Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
1
REQUEST FOR PROPOSALSFOR ENVIRONMENTAL CONSULTING SERVICES
RFP #20R7-01
BIDS DUE NO LATER THAN: 5:00 pm PST, February 21, 2020
901 S. Stewart St., Ste. 5005 Carson City, NV 89701
775.684.2784www.parks.nv.gov
2
NEVADA DIVISION OF STATE PARKSNOTICE TO PROPOSERS
PROJECT TITLE: Environmental Consulting Services for the Rafter 7 Management Unit, Walker River State Recreation Area.
NOTICE IS HEREBY GIVEN that the Nevada Department of Conservation and Natural Resources, Division of State Parks (NDSP) is requesting written and electronic proposals for the project listed above. Said proposals must be received by NDSP at 901 S. Stewart St., Ste. 5005, Carson City, Nevada, 89701 NO LATER THAN 5:00 pm on Friday, February 21, 2020. All proposals must be clearly labeled and addressed to appropriate NDSP staff. Late entries will not be accepted. NDSP reserves the right to reject any Bid/Proposal, or to accept any Bid/Proposal as is deemed to be in the best interest of NDSP and the State of Nevada. NDSP reserves the right to waive any unanticipated irregularities and/or informalities throughout the proposal process.
PROJECT DESCRIPTION: NDSP will use National Park Service, Land and Water Conservation Fund (LWCF) grant funding to conduct an Environmental Assessment (EA) per the National Environmental Policy Act (NEPA) standards for the new Walker River State Recreation Area located south of Yerington, Nevada. The EA will include a biological site survey of the 3,200 acre Rafter 7 Ranch Management Unit and must be in accordance with current U.S. Fish and Wildlife Service protocols. Refer to the map included as the last page of this document for project site location and parcel information.
The purpose of this RFP is to solicit the information needed for NDSP to select a qualified firm to provide environmental consulting services. The selected consultant will prepare a biological resource inventory of the Rafter 7 Management Unit, in its entirety, conduct a Phase I assessment on designated priority sites and develop draft and final EA documents made available for public review. Consultants will also assist with project management and community outreach services.
The work to be performed under the awarded contract shall be commenced by the successful firm after all legally mandated contract documents have been submitted and executed by the appropriate state authorities, and after being formally notified to proceed with the approved scope of work by NDSP.
Refer to Attachment I for additional Federal Laws and Authorities with which the selected vendor shall be required to comply.
Submit all completed proposals, and any questions about proposal requirements and the vendor selection process to: Heather Giger, Parks and Recreation Program Manager; [email protected]; 775.684.2784.
3
RFP RESPONSE FORMAT
One (1) original hardcopy marked “Master,” four (4) additional hardcopies marked “Copy,” and one (1) electronic copy (PDF Format, submitted via e-mail) of the entire proposal shall be delivered by thetime and to the place as stipulated above.
It is the proposer's sole responsibility to see that their proposal is received at the place, date and time
specified. Any proposal received after the scheduled closing time for receipt of proposals may be
returned to the proposer as unacceptable.
The contents of the proposal and any clarifications thereto submitted by the successful proposer and
accepted by NDSP shall become part of the contractual obligation and incorporated by reference into
any ensuing Agreement. All proposals shall become the property of NDSP and shall not be returned.
All proposals submitted may become public record under the laws of the State of Nevada and the public
may be given access thereto once the formal process has been completed.
4
SUBMITTAL PARAMETERS
Firms replying to this RFP are required to submit relevant information that will be
used in the evaluation and selection process. The submittal shall include, at a
minimum, the following information:
1) Company Overview (Recommend 2 pages or less)
Geographic location of the principal office of the firm and the office (if different) which would
be responsible for providing services.
Description of the overall capabilities of the firm and the services which the firm is interested
in providing to NDSP.
Number of employees within the firm and within the local office responsible for
providing services to NDSP.
2) Company Experience (Recommend 4 pages or less)
Summary of the three most recently completed NEPA projects on which the firm provided
services similar to those sought by NDSP. The project summaries should include a brief
description of the project scope and the services provided, and the name and telephone number
of a contact person, familiar with the consultant’s work. Include descriptions of any work to
assist in involving the community/public. (No more than 1 page per project)
3) Project Approach (Recommend 5 pages or less)
Firm and individual department hierarchy, a description of current in-house quality control and
plan review programs the firm has in place, and resources available to complete a project.
