Loading...
HomeMy WebLinkAbout08.21.2020 Paul Gosslin - Consultants AT0 REQUEST FOR PROPOSALS RFP 66-18 Development of the Basin Setting for Groundwater Sustainability Plans RFP 66-18 Publication Date: April 5, 2018 RFP 66-18 Submission Deadline Date: May 11, 2018 at 4:00 PM Issued by: Christina Buck Assistant Director Butte County Water and Resource Conservation 308 Nelson Avenue Oroville, California 95965 530-552-3595 bcwater@buttecounty.net Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 1 of 29 Table of Contents 1) RESPONDENT ADMONISHMENT ............................................................................ 3 2) INTRODUCTION ....................................................................................................... 3 3) BACKGROUND ......................................................................................................... 3 4) SCOPE OF SERVICES ............................................................................................. 4 5) FORMAT FOR PROPOSALS .................................................................................. 11 6) SELECTION PROCESS .......................................................................................... 12 7) SUBMITTAL EVALUATION ..................................................................................... 13 8) RULES OF PROCUREMENT .................................................................................. 13 9) COUNTY RESERVED RIGHTS............................................................................... 14 10) MODEL CONTRACT ............................................................................................... 16 11) DISCLOSURE OF INFORMATION .......................................................................... 16 Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 2 of 29 1) RESPONDENT ADMONISHMENT Respondents are reminded that it is their responsibility to: Read carefully all of the content of this entire document and address all requirements and follow all procedures of this Request for Proposal (RFP). Ask for clarification before final due date of questions. Immediately inform the County of any problems with this Solicitation. Be complete in response. Submit all responses by the required dates and times. 2) INTRODUCTION The County of Butte is seeking a firm to complete technical work needed to support the development and completion of the Basin Settings chapters for each of the four subbasins for which Butte County submitted a Prop 1 Planning Grant for completion of Groundwater Sustainability Plans (GSPs) for compliance with the Sustainable Groundwater Management Act (SGMA). These four subbasins include Vina, West Butte, East Butte, and Wyandotte Creek (Four Subbasins). This technical work will build off of previous efforts such as development and updates made to the Butte Basin Groundwater Model, local Agricultural Water Management Plans and Groundwater Management Plans, past studies by the Counties and the California Department of Water Resources (DWR) and work supported by Prop 1 Counties with Stressed Basins grants in Butte, Glenn, and Colusa counties. Modeling work and data analysis will support the Development of the Basin Setting for Groundwater Sustainability Plans for the County of Butte and respective Groundwater Sustainability Agencies (GSAs) in each of the Four Subbasins. Butte County intends to award one or more contracts to a firm(s) that will meet our qualification criteria and has successfully performed services on similar projects in the past. The successful firm will be required to enter into a contract with the County for the services requested in this Request for Proposals (RFP) within a reasonable time after award. A firm submitting a proposal must be prepared to use the County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; and (8) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected respondent. Respondents should list any exception(s) to the Model Contract in a separate section of their proposal. 3) BACKGROUND Butte County submitted a Prop 1 grant proposal in November 2017 on behalf of all GSAs in the Four Subbasins. The proposal includes four projects which are the development of GSPs for the entire portion of Four Subbasins. This RFP seeks a contractor to complete a portion of the work described in the grant proposal. The scope of this RFP is to conduct analysis to enhance the comprehensive understanding and characterization of the subbasins, monitoring networks, available data, modeling and water budgets. This will become the scientific basis for future development of sustainability goals and thresholds and management strategies to meet those goals. Generally, this RFP includes portions of Tasks 5, 6, 7, 8, 9, 12, 14.1, and 14.3 described in the Work Plans of the Prop 1 GSP grant proposal. The cost for Development of the Basin Setting for Groundwater Sustainability Plans should not exceed $475,000. The project is to be completed by June 30, 2020. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 3 of 29 Portions of the Prop 1 Grant Application for each of the Four Subbasins are available online. Vina: https://www.buttecounty.net/wrcdocs/planning/SGWMA/Subbasins/Vina/GSPGrantApp-Vina.pdf West Butte: https://www.buttecounty.net/wrcdocs/planning/SGWMA/Subbasins/WestButte/GSPGrantApp- WestButte.pdf East Butte: https://www.buttecounty.net/wrcdocs/planning/SGWMA/Subbasins/EastButte/GSPGrantApp- EastButte.pdf Wyandotte Creek: https://www.buttecounty.net/wrcdocs/planning/SGWMA/Subbasins/WyandotteCreek/GSPGrantApp- WyandotteCreek.pdf 4) SCOPE OF SERVICES The Development of the Basin Setting for Groundwater Sustainability Plans is designed to conduct technical work required to support the development and completion of the Basin Settings portion of the GSPin each of the Four Subbasins. This work will contribute to a Final GSP suitable for submittal to DWR as mandated by the SGMA legislation, in each of the Four Subbasins. The County anticipates that the firm selected for this work shall complete the tasks described below. Many of the tasks are tied directly to GSP content and organized by Subarticle of Article 5 of the GSP Regulations, with subtasks based on individual sections of Subarticle 5. However, the County will give due consideration to alternative approaches for conducting the requested Development of the Basin Setting for Groundwater Sustainability Plans in the Four Subbasins. The deliverables are expected to meet the requirements stated in the GSP regulations and follow Best Management Practices and other guiding documents, as applicable. The contractor is expected to present its approach to each of the following tasks. Task 1. Integrated Hydrologic Modeling This task will provide the technical basis for selection of an Integrated Hydrologic Model (IHM). The selected IHM will then be used to develop and run model scenarios for development of water budgets and other components of the Basin Setting. This task will build upon existing information, including the funding from the California Water Foundation; the Groundwater Model Assessment being conducted as part of the Glenn County Prop 1 Stressed Basin grant; the Water Inventory and Analysis updated by Butte County in 2016, and recent and ongoing updates to the Butte Basin Groundwater Model (BBGM). For purposes of the RFP, it may be assumed that either the BBGM or SVSim (if available) will be selected as a starting point to develop a model application to support GSP development. Another appropriate IHM may be considered. It is anticipated that the selected application will be refined based on local water budget information. Sources of local data may include agricultural water management plans (AWMPs), urban water management plans (UWMPs), municipal service reviews (MSRs), the NSVIRWMP, and data held by the Counties and GSAs. This task to be completed by September 30, 2019 and will include the following subtasks: Task 1.1 Evaluate Existing Tools and Data Working with a technical advisory committee, the outcome of this subtask will be a recommendation for the IHM to be used for GSP development in the Four Subbasins. The activities of this subtask Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 4 of 29 may include compilation, evaluation, and comparison of the BBGM, SVSim and local information, potentially considering: a. Comparison of water budgets. b. Input data (e.g. diversions, land use, surface water inflows and outflows, precipitation). c. Model structure (relationship to HCM; spatial and temporal discretization; layering; representation of hydrologic features, including streams, springs and groundwater dependent ecosystems; and delineation of subregions). d. Calibration: Groundwater levels and streamflows. e. Evaluate suitability of modeling tool for GSP development and identify needed changes. Deliverables: 1. Technical documentation of model evaluation, comparisons and selection documentation. Task 1.2 Refine and Update the IHM The outcome of this subtask will be a refined and recalibrated IHM to support development of the GSP. The subtask will produce a list of refinements to be made to the IHM prioritized into phase 1 and phase 2 lists. Phase 1 items will be completed and the model recalibrated. This subtask may include the following activities: 1. Identify potential refinements and additional data to be developed for the IHM. Work with technical advisory committee to prioritize refinements into phase 1 and phase 2 tasks. 2. Conduct phase 1 refinements and update the IHM. Possible refinements to be considered: a. Refinement or other modifications to spatial and temporal discretization and delineation of subregions to accommodate Management Areas. b. Refinements or other modifications to surface layer inputs, including static and time series data and parameters used to simulate streams and root zone processes, and the representation and spatial distribution of groundwater pumping and recharge. c. Refinements to subsurface inputs, including hydrogeology and subsurface representation, boundary conditions, vertical distribution of pumping, and aquifer hydraulic parameters. 