Lower Willow Creek Restoration Company
Services Being Sought for Earthwork on the Lower Willow Creek Restoration Project
Request for Proposal
1.0 Introduction
The Lower Willow Creek Restoration Company (hereafter known as “LWCRCo”) is soliciting responses for completion of grading actvities associated with its Lower Willow Creek Floodplain Restoration Project. This Request for Proposal (RFP) provides the drawings and specifications and related project requirements for prospective contractors to provide bids to complete the scope of work described herein. The deadline for submittal in response to this solicitation is 5:00 pm 26th of August 2016. An optional tour of the site is scheduled for August 22, 2016 at 10 AM at Creede Town Hall (2223 North Main Street, Creede, CO 81130).
The U. S. EPA has accepted this site as a Brownfields (104(k) Grant Project. Brownfields are defined under the January 11, 2002 Small Business Liability Relief and Brownfields Revitalization Act as “…real property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant.” Proposed work must meet federal requirements for work funded by a U. S. EPA Brownfields Grant. These requirements are identified in this RFP.
2.0 Background/Site Descriptions
The lower Willow Creek floodplain is located in a heavily mineralized area that was formed during violent volcanic activity 66 million to 2.58 million years ago. Background values of all metals, especially lead and arsenic are naturally occurring at levels often greater than EPA and CDPHE Risk Management Criteria for Residential and Commercial uses. Legacy mining practices implemented from the early 1900’s to 1988 increased the volume of contaminated soils on the project site . In 1988, the majority of the mining related materials were removed and consolidated in the Emperius Tailings pile repository, just east of the project site. This removal left the site largely unvegetatated due to lack of topsoil. Now the site is composed largely of cobble alluvium that does not facilitate growth due to the combined effect of elevated concentrations of metals and the lack of organic matter to support vegetation. The cleanup project is proposed to meet open space cleanup standards by caping approximately 39 acres of the most highly impacted acres on the 107.8-acre site.
The first phase of the Lower Willow Creek Restoration Project began in October 2012 and was completed in July 2014. The primary goal of this phase was to create a new channel along the property to avoid areas of elevated metals concentrations, deliver water to two existing diversions, increase sinuosity, and install engineered stream features/structures to dissipate hydraulic energy during a flood event. This was completed by staking out the proposed course of the new creek, analyzing soil concentrations at depths along the proposed channel, and using local borrow soils from within the project area to bring the site to design grade. Instream rock vanes were installed to stabilize the channel and direct flow. Some revegetation efforts have taken place in selected areas on the project site.
2.1.2 Phase II Description and Activities
The proposed cleanup project will meet open space cleanup standards, to cap 39 acres of the most highly impacted acres on the 107.8 acre site. Remediation of the site will include excavating and hauling soil from our designated borrow site to the 39 acres for remediation, site grading, and some re-vegetation work to meet Colorado Division of Reclamation Mining and Safety, Colorado Department of Transportation, and Stormwater Management Permit requirements.
3.0 Project Objectives/Scope of Work
The overall goal of the Lower Willow Creek Restoration Company Brownfield effort is to ensure that contamination does not threaten public health and the environment during and after redevelopment of the site. The objective of this project is to cleanup the floodplain in order to protect public health and the environment for planned future use. Lower Willow Creek Restoration Company has contracted with Casey Resources, Inc. for engineering services and construction oversight. Casey Resources, Inc. is responsible for quality control and quality assurance (QA/QC) during project. Casey Resources, Inc. has developed the VCUP Specifications Document attached to this proposal for further information.
The Lower Willow Creek Restoration Company has secured state and federal grants to complete this project. Selected bidder will be required to adhere to Davis Bacon Wage Requirements, comply with Disadvantaged Business Enterprise Requirements and secure contract bonding for the duration of the project.
The Lower Willow Creek Restoration Company may elect to continue working with the hired contractor(s) and amend the contract to conduct similar work on the site.
All deliverables should be submitted to Lower Willow Creek Restoration Company in both electronic (PDF format) and hard copy formats.
