FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

Similar documents
Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Architectural Services

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

REQUEST FOR PROPOSAL Comprehensive Disaster Recovery, Financial and Grant Management Support, and Pre-Disaster Cost Recovery Planning Services

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

Redevelopment Authority of Allegheny County

Introduction. Proposal Submission

REQUEST FOR PROPOSALS (RFP) FOR MONITORING SERVICES

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

Request for Proposal

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

Request for Proposal

REQUEST FOR PROPOSALS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

REQUEST FOR PROPOSAL (RFP)

City of Malibu Request for Proposal

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

Proposals must be clearly marked Request for Proposals Independent Audit Services

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

SOMERSET COUNTY, MARYLAND

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSALS

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Request for Proposals (RFP) for Professional Design and Engineering Services

TOWN AUDITING SERVICES

REQUEST FOR PROPOSALS For Design Services for New Fire Station

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSALS: NON-PROFIT GRANT WRITING SERVICES

Applications accepted through 9/15/2016 by 5:00 PM Eastern Time

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR SERVICE QUALIFICATIONS (RSQ) FOR AUDIT & TAX SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS

WATERFRONT COMMISSION OF NEW YORK HARBOR

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposals. For RFP # 2011-OOC-KDA-00

Arizona Department of Education

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

Hennepin County Community Development Block Grant 2018 Public Services Request for Proposals Guide

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

CITY OF SAN JUAN CAPISTRANO

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSAL INFORMAL BID PROFESSIONAL ENERGY AUDIT SERVICES FOR THE HOUSING REHABILITATION PROGRAM

Request for Proposals

Transcription:

BRUNSWICK GLYNN COUNTY JOINT WATER & SEWER COMMISION REQUEST FOR PROPOSAL FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT Date Advertised Friday, November 17, 2017 Responses Due Wednesday, December 6, 2017 at 12pm NOON, est.

RFP CONTENTS I. BACKGROUND AND CONTACT INFORMATION II. RFP SCHEDULE III. SCOPE OF SERVICES IV. PROPOSAL PROCEDURES AND REQUIREMENTS V. EVALUATION AND SELECTION VI. CONTRACT PAYMENT AND TERMS VII. GENERAL INFORMATION ATTACHMENTS A. COST PROPOSAL / RATE SCHEDULE

I. BACKGROUND BRUNSWICK GLYNN COUNTY JOINT WATER & SEWER COMMISION (BGCJWSC) incurred major damages resulting from HURRICANES MATTHEW AND IRMA on OCTOBER 6, 2016 and SEPTEMBER 11, 2017 respectively, which was a Presidentially Declared Disaster. During the incident, BGCJWSC facilities sustained significant damage. BGCJWSC performed emergency protective measures to eliminate or lessen immediate threats to lives, public health, or safety and eliminate or lessen immediate threats of significant additional damage to public and private property. BGCJWSC is seeking the services of a consultant or consultants in disaster management, emergency protective measures, planning, financial services, architectural and engineering services related to disaster recovery and hazard mitigation from major storm and flood events as well as other disaster perils; and assistance with the processes involved in applying for and submitting claims, receiving and managing Public Assistance and Hazard Mitigation grant funding from the Federal Emergency Management Agency (FEMA); in addition to other grant funding opportunities such as the Hazard Mitigation Grant Program, Community Block Grant Disaster Program (CDBG-DR), and State level funding pursuits. BGCJWSC has entered into engagements with a firm to provide FEMA reimbursement services to stabilize critical facilities and take emergency protective measures. To date these services, include damage assessment, initial scoping, and oversight for the FEMA reimbursement process. Additionally, this emergency engagement covered assistance in preparing documentation for establishing financial oversight, and auditing to ensure compliance with FEMA policies and Federal regulations and procedures. BGCJWSC is seeking to enter into an agreement for a period of three years, with up to two oneyear extension options mutually agreed upon, with a consultant demonstrating expertise and extensive experience in the engineering support for disaster recovery and hazard mitigation. The vendor must be capable of meeting BGCJWSC requirements as outlined in the Scope of Services/Scope of Work outlined in Section III. Evaluation criteria outlined in Section VI will form the basis of selection. Questions/comments regarding this RFP will be accepted until 5pm eastern standard time Tuesday, November 28, 2017. Questions should be submitted in writing via email to: Pamela Crosby, Director of Procurement, pcrosby@bgjwsc.org Responses must be received no later than Wednesday, December 6, 2017 at location outlined in Section IV. No late proposals will be accepted. II. RFP SCHEDULE Advertise Date: Friday, November 17, 2017 Deadline for Questions: Tuesday, November 28, 2017 Proposal Due Date: Wednesday, December 6, 2017 12pm NOON est. 2