3. Recalibrate the IHM as needed. Deliverables: 1. Technical documentation of refinements and other modifications made to selected IHM application. 2. Electronic files for refined and calibrated model and relevant supporting data developed for model update. Task 1.3 Develop model scenarios, conduct model runs and evaluate results Model runs and scenarios will produce results used for water budgets included in the Basin Settings chapter of the GSP. All model runs and scenarios shall meet SGMA GSP requirements. They may include: 1.Historical, current, and projected water budgets for the subbasin and for management areas within the subbasins. 2. Scenarios for future conditions, considering climate change, land use, population, surface water availability, and other relevant factors. Deliverables: 1. Technical documentation of model scenarios and results. 2.Electronic files for refined model and relevant supporting data developed for model update. Task 2. Data Inventory and Needs Assessment In coordination with Task 1.1 and 1.2, this task will further identify and determine additional information and data needed to inform the hydrogeologic conceptual model (HCM), refinements and updates to the IHM, Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 5 of 29 and eventual development of Measurable Objectives and Sustainability Thresholds. This covers portions proposal. The identification of data needs will be conducted through consultation with a workgroup of local experts designated by the County in coordination with GSAs in the Four Subbasins. This task to be completed by the end of 2018 and will include the following activities: 1. Identification of data collection and analysis needs. 2. Prioritization of potential data collection activities. Deliverables: 1. Technical memorandum that identifies data and analytical needs for GSP development. Task 3. Monitoring Protocols (§352.2) This task is related to Article 3 of the GSP Regulations: Technical and Reporting Standards. The task will build upon existing documentation developed by Butte, Colusa, Glenn and Sutter Counties for the California Statewide Elevation Monitoring (CASGEM) Program and from other available sources. Existing protocols will be eva Regulations and updated as needed to ensure compliance with SGMA. This task to be completed by the end of 2018 and will include the following activities: 1. Identification and compilation of existing monitoring protocols. 2. Review and updating of monitoring protocols as needed for consistency with best management practices (BMPs) and GSP regulations. Deliverables: 1. Documented monitoring protocols for inclusion in the GSP. Task 4. Data and Reporting Standards (§352.4) This task is related to Article 3 of the GSP Regulations: Technical and Reporting Standards. The task will focus on evaluating whether existing data standards meet the GSP Data and Reporting Standards (§352.4) and identifying the actions needed to modify the existing standards. A protocol will be developed to assure that newly developed data will meet the GSP Data and Reporting Standard. Priority will be placed on data required for the development of the hydrogeologic conceptual model (HCM), the water budget, maps, hydrographs, Butte Basin Groundwater Model and other groundwater models and the monitoring network. This task will be ongoing throughout the project to be completed by September 30, 2019 and will include the following activities: 1. Inventory and review of current data and reporting standards and potential reformatting as needed for consistency with GSP standards. 2. Modification of existing data and reporting standards to meet GSP requirements. 3. Incorporation of GSP data and reporting standards into protocols to be used for new data. Deliverables: 1. A technical memorandum, which includes an inventory of required data and reports that support GSP development, the data and reporting standards that comply with GSP regulations, and documentation of actions to comply with data and reporting standards. Task 5. Monitoring Networks (Subarticle 4) This task consists of all activities required to prepare GSP Monitoring Network information as described in Article 5, Subarticle 4 of the GSP Regulations. The monitoring networks developed in this task will result in Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 6 of 29 the collection of sufficient data to characterize groundwater and related surface water conditions in the subbasin and evaluate changing conditions during the course of GSP implementation. The scope of this RFP does not include development of Representative Monitoring as described in Task 14.2 in the Prop 1 GSP grant proposal. This task to be completed by March 30, 2020. Associated subtasks are described below. Task 5.1. Monitoring Network (§354.34) This task will build on the existing monitoring network in the Four Subbasins developed through the CASGEM and other programs to evaluate historical groundwater conditions as they relate to the Six Undesirable Results defined in SGMA. The monitoring network discussion will provide the basis for future selection of representative monitoring and an assessment to suggest improvements to the monitoring network. This subtask may include the following activities: 1.Description of existing monitoring networks and how they are capable of collecting sufficient data to demonstrate short-term, seasonal, and long-term trends in groundwater and related surface conditions, and yield representative information about groundwater conditions as necessary to evaluate GSP implementation. 