The work efforts for this project will fall into the following discrete tasks:
A. Locate and marking of onsite utilities.
B. Take receipt of Stormwater Discharge Permit/Certification, maintain and remove BMPs per SWMP and Specifications
C. Grading of areas outside of the flow channel area (cut/fill) for the project site.
D. Survey of grading/excavation areas to document cut/fill quantities for reporting and payment purposes.
E. Excavate Import and stockpile or place fill per drawings and Specifications.
F. Survey import fill areas to document import quantity and final grade for payment purposes.
G. Import topsoil and place in designated areas with erosion control features per drawings and Specifications
H. Install Native Seeding and Mulch where specified.
I. Implement Revegetation of the Site per the Revegetation Plan.
4.0 Health and Safety Requirements
All individuals working at the site must have appropriate health and safety training, including 40-hour Hazardous Waste Site Operations and 8-Hour Refresher courses. Alternative to the 40-hour training requirement is site specific Awareness Training proposed by the bidder with an appropriate writtten declaration/indemnity by the contractor to Hold Harmless the Lower Willow Creek Reclamation Company of any claims resulting from the environmental conditions associated with the Project Site.
5.0 Disadvantage Business Enterprises (DBE) Utilization Requirements
In accordance with EPA’s Program for utilization of Small (SBE), Minority (MBE), and Women’s Business Enterprises (WBE), the contractor must ensure that the six affirmative steps are followed in extending subcontracting opportunities to qualified firms (see 40 CFR Part 33. The following goals for MBE/WBE participation have been established for this project:
MBE WBE
Personal Services 2.0% 3.0%
Equipment 2.0% 3.0%
Supplies: 2.0% 3.0%
Construction 2.0% 3.0%
EPA requires that bidders/proposers under federally funded contracts or subcontracts for supplies, construction, equipment and/or services include solicitation efforts to organizations owned or controlled by socially and economically disadvantaged individuals and women. To evaluate compliance with the Fair Share policy, the bidder needs to demonstrate compliance with 40 CFR Part 33.301:
(a) Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.
(b) Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.
(c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.
(d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.
(e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce.
(f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section.
In addition:
40 CFR Part 33.302
(a) A recipient must require its prime contractor to pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the recipient.
(b) A recipient must be notified in writing by its prime contractor prior to any termination of a DBE subcontractor for convenience by the prime contractor.
(c) If a DBE subcontractor fails to complete work under the subcontract for any reason, the recipient must require the prime contractor to employ the six good faith efforts described in §33.301 if soliciting a replacement subcontractor.
(d) A recipient must require its prime contractor to employ the six good faith efforts described in §33.301 even if the prime contractor has achieved its fair share objectives under subpart D of this part.
(e) A recipient must require its prime contractor to provide EPA Form 6100–2—DBE Program Subcontractor Participation Form to all of its DBE subcontractors. EPA Form 6100–2 gives a DBE subcontractor the opportunity to describe the work the DBE subcontractor received from the prime contractor, how much the DBE subcontractor was paid and any other concerns the DBE subcontractor might have, for example reasons why the DBE subcontractor believes it was terminated by the prime contractor. DBE subcontractors may send completed copies of EPA Form 6100–2 directly to the appropriate EPA DBE Coordinator.
(f) A recipient must require its prime contractor to have its DBE subcontractors complete EPA Form 6100–3—DBE Program Subcontractor Performance Form. A recipient must then require its prime contractor to include all completed forms as part of the prime contractor's bid or proposal package.
(g) A recipient must require its prime contractor to complete and submit EPA Form 6100–4—DBE Program Subcontractor Utilization Form as part of the prime contractor's bid or proposal package.
(h) Copies of EPA Form 6100–2—DBE Program Subcontractor Participation Form, EPA Form 6100–3—DBE Program Subcontractor Performance Form and EPA Form 6100–4—DBE Program Subcontractor Utilization Form may be obtained from EPA OSDBU's Home Page on the Internet or directly from EPA OSDBU.
(i) A recipient must ensure that each procurement contract it awards contains the term and condition specified in the appendix concerning compliance with the requirements of this part. A recipient must also ensure that this term and condition is included in each procurement contract awarded by an entity receiving an identified loan under a financial assistance agreement to capitalize a revolving loan fund.
