and shall be at a scale where impacted structures downstream may be clearly seen. Avoid color-coding of the inundation lines since the maps will often be copied on black and white reproduction equipment. If the inundation area is too large to be shown on one map, an legible index map shall be included which shows the full extent of the inundation area and the outline of the detailed maps with an identifier for each map sheet. Impacted structures (homes, businesses, roads, utilities, etc) shall be clearly shown and if cross-hatching is used it must not obscure the structures. Inundation maps shall not be produced in a size larger than 11 by 17 and the final size must be folded to a size of 8.5 by 11. The inundation maps shall be submitted to the {Y0348353.1 013277-070995 }

Carroll County, VA electronically in a Windows compatible image format and as a set of paper maps. Acceptable digital image formats consist of ARCmap and/or AutoCAD file. Adobe software constructed PDFs are also required. Image resolution should be sufficient to view and read the necessary information noted above. This shall specifically include all road names and numbers and all addresses of all effected structures (identify a number for each structure may be used with legend). A narrative describing the accuracy and limitation of the information supplied on the inundation maps shall be provided in the report. Since local officials are likely to use the maps for evacuation purposes, the following note shall be attached to each map: Mapping of flooded areas and flood wave travel times are approximate. Timing and extent of actual inundation may differ from the information presented on this map. G. Inundation Report. The consultant will provide a written report providing a summary of the findings. The report will be presented in a three-ring binder complete with inundation mapping and selective supporting calculations. The report will include the results of the breach analysis and all of the parameters discussed above. A CD of the report, complete with reproducible inundation maps shall be submitted with each report. H. Other types of professional services of a nature consistent with the intent of the RFP. V. EVALUATION AND AWARD OF CONTRACTS All service providers responses to this RFP will be evaluated and ranked in accordance with the following factors: Factors Rating (%) 1. Overall service providers qualifications and experience 35 2. Assignment of competent, qualified staff that can provide service in a timely manner and needed equipment to provide service 35 3. Positive References 30 Total 100 Each proposal will be independently evaluated on the above factors by an evaluation team selected by the County. Interviews with prospective firms may be conducted following a review of the proposals received. VI. FEES The fee for services shall be negotiated on a lump sum basis considering the Scope of Services required, the estimated man-hours required for each level/discipline and the typical labor rates for the various skill levels required for the work. The Memorandum of Understanding prepared by the {Y0348353.1 013277-070995 }

Localities will document the negotiated acceptable labor rates for the various levels/disciplines and these rates will be used for any hourly rate work of the consultant that is authorized by the Localities. VII. PROPOSAL TERMS AND CONDITIONS 1. Upon review and evaluation of the proposals, and in accordance with Section 2.2-4301(3)(a) of the Code of Virginia, 1950, as amended, the County shall engage in individual discussions with two or more offerors deemed by the County to be fully qualified, responsible and suitable on the basis of initial responses and with emphasis on professional competence, to provide the required services. Repetitive informal interviews may be held, in the discretion of the County. The offerors shall be encouraged to elaborate on their qualifications and performance data or staff expertise pertinent to the proposed project, as well as alternative concepts. In addition, offerors shall be informed of any ranking criteria that will be used by the public body in addition to the review of the professional competence of the offeror. The Request for Proposal shall not, however, request that offerors furnish estimates of man-hours or cost for services. At the discussion stage, the public body may discuss nonbinding estimates of total project costs, including, but not limited to, life-cycle costing, and where appropriate, nonbinding estimates of price for services. At the conclusion of discussion, outlined in this subdivision, on the basis of evaluation factors published in the Request for Proposal and all information developed in the selection process to this point, the County shall select in the order of preference two or more offerors whose professional qualifications and proposed services are deemed most meritorious. Negotiations shall then be conducted, beginning with the offeror ranked first. If a contract satisfactory and advantageous to the County can be negotiated at a price considered fair and reasonable, the award shall be made to that offeror. Otherwise, negotiations with the offeror ranked first shall be formally terminated and negotiations conducted with the offeror ranked second, and so on until such a contract can be negotiated at a fair and reasonable price. Should the County determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. 2. The County reserves the right to reject any and all proposals, and to waive minor irregularities in any proposal. 3. The County reserves the right to request clarification of information submitted, and to request additional information from any proposer. 4. The County reserves the right to award any contract to the next most qualified firm, if the successful firm does not execute a contract within 30 days of being notified of selection. 5. Any proposal may be withdrawn up until the date and time set above for opening of the proposals. Any proposal not so timely withdrawn shall constitute an irrevocable offer, for a period of ninety (90) days to provide to the County the services described in the attached specifications, or until one or more of the proposals have been approved by the Authority, whichever occurs later. {Y0348353.1 013277-070995 } 6