2.Description of how the monitoring network could be utilized to: a. Demonstrate progress toward achieving Measurable Objectives. b. Monitor impacts to beneficial uses and users of groundwater. c. Monitor changes in groundwater conditions relative to Minimum Thresholds, Measurable Objectives, and Interim Milestones. d. Quantify changes in annual water budget components. e. Evaluate sustainability indicators, including site density and monitoring frequency. 3.Preparation of map(s) and table(s) describing the location, type, monitoring frequency, and purpose of each site. Deliverables: 1. Description of the monitoring network capable of yielding representative information about groundwater and related surface conditions within the subbasin, including monitoring objectives, rationale for the selection of monitoring locations, parameters and frequencies for each sustainability indicator. 2. Maps and tabular summary of the existing monitoring networks. Task 5.2. Assessment and Improvement of Monitoring Network (§354.38) This task is related to Article 5 of the GSP Regulations: Plan Contents, Subarticle 4: Monitoring Networks, and will build off of work conducted under Task 1 Integrated Hydrologic Modeling and Task 2 Data Inventory and Needs Assessment. This task will build on existing monitoring conducted within the subbasin through CASGEM and other programs that evaluate historical groundwater conditions and assess existing monitoring well networks. In conjunction with the work conducted under Task 4 (Data and Reporting Standards), this task will provide an evaluation of the data gaps in the existing monitoring network and the uncertainty within the network. The assessment will address the number and locations of monitoring sites, monitoring frequencies and the quality of the data collected. Recommendations will be made to address the data gaps and incorporate them into the five-year review process. Deliverables: 1. Assessment of the number and locations of monitoring sites, monitoring frequencies and the quality of the data collected, as required by the Regulations for inclusion in the GSP. 2. Recommendations for improvements to the monitoring network. 3. Description of the process for evaluating the monitoring network during five-year reviews. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 7 of 29 Task 6. Basin Setting This task consists of all activities required to prepare the GSP Basin Setting chapter as described in Article 5, Subarticle 2 of the GSP Regulations. Associated subtasks are described below. Task 6.1. Hydrogeologic Conceptual Model (§354.14) This subtask is related to Article 5 of the GSP Regulations: Plan Contents, Subarticle 2: Basin Setting. This task will refine information from current and existing plans and studies. This subtask to be completed by June 30, 2019 and will include the following activities: 1. In cooperation with County Staff, preparation of written description of the basin including: a. Regional geologic and structural setting. b. Lateral basin boundaries and major geologic features. c. Definable bottom of basin. d. Principal aquifers and aquitards, including formation names, physical properties (aquifer parameters), structural properties, general water quality, primary groundwater uses and users. e. Primary data gaps and uncertainty. 2. Preparation of at least two scaled cross-sections. 3. Preparation of map(s) depicting the following: a. Surface topography. b. Surficial geology. c. Surface soil characteristics. d. Existing and potential recharge areas and discharge areas. e. Significant surface water bodies. f. Sources and points of delivery for imported supplies. Deliverables: 1. Written description of the subbasin. 2. Two or more geologic cross sections for each of the Four Subbasins. 3. Maps as required by the GSP Regulations (§354.14(d)) for inclusion in the GSP. Task 6.2. Current and Historical Groundwater Conditions (§354.16) This subtask is related to Article 5 of the GSP Regulations: Plan Contents, Subarticle 2: Basin Setting. This subtask to be completed by June 30, 2019 and may be conducted in cooperation with GSA Staff and a workgroup of local experts. It will include the following activities: 1. Development of groundwater elevation maps and hydrographs demonstrating flow directions, lateral and vertical gradients, and regional pumping patterns. 