6.0 Bonding and Insurance
The selected bidder will be required to secure a Surety Bond for the length of the project, which includes mobilization, construction to final payment. Selected bidder will also carry general liability insurance up to $1,000,000, and have coverage for all personnel and equipment. The Lower Willow Creek Restoration Company will be named an additional insured during construction until final payment.
7.0 Qualifications
The proposal will include descriptions of roles for key personnel expected to work on this project, and their resumes, which indicate work location, education/certifications, experience in the following areas:
• 40-Hour OSHA Hazwoper Training, existing certifications or plans to be certified before work commences. Or ability to meet the other qualifications identified in section 4.0.
• familiarity with the soil capping project or equivalent processes should be described, giving examples of recent projects.
• demonstrate an ability to provide Surety Bond for the project.
8.0 Schedule and Costs
The proposal should include anticipated schedule and time/material cost estimates for the activities listed below to be completed 8 weeks from initial start date. Time should be allowed in the schedule for the Lower Willow Creek Restoration Company to review construction work, consult with the Engineer. Unit rates on which costs are based should be included with the proposal and also a time line and project milestones.
Submit cost estimates and unit rates for the following:
A Bid Form will be provided to prospective bidders to be filled out and provided with its proposal.
9.0 Project Contacts
Guinevere Nelson Freer Paul Casey, PE
LWCRCo Casey Resources, Inc
P.O. Box 457 4890 Kipling Street
Creede, CO 81130 Wheat Ridge, CO 80033
Phone: 719-658-0178 Phone: 303-940-7800
Fax: 719-658-2017 Email: [email protected]
Email: [email protected]
10.0 Submittal Procedures
Written response proposals to this RFP must be received by Friday August 26, 2016 at 5 p.m. Mountain Time. Proposals received after this time/date will not be considered. Please deliver two (2) copies of this proposal to The Lower Willow Creek Restoration Company at the address shown above. Electronic submissions must be submitted in PDF format at the email address above.
The recipient must supply a statement with its bid that the contractor presently has no interest and shall not have any interest, direct or indirect, which would conflict in any manner with the performance of the services contemplated by the agreement with the Lower Willow Creek Restoration Company. No person having such interest shall be employed by or associated with consultant during the term of this agreement. The recipient must also state whether they are on the list of contractors that have been debarred from receiving Federal funding.
Questions about the project will only be accepted in writing, via email or hard copy communication, through (Wednesday, August 19, 2016), and should be directed to Lower Willow Creek Restoration Company, Watershed Director, at the contact information provided above. Site visits and/or copies of maps and relevant documents may be obtained by contacting the Lower Willow Creek Restoration Company. Prospective Bidders should email the watershed director by August 22, 2016 to indicate their intent to bid on the project. Answers to questions appropriately submitted would be sent out to all prospective bidders who attend the site walk.
11.0 Selection Process
An evaluation committee comprised of Lower Willow Creek Restoration Company staff and a technical assistance provider will review each proposal. The Lower Willow Creek Restoration Company reserves the right to reject any portion of a proposal and may reject all proposals. The cost of preparing responses to this RFP shall be borne by the respondents and shall not be reimbursed by the Lower Willow Creek Restoration Company. Criteria for rating firms will include the following:
25% The prospective bidder’s reputation for personal and professional integrity and competence; ability to work with and comply with federal and local government agencies, the project engineer; and familiarity and experience with the type of project/process and site.
25% Relevent experience with remediation work or similar experience. Firms with personnel with 40 Hazwoper training will receive a minimum of 10% in this category.
25% Ability of the bidder to provide required services and to perform the required work within the project period.
25% Costs associated with the scope of work. Final costs will be negotiated with the selected bidder.
12.0 Notice of Award
After the Evaluation Committee has reviewed and scored the submitted proposals, a Notice of Award shall be issued to all parties that submitted proposals. The estimated date of issuance of the Notice of Award is (Friday, August 31, 2016).