6. Any and all contracts resulting from acceptance of a proposal by the County shall be in a form supplied or approved by the County and shall reflect the specifications in this RFP. The County reserves the right to reject any proposed agreement or contract that does not conform to the specifications contained in this RFP and which is not approved by the County Attorney. 7. The County shall not be responsible for any costs incurred by any bidder in preparing, submitting, or presenting its response to the RFP. VI. RESULTING CONTRACT The successful offeror will be bound by the representations made in its response to the RFP. VII. OTHER INFORMATION. For additional information or explanation of the contents or intent of these specifications, please e-mail, or write your questions to: Jessica Montgomery, PE Carroll County 605-1 Pine Street Hillsville, VA 24343 276-730-3170 The County will provide copies of this document in MS Word format (.doc) to assist with responses. Attachment A STATEMENT OF QUALIFICATIONS AND EXPERIENCE {Y0348353.1 013277-070995 } 7

Expressions of interest for Dam Break Inundation Zone Mapping and Engineering Services shall be made by submitting a statement of qualifications, including background and experience of staff members who would be assigned to the work, summary of members who would be assigned to the work and a summary listing of similar projects conducted by the firm. The firm must have a proven record of experience in providing similar services. When applicable to the category of services governed by the proposal, the Offeror should address the following criteria: 1. Specific training, knowledge and experience relating to the provision of the requested services. 2. Thorough knowledge of all relevant federal and state codes, regulations, standards and requirements relating to the proposed services, including knowledge of any standards required to ensure functionality of the project as a completed whole. 3. Broad general understanding of current industry standards and techniques. 4. Thorough knowledge of any and all building codes as they may relate to the project. 5. Knowledge of appropriate safety requirements. Each firm submitting a proposal for items included in this RFP shall prepare and submit the following information, in addition to addressing the qualifications stated above: 1. Name of Firm or Business 2. Business Address 3. Business Phone Fax No. 4. E-mail address 5. How many years have you been in business in Virginia and under what names? 6. General Character of services provided by your firm: 7. Commonwealth of Virginia Sales Tax Registration No., if applicable: 8. Federal I.R.S. Identification No.: 9. List the places of operation:. 10. Provide a clear statement of your experience and qualifications relevant to services proposed to be provided. {Y0348353.1 013277-070995 } 8

11. Execute and return this Statement of Qualifications, Attachment B and Attachment C. 12. I certify that I: am capable of providing the services as outlined in this proposal, will comply with the rules and regulations outlined by the U.S. Code, the Code of Virginia, the County of Carroll, and all rules and regulations of the Authority, the Virginia State Corporation Commission, and other applicable laws and regulations. COMMONWEALTH OF VIRGINIA, CITY/COUNTY of, to-wit: The foregoing Statement of Vendor Qualifications was acknowledged before me this day of, 2014, by. My Commission expires: / / Notary Public {Y0348353.1 013277-070995 } 9

Attachment B The following certifications are made: NON COLLUSION CERTIFICATION 1. The bid or offer (1) is made without prior participation, understanding, agreement, or connection with any corporation, firm or person submitting a bid/offer for the same materials, supplies, equipment, or services with respect to the allocation of the business afforded by or resulting from the acceptance of the bid or proposal, (2) is in all respects fair and without collusion or fraud, and (3) is or is intended to be competitive and free from any collusion with any person, firm or corporation. 2. The offeror has not offered or received any kickback from any other offeror or Contractor, supplier, manufacturer, or subcontractor in connection with the bid/offer on this solicitation. A kickback is defined as an inducement for the award of a contract, subcontracts or order, in the form of any payment, loan, subscription, advance, deposit of money, services or anything, present or promised, unless consideration of substantially equal or greater value is exchanged. Further, no person shall demand or receive any payment, loan, subscription, advance, and deposit of money, services or anything of value in return for an agreement not to compete on a public contract. 3. The offeror is not a party to nor has he participated in nor is obligated or otherwise bound by agreement, arrangement or other understanding with any person, firm or corporation relating to the exchange of information concerning bids, prices, terms or condition upon which the contract resulting from the acceptance of his bid or proposal is to be performed. 4. The offeror understands that collusive bidding is a violation of the Virginia Governmental Frauds Act and federal Law, and can result in fines, prison sentences, and civil damage awards and agrees to abide by all conditions of this proposal. 5. The offeror or subcontractor has not and will not confer on any public employee having official responsibility for a procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value is exchanged. The Remainder of This Page Intentionally Left Blank {Y0348353.1 013277-070995 } 10

