REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR

Similar documents
Mobile and Stationary Security Patrol Services

Real Estate Acquisition Services For Neighborhood Stabilization Program

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

ANASTASIA MOSQUITO CONTROL DISTRICT OF ST. JOHNS COUNTY 500 OLD BEACH ROAD, ST. AUGUSTINE, FLORIDA TELEPHONE: FAX:

INVITATION TO BID LANDSCAPE SERVICES

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

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

Cheyenne Wyoming RFP-17229

LONE TREE SCHOOL BELL SYSTEM

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

IRFQ #R15-04: FRIDAY NIGHT LIVE

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

LONE TREE SCHOOL FLOORING REPLACEMENT

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

Westwood Village Farmers Market Request for Proposals May 14, 2012

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Certificate of. Insurance Information. Packet

1033 Fifth Street Clovis, CA (559)

RFP Request for Proposals Mosquito Surveillance and Control Services

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

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

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

AIRPORT HANGAR LICENSE AGREEMENT

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

Request for Proposal

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

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

REQUEST FOR PROPOSALS

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR ADULT BASKETBALL REFEREES

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

ALL PROOFS OF INSURANCE NAMING COUNTY AS ADDITIONAL INSURED MUST BE RECEIVED PRIOR TO COMMENCEMENT OF WORK

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

EXHIBIT B. Insurance Requirements for Construction Contracts

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Sacramento Regional Solid Waste Authority (SWA)

ROCK ISLAND COUNTY FOREST PRESERVE DISTRICT REQUEST FOR PROPOSAL (RFP) ZOO SECURITY SERVICES FOR NIABI ZOO

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence.

Service Providers for Agency Marketing and Outreach Campaigns

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

PROPOSAL GUIDE RAIL VEGETATION CONTROL

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

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Replace Chiller System RFP 2018 Q&A

Request for Proposal For Scrap Metal Removal

REQUEST FOR PROPOSAL Compensation Consulting

Real Estate Services For Neighborhood Stabilization Program 3

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

REQUEST FOR QUOTES January 7, 2019

REQUEST FOR PROPOSALS

Tribal Justice Systems Strategic Planning Services

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSALS

OCIP Contract Language

Services Agreement for Public Safety Helicopter Support 1

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Insurance Requirements for Contractors

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

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

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

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

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Contractor s Insurance Requirements

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

SHORELINE AREA TREE TRIMMING

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

Snow Removal Services Request for Proposals December 1, April 30, 2019

INVITATION TO BID (ITB)

Request for Proposal

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

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

Independent Certified Public Accountant Audit of Financial Records and Preparation of Report to State Controller

Please return by July 9, 10:00 AM Central Time to:

RFP GENERAL TERMS AND CONDITIONS

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

REQUEST FOR PROPOSALS

CITY OF ROMULUS CHAPTER 39: PURCHASING

Transcription:

REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR Proposals Due By: Tuesday, February 18, 2014 at 2:30 p.m. 1. PROPOSALS REQUESTED: The Placer Mosquito and Vector Control District (the District ) solicits proposals from qualified contractors ( Contractors ) to provide aerial larvicide mosquito control services to the agricultural areas of Placer County described below. Both small and large qualified contractors with competitive prices are encouraged to apply. 2. BACKGROUND: The District is an independent special district that provides mosquito and vector control services to residents of Placer County. (See www.placermosquito.org) The District currently applies mosquito larvicides to control immature mosquito populations to approximately 96,000 acres of Conventional and Organic rice per growing season, as well as occasionally flooded fallow fields and wetland areas located in the agricultural areas of Placer County The aerial larvicide program generally starts in mid-june when the rice fields and other irrigated agriculture are flooded and ends by late September to early October, as determined by mosquito and vector-borne disease surveillance data and timing of the draining of water from rice fields. 3. PROPOSAL CONTENT: Interested and qualified contractors are requested to submit to the District no later than 2:30 p.m. on the date set forth above one copy of a written proposal to provide aerial service to the District. It is the contractor s responsibility to ensure that proposals are submitted and received in a timely manner. The submittal materials shall provide the following information: a. Contractors name, address, telephone number and website, and principal contact name, telephone number and e-mail address. b. Name of the principal staff person(s) who will be primarily responsible for providing service. If the contractor has provided aerial service to public agencies or private companies, a description of up to three relevant services, including the client, and contact information for the person at the agency or company that was responsible for overseeing the agency s or company s larviciding program. c. Itemized description of all charges and fees related to the proposed scope of work (Attachment A) -1-

d. Proof of insurance that meet the standards contained in Attachment B. Proposals shall be addressed and delivered to: Placer Mosquito and Vector Control District Attn: RFP Aerial Mosquito Larviciding 2014 2021 Opportunity Drive Roseville, CA 95678 Or submitted electronically by email to: info@placermosquito.org. Email submittals must have RFP-Aerial Mosquito Larviciding 2014 in the subject line of the email for the proposal to be accepted. Emails and attachments that do not have the above text in the subject line will not be accepted. Questions regarding this request for proposals may be directed to Joel Buettner at the above address or joelb@placermosquito.org or (916) 380-5444. 4. EVALUATION AND SELECTION CRITERIA AND PROCESS: The District will review all submitted proposals and evaluate them against any or all of the following selection criteria: contractor s capability to provide service to the District without unreasonable delay; contractor s reputation in the community; references for similar service and cost, The District may schedule interviews with contractors prior to selecting any contractor. Interviews may be conducted in person or telephonically. Proposals will be reviewed and considered by the District Board of Trustees, based on a recommendation from District staff. Contract award, if any, will be on the basis of the selection criteria set forth above. Proposal price alone shall not be the determinative criterion. If, after receiving and reviewing all proposals, the Board decides to proceed with District staff recommendation, then the District will enter into contract negotiations with the selected contractor. 5. GENERAL CONDITIONS AND REQUIREMENTS: a. The District reserves the right to conduct contract negotiations with any contractor (whether or not it has submitted a proposal), to verify the information in any proposal, to waive any informality in the process, to alter the selection process in any way, to request additional information or clarifications, to allow corrections of errors or omissions, to revise the list or specifications of the vehicle, to extend the deadline for submission, to withdraw this request for proposals at any time without prior notice, to reject any and all proposals, and/or to decide whether or not to contract with any contractor. -2-