Outline of approach and work program for all services requested. The outline must include the
following minimum information:
a) A detailed and functional work schedule for the proposed work program in a manner that is
sequenced by timelines. The work schedule must set forth a timeframe for completion and
submittal of work products.
b) The maximum number of meetings with staff and meetings with outside parties that the
responding firm will attend.
c) Expectations for NDSP. State the minimum expectations for involvement and information
gathering the responding firm needs from NDSP to accomplish the project.
Provide an itemized cost proposal for the various tasks to be performed. The cost schedule must list
the estimated hourly charge, or task charge, and estimated hours to be assigned for staff members
and/or sub consultants.
The cost proposal should cover all costs including consultant fees, mileage and production costs.
5) Key Personnel (Recommend 2 pages or less)
A list of management and other key personnel that would be providing services to NDSP (fullresumes may be added in an appendix if desired but should be limited to one page per person).
4) Cost Schedule (Recommend 2 pages or less)
6) Proof of Insurance - Refer to Attachment II for minimum requirements.
7) Vendor Registration - The selected vendor, prior to doing business in the State of Nevada, shall be appropriately licensed by the State of Nevada, Secretary of State’s Office pursuant to NRS 76. Information regarding the Nevada Business License can be located at http://nvsos.gov.
8) NevadaEPro - NevadaEPro is the State of Nevada's electronic procurement system. The selected vendor must register with NevadaEPro in order to receive payment for contract services. Registration can be completed at nevadaepro.com/bso.
5
EVALUATION PROCESS
NDSP has assembled a committee, composed of four members, to review all eligible proposals that are received. Committee members will review and score each proposal individually, prior to meeting to discuss their evaluations. The four individual scores will be added together and the proposal with the highest number of cumulative points will be selected for the project contract.
Should identical scores be awarded to multiple proposals, NDSP shall notify all parties involved in the tie. NDSP will then conduct an oral interview to determine the best and final offer. The interview panel will include the four committee members. NDSP reserves the right to add additional members to the interview panel if determined additional input from project representatives or subject matter experts is necessary. Each committee member will be provided an oral interview form to score each interview. Individual scores will be added together and the organization receiving the highest cumulative points will be selected for the project contract.
EVALUATION CRITERIA
The evaluation criteria may include but not be limited to the following considerations:
1) Understanding of the requested scope of work and responsiveness to the RFP requirements.
2) Ability to assess the project site in accordance with National Environmental Policy Act (NEPA) requirements and meet industry reporting standards. NDSP anticipates that a Section 7 Consultation in accordance with the Endangered Species Act and US Fish & Wildlife Service protocols will be required as part of the biological site assessment. Applicants should demonstrate their Section 7 Consultation qualifications.
3) Professional Qualifications and Standing - evaluation criteria may include, but not be limited to: professional excellence, demonstrated competence in the services requested, the education of the key personnel who would be assigned to the project, and environmental consulting experience equivalent to the anticipated project tasks as described.
4) Completeness of proposal, the proposed schedule and the fee proposal.
5) Demonstrated excellence of past performance and ability to meet the project schedule.
6) Resources available to complete the project. (Equipment/Software/Staffing).
6
NEGOTIATION(S)
NDSP shall reserve the right to negotiate any terms and conditions of proposals received, with
the final candidate(s) prior to acceptance/rejection of said proposal(s).
Upon determination of the highest rated firm(s), NDSP will commence negotiations with those
firms that will be selected for open ended contracts.
PROJECT TIMELINE
February 3, 2020February 21, by 5:00 p.m.
February 21, 2020 through March 2, 2020 March 3, 2020March 3, 2020 through March 31, 2020 April 1, 2020June 15, 2020June 15, 2020 through July 15, 2020 July 31, 2020
RFP Available to Consultants Written Proposals submitted Proposal Evaluation Selection AnnouncementContract NegotiationsAnticipated Project Start DateDraft EA Report DueComment PeriodFinal EA Report Due
Service Layer Credits: Sources: Esri, HERE,DeLorme, Intermap, increment P Corp.,GEBCO, USGS, FAO, NPS, NRCAN,GeoBase, IGN, Kadaster NL, Ordnance
This map has been prepared for the use of the Nevada Division of State Lands for illustrative purposes only. It does not represent a survey of the premises. No liabilityis assumed as to the sufficiency or accuracy of the data delineated hereon.
