REQUEST FOR QUALIFICATIONS AND PROPOSALS FOR ENGINEERING SERVICES FOR AN EMERGENCY ACTION PLAN WITH INUNDATION MAPPING SERVICES FOR MADERA LAKE DAM ANNOUNCEMENT The Madera Irrigation District (MID or District) is making a Request for Qualifications and Proposals (RFQ/RFP) from qualified engineering consulting firms interested in providing services to the development of an Emergency Action Plan (EAP), including inundation mapping services, for Madera Lake Dam. DATE OF ADVERTISEMENT July 10, 2018 DEADLINE FOR SUBMITTAL By 4:00pm on August 10, 2018, no late submittals will be accepted under any circumstances INTRODUCTION The District is seeking a qualified firm to develop an EAP, including inundation mapping services, for Madera Lake Dam (Project). This request for services is to comply with the newly enacted state law that became effective July 1, 2017 requiring dam owners to prepare an EAP for their dams and critical appurtenant structures under certain conditions and in specific time limits (Water Code Sections 6160 and 6161, as well as, Title 23 California Code of Regulations Section 335). The Department of Water Resources rated the Madera Lake Dam in satisfactory condition and high hazard classification. For dams meeting the high hazard classification, the EAP must be completed and submitted for the subject dam by January 1, 2019. Prior to this date, as required under the new law, an inundation map must be submitted for review and approval by the Division of Safety of Dams (DSOD). The Madera Lake Dam is located approximately 5 miles northeast of the City of Madera adjacent to the Fresno River (refer to Attachment 2, Vicinity Map). The District owns and operates the approximate 1 of 10
2,300 acre feet reservoir and earthen embankment dam. The Madera Lake Dam (DSOD#682-000, CA00027) was built in 1958. The dam height is 31 feet and crest length is approximately 6,600 feet. The District diverts Fresno River flows into Madera Lake for stockwater, storage, groundwater recharge, and improved operations of downstream irrigation deliveries. The District s primary surface water storage on the Fresno River watershed is located upstream on the Fresno River at Hensley Lake, Hidden Dam, operated by the Army Corps of Engineers. The District seeks a firm that has specific experience and that will identify its representatives and consultants (Design Team) to complete the Project, and to interface with the District thereon. The District reserves the right to request additions, substitutions or elimination of specific services or supplier and/or re-bid any portions of the Project without added charges, prior to agreeing to a contract for services. The Design Team must present sufficient examples of work that show the necessary skills to perform the work. This Project will require the Design Team to contractually hold themselves to a budget and schedule in order to effectively use public funds and meet District s timelines. PROJECT DESCRIPTION The District seeks an engineering firm that has the knowledge, experience and capability to develop an EAP that meets DSOD and California Office of Emergency Services (Cal OES) requirements, including inundation mapping. Timing is of the essence to complete the EAP and have the document approved by both agencies. The Design Team shall prepare a draft EAP detailing the potential emergency conditions at the dam and specific actions to be followed to minimize property damage and loss of life. The EAP will be prepared consistent with requirements of the District, DSOD, and Cal OES. Components of the work may include (but may not be limited to) soliciting information from District staff, researching District archives regarding dam construction, performing field investigations, gathering topographic information, performing hydraulic studies and other necessary tasks to prepare the draft EAP, including the inundation mapping component. The draft EAP shall be distributed to the District, City of Madera, Madera County, DSOD and Cal OES staff for comments, and their comments integrated into the final EAP. The consultant shall submit the final EAP to the District for approval, DSOD and Cal OES, and the project will be completed once the EAP is accepted and approved by all state agencies. Other tasks may be required to complete the Project. Respondents are encouraged to submit their expected work scope and specific tasks as required to provide the best end product. DISTRICT RESPONSIBILITIES Manage the solicitation of the Request for Qualifications and Proposals process. Award the contract to the selected Firm. Provide available, relevant data to be utilized by the successful Firm. Manage the contract with the selected Firm through the Project Tasks. Make progress and final payments to the selected Firm for completed Project Tasks. Provide a District representative on a regular basis for support to the selected Firm. 2 of 10