2. Development of graphs estimating annual and cumulative change in groundwater storage, including annual use and water year type. 3. Description of and map groundwater quality issues, including known contamination sites and plumes. 4. Description and mapping of potential and active land subsidence. 5. Identification of interconnected surface water and groundwater and estimate of the quantity and timing of depletions. 6. Identification of groundwater dependent ecosystems (GDEs). Deliverables: 1. Groundwater elevation data. 2. Graphic depicting change in annual groundwater storage. 3. Description of groundwater quality issues that may affect the supply and beneficial uses of groundwater. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 8 of 29 4. Summary and analysis of land subsidence from local, regional and statewide monitoring. 5. Identification and evaluation of interconnected surface water systems. 6. Identification and description (map, narrative) of groundwater dependent ecosystems (GDE). Task 6.3. Water Budget Information (§354.18) This subtask is related to Article 5 of the GSP Regulations: Plan Contents, Subarticle 2: Basin Setting. This task will consist primarily of organizing, summarizing, and reporting water budget information developed using the integrated hydrologic model selected and refined under Task 1. Primary analysis conducted as part of this subtask will include an initial evaluation of sustainable yield. In addition, an evaluation of the availability and reliability of surface water supplies, suitability of the historical water budget to project future water budget information, and impacts of historical conditions on operational sustainably will be conducted (in conjunction with Task 1.3 activities). Water budget information will be developed for identified management areas, if applicable. This subtask to be completed by the end of 2019 and will include the following activities: 1. Quantification of historical and current water budget components, including: a. Surface water entering and leaving basin by water source type. b. Inflow to groundwater system by water source type. c. Outflows from groundwater system by water use sector. d. Change in annual groundwater storage. e. Average overdraft, if applicable. f.Estimated supplies, demands, and storage change by water year type. g. Initial estimate of sustainable yield. 2. Evaluation of historical water budget as follows: a. Availability and reliability of surface water supplies. b. Assessment of historical budget suitability to project future water budget information. c. Review of impacts of historical conditions on ability to operate basin within sustainable yield. 3. Development of projected water budgets as follows: a. Compilation of 50 years of historical precipitation, evapotranspiration, and streamflow for development of baseline conditions. b. Compilation of water demand based on most recent land use, evapotranspiration, and crop coefficient information for development of baseline conditions. c. Compilation of recent surface water supplies and use. d. Development of projected water budget. Deliverables: 1. Water budget including required content and documentation for inclusion in the GSP. Task 6.4. Management Areas (§354.20) This subtask is related to Article 5 of the GSP Regulations: Plan Contents, Subarticle 2: Basin Setting. Consultant to support preparation of maps with description of conditions in each management area. This task to be completed by the end of 2019. Deliverables: 1. Descriptions and maps of management areas as required by the Regulations for inclusion in the GSP. Task 7. Data Management System (§352.6) This task will evaluate, select, and deploy the data management system for the four GSPs consistent with Article 3 of the GSP Regulations: Technical and Reporting Standards. The task will involve an evaluation Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 9 of 29 of Data Management System (DMS) options. The DMS evaluation will consider DWR reporting requirements, once established, as well as guidance that DWR may provide in the form of a BMP or other documents that may be available. An evaluation of DMS options will consider a range of available options, including: proprietary systems, open-source systems developed by DWR or an independent custom application. Based on the results of the DMS evaluation, the DMS will be selected for implementation. Consultants may be required to work with IT staff to implement the DMS. The intent is for this task to be tackled toward the end of the project, thereby making the most of efforts by DWR and others who may provide experience and technical assistance with selecting and implementing a DMS. Task 7 to be completed by June 2020. This task will include the following activities: 1. Inventory of existing DMS and review of DWR reporting requirements, BMP and other materials. 