b. The District makes no representation that any contract will be awarded to any contractor responding to this request. Nothing in this request for proposals shall be construed to obligate the District to negotiate or enter into a contract with any particular contractor. This request for proposals shall not be deemed to be an offer to contract. c. All costs of response and proposal preparation shall be borne by the contractor. The District shall not be liable for any pre-contractual expenses incurred by the contractor, including any time and costs associated with the preparation and submission of the proposal and any interview. d. All submitted proposals shall become the property of the District. The District shall have the right to copy, reproduce, publicize, retain or otherwise dispose of each proposal. All responses received by the District will be considered public records subject to disclosure under the California Public Records Act. Proposals must be submitted in writing as paper copy or as an electronic document such as.pdf. Please be succinct. Unnecessarily elaborate or lengthy responses or other presentations beyond those needed to give sufficient and clear response to the request for proposals requirements are not desired. Proposals generally should not exceed 5 pages. -3-

ATTACHMENT A PROPOSED SCOPE OF WORK 1. The Contractor shall make applications of liquid or solid public health mosquito larvicides by fixed-wing aircraft to agricultural areas with standing water in Placer County at the direction of the District. It is estimated that approximately 150 hours of service depending on location of home airport will be needed to make applications of approximately 96,000 acres of irrigated or flooded land in a typical year. In drought years, or when other factors impact agricultural production, the flooded acres required to treat may change. These estimates are provided solely for the information of the bidders and is not a representation or contractual commitment by the District. 2. The District will provide the material and specify the application method, rate, and application area. a. For Application of Liquid materials: standard agricultural fan nozzle sprayer is required with the ability to deliver two (2) to thirty-two (32) ounces of liquid larvicide per acre as directed by the District. The aircraft and spray system will be calibrated to rate and droplet size prior to the first application of the season. b. For Application of Solid (granular) materials: standard agricultural gate hopper or equivalent is required with the ability to deliver two (2) to twenty (20) pounds of granular material per acre as directed by the District. The aircraft and spray system will be calibrated to application rate and optimum swath width prior to the first application of the season. 3. The Contractor shall provide an on-board global positioning (GPS) system that electronically documents the flight path of the aircraft as well as time and location applications are made during the spray mission. A typical agricultural GPS spray systems such as Satloc G4 or equivalent would be a common way to collect this data. 4. The Contractor shall provide GPS and application data to the District in a format able to be incorporated into the District s database system. Options include but not limited to: MapVision system, Satloc.log file, ESRI.shp file, or.kml file. The digital file shall contain at a minimum the GPS track of aircraft and indication of when application was made (spray on/ spray off). Other application information including material, application rate, or wind speed or direction can be included in the digital file, or it may be conveyed in another format such as an email. -4-

ATTACHMENT B INSURANCE REQUIREMENTS Contractor shall procure and maintain, at its own expense, for the duration of the contract, insurance against claims for injuries to person or damages to property which may arise from or in connection with the performance of the work hereunder by contractor, his agents, representatives, or employees. Certified copies of such policies, including endorsements and renewals, shall be given to District prior to the effective date of the policies, endorsements or renewals. A. Minimum Scope of Insurance Coverage provided by Contractor shall include the following: 1. Automobile Liability coverage that is at least as broad as CA 00 01 06 92 covering Automobile Liability, code 1 (any auto). 2. Workers Compensation insurance as required by the State of California and Employer s Liability insurance. 3. Aviation Liability insurance including Chemical Coverage Endorsements, on a form acceptable to District. B. Minimum Limits of Insurance 1. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 2. Workers Compensation: Benefits as per California statutory requirements. 3. Employer s Liability: $1,000,000 per accident for bodily injury or disease. 4. Aviation Liability Insurance: $1,000,000 per occurrence. Any Chemical Coverage sub-limits shall be at least $100,000/$300,000/$100,000 for bodily injury per person, bodily injury per accident & property damage -5-

C. Other Insurance Provisions The Automobile Liability and Aviation Liability policies are to contain, or be endorsed to contain, the following provisions: 1. The District, its officers, officials, employees, agents, and volunteers are to be named as additional insured s as respects liability arising out of the operations of the Contractor including automobiles owned, leased, hired or borrowed by Contractor. 2. Each insurance policy required shall be endorsed to state that District will be notified of any material change to the policies, and that coverage shall not be suspended, voided, canceled by either party, or reduced in coverage or in limits, except the reduction of aggregate limits by payments of claims, without thirty (30) days prior written notice being given to District. 3. Insurance Provisions Subparagraph 1., the Contractor s insurance coverage shall be primary insurance as respects to the District, its officers, officials, employees, agents, or volunteers. Any insurance or selfinsurance maintained by District, its officers, officials, employees, agents, or volunteers shall be excess of Contractor s insurance and shall not contribute with it to the extent the Contractor s policies apply. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days prior written notice has been given to the District. 5. Contractor s insurance shall apply separately to each insured against whom a claim is made or suit is brought, except with respect to the limits of the insurer s liability. -6-