CONSULTANT SCOPE OF SERVICES The District will execute a contract for the Project including the following RFQ/RFP Tasks (Project Tasks), but reserves the right to contract for each task, all tasks, or no task and components within each task: TASK 1 Dam Failure Technical Study and Inundation Map Files Using professional engineering standards, prepare a technical study and inundation map for review and approved by the DSOD in compliance with guidelines established by the Federal Emergency Management Agency (FEMA P-946), CA Code of Regulations Sections 335-335.20, and CA Water Code Sections 6160-6161. This task shall include preparing the necessary hydraulic analyses and maps showing the area subject to flooding under various failure scenarios unique to the dam and mapping the critical appurtenant structures of the dam. Maps and geospatial files shall be submitted to the District staff for review and comment prior to circulating them to DSOD and Cal OES. The Design Team shall process the maps through DSOD for review, comment and approval. Consultant shall provide the maps to the District in GIS format for future inclusion in their respective GIS databases. Deliverables: Technical Study Draft Inundation Map Final Inundation Map approved by DSOD TASK 2 EAP The EAP, based on the inundation map described in Task 1, shall be in compliance with guidelines established by the Federal Emergency Management Agency (FEMA P-946), Cal OES, CA Government Code Section 8589.5, and CA Water Code Sections 6160-6161. This task shall include the circulation of at least one draft of the EAP to the District, City of Madera, and Madera County for comments. The Design Team shall work closely with the local emergency management agency (EMA), Cal OES, and Madera County to coordinate activities and facilitate an effective EAP development process. The Design Team shall revise the EAP to address comments received and submit the final EAP to Cal OES along with technical study report and inundation maps before the mandated deadline of January 1, 2019. The Design Team shall process the EAP through Cal OES for review, comment, and approval. Deliverables: Draft Emergency Action Plan Final Emergency Action Plan approved by Cal OES WORK PRODUCT All work products included in this proposal shall be made available to the District in hard copy and electronic formats suitable to the District (MS Word, Excel, AutoCAD, vector, raster, etc.). 3 of 10
MINIMUM QUALIFICATIONS Minimum of five years of experience in management of similar projects including EAP preparation, survey, hydraulic modeling, inundation mapping, etc. Minimum of three years of experience working with federal, state, and local resource agencies. An available team of experts and/or consultants with multidisciplinary backgrounds including, but not limited to land surveying, civil engineering, etc. Registered Engineers and Land Surveyors must have a current California license and be in good standing with the California Board for Professional Engineers, Land Surveyors, and Geologists. PROPOSAL REQUIREMENTS AND INFORMATION All Firms are hereby advised of the following schedule and will be expected to adhere to the required dates and times. MID reserves the right to change the schedule as needed, all dates after the August 10, 2018 date are approximate. This timeline is subject to change at the sole discretion of the District. Time Schedule: Circulation of Request for Qualifications and Proposals (RFQ/RFP) July 10, 2018 Deadline for question submittal No later than 4:00pm July 27, 2018 Proposal due to MID office No later than 4:00pm August 10, 2018 Select Firms may be contacted for interview by District August 15, 2018 Selected Firm notified August 22, 2018 Contract award August 24, 2018 First design meeting between Design Team and District Staff August 30, 2018 Submit Inundation Map to Division of Safety of Dams October 26, 2018 Submit EAP and approved Inundation Map to Cal OES December 28, 2018 Technical Proposal Content Requirements: Those interested in providing the scope of services must submit a proposal by the deadline date and time defined in this RFQ/RFP. The District would like to impress upon all applicants to keep responses succinct and clear. Section 1. Cover Letter The Cover Letter shall include the following information: a. Name, address and phone contact information of the lead firm b. Name and contact information (phone, fax and e-mail) for the Project Principal who will be leading the Design Team c. A list of all associated firms or consultants that may be involved in the Design Team. The District assumes that the Design Team may include, but not be limited to, the following type of professionals: i. Land Surveyor ii. Civil Engineer iii. Hydrogeologist iv. GIS Specialist Each of the consultants should be identified by their role in the Design Team and should include company name, address and contact information. The District reserves the right to 4 of 10
2. Table of Contents approve or reject all or any portion of the Design Team proposed by the Firm during the or after the selection process. 3. Statement of Design Approach Please describe how your Firm would approach the design process. List any critical decisionmaking steps and any assistance the Design Team may provide in meeting timeline and budget concerns. 4. Related Experience and Reference This section should provide information that relates to the experience the Firm has in accomplishing similar projects to the requested services. (Please refer to Minimum Qualifications for Firms ). Include descriptions and photographs of example projects completed within the past three (3) years that are comparable to the proposed project. (The submission of the previously mentioned prior successfully completed projects will suffice to meet this requirement). Provide references and contact information for the clients of the comparable projects upon which proposed Project Manager and team personnel have worked. Describe their role on the project and include the name and title of the client s project manager (reference). The prospective Firms shall provide at least three (3) clients for whom the Firm has performed work like that proposed in this request. Each reference must have: Client s Name Contact Name Telephone Number Street Address City, State, Zip Code Brief Description of Service provided Service Dates Service Value/Cost The stated experience for subconsultants shall include a brief statement of the subconsultant experience in doing work related to the tasks described in the requested services and a contact name and phone number reference of clients the subconsultant as most recently worked for. References will be contacted. 