2. Development of specifications for initial design of a DMS. 3. Development, testing, and implementation of Quality Control (QC) procedures. 4. Compilation of high priority data and importation to a preliminary, non-proprietary DMS capable of future reporting to other platforms. 5. Development of a data management system technical memorandum. 6. Implementation and testing of QC procedures. 7. Development of data management workshop materials. Deliverables: 1. DMS evaluation and selection technical memorandum. 2. DMS user guide. 3. DMS software, including data used in the development and implementation of the elements to support GSP annual reporting. Task 8. Workgroups and Public Outreach Task 8.1 Local Expert Groups (LEG) As part of the project and in cooperation with GSAs in the Four Subbasins, Butte County will form and coordinate meetings with a group or groups of local experts who will provide input and recommendations on various components of the project. The LEG(s) will meet on an as needed basis throughout the duration of the project and will act solely in an advisory capacity to Butte County, the GSAs in the Four Subbasins, and the consultant retained for the project. For activities of all tasks, the contractor will be expected to attend up to 10 two-hour meetings. The County will be responsible for coordinating and setting up these workgroup meetings. Task 8.2 Public Presentations The contractor will be expected to participate in making two public presentations to present results of the project. The County will be responsible for organizing the meetings, securing the facility and making appropriate arrangements. The related to its scope of work. Deliverables: 1. Prepare for and attend up to 10 workgroup meetings of local experts over the course of the project. 2. Public Presentations a. The contractor will develop and prepare presentation materials. b. The contractor will make two presentations on project results. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 10 of 29 Task 9. Project Management/Administration The contractor will be expected to present its approach to managing this project including key personnel, quarterly reporting, project management controls, budgeting, invoicing and associated costs consistent with completing projects funded by State grants. 5) FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements, or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8- easily legible, but shall not be smaller than 10 point. The County shall receive all Submissions no later than May 11, 2018, at 4:00 PM. a) The response shall include a cover letter, a table of contents and all items listed below and shall be in the following format: Submissions shall contain 1 (1) signed, unbound original and three (3) hard copies, printed material on 8- One (1) electronic copy shall also be provided in CD or thumb drive format. Submissions shall be in the order noted below. Submissions may also include color and fold out charts and graphs. Mandatory Content and Sequence of Submittal: i)Cover Letter shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the respondent submitting the proposal, together with the name, address and telephone number of the contact person who will be authorized to make representations for the respondent, the respondent's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 60 days after receipt. ii) Table of Contents shall be a detailed Table of Contents and shall include an outline of submittal, identified by sequential page number and by section reference number and section title as described therein. iii) Respondent shall be a maximum of five pages (not including resumes) in length and shall describe the respondentdevelopment of GSP components. Experience and focus in the public sector is of vital importance. Describe related past projects (please limit to 3 projects) completed along with a discussion comparing similarities with this proposed project. This section shall also contain a list of references for each sample project wherein similar services were performed. At a minimum, the following information must be included for each client reference: Client name, address, contact person name, telephone number, fax number and email address. Detailed description of services provided similar to the services outlined in the Draft Scope of Work. iv) Firm Capabilities Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 11 of 29 ing and completing this project. organizational structure, identify decision-making roles, and why this is advantageous to the project. Describe the roles and background of the design team leader and key team members. Please provide a narrative history of the firm and its experience in providing support to GSAs in developing components of GSPs and other SGMA related activities. b. Key Personnel. Provide resumes describing the background and statement of qualifications for key personnel your firm would use on this project, including any subcontractors that are considered as key personnel on this project. c. Statement