To view the a pdf of the RFP please click HERE
To View the RFP Supporting documents, click HERE
Services Being Sought for Earthwork on the Lower Willow Creek Restoration Project
Request for Proposal
1.0 Introduction
The Lower Willow Creek Restoration Company (hereafter known as “LWCRCo”) is soliciting responses for completion of grading actvities associated with its Lower Willow Creek Floodplain Restoration Project. This Request for Proposal (RFP) provides the drawings and specifications and related project requirements for prospective contractors to provide bids to complete the scope of work described herein. The deadline for submittal in response to this solicitation is 5:00 pm 26th of August 2016. An optional tour of the site is scheduled for August 22, 2016 at 10 AM at Creede Town Hall (2223 North Main Street, Creede, CO 81130).
The U. S. EPA has accepted this site as a Brownfields (104(k) Grant Project. Brownfields are defined under the January 11, 2002 Small Business Liability Relief and Brownfields Revitalization Act as “…real property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant.” Proposed work must meet federal requirements for work funded by a U. S. EPA Brownfields Grant. These requirements are identified in this RFP.
2.0 Background/Site Descriptions
The lower Willow Creek floodplain is located in a heavily mineralized area that was formed during violent volcanic activity 66 million to 2.58 million years ago. Background values of all metals, especially lead and arsenic are naturally occurring at levels often greater than EPA and CDPHE Risk Management Criteria for Residential and Commercial uses. Legacy mining practices implemented from the early 1900’s to 1988 increased the volume of contaminated soils on the project site . In 1988, the majority of the mining related materials were removed and consolidated in the Emperius Tailings pile repository, just east of the project site. This removal left the site largely unvegetatated due to lack of topsoil. Now the site is composed largely of cobble alluvium that does not facilitate growth due to the combined effect of elevated concentrations of metals and the lack of organic matter to support vegetation. The cleanup project is proposed to meet open space cleanup standards by caping approximately 39 acres of the most highly impacted acres on the 107.8-acre site.
The first phase of the Lower Willow Creek Restoration Project began in October 2012 and was completed in July 2014. The primary goal of this phase was to create a new channel along the property to avoid areas of elevated metals concentrations, deliver water to two existing diversions, increase sinuosity, and install engineered stream features/structures to dissipate hydraulic energy during a flood event. This was completed by staking out the proposed course of the new creek, analyzing soil concentrations at depths along the proposed channel, and using local borrow soils from within the project area to bring the site to design grade. Instream rock vanes were installed to stabilize the channel and direct flow. Some revegetation efforts have taken place in selected areas on the project site.
2.1.2 Phase II Description and Activities
The proposed cleanup project will meet open space cleanup standards, to cap 39 acres of the most highly impacted acres on the 107.8 acre site. Remediation of the site will include excavating and hauling soil from our designated borrow site to the 39 acres for remediation, site grading, and some re-vegetation work to meet Colorado Division of Reclamation Mining and Safety, Colorado Department of Transportation, and Stormwater Management Permit requirements.
3.0 Project Objectives/Scope of Work
The overall goal of the Lower Willow Creek Restoration Company Brownfield effort is to ensure that contamination does not threaten public health and the environment during and after redevelopment of the site. The objective of this project is to cleanup the floodplain in order to protect public health and the environment for planned future use. Lower Willow Creek Restoration Company has contracted with Casey Resources, Inc. for engineering services and construction oversight. Casey Resources, Inc. is responsible for quality control and quality assurance (QA/QC) during project. Casey Resources, Inc. has developed the VCUP Specifications Document attached to this proposal for further information.
The Lower Willow Creek Restoration Company has secured state and federal grants to complete this project. Selected bidder will be required to adhere to Davis Bacon Wage Requirements, comply with Disadvantaged Business Enterprise Requirements and secure contract bonding for the duration of the project.
The Lower Willow Creek Restoration Company may elect to continue working with the hired contractor(s) and amend the contract to conduct similar work on the site.
All deliverables should be submitted to Lower Willow Creek Restoration Company in both electronic (PDF format) and hard copy formats.