5. Design Team Composition This section should provide information that relates to the qualifications and background of consultants used to make up the Design Team. This section should also contain a visual flow chart identifying the relationship between such professionals indicating roles and relationships of all members. 6. Key Personnel This section should include the resume of individuals that are assigned to the Design Team and Project. This information should include the title of the individuals, brief work history which relates to similar Project types and any relevant work experience. 5 of 10
7. Work Plan and Work Schedule This section should include a detailed description of the approach to organizing the scope of services and an indication of which tasks are to be included as a part of the services offered by the Design Team and which are to be excluded. Each Firm shall submit a Proposal that addresses each of the RFQ/RFP Project Tasks. The Firm may organize the content of the tasks into general groupings for convenience or break the required tasks into a detailed task delivery schedule. However, the Firm chooses to organize the work plan, each of the RFQ/RFP Tasks previously mentioned must be addressed and discussed within the work plan. At a minimum, the Firm shall prepare a work plan that will include: A description of the Firm s understanding of each stated task. The Consultant Scope of Services involved in completing RFQ/RFP Tasks. The person responsible for completing the Task and all associated subtasks, including any subconsultants that will be utilized. The product, milestone, approval and/or coordination required, upon completion of the tasks or subtasks. Specific milestones shall also be identified for each Task. Information and assistance that would be required by the Firm from MID. Provide an estimate of the total person-hours allocated to each identified Task associated with the entire Project, and a breakdown of the employees and professionals to be assigned to the Tasks. The Firm s description of Tasks to be accomplished will be incorporated into the contract as the Consultant Scope of Services. 8. Conflicting Projects or Commitments The proposal must include a discussion of any other Projects currently being undertaken by the Firm that might result in delays to completing the Project in a timely manner. The proposal shall contain a statement to the effect that the Firm is not currently committed to another project or client that would constitute a conflicting interest, either existing or perceived, with the Project defined in this RFQ/RFP. 9. Facilities and Resources Each prospective Firm must state that they have the facilities and resources to execute the full services requested. Cost Proposal Content Requirements: The negotiated contract will be a Time and Materials not to Exceed for each Project Task. Although the total estimated cost is not intended to be used as criteria for selection, the distribution of hours per task may be used to evaluate the understanding of the work to be performed and the overhead/profit multipliers may be used to choose between two otherwise equally qualified firms. As a part of contract negotiations, the Firm must provide a comprehensive fee schedule for all personnel and equipment which may be used in the course of the work, including all subconsultants, and all other costs that may be applicable to any necessary extra services. Use Madera County prevailing wage rates for required Project Tasks. It is recognized that stating a cost associated for some of the items required in the Work Plan and Work Schedule may be difficult to present. 6 of 10
Cost Detail Format a. The proposed work should be broken down per the description contained in the Work Plan and Work Schedule. The Cost Proposal, and only the Cost Proposal, shall itemize charges to MID. Costs shall show hours, rates, and classifications for each Project Task outlined in the Consultant Scope of Services. All costs associated with document procurement, reproduction and photo processing are to be borne by the consultant and included in the proposal for the project as a separate line item. If items are excluded from the cost estimate and not included in the total cost, this must be clearly identified and explained. The District reserves to the right to contract for each task, all tasks, or no task and components within each task. b. The cost proposal shall be submitted in separate marked and sealed envelope labeled Cost Proposal. No cost information of any kind is allowed in the Technical Proposal. Cost Proposal information submitted in the Technical Proposal may be cause for rejection of the entire Proposal. PROPOSAL SUBMITTAL CONDITIONS For purposes of this RFQ/RFP the Proposal shall constitute both the required technical proposal and cost proposal. Proposals should provide straightforward and concise descriptions of the Firm s ability to satisfy the requirements of this RFQ/RFP. The Proposal must be complete