Offeror By: COMMONWEALTH OF VIRGINIA, CITY/COUNTY of, to-wit: The foregoing Non Collusion Certification was acknowledged before me this day of, 2014, by. My Commission expires: / / Notary Public {Y0348353.1 013277-070995 } 11

Attachment C The undersigned submits the following proposal desiring to provide engineering services for a Dam Break Inundation Zone Mapping for Lovills Creek Dam in Cana, VA. Authorization: Firm Name Date Mailing Address Phone Number State, Zip Fax Number By Title Contact Name (if different from above) Contact Phone Number {Y0348353.1 013277-070995 } 12

Attachment D Contract Terms (FOR OFFEROR INFORMATIONAL PURPOSES) 1. TERMINATION OF CONTRACT The COUNTY reserves the right to terminate or suspend this Contract at any time, with or without cause, by giving thirty (30) days notice to the firm in writing. In the event of termination, the firm providing goods or services pursuant to this procurement ( Firm ) shall not be paid for any goods or service rendered or expense incurred after receipt of such notice except such fees and expenses incurred prior to the effective date of termination that are necessary for curtailment of the Firm s work under this contract. 2. OWNERSHIP OF WORK PRODUCT Ownership of the originals of any reports, data, studies, surveys, charts, maps, drawings, specifications, figures, photographs, memoranda, and any other documents which are developed, compiled or produced as a result of this Contract, whether or not completed, shall be vested in the COUNTY. Any reuse of these materials by the COUNTY for projects or purposes other than those which fall within the scope of this Contract or the project to which it relates, without written concurrence by the Firm will be at the sole risk of the COUNTY. 3. NONDISCRIMINATION The Firm shall, in all hiring or employment made possible or resulting from this Contract, take affirmative action to ensure that there shall be no unlawful discrimination against any employee or applicant for employment because of sex, race, age, color, creed, religion, national origin, marital status or disability, unless based upon a bona fide occupational qualification, and this requirement shall apply to but not be limited to the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Contract on the grounds of sex, race, color, creed, religion, national origin, age or disability. 4. HOLD HARMLESS/INDEMNIFICATION The Firm agrees to indemnify, defend, and hold harmless the COUNTY and its officers, agents, and employees, from any and all claims, demands, actions or {Y0348353.1 013277-070995 } 13

causes of action against the COUNTY or its officers, agents, or employees, alleging damage or injury arising out of the subject matter of this Contract; provided, however, that such provision shall not apply to the extent that the damage or injury is attributable to the sole negligence of the COUNTY or its officers, agents, or employees. 5. COMPLIANCE WITH LAWS Any purchase order or contract resulting from this solicitation shall be governed in all respects whether as to validity, construction, performance, or otherwise by the laws of the Commonwealth of Virginia. The Firm providing goods or services to the COUNTY under this contract assures the COUNTY that it is: 1. Conforming to the provisions of the Civil Rights Act of 1964, as amended, the Virginia Fair Employment Contracting Act of 1975, as amended, and the Virginia Human Rights Act, as amended, where applicable; 2. Not employing illegal alien workers or otherwise violating the provisions of the Immigration Reform and Control Act of 1986; 3. Complying with federal, state and local laws and regulations applicable to the performance of the services procured; and 4. Submitting the bid or proposal in full compliance with the Virginia Conflict of Interest Act. 6. NO WAIVER Any failure of the COUNTY to demand rigid adherence to one or more of this Contract s provisions, on one or more occasions, shall not be construed as a waiver nor deprive the COUNTY of the right to insist upon strict compliance with the terms of this Contract. Any waiver of a term of this Contract, in whole or in part, must be in writing and signed by the party granting the waiver to be effective. 7. CHOICE OF LAW To ensure uniformity of the enforcement of this Contract, and irrespective of the fact that either of the parties now is, or may become, a resident of a different state, this Contract shall be governed by and construed in accordance with the laws of the Commonwealth of Virginia without regard to her principles of conflicts of law. {Y0348353.1 013277-070995 } 14