The work efforts for this project will fall into the following discrete tasks:
A. Locate and marking of onsite utilities.
B. Take receipt of Stormwater Discharge Permit/Certification, maintain and remove BMPs per SWMP and Specifications
C. Grading of areas outside of the flow channel area (cut/fill) for the project site.
D. Survey of grading/excavation areas to document cut/fill quantities for reporting and payment purposes.
E. Excavate Import and stockpile or place fill per drawings and Specifications.
F. Survey import fill areas to document import quantity and final grade for payment purposes.
G. Import topsoil and place in designated areas with erosion control features per drawings and Specifications
H. Install Native Seeding and Mulch where specified.
I. Implement Revegetation of the Site per the Revegetation Plan.
4.0 Health and Safety Requirements
All individuals working at the site must have appropriate health and safety training, including 40-hour Hazardous Waste Site Operations and 8-Hour Refresher courses. Alternative to the 40-hour training requirement is site specific Awareness Training proposed by the bidder with an appropriate writtten declaration/indemnity by the contractor to Hold Harmless the Lower Willow Creek Reclamation Company of any claims resulting from the environmental conditions associated with the Project Site.
5.0 Disadvantage Business Enterprises (DBE) Utilization Requirements
In accordance with EPA’s Program for utilization of Small (SBE), Minority (MBE), and Women’s Business Enterprises (WBE), the contractor must ensure that the six affirmative steps are followed in extending subcontracting opportunities to qualified firms (see 40 CFR Part 33. The following goals for MBE/WBE participation have been established for this project:
MBE WBE
Personal Services 2.0% 3.0%
Equipment 2.0% 3.0%
Supplies: 2.0% 3.0%
Construction 2.0% 3.0%
EPA requires that bidders/proposers under federally funded contracts or subcontracts for supplies, construction, equipment and/or services include solicitation efforts to organizations owned or controlled by socially and economically disadvantaged individuals and women. To evaluate compliance with the Fair Share policy, the bidder needs to demonstrate compliance with 40 CFR Part 33.301:
(a) Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.
(b) Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.
(c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.
(d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.
(e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce.
(f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section.
In addition:
40 CFR Part 33.302
(a) A recipient must require its prime contractor to pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the recipient.
(b) A recipient must be notified in writing by its prime contractor prior to any termination of a DBE subcontractor for convenience by the prime contractor.
(c) If a DBE subcontractor fails to complete work under the subcontract for any reason, the recipient must require the prime contractor to employ the six good faith efforts described in §33.301 if soliciting a replacement subcontractor.
(d) A recipient must require its prime contractor to employ the six good faith efforts described in §33.301 even if the prime contractor has achieved its fair share objectives under subpart D of this part.
(e) A recipient must require its prime contractor to provide EPA Form 6100–2—DBE Program Subcontractor Participation Form to all of its DBE subcontractors. EPA Form 6100–2 gives a DBE subcontractor the opportunity to describe the work the DBE subcontractor received from the prime contractor, how much the DBE subcontractor was paid and any other concerns the DBE subcontractor might have, for example reasons why the DBE subcontractor believes it was terminated by the prime contractor. DBE subcontractors may send completed copies of EPA Form 6100–2 directly to the appropriate EPA DBE Coordinator.
(f) A recipient must require its prime contractor to have its DBE subcontractors complete EPA Form 6100–3—DBE Program Subcontractor Performance Form. A recipient must then require its prime contractor to include all completed forms as part of the prime contractor's bid or proposal package.
(g) A recipient must require its prime contractor to complete and submit EPA Form 6100–4—DBE Program Subcontractor Utilization Form as part of the prime contractor's bid or proposal package.
(h) Copies of EPA Form 6100–2—DBE Program Subcontractor Participation Form, EPA Form 6100–3—DBE Program Subcontractor Performance Form and EPA Form 6100–4—DBE Program Subcontractor Utilization Form may be obtained from EPA OSDBU's Home Page on the Internet or directly from EPA OSDBU.
(i) A recipient must ensure that each procurement contract it awards contains the term and condition specified in the appendix concerning compliance with the requirements of this part. A recipient must also ensure that this term and condition is included in each procurement contract awarded by an entity receiving an identified loan under a financial assistance agreement to capitalize a revolving loan fund.