and accurate. Omissions, inaccuracies or misstatements will be sufficient cause for rejection of a Proposal. The technical proposal shall not exceed twenty-five (25) (8.5 x 11 ) double-sided printed pages, excluding cover sheet, table of contents, index sheets, exhibits, resumes and attachments. Resumes included with the technical proposal shall not exceed one single-sided printed page per person listed in the table of organization. Please submit four (4) copies of your technical proposal and one (1) sealed cost proposal addressed to: Madera Irrigation District Attention: Andrea Sandoval 12152 Road 28 1/4 Madera, CA 93637 (559) 673-3514 Submittals must be received by 4:00pm on Friday, August 10, 2018. No proposals will be accepted after this time. All Proposals become the property of MID and MID will not return any portion of the proposals that are submitted. The cost of preparing, submitting and presenting a Proposal and participating in an interview are at the sole expense of the Firm. Solicitation of proposals in no way obligates MID to contract with any firm or individual. A successful Proposal submittal shall be as follows: Technical Proposal: One (1) sealed technical proposal package marked TECHNICAL PROPOSAL. Within that package there shall be one (1) original technical proposal with Attachment 1 marked Original Copy. All additional three (3) technical proposal copies may contain photocopies of the original package only, and must be included in the sealed package. 7 of 10
Cost Proposal: One (1) sealed cost proposal package marked COST PROPOSAL. Within that package there shall be one (1) original cost proposal. There need not be additional copies of the cost proposal. Modification or Withdrawal of Proposal: Any Proposal received prior to the date and time specified above for receipt of Proposals may be withdrawn or modified by written request of the Firm. To be considered, the modification must be received in writing, and the same number of copies as the original proposal, prior to the date and time specified above for receipt of Proposals. 1. RFQ/RFP Addendum: Any changes to the RFQ/RFP requirements will be made by written addenda by the Project Manager and shall be considered part of the RFQ/RFP. Upon issuance, such addenda shall be incorporated into the agreement documents, and shall prevail over inconsistent provisions of earlier issued documentation and be forwarded to prospective Firms. It will be the Firm s responsibility to assure that all addenda are incorporated into the Proposal as required per all the terms and conditions for submittal of the Proposal. 2. Verbal Agreement or Conversation: No prior, current, or post award verbal conversations or agreement(s) with any officer, agent, or employee of MID shall affect or modify any terms or obligations of this RFQ/RFP, or any contract resulting from this procurement. 3. Exceptions and Alternatives: Firms may not, after exhausting protest avenues, take exception or make alterations to any requirement of the RFQ/RFP. If alternatives or options are proposed, Firm must clearly identify such. MID expressly reserves the right in its sole discretion to consider such alternatives and to award a contract based thereon if determined to be in the best interest of MID. Since MID desires to enter one contract to provide all the intended services, only those Proposals to provide all service will be considered responsive. Signature: Only an individual who is authorized to bind the proposing firm contractually shall sign the Proposal Certification Clauses and Proposal Signature Page, Attachment 1. The signature must indicate the title or position that the individual holds in the firm who is authorized to certify that the proposal is a firm offer for at least a ninety (90) day period. Submitted Proposals shall be rejected if the Proposal/Firm Certification Sheet is not signed. (See Proposal Submittal Conditions for more information on Proposal Submittal Requirements). REJECTION OF PROPOSALS Failure to meet the requirements of all items contained in this RFQ/RFP may be cause for rejection of the required technical proposal and/or cost proposal. MID may reject any Proposal if it is conditional, incomplete, contains irregularities or reflects inordinately high cost rates. MID may waive immaterial deviation in a Proposal. Waiver of an immaterial deviation shall in no way modify the RFQ/RFP documents or excuse the proposing firm/team from full compliance with the contract requirements if the Firm is awarded the contract. Proposals not including the required Attachments 1 shall be deemed non-responsive. A non-responsive Proposal is one that does not meet the basic Proposal requirements. Failure to meet the submittal requirements of either the technical or cost proposals shall deem the entire Proposal package nonresponsive and therefore be cause for rejection. 8 of 10