of Qualifications for any subcontractors. If subcontractors/subconsultants are to be used, the prospective contractor must include in the proposal a description of the work to be done by each subcontractor/subconsultant. All subcontracts must be approved by the County and no work shall be subcontracted without prior written approval of the County. It is expected that the discussion of subconsultants will also include experience and references to similar types of work. d. Scheduling. Delineate the project scheduling process your firm uses. Use some or all of the projects in the Experience Summary section, as well as other projects (if necessary), as specific examples, which demonstrate your ability to deliver your work on time. v) Cost shall detail the cost portion of the proposal. Respondent shall provide pricing based on a firm price that identifies a breakout of the pricing for each Task, Subtask and Deliverable of the proposed project. Prices quoted shall be valid for at least ninety (90) days following the proposal submission deadline and if a contract is entered into as a result of this RFP, shall become fixed for the term of the contract. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. Ideally, a fee schedule listing each member or classification and their normal billing rates should be included with hourly rate quotes. vi) Draft Scope of Work and Schedule incorporation in the Model Contract as the final contract to be awarded to the successful respondent. This is the document in which the proposing respondents are requested to describe the work they will perform and their approach to completing this project. Should there be any tasks that are expected to be performed by the County, these should also be clearly described as County tasks in the Draft Scope of Work. If the proposing respondent included a not-to-exceed price in the proposal, proposed billing rate for all reimbursable expenses should be included in the Draft Scope of Work. The proposal shall also include a schedule with the timeline for completing all required tasks. 6) SELECTION PROCESS The selection committee may include representatives from the County and other GSAs in the Four Subbasins The criteria for selecting the firm is provided below: a. Experience and References. Does the Respondent have sufficient similar experience in the kind of work required? Does their experience include working with a variety of stakeholders (domestic, agricultural, tribal, environmental, etc.)? Does the Respondent have a reputation of being reliable, Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 12 of 29 delivering on schedule and performing tasks to the satisfaction of its clients? b. Capabilities. Does the Respondent have the resources and capability to meet the needs of the County and GSAs in preparation of the Basin Settings? Does the Respondent have the ability to provide more advanced technology solutions? Does the Respondent have sufficient stability and ability to meet the needs of the County both now and in the future? c. Work Plan (scope). Does the work plan demonstrate understanding and approach to complete each task? Does it show familiarity with current and ongoing work related to SGMA locally and the ability to leverage that for the current project? d. Cost. Are the costs reasonable for the proposed tasks? e. Schedule. Is the schedule reasonable for the proposed tasks? The County may discuss the proposals and negotiate modifications of the proposal, draft scope of work, terms and conditions and pricing with the prospective firm as a part of the selection process. 7) SUBMITTAL EVALUATION Overall criteria used to evaluate responses to include: Criteria Weight Experience and References 30% Capabilities of contractor, subcontractor, staff 30% Work Plan (Scope) 20% Cost 10% Schedule 10% Total: 100% Selection may consist of two levels of review. Level I will consist of evaluating the proposals for the purpose of establishing the most qualified respondents. Level II will be used to select the finalist. This level may include a request for a presentation/demonstration from the finalist(s), proposal fact finding and negotiation of contract terms and conditions at no cost to the County. The presentation/demonstration may be web- based. The County may discuss the proposals and negotiate modifications of the proposal, draft scope of work, terms and conditions and pricing with the prospective firms as a part of the selection process. The County reserves the right to select more than one contractor. 8) RULES OF PROCUREMENT Anticipated Time Line Summary EventAnticipated Date/Time (Subject to Change) Solicitation Publication April 4, 2018 Final Date to Summit Questions and Requests for Clarification April 18, 2018 Questions Answered via Addendum(s) April 25, 2018 RFP Submittals Due May 11, 2018 Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 13 of 29 Preliminary Evaluation Completed May 14-May 25, 2018 Presentation/Demonstration (if desired)May 28-31, 2018 