6.0 Bonding and Insurance
The selected bidder will be required to secure a Surety Bond for the length of the project, which includes mobilization, construction to final payment. Selected bidder will also carry general liability insurance up to $1,000,000, and have coverage for all personnel and equipment. The Lower Willow Creek Restoration Company will be named an additional insured during construction until final payment.
7.0 Qualifications
The proposal will include descriptions of roles for key personnel expected to work on this project, and their resumes, which indicate work location, education/certifications, experience in the following areas:
• 40-Hour OSHA Hazwoper Training, existing certifications or plans to be certified before work commences. Or ability to meet the other qualifications identified in section 4.0.
• familiarity with the soil capping project or equivalent processes should be described, giving examples of recent projects.
• demonstrate an ability to provide Surety Bond for the project.
8.0 Schedule and Costs
The proposal should include anticipated schedule and time/material cost estimates for the activities listed below to be completed 8 weeks from initial start date. Time should be allowed in the schedule for the Lower Willow Creek Restoration Company to review construction work, consult with the Engineer. Unit rates on which costs are based should be included with the proposal and also a time line and project milestones.
Submit cost estimates and unit rates for the following:
- Mobilization
- General Conditions
- Unit costs for excavation and importation of soil
- Unit costs for revegetation per acre
- Surveying costs for excavation site and project site
A Bid Form will be provided to prospective bidders to be filled out and provided with its proposal.
9.0 Project Contacts
Guinevere Nelson Freer Paul Casey, PE
LWCRCo Casey Resources, Inc
P.O. Box 457 4890 Kipling Street
Creede, CO 81130 Wheat Ridge, CO 80033
Phone: 719-658-0178 Phone: 303-940-7800
Fax: 719-658-2017 Email: [email protected]
Email: [email protected]
10.0 Submittal Procedures
Written response proposals to this RFP must be received by Friday August 26, 2016 at 5 p.m. Mountain Time. Proposals received after this time/date will not be considered. Please deliver two (2) copies of this proposal to The Lower Willow Creek Restoration Company at the address shown above. Electronic submissions must be submitted in PDF format at the email address above.
The recipient must supply a statement with its bid that the contractor presently has no interest and shall not have any interest, direct or indirect, which would conflict in any manner with the performance of the services contemplated by the agreement with the Lower Willow Creek Restoration Company. No person having such interest shall be employed by or associated with consultant during the term of this agreement. The recipient must also state whether they are on the list of contractors that have been debarred from receiving Federal funding.
Questions about the project will only be accepted in writing, via email or hard copy communication, through (Wednesday, August 19, 2016), and should be directed to Lower Willow Creek Restoration Company, Watershed Director, at the contact information provided above. Site visits and/or copies of maps and relevant documents may be obtained by contacting the Lower Willow Creek Restoration Company. Prospective Bidders should email the watershed director by August 22, 2016 to indicate their intent to bid on the project. Answers to questions appropriately submitted would be sent out to all prospective bidders who attend the site walk.
11.0 Selection Process
An evaluation committee comprised of Lower Willow Creek Restoration Company staff and a technical assistance provider will review each proposal. The Lower Willow Creek Restoration Company reserves the right to reject any portion of a proposal and may reject all proposals. The cost of preparing responses to this RFP shall be borne by the respondents and shall not be reimbursed by the Lower Willow Creek Restoration Company. Criteria for rating firms will include the following:
25% The prospective bidder’s reputation for personal and professional integrity and competence; ability to work with and comply with federal and local government agencies, the project engineer; and familiarity and experience with the type of project/process and site.
25% Relevent experience with remediation work or similar experience. Firms with personnel with 40 Hazwoper training will receive a minimum of 10% in this category.
25% Ability of the bidder to provide required services and to perform the required work within the project period.
25% Costs associated with the scope of work. Final costs will be negotiated with the selected bidder.
12.0 Notice of Award
After the Evaluation Committee has reviewed and scored the submitted proposals, a Notice of Award shall be issued to all parties that submitted proposals. The estimated date of issuance of the Notice of Award is (Friday, August 31, 2016).
To view the a pdf of the RFP please click HERE
To View the RFP Supporting documents, click HERE