REVIS
ED: 6
/30/20
17
012-541-01
012-591-02
012-471-68
012-471-71
012-471-96012-471-65
012-591-03
012-471-72
012-471-70
012-471-69
009N/ 027E
010N/ 027E
SEC 22
SEC 32
SEC 22
SEC 17
SEC 27
SEC 20
SEC 03
SEC 29
SEC 10
SEC 21
SEC 09
SEC 28
SEC 34
SEC 04
SEC 15
SEC 33
SEC 20
SEC 05
SEC 21
SEC 16
SEC 08
SEC 06
SEC 07
SEC 19
SEC 18
SEC 30
SEC 31
SEC 19
SEC 15SEC 16SEC 17
SEC 29
SEC 18
SEC 28 SEC 27SEC 30
WALKER RIVER SRARAFTER 7 RANCH
Dayton
Schurz
Thorne
Wabuska
Babbitt
Yerington
Hawthorne
Wellington
Johnson LaneWeed HeightsN
3205± acres
PARKS-64
APNs
0 1Miles
7
ATTACHMENT I – FEDERAL LAWS AND AUTHORITIES
The information in this section does not need to be returned with the proposal. Following is a list of Federal Laws and Authorities which the awarded vendor is required to comply with.
1. Archeological and Historic Preservation Act of 1974, PL 93-291
2. Clean Air Act, 42 U.S.C. 7506(c)
3. Endangered Species Act 16 U.S.C. 1531, ET seq.
4. Executive Order 11593, Protection and Enhancement of the Cultural Environment
5. Executive Order 11988, Floodplain Management
6. Executive Order 11990, Protection of Wetlands
7. Farmland Protection Policy Act, 7 U.S.C. 4201 ET seq.
8. Fish and Wildlife Coordination Act, PL 85-624, as amended
9. National Historic Preservation Act of 1966, PL 89-665, as amended
10. Safe Drinking Water Act, Section 1424(e), PL 92-523, as amended
11. Demonstration Cities and Metropolitan Development Act of 1966, PL 89-754, as
amended
12. Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, including
Executive Order 11738, Administration of the Clean Air Act and the Federal Water
Pollution Control Act with Respect to Federal Contracts, Grants or Loans
13. Age Discrimination Act, PL 94-135
14. Civil Rights Act of 1964, PL 88-352
15. Section 13 of PL 92-500; Prohibition against sex discrimination under the Federal Water
Pollution Control Act
16. Executive Order 11246, Equal Employment Opportunity
17. Executive Orders 11625 and 12138, Women’s and Minority Business Enterprise
18. Rehabilitation Act of 1973, PL 93, 112
19. Uniform Relocation and Real Property Acquisition Policies Act of 1970, PL 91-646
20. Executive Order 12549 – Debarment and Suspension
21. Davis-Bacon Act 40 U.S.C. 3141-3148
22. Contract Work Hours and Safety Standards Act 40 U.S.C. 3701-3708
23. Rights to Inventions Made Under a Contract or Agreement 37 CFR §401.2(a)
24. Byrd Anti-Lobbying Amendment 31 U.S.C. 1352
1. INSURANCE SCHEDULE. Unless expressly waived in writing by the Contracting Agency, Contractor must procure, maintain and keep in force for the duration of the Contract insurance conforming to the minimum requirements specified below. Each insurance policy shall provide for a waiver of subrogation against the State of Nevada, its officers, employees and immune contractors as defined in NRS 41.0307, for losses arising from work/materials/equipment performed or provided by or on behalf of Contractor. By endorsement to Contractor’s automobile and general liability policies, the State of Nevada shall be named as an additional insured with respect to liability arising out of the activities performed by, or on behalf of Contractor. Contractor shall not commence work before Contractor has provided evidence of the required insurance in the form of a certificate of insurance and endorsement to the Contracting Agency of the State.A. Workers’ Compensation and Employer’s Liability Insurance.
1) Contractor shall provide proof of worker’s compensation insurance as required per Nevada Revised Statutes Chapters 616A through 616D inclusive.
2) If Contractor qualifies as a sole proprietor as defined in NRS Chapter 616A.310 and has elected to not purchase industrial insurance for himself/herself, the sole proprietor must submit to the contracting State agency a fully executed “Affidavit of Rejection of Coverage” form under NRS 616B.627 and NRS 617.210.
B. Commercial General Liability – Occurrence Form. The Policy shall include bodily injury, property damage and broad form contractual liability coverage.
$2,000,000 $1,000,000 $1,000,000
1) General Aggregate2) Products – Completed Operations Aggregate3) Personal and Advertising Injury4) Each Occurrence $1,000,000
C. Automobile Liability. The policy shall cover Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles used in the performance of this Contract.
1) Combined Single Limit (CSL) $1,000,000
D. Professional Liability/Errors and Omissions Liability The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Work of this contract. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
$1,000,000 1) Each Claim2) Annual Aggregate $2,000,000
ATTACHMENT II – CONTRACT INSURANCE REQUIREMENTS