Santa Ana Watershed Project Authority

Similar documents
Santa Ana Watershed Project Authority

El Dorado County Fire Safe Council

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Support Services to Assist in Filling Water Data Gaps and in Developing a Groundwater Sustainability Plan

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

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Request for Proposal # Irrigation Evaluations

Request for Proposal of Lawn Care Services

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

REQUEST FOR QUALIFICATIONS (RFQ) For. AS NEEDED TECHNICAL WRITER SERVICES and/or GRANT WRITER SERVICES

Submit proposals electronically to:

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS. Environmental Consulting Services To Support Brownfields Revolving Loan Fund Program

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

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

Notice of Request for Proposals

SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER

Groundwater Model Development and Simulation

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

Barrow County School System

REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016

TOWNSHIP OF LAWRENCE AGREEMENT

January 18, Request for Proposals. for

SOMERSET COUNTY INSURANCE COMMISSION

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Notice of Request for Proposals

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

CONTRACT FOR SERVICES RECITALS

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

DANTE HALL SERVICE AGREEMENT CONTRACT NO.

Office of the City Clerk Sierra Highway, Suite C Palmdale, CA (661) Housing Authority/Volunteer Application

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

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

Botetourt County Public Schools

REQUEST FOR PROPOSALS (RFP) FOR GROUNDS MAINTENANCE SNOW REMOVAL LANDSCAPING. RFP Release Date: October 17, Proposal Due Date: October 31, 2017

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

PERSONAL SERVICES AGREEMENT BETWEEN THE UNIVERSITY OF WYOMING AND

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Housing Authority of the County of San Joaquin

BLOOMFIELD PARKING AUTHORITY ESSEX COUNTY, NEW JERSEY. Invitation to Bid. Snow Removal & Plowing Services

CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

Request for Proposal # Executive Recruitment Services

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

Introduction Background

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

APPENDIX 15 LABOR CODE REQUIREMENTS

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services

Request for Proposal. Professional Auditing Services

REQUEST FOR PROPOSAL

SECTION NOTICE INVITING BIDS

Sample Request For Proposals

Request for Proposal

RFQ #1649 April 2017

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610.

RFP FOR DIGITAL AERIAL IMAGERY SOLUTIONS

Request for Proposal

SERVICE AGREEMENT CONTRACT NO.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM

MT. EPHRAIM BOARD OF EDUCATION Mt. Ephraim, New Jersey REQUESTS FOR PROPOSALS NOTICE OF SOLICITATION

Infosys QUALITY SYSTEM DOCUMENTATION PURCHASE SUPPLIER CODE OF CONDUCT. January INFOSYS LIMITED Bangalore

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

Newport Mesa Unified School District

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

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

SECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC

REQUEST FOR BID PROPOSALS

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

Request for Proposals

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

REQUEST FOR PROPOSALS

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

FRANKLIN TOWNSHIP BOARD OF EDUCATION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

PROPOSAL FOR STREET SWEEPING SERVICES

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name)

TOWNSHIP OF HAZLET REQUEST FOR QUALIFICATIONS FOR HEALTH INSURANCE CONSULTANT TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY

MONROE TOWNSHIP SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR: Insurance Brokerage Services Property & Casualty and Workers Compensation

GUTTENBERG HOUSING AUTHORITY

Transcription:

Santa Ana Watershed Project Authority Request for Proposals For Drought-Tolerant Landscaping Services Friday, August 7, 2015 Santa Ana Watershed Project Authority 11615 Sterling Avenue Riverside, CA 92503 Phone: (951) 354-4220

Table of Contents Notice... 3 Submission Details... 3 Submission Deadline... 3 Submission Delivery Address... 3 Document Standards... 3 Proposed Schedule... 4 Right to Change RFP and Process... 4 Introduction to Scope of Work... 4 Detailed Scope of Work... 6 Resources... 7 Deliverables for the RFP Responses... 7 Assumptions and Constraints... 8 Detailed Specifications... 9 2

Notice The Santa Ana Watershed Project Authority () is seeking proposals for Drought-Tolerant Landscaping Services for the Santa Ana River Watershed. The services are needed for replacing up to 260,000 square feet of turf grass with drought tolerant landscaping on residential properties within four areas within Orange, Riverside and San Bernardino counties. The purpose of the Request for Proposals (RFP) is to solicit competitive proposals to identify a firm or individual that is well qualified, professional and has the capacity to provide this level of service. Submission Details Submission Deadline All submissions to this RFP must be submitted electronically, as stated below, no later than: November 3, 2015 No later than 5:00pm Submission Delivery Address The following email address is to be used for all submissions, questions and clarifications: Ian Achimore Senior Watershed Manager Direct Line: 951.354.4233 Email: iachimore @ sawpa.org Document Standards File Name must be formatted as Nameoffirm_Landscaping Must be in Microsoft Word format, or Adobe PDF format File name must end in.doc,.docx, or pdf 3