Selection Date: Thursday, December 21, 2017 III. SCOPE OF SERVICES As a result of these events, and in anticipation of similar future events, Agency is seeking a consultant to provide the following services: Direct Reporting / Support: The consultant will report directly to the BGCJWSC or designated program manager. The consultant will provide direct support to the BGJWSC program manager and others as directed by BGCJWSC. Financial Management BGCJWSC is an applicant for FEMA Public Assistance, 406 Hazard Mitigation, and 404 HMGP grant funds. This effort is being managed by another consultant. The consultant shall assist with the development of engineering materials for work as well as provide ongoing advice and support for the process. Also, the consultant shall demonstrate its capacity to provide cost effective services including cost estimates in the preparation of project budgets. Engineering Services Engineering services shall provide damage assessment, planning, design, and construction management for emergency/permanent repairs and hazard mitigation, on an as needed basis. The objectives for these services are for the pursuit of federal funding. Final design for facilities may be procured separately. IV. PROPOSAL PROCEDURES AND REQUIREMENTS Proposal Package Submission Requirements: Proposal packages must be submitted no later than Wednesday, December 6, 2017 by 12pm NOON, est. Late or incomplete submissions will not be considered. Proposal packages must be sealed and delivered to Proposal packages must contain one clearly marked original, five hard copies, and one electronic copy in pdf format, of the respondent s proposal. Proposals must be prepared on 8.5x11 letter sized paper. Proposals must include the proposer s response as outlined below in Proposal Requirements, required forms, and contract exception requests. Five copies of the cost proposal must be submitted in a separate sealed envelope labelled Cost Proposal. A separate electronic copy of the cost proposal is not required. Proposal Requirements Cover Letter. (2 PAGE MAXIMUM) Clearly identify the name of the proposing firm and sub 3

consultants, if any. Outline the respondent s ability to perform the services described in the RFP and confirm that respondent is willing to perform those services and enter into a contract with BGCJWSC. Identify the name, telephone number and email of the contact person for technical and contractual clarifications throughout the evaluation period. Must be signed by an individual authorized to enter into a contract. Table of Contents. Outline proposal sections and associated page numbers for easy reference. Firm Background and Experience. (5 PAGE MAXIMUM) History and background of the consultant firm and sub consultant firms, if any. Description of services offered and areas of expertise. Include a maximum of five (5) projects/consulting assignments similar to the services requested herein which have been completed by the respondent within the last five years. For each project, clearly identify: respondent s role (prime consultant, sub consultant, owner s representative, etc.), services provided, start and end dates and a client reference to include agency name, contact name, telephone and email. Team Organization and Resumes. (10 PAGE MAXIMUM) Organization chart clearly identifying project roles, names, and reporting structure/lines of authority. Include a resume for each individual shown on organization chart. Resumes should include education, certification(s), years of experience, and specific project experience including role on each project. Resumes should be limited to one page with exception of the proposed Project Principal and Program Manager, which can be two pages each. Technical Approach. (3 PAGE MAXIMUM) Proposer s approach to providing disaster recovery services as outlined in Section III to ensure successful recovery, financial support, engineering support and compliance, client service, and close out. Cost Proposal / Rate Schedule (Attachment A). Provide loaded hourly rates, to include expenses, copies, travel, etc. No other charges will be made to BGCJWSC other than hourly rates unless agreed to in writing by BGCJWSC. Cost proposal must be submitted in a separate sealed envelope. These costs may be subject to a negotiation after evaluations are completed, but prior to award. BGCJWSC may require a best and final offer. V. EVALUATION AND SELECTION The Agency s evaluation committee will assist in the evaluation and selection of successful responses. The committee shall evaluate and rate all proposals in accordance with the criteria outlined below. The BGCJWSC /evaluation committee will make a determination to award a contract based on the evaluation of initial proposals BGCJWSC reserves the right to waive or modify any mistakes in proposals, if it is in the best interest of BGCJWSC and that are deemed by the evaluation committee to be not material. Evaluation Criteria The successful respondent will be selected based upon highest overall score of the response. BGCJWSC reserves the right to select and execute contracts with respondents to this RFP as 4