More than one Proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any Firm has submitted more than one proposal for the work contemplated herein will cause the rejection of all proposals submitted by that Firm. If there is reason for believing that collusion exists among the Firms, none of the participants in such collusion will be considered in this or future procurements. The decision to approve and award a contract is at the discretion of the District and resides within the authority granted to the General Manager to accomplish the execution of any contract. It is the District s right to reject all proposals. PROPOSAL EVALUATION Evaluation of the Proposals will be accomplished by a selection committee composed of those designated by MID s General Manager. Following proposal evaluations, a short list of qualified Firms may be developed by the committee with a maximum of three consultants being invited to interview with the consultant selection committee to explain their relevant experience, project understanding, approach and methodology. The short list will be based on information provided in the proposal and other actions and submissions pursuant to this RFQ/RFP, information provided by former clients for whom similar work has been performed, and consideration of any exceptions taken to the proposed contract terms and conditions. Following the interview process, the consultant selection committee will rank the interviewed firms. The selection committee may choose to forgo the interview process and begin negotiations with a firm submitting the top ranked Proposal. In the event, an agreement cannot be successfully negotiated with the top ranked Firm the second ranked Firm will be invited to enter into negotiations. This process will be continued, if required, until a satisfactory agreement can be negotiated. CONTRACT AWARD MID will award the contract to the chosen Firm. Cost proposal opening does not constitute approval or award of a contract. The contract is not in force until it is awarded by MID and issued by the General Manager. The contract, to be signed by the chosen Firm, will be MID s standard Consulting Services Agreement (CSA). To receive a copy of the CSA prior to award contact Andrea Sandoval at asandoval@madera-id.org. Award and Protest: 1. Contract will be awarded by the District. 2. Firms have the right to protest subject to the following grounds, processes and procedures. a. If any Firm, prior to the award of Contract, files a protest with the MID, it is suggested that any protests be by certified or registered mail to: Madera Irrigation District Attention: Andrea Sandoval 12152 Road 28 1/4 9 of 10
Madera, CA 93637-9199 (559) 673-3514 b. Within five (5) days after filing the initial protest, the protesting Firm shall file with MID a full and complete written statement specifying the grounds for the protest. It is suggested that complete written statements be submitted by certified or registered mail. Agreement for Service: The consultant will be expected to enter into MID s standard Consultant Services Agreement for services with the District. The consultant will be required to provide insurance in accordance with the District s standard provisions. The contract will be developed as a not to exceed contract and compensation will be based on actual billable hours for the work performed. Non-Exclusivity of Contract: It shall in no way be construed that any contract to be awarded hereby is or shall be the sole or exclusive contract for the requested service into which MID may enter. The Firm has no exclusive right granted per this contract. INDEMNIFICATION The selected Firm shall indemnify and save the District, its officers, agents, volunteers and employees free and harmless from costs, damages or liabilities, including attorney fees, arising out of any negligence, recklessness, or willful misconduct by the selected Firm, its officers, agents, subconsultants and employees with respect to their performance obligations under this contract. (Civ. Code 2782.8.) CONTACT PERSON All questions concerning this Request for Qualifications and Proposal (RFQ/RFP) should be directed to Andrea Sandoval via email at asandoval@madera-id.org. Each question received by the District will be forwarded to all Firms and answered via electronic mail at one time. Deadline to submit questions is 4:00pm on July 27, 2018. 10 of 10
ATTACHMENT 1 Proposer Certification Clauses and Proposal Signature PROPOSER CERTIFICATION CLAUSES 1. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the nondiscrimination program requirements. (GC 12990 (a-f) and CCR, Title 2, Section 8103) (Not applicable to public entities.) 2. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about: 1) the dangers of drug abuse in the workplace; 2) the person's or organization's policy of maintaining a drug-free workplace; 3) any available counseling, rehabilitation and employee assistance programs; 4) penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: 1) receive a copy of the company's drug-free workplace policy statement; and, 2) agree to abide by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Contract or termination of the Contract or both and Contractor may be ineligible for award of any future MID agreements if MID determines that any of the following has occurred: (1) the Contractor has made a false certification or has violated the certification by failing to carry out the requirements as noted above (GC 8350 et seq.). 3. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no more than one (1) final unappealable finding of contempt of court by a Federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a Federal court, which orders Contractor to comply with an order of the National Labor Relations Board. (PCC 10296) (Not applicable to public entities.) 4. UNION ORGANIZING: Contractor hereby certifies that no request for reimbursement, or payment under this agreement, will seek reimbursement for costs incurred to assist, promote or deter union organizing. 5. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT: Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of the Business and Professions Code, effective January 1, 2003.