Proposed Schedule Event Date RFP Release Date August 7, 2015 Submission Due Date November 3, 2015 Expected Decision by November 24, 2015 Expected Contract Execution December 14, 2015 Expected Start to Landscaping Implementation March 7, 2016 Expected End for Landscaping Implementation* March 30, 2017 *If residential properties do not submit for landscaping services at the expected rate, then implementation can occur beyond March 30, 2017. Right to Change RFP and Process reserves the right to reject any and all submissions, in whole or in part, to advertise for new submissions, to abandon the need for services, and to cancel or amend this RFP at any time. reserves the right to waive any formalities in the RFP process, consistent with applicable laws. Introduction to Scope of Work is working with several water districts throughout northern Orange County and western San Bernardino and Riverside counties to generate residential water conservation by utilizing a C27 licensed landscaping contractor to replace residential turf grass with drought tolerant (climate appropriate) landscaping. The scope of the project will be in four water district service areas: City of Santa Ana Fontana Water Company Jurupa Community Services District West Valley Water District 4

The potential residential projects are represented by the green areas in the above program map. The residential projects will be single family households that first qualify as a disadvantage community and then sign up for the landscaping through a -led process. The total square footage for the entire scope of work is 260,000 square feet, with a range of 500 to 1,000 square feet per individual project. 33%-50% of each project site will be covered with drought tolerant plantings when they reach maturity and the plants shall have a warranty that is valid for three months after installation. Many of s partnering agencies have been able to provide a turn-key approach at a reasonable cost per square feet. The costs by the firm or individual are expected to cover the following tasks: Landscape Site Assessments Site Designs-Template Design Options Permanent Turf Removal (Herbicide and Sod Cutting) Climate Appropriate Plants and Shrubs Drip Irrigation Conversion Kits Pressure Compensating Kits Microsprays Weed Barrier Mulch Plant and Irrigation System Installation Spot-Spraying for Grass Regrowth Post-Project 5

Program Administration (tracking, billing, customer service, etc.) Follow-up Customer Service in Special Circumstances Detailed Scope of Work A suggested scope of work includes the following phases. Phase One - Administrative Actions, the water agencies and their outreach contractors will identify potential participants within the four service areas, explain the program and pre-qualify customers, and provide customer lists to landscaping contractor. Customers will be required to sign a release of liability form which informs them that the program is voluntary and that they hold harmless any of the agents under the program responsible for future repairs or changes to their landscape/irrigation system. Phase Two - Landscape Pre-Assessment and Landscape Design A site pre-evaluation will be performed including assessing the current landscaping and automated irrigation system (customer must have living grass and an automated system), signing of program forms, and the presentation of the program process that includes responsibility for irrigating and the risk of grass/weed regrowth. The landscape contractor will take photo documentation to establish prelandscaping conditions. The landscape design process begins with a program orientation that includes the discussion of potential lay-out, plant selection, maintenance requirements, new irrigation system, weed barrier, mulch, etc. Phase Three - Landscape Design A completed site design will be presented to customers one week after initial site visit. Customers will be given a one-week timeframe to review their plan and make any minor modifications. After the two week period expires, if a customer is unresponsive, they will be removed from the program. Only under special circumstances will customer modifications be accepted after the two week period. Phase Four - Turf Kill Process The project site will be sprayed thoroughly with weed killer and a waiting period will occur (this process may be modified depending upon other proposed methods) Phase Five - Turf Removal Turf will be removed; all dead turf and weeds will be cleaned and scraped using a sod cutter to a 1 inch depth. The yard will be lightly tilled to hasten re-growth and will be graded to a smooth and even level, (any other materials will also be removed per customer agreement). An at least seven day waiting period will occur until next step. 6