8. FORUM SELECTION The parties hereby submit to the personal jurisdiction and venue of any state or federal court located within the Commonwealth of Virginia for resolution of any and all claims, causes of action or disputes arising out of or related to this Contract. The parties further agree that any claims, causes of action or disputes arising out of, relating to or concerning this Contract shall have jurisdiction and venue only in the Circuit Court of Carroll County, Virginia or in the U.S. District Court, Western District of Virginia. 9. SEVERABILITY If any provision of this Contract is held to be illegal, invalid, or unenforceable, or is found to be against public policy for any reasons, such provision shall be fully severable and this Contract shall be construed and enforced as if such illegal, invalid, or unenforceable provision had never been part of this Contract, and the remaining provisions of this Contract shall remain in full force and effect and shall not be affected by the illegal, invalid, or unenforceable provision, or by its severance from this Contract. 10. NOTICES All requests, notices, and other communications required or permitted to be given under this Contract shall be in writing and delivery thereof shall be deemed to have been made when such notice shall have been either (a) duly mailed by firstclass mail, postage prepaid, return receipt requested, or any comparable or superior postal or air courier service then in effect, or (b) transmitted by hand delivery, telegram, telex, telecopier or facsimile transmission, to the party entitled to receive the same at the address indicated below or at such other address as such party shall have specified by written notice to the other party. Notices to the COUNTY shall be sent to: Carroll County 605-1 Pine Street Hillsville, VA 24343 276-730-3170 11. CONTRACTUAL CLAIMS PROCEDURE A. Contractual claims by Firm, whether for money or other relief, except for disputes exempted by law from the procedure set forth herein, shall be submitted in writing no later than sixty (60) days after final payment. Any written notice of Firm s intention to file such a claim need not detail the amount of the claim, but shall state the facts and/or issues relating to the claim in sufficient detail to identify the claim, together with its character {Y0348353.1 013277-070995 } 15

and scope. Whether or not Firm files such written notice, Firm shall proceed with the work as directed. B. The Board, upon receipt of a detailed claim, may at any time render its decision and shall render such decision within ninety (90) days of final payment. Each such decision rendered shall be forwarded to the Firm by written notice. C. If the Firm disagrees with the decision of the Board concerning any pending claim, the Firm shall promptly notify the COUNTY by written notice that the Firm is proceeding with the work under protest. Any claim not resolved, whether by failure of the Firm to accept the decision of the Board of the COUNTY or under a written notice of Firm s intention to file a claim or a detailed claim not acted upon by the governing body of the COUNTY, shall be specifically exempt by the Firm from payment request, whether progress or final. Pendency of claims shall not delay payment of amounts agreed due in the final payment. D. The decision on contractual claims by the Board shall be final and conclusive unless the Firm appeals within six months of the date of the final decision on the claim by instituting legal action in the appropriate circuit court, however, no legal action may be commenced by Firm concerning any such contractual claim prior to rendering of a decision by the governing body, unless no decision has been rendered within ninety (90) days of final payment or submission of the claim, in which case Firm s claim shall be deemed denied. 12. FAITH BASED ORGANIZATIONS Pursuant to Section 2.2-4343.1 of the Code of Virginia of 1950, in all invitations to bid, requests for proposals, contracts, and purchase orders, the COUNTY does not discriminate against faith-based organizations. "Faith-based Organization" means a religious organization that is or applies to be a contractor to provide goods or services for programs funded by the block grant provided pursuant to the Personal Responsibility and Work Opportunity Reconciliation Act of 1996, P.L. 104-193. If Firm is a faith-based organization, then Firm shall give to each individual who applies for or receives goods, services, or disbursements provided pursuant to this Contract the following notice: {Y0348353.1 013277-070995 } 16

NOTICE Pursuant to Section 2.2-4343.1 of the Code of Virginia of 1950, as an applicant for or recipient of goods, services, or disbursements provided pursuant to a contract between the COUNTY and a faith-based organization, you are hereby notified as follows: Neither the COUNTY's selection of a charitable or faith-based provider of services nor the expenditure of funds under this contract is an endorsement of the provider's charitable or religious character, practices, or expression. No provider of services may discriminate against you on the basis of religion, a religious belief, or your refusal to actively participate in a religious practice. If you object to a particular provider because of its religious character, you may request assignment to a different provider. If you believe that your rights have been violated, please discuss the complaint with your provider or notify the COUNTY Administrator. 13. EXTENT OF CONTRACT/MODIFICATION This Contract, together with all Attachments and addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. {Y0348353.1 013277-070995 } 17