DOING BUSINESS WITH MID The following laws apply to persons or entities doing business in the State of California. 1. LABOR CODE/WORKERS' COMPENSATION: Contractor needs to be aware of the provisions which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions, and Contractor affirms to comply with such provisions before commencing the performance of the work of this Agreement. (Labor Code Section 3700) 2. AMERICANS WITH DISABILITIES ACT: Contractor assures Madera Irrigation District that it complies with the Americans with Disabilities Act (ADA) of 1990, which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA. (42 U.S.C. 12101 et seq.) 4. CONTRACTOR NAME CHANGE: An amendment is required to change the Contractor's name as listed on this Agreement. Upon receipt of legal documentation of the name change MID will process the amendment. Payment of invoices presented with a new name cannot be paid prior to approval of said amendment. 5. CORPORATE QUALIFICATIONS TO DO BUSINESS IN CALIFORNIA: a. When agreements are to be performed in the state by corporations, the contracting agencies will be verifying that the contractor is currently qualified to do business in California in order to ensure that all obligations due to MID are fulfilled. b. "Doing business" is defined in R&TC Section 23101 as actively engaging in any transaction for the purpose of financial or pecuniary gain or profit. Although there are some statutory exceptions to taxation, rarely will a corporate contractor performing within the state not be subject to the franchise tax. c. Both domestic and foreign corporations (those incorporated outside of California) must be in good standing in order to be qualified to do business with Madera Irrigation District. Agencies will determine whether a corporation is in good standing by calling the Office of the Secretary of State. 6. RESOLUTION: A county, city, district, or other local public body must provide the State with a copy of a resolution, order, motion, or ordinance of the local governing body which by law has authority to enter into an agreement, authorizing execution of the agreement. 7. AIR OR WATER POLLUTION VIOLATION: Under the State laws, the Contractor shall not be: (1) in violation of any order or resolution not subject to review promulgated by the State Air Resources Board or an air pollution control district; (2) subject to cease and desist order not subject to review issued pursuant to Section 13301 of the Water Code for violation of waste discharge requirements or discharge
prohibitions; or (3) finally determined to be in violation of provisions of federal law relating to air or water pollution. 8. PAYEE DATA RECORD FORM STD. 204: This form must be completed by all contractors that are not another state agency or other government entity. By my signature on this proposal I certify, under penalty of perjury under the laws of the state of California that the included questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California administrative Code). By my signature on this proposal I Further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 code of Federal Regulations, Part 29 Debarment and Suspension certification are true and correct. (Forms 1-8) The undersigned hereby certify and declare under penalty of perjury that the foregoing is true and correct and that I am duly authorized to legally bind the prospective Proposer to the clauses listed above. This certification is made under the laws of the State of California. The undersigned is duly authorized to certify that the contents of the technical proposal are true and accurate and the commitment to perform the requested services is certified for a 90 day period. Proposer Firm Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County of NOTE - If Proposer is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation: if Proposer is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership: and if Proposer is an individual, his signature shall be placed above. If signature is by an agent other than of an officer of a corporation or a member of a partnership, a power of attorney must be on file with MID prior to opening proposals or submitted with the proposal; otherwise, the proposal will be discarded as irregular and unauthorized.
Attachment 2 Madera Lake Vicinity Map Madera Lake Parcels City of Madera Earthen Dam Canal Madera Lake Dam BN SF Pipe Waterways R ai lro 14 H WY ad 5 _ ^ b c a c 8 9 s : v California Highway Patrol Madera County Sheriff's Headquarters City of Madera Police Department Fire Department Madera Community Hospital Franchi Diversion Dam HW Y 99 Date: 5/15/2018 Author: Engineering Department 0 Date Saved: 5/15/2018 9:24:25 AM 0.5 I 1 Miles 2 Document Path: F:\ENGINEERING\Projects\Creeks and Rivers\Fresno River\Madera Lake\Madera Lake Dam\EAP\RFP\examples\Madera Lake APN Map_2018-05-14.mxd