REQUEST FOR PROPOSALS # FOR PROFESSIONAL SERVICES ENVIRONMENTAL CONSULTING FIRM- TO THE GEORGETOWN DIVIDE RESOURCE CONSERVATION DISTRICT

Similar documents
REQUEST FOR PROPOSALS

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

City of Beverly Hills Beverly Hills, CA

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Proposals. Silver Cliff Ranch-Forest Stand Improvement

EL DORADO COUNTY RESOURCE CONSERVATION DISTRICT REQUEST FOR PROPOSALS NO Proposals must be received by March 8, 2019 by 4:00 p.m.

REQUEST FOR PROPOSAL Compensation Consulting

Request for Proposal

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR PROPOSALS for Indian Springs Park Tree Risk Assessment and Species Conversion Feasibility Study. City of San Mateo, CA

Request for Proposals

PHASE 1 STAFF FACILITIES LOCKER ROOM

REQUEST FOR PROPOSAL RFP #14-03

Request for Proposal. For Financial and Accounting Services

Request for Proposal

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

Cheyenne Wyoming RFP-17229

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

Request for Proposals

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

REQUEST FOR PROPOSALS

Request for Qualifications (RFQ)

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

construction plans must be approved for construction by the City PBZ department.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL ENGINEER

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

Request for Qualifications

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Mobile and Stationary Security Patrol Services

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern:

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Proposals for Agent of Record/Insurance Broker Services

LONE TREE SCHOOL BELL SYSTEM

Lake County Hazard Identification and Risk Assessment Plan Lake County Hazard Mitigation Committee

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

PORT OF TACOMA REQUEST FOR PROPOSALS No DIRECT PURCHASE FIXED RATE BANK LOAN

SOLICITATION/ADVERTISEMENT

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

PANAMA-BUENA VISTA UNION SCHOOL DISTRICT

Sample Request For Proposals

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

Request for Risk Management and Insurance Broker Services

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

PROJECT IMPLEMENTATION AGREEMENT September 1, 2009

REQUEST FOR PROPOSALS

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

REQUEST FOR PROPOSALS (RFP)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Chatham County Request for Proposals Biannual Customer Service Survey

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents

Proposal Response Date: March 18, 2019, at 1:00p.m.

REQUEST FOR PROPOSAL (RFP)

NOTICE OF REQUEST FOR PROPOSAL

Request for Proposals

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

Memorandum. Request for Proposals (RFP): Integrated Ticketing Feasibility Study

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

City of Forest Park Request for Proposals. Secure Access Control Systems

REQUEST FOR PROPOSAL (RFP)

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

PROJECT TITLE: BENCHMARKING AND RELATED CONSULTING SERVICES. Part A. Baseline Measurement and Benchmark Comparisons of State Agency Business Processes

Request for Proposal for: Financial Audit Services

REQUEST FOR QUALIFICATION/REQUEST FOR PROPOSAL (RFQ/RFP) # Request for Proposal must be received no later than December 5, 2014 at 2:00 PM

Request for Proposals. Auditing Services For the Fiscal Years

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

Request for Proposals: Environmental Site Assessment for Single Property

Town of Manchester, Connecticut General Services Department. Request for Proposal

Transcription:

Georgetown Divide Resource Conservation District 100 Forni Road, Suite A Placerville, CA 95667 Phone (530) 295-0120 REQUEST FOR PROPOSALS #01-2018 FOR PROFESSIONAL SERVICES ENVIRONMENTAL CONSULTING FIRM- TO THE GEORGETOWN DIVIDE RESOURCE CONSERVATION DISTRICT RELEASE DATE: March 19, 2018 CLOSING DATE: PROJECT TITLE: Proposals must be received by April 13, 2018 by 4:00 p.m. El Dorado County Cooperative Wildland Fire Protection Strategy CONTACT PERSON: Mark Egbert District Manager Georgetown Divide Resource Conservation District 100 Forni Road, Suite A Placerville, CA 95667 Mark.Egbert@ca.usda.gov (p) 530-295-0120 (Direct) 530-303-5328 (cell) 530-957-3472 INTRODUCTION On July 14, 2016 a Supplemental Project Agreement (SPA) was entered into by and between CAL FIRE, hereinafter referred to as "the State," and the USDA, Forest Service, REGION 5, ELDORADO NATIONAL FOREST, hereinafter referred to as the "U.S. Forest Service," under the authority of the Agricultural Act of 2014, Pub. L. 113-79, section 8206, (Good Neighbor Authority) and CA Stats. Public Resources Code, Division 4, Part 2, Chapter 10. Protections of Forest and Lands {4671-4750.7) and Article 5: Forest Insect and Plant Disease Control under the provisions of Master Good Neighbor Agreement #16- GN- 11052021-201. The CFDA for this agreement is 10.691. On August 21, 2017, the Georgetown Divide Resource Conservation District (RCD) executed Agreement #82CA03472 between the RCD and the State of California Department of Forestry and Fire Protection (CALFIRE) for implementation of the El Dorado County Cooperative Wildland Fire Protection Strategy (Project). Established in 1953, the RCD is a local, independent, non-enforcement, non-regulatory, self-governed special district organized under Division 9 of the Public Resources Code. It is a local public agency, governed by a five-member, elected board of directors. The RCD advises and assists landowners and public agencies in planning and implementation of conservation practices for the protection, restoration, or development of land, water, and other natural resources. The RCD will provide administration and Management of the Project and includes: technical and administrative services needed for project completion; assurance the project as described under the Scope of Work is completed within the budget, performance period, and in accordance with approved procedures, applicable laws, and regulations. RCD will ensure compliance with all applicable laws and regulations regarding securing competitive bids and undertaking competitive negotiations in contracts with other entities for acquisition of goods and services with funds provided by State under this Agreement. The RCD will provide administrative personnel and Licensed Registered Professional Foresters. U.S. Forest Service interests in this Project are based on the South Fork A merican River (SOFAR) Watershed which was proposed for implementing the national cohesive strategy because of the many values at risk threatened by complex fire issues associated with drought, climate change, fuel loading, insects and disease. Communities, infrastructure, private timber, water, power, recreation, protected species, and fire frequency are all reasons that this watershed is a high priority for collaborative action.

The SOFAR Cohesive Strategy is an All-Lands Wildland Fire Management Strategy for the South Fork A merican River Watershed which has three goals: 1. Resilient Landscapes. 2. Fire Adapted Communities. 3. Safe and Effective Wildfire Response. CAL FIRE interests in this Project are based on the overarching objective of the Fire Adapted 50 project which aims to implement a landscape-level pilot project that will demonstrate cross jurisdictional cooperation for fuel modification in a high fire hazard area of the State within existing statuary and regulatory frameworks. The values to be protected in this watershed are critical to the local and regional economy and to ecosystem health. Emphasis will be placed on connected treatments across all lands designed to defend hardened infrastructure points, high value investments and critical habitats. This focus area will include working in the Wildland Urban Interface/Intermix (WUI) zone. PROJECT AREA There are two segments of a fuel break that will be constructed based on the outcomes of this project (Exhibit C). The first project location is for Camino/Pollock Pines shaded fuel break and goes from Slab Creek Dam to Pony Express Trail along the canyon rim. The fuel break will utilize existing fuel breaks developed during the King Fire as well as tie into the Iowa Hill and Independence Fuel breaks. The shaded fuel break project boundary area will be between 100 and 600 feet wide. Access for the work will be from Forebay Rd in the Pollock Pines area. The Highway 50 shaded fuel break is located from Icehouse Road to Echo Summit on the north side of Highway 50. The fuel break will be 300 feet from the road edge. PROJECT OBJECTIVES The purpose of this solicitation is to acquire an environmental consulting firm to provide professional services to complete the required CEQA/ NEPA and associated environmental compliance reports for a planned a shaded fuel break to protect the communities of Camino and Pollock Pines and National Forests system lands adjacent to these communities. The intent of the Camino/Pollock Pines Fuel Break is to reduce undesirable under story; trees, brush and existing slash by the use of hand held equipment, chipping and pile burning and to establish shaded fuel breaks where appropriate. Implementation/ construction work may be performed by State hand crews, the State may provide everything including, but not limited to, equipment, supplies, transportation, labor, and supervision necessary to complete the project. Within the project areas, the work will consist of removing Forest fuels (vegetation) by hand using chainsaws. Removed fuel will be disposed of either by chipping or pile burning when allowed. The chips will be broadcast and distributed evenly within the work areas and maintained in a way to not have a significant impact on the land. All piles will be built in a cone shape no larger than 10 feet by 10 feet. Work will be completed on Federal and nonfederal lands. The objectives includes the completion of NEPA (where NEPA has not been completed) and CEQA as required by state and federal law for implementation of fuel break construction. PROPOSAL SUBMISSION One original and two copies of Proposal must be received no later than 4:00 p.m. by April 13, 2018 at the RCD office at 100 Forni Road, Suite A. Placerville, CA 95667. One electronic copy of the Proposal, in PDF format, may also be delivered as an alternative means, via email no later than 4:00 p.m., local time, on Friday, April 13, 2018 to Mark Egbert, District Manager (Mark.Egbert@ca.usda.gov). Please cc yourself as verification of submittal. Please note the RCD email server can only accept document sizes 10 MB or less. Faxed or late 2

proposals will not be accepted. It is the responsibility of the Consultant to assure that the Proposal is received prior to the deadline date and time. Proposals received after the submission deadline will not be accepted and will be returned unopened. Any changes to this RFP are invalid unless specifically modified by the RCD and issued as a separate addendum document. Should there be any question as to changes to the content of this document; the RCD s copy shall prevail. AVAILABLE FUNDS The maximum funding available for planning consultation services in this grant is One-Hundred-Twenty-Five- Thousand dollars and zero cents ($125,000.00). Consultant must acknowledge and affirmatively indicate that they can provide such services within this amount. SCOPE OF WORK The scope of work for the professional services being solicited is found in Exhibit A to this RFP. The successful proposal will demonstrate sufficient qualifications, expertise, relevant experience, and lack of disabling professional conflicts to perform the scope of work, along with demonstrated commitment to cost-control, client service, and overall value to the RCD. PROPOSAL FORMAT A qualifying proposal must address all of the following items: 1. Page limit. The Project proposal shall be limited to fifteen (15) pages, excluding cover letter and resume, and shall contain all of the information requested below. 2. Accuracy and completion. Information must be complete and accurate. If during the course of the evaluation Consultants information becomes inaccurate, Consultant must immediately notify RCD in writing. 3. Information. Project proposal must contain sufficient information for an objective evaluation of the Consultants ability to understand and perform the requisite services. Project proposal must reflect what the RCD could expect in terms of thoroughness and quality of work product, cost efficiency, and responsiveness. Project proposal shall be organized in the following manner and contain the following information: 1. Cover Letter. Project proposal shall be transmitted with a cover letter signed by Consultant. 2. Project Experience and References. Describe in narrative form the experience and expertise in providing the service sought by the RCD with specific focus on knowledge and experience in leading U.S. Forest Service teams, in particular, NEPA and CEQA processes related to forest management and restoration. Provide contact information for three former or current clients for whom you have performed similar services to that the RCD may interview these references. 3. Project Approach. Describe: a. Your approach to performing the anticipated Project tasks. b. Additional information not already provided with this RFP that is pertinent to evaluating your ability to perform tasks. 4. Rates. In consideration of Consultants fulfillment of the promised work, the RCD shall pay Consultants at a Per Hour Rate. 3

5. Scope of Work. State in concise terms your understanding of the scope of work listed in Exhibit A attached hereto. Identify additional tasks, if any, that you believe are essential or advisable to constitute a more complete scope of work. 6. Schedule. Provide a schedule demonstrating how you propose to complete the Project. Schedule shall provide a list of tasks and activity for each task on a monthly basis. Include assumptions made in preparing the schedule if necessary. 7. Quality Assurance and Control/Conflicts of Interest. Describe your approach to quality assurance and control for your performance as well as any performance guarantees you offer. Identify all current and reasonably foreseeable real or perceived professional conflicts that could hinder the provision of the requested services, and propose means of managing any such conflicts. 8. Contract and Insurance Requirements. The successful Consultant will be required to execute a contract in the form shown in Exhibit B attached hereto and to meet the insurance requirements referred to in that Exhibit. Please indicate your willingness and ability to comply with these requirements or describe any exceptions you requests. Alterations or changes to the agreement which were not in the Consultant s response may not be made after the selection of the proposal. This includes alterations, exceptions, or changes to the insurance and indemnity provisions. 9. Addenda. The consultant shall include all acknowledged addenda for the RFP. COST OF SERVICES In consideration of Consultants fulfillment of the promised work, the RCD shall pay Consultants at a Per Hour Rate. All Project proposals must include a table detailing by task all costs to perform the services requested in this RFP. Rates and charges shall include any part of consultant s capital expenses. No travel expenses will be reimbursed. The rates and charges shall also include minor expenses connected with performance of the services such as copies, computers, software, on-line legal research, office supplies, postage, faxes, long-distance telephone calls, telephone, and any other expense incurred to accomplish the work. Note that no separate charges for these items will be allowed. Note also that no administrative charges will be allowed. Rates shall be held constant throughout the project. NON-DISCLOSURE AND DISCLOSURE OF PROPOSALS Proposals will be held in confidence during the evaluation process until RCD staff issues Notice of Intent to Award the contract. Thereafter, all proposals will be treated as documents subject to disclosure under the California Public Records Act (Act). SELECTION CRITERIA Representatives of RCD will review the proposals. The selected Consultant will be required to execute a professional services agreement with RCD. In reviewing the proposals, the selection criteria will include the following: 1. Rates and charges (25 points). 2. Responsiveness to RFP (15 points). 3. Capacity of the Consultant to conduct the Scope of Work (25 points). 4. Experience and expertise (25 points). 5. Evaluations from client references (10 points). 4

Note: Proposals that do not demonstrate direct experience with forest restoration planning, writing reforestation prescriptions, Greenhouse Gas Analysis, environmental assessment and public education will not be considered to meet the qualification threshold. FINAL SELECTION Proposals will be rated based on the merit of the entire proposal. RCD staff presently anticipates making contract award recommendations to the RCD s Board of Directors at its regularly scheduled meeting on April 16, 2018. Notice of Intent to Award the professional service contract will be issued at the time of the Board meeting at which the contract is considered. The RCD reserves the right to reject any or all proposals and to re-issue this RFP. The RCD may waive any minor informalities or irregularities in any proposal that are immaterial and inconsequential in nature. The RCD reserves the right to request additional written or oral information from Consultants to obtain clarification of their proposals. All proposals become the property of the RCD. All costs associated with development of the proposal shall be the sole responsibility of the Respondent and shall not be charged in any manner to the RCD. PROTEST PROCEDURE Any protest concerning the rating of any proposal or award on the Consultant hereunder must be submitted in writing to the RCD s District Manager at 100 Forni Road, Suite A. Placerville, CA 95667 on or before 4:00 p.m. of the tenth (10 th ) calendar day following the RCD s posting the Notice of Intent to Award the professional services contract at the entry to the RCD s main office at the aforementioned address. The procedure and time limit set forth in this paragraph are mandatory and are the Consultant s sole and exclusive remedy in the event of a protest of the rating of its proposal or award of the contract and failure to pursue said remedy shall constitute a waiver of any right to further pursue said protest, including filing a Government Code claim or legal proceedings. RFP SCHEDULE. Note: this an estimate schedule and timelines may be revised accordingly. Release of RFP March 19, 2018 Proposals due April 13, 2018 Review and Selection April 13, 2018 Notice of Intent Posting April 13, 2018 Agreement Signed April 23, 2018 Work Begins After April 23, 2018 Contract Ends June 30, 2020 AWARD OF CONTRACT The RCD may reject any and all proposals, and may waive any immaterial defect in a proposal. Selection of the contract will be made within one (1) working days after the proposal due date to the proposal that meets the required qualifications, scope of work and selection criteria. The Consultant shall furnish a certificate of insurance along with the executed Agreement. The certificate of insurance shall state a limit of liability of not less than one million dollars ($1,000,000.00) per occurrence for bodily injury and property damage liability combined. QUESTIONS/ ADDENDA Any questions about this Construction Bid shall be submitted in writing to the following address: Georgetown Divide Resource Conservation District 100 Forni Road, Suite A. Placerville, CA 95667 Attn: Mark Egbert, District Manager To be considered, questions must be received by the RCD no later than 4:00 p.m. on April 6, 2018. The RCD may, if deemed necessary, respond to questions by issuance of formal addenda, interpreting or clarifying the requirements of this RFP. Any addenda processed shall be made part of this RFP request and binding upon each Consultant. All addenda will be posted on the RCD s web-site. Each bidder is solely responsible for obtaining all 5

addenda posted on the RCD s web-site. The RCD may also direct attention to specific provisions of the RFP which cover the subject of the inquiry. ATTACHMENTS: EXHIBIT A Scope of Work. EXHIBIT B Professional Services Agreement Sample. EXHIBIT C Project Location Map. EXHIBIT D Agreement #2CA03472 between the RCD and CALFIRE. NONDISCRIMINATION The program or activities conducted under this agreement will be in compliance with the nondiscrimination provisions contained in Titles VI and VII of the Civil Rights Act of 1964, as amended; the Civil Rights Restoration Act of 1987 (Public Law 100-259); and other nondiscrimination statutes: namely, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, and American s With Disabilities Act of 1990. 6