funding becomes available. Responses to RFP will be evaluated and scored based upon the following criteria: Criteria Points Assigned Firm Background and Experience 25 Team Organization and Resumes 30 Technical Approach 30 Overall Responsiveness to RFP 10 Cost Proposal 5 The lowest average cost proposal will receive 5 points. Other firms will receive a reduced score based on the percentage difference in average cost. VI. CONTRACT AND PAYMENT TERMS Contract Term. The term of the contract shall be for a period of three (3) years with up to two (2) one (1) year renewals at the option of BGCJWSC. Contract Provisions. The contract to be entered into between the selected consultant and BGCJWSC shall contain negotiated provisions based upon the specific requirements set forth in this RFP and the selected firm's proposal, as well as BGCJWSC contract provisions. These provisions will be negotiated after the firm is selected. Payment: The selected consultant shall be paid per tasks/deliverables and paid monthly upon the completion, review and approval of the tasks/deliverables. Document Ownership: All documents produced for BGCJWSC will become the property of BGCJWSC. VII. GENERAL INFORMATION Status of Information. BGCJWSC shall not be bound by any oral or written information released prior to the issuance of the RFP. BGCJWSC shall not be bound by any oral or written representations, statements or explanations other than those made (1) in this RFP, or (2) in formal written addenda issued to this RFP. Communication with Client. Proposers are advised that, from the date this RFP is issued until the award of the contract, no contact with BGCJWSC or BGCJWSC personnel related to this solicitation is permitted, except with Name, who has been designated as the contact person. Proposer Inquiries. All inquiries regarding this solicitation shall be addressed to the contact person named in this proposal by Tuesday, November 28, 2017 All substantive questions should be sent in writing to the contact person. The contact person may orally respond to inquiries of a non-substantive nature. Proposers are advised that BGCJWSC personnel cannot ensure a response to inquiries. Addenda to RFP. BGCJWSC shall issue responses, in the form of written addenda, to 5

inquiries related to substantive issues and any other corrections or amendments to the RFP it deems necessary prior to the proposal due date. It is the proposer's responsibility to assure receipt of all addenda. The proposer should verify with the designated contact person prior to submitting a proposal that all addenda have been received and shall acknowledge in the transmittal letter the number of addenda issued. Modified Proposals. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. The evaluation committee shall consider only the latest timely version of the proposal. Proposer s Offer. A proposal may be withdrawn in writing only prior to the proposal due date and time. A proposer's offer shall be irrevocable after the proposal due date and time and until the contract award. Costs Incurred by Proposers. BGCJWSC shall not be liable for any costs incurred by proposers in the preparation of proposals or for any work performed in connection therewith. Discussions, Negotiations. BGCJWSC reserves the right to award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the proposer's best terms and qualifications. Contract Award. BGCJWSC reserves the right to award a contract to a firm other than the proposer offering the lowest overall cost. The contract resulting from this solicitation may be awarded to the highest-rated responsible proposer based on the evaluation factors set forth in the RFP. Equal Employment Opportunity Requirements. Unless waived by BGCJWSC in writing, the proposers must comply with the Agency s equal opportunity requirements. RFP Postponement/Cancellation. BGCJWSC reserves the right to postpone or cancel this RFP and to reject all proposals. Confidential Information. The designation of certain information as confidential proprietary information is acceptable. The respondent must clearly designate the part of the proposal that contains the confidential proprietary information as confidential in order to claim protection from disclosure. The respondent must also designate these pages as confidential within the table of contents. Any proposal marked as confidential or proprietary in its entirety may be rejected without further consideration. 6

ATTACHMENT A. COST PROPOSAL/RATE SCHEDULE ALL INCLUSIVE HOURLY RATES Disaster Recovery Personnel Hourly Rate* Years 1-3 *All hourly rates provided shall be inclusive of all expenses incurred. Company Name: Authorized Representative: Date: Signature: 7

8