Phase Six - Final Spray Final spraying will occur and germinating turf or weeds will be raked clean, followed by a three to five day waiting period. Phase Seven - Planting and Mulching A weed barrier will be installed and overhead sprinkler heads will be converted to drip irrigation system using a conversion kit. The new plants and mulch will be laid, followed by the signing of the project completion form by the customer who signed the initial forms. Photo documentation of the project site will be taken by the landscape contractor and provided to the through reporting (Phase 8). Phase Eight Reporting by Contractor The landscaping contractor will provide reports to for invoicing and reporting purposes that include items such as total square footage of residential project, number of plants installed, irrigation changes, and additional work done. Supporting documentation such as receipts, copies of checks and timesheets shall also be provided. The contractor will maintain customer forms and database to provide the necessary reporting documentation for the purposes of recording program activity and invoicing to the State. Phase Nine - Post-Site Follow-up After both a one month and three month period after the planting, the project site will be visited by the landscape contractor. Resources Website - www.sawpa.org Service Area Map - http://www.sawpa.net/ Deliverables for the RFP Responses In responding to the RFP, the firm or individual shall respond to each of the following questions by numbering their responses 1-13. Please provide answers in the same order of the corresponding questions provided. 1. Provide a summary of your firm (including; primary person of contact, company name, address, telephone number, and email address) signed by the person authorized to bind the company. This should explain the primary business of the company. 7

2. Provide documentation of your active C27 license and general contractor license covering this type of work. 3. If applicable, provide documentation that you are a screened SoCal Water$mart contractor. 4. Provide documentation if you have a satisfactory or better rating with the Better Business Bureau? 5. Provide your relevant experience e.g., previous projects, years of experience, licenses or certificates earned and held, etc. For large projects, describe what and who (stakeholders) were involved in the effort. Describe the final deliverables. 6. Provide resumes of key personnel that will support completion of the scope of work. 7. Provide the organizational chart, if applicable of your firm. 8. Provide confirmation that your firm is able to complete the project within the time period specified (260,000 square feet over one year) whereby the project demand may vary from several thousand square feet to tens of thousands of square feet per month. Note: It is s preference to award one contract for the 260,000 square feet across all areas describe in the Scope of Work. 9. Specify what type of plants and ground coverage will be used. 10. Provide a design for a single family residential property at approximately 1,000 square feet. Include plant types, ground coverage type (i.e. rock type, mulch type, etc.) and irrigation modifications. 11. Identify the type of plants that would be used as part of the drought tolerant landscaping and identify them as low water using and climate appropriate plants for Orange County and/or the Inland Empire. 12. Provide a list of at least five (5) references for which your firm has provided similar services within the last five (5) years. Include the reference names, contact person(s), telephone numbers, project addresses, approximate date of service and a brief general description of the services provided. 13. Provide your proposed cost (i.e. dollar(s) per square foot) Assumptions and Constraints Purpose and Audience The purpose of the landscaping contract is to assist in implementing a project that also involves retrofitting residential properties with energy saving devices. 8

Detailed Specifications Contract Upon award selection, a single final contract will be negotiated and finalized. However, if needed, reserves the right to award one contract, multiple contracts or no contract, whichever is in the best interest of the Agency. Funding for the services will be provided in part by the State and will work with the selected firm or individual to ensure the payment process is streamlined. Due to state guidelines, travel and per diem costs are not eligible for repayment. The firm or individual under contract shall indemnify and hold the agency harmless over issues that may arise out of the project and the contract, including, but not limited to any claims or damages arising from planning, design, construction, maintenance and/or operation of measures for the overall project and any breach of the contract. The firm or individual under contract shall comply with all state and federal laws and regulations, including, but not limited to, the Americans with Disabilities Act, Child Support Compliance Act, Drug- Free Workplace Act of 1990, and provisions of Section 3700 of the California Labor Code, which requires every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code During the performance of the project, the firm or individual shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex (gender), sexual orientation, race, color, ancestry, religion, creed, national origin (including language use restriction), pregnancy, physical disability (including HIV and AIDS), mental disability, medical condition (cancer/genetic characteristics), age (over 40), marital status, and denial of medial and family care leave or pregnancy disability leave. The firm or individual shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. The firm or individual shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code 12990 (a-f) et seq.) and the applicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, will be incorporated into the Contract by reference and made a part hereof as if set forth in full. The firm or individual shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. Pursuant to Section 1770 and following, of the California Labor Code, the firm or individual under contract shall not pay less that the general prevailing wage rates, as determined by the Director of the 9

State of California Department of Industrial Relations for the locality in which the work is to be performed and for each craft or type of worker needed to execute the work contemplated under the Contract. The Contractor or any sub-contractor performing part of said work shall strictly adhere to all provisions of the Labor Code, including, but not limited to, minimum wages, work days, nondiscrimination, apprentices, maintenance and availability of accurate payroll records and any other matters required under all Federal, State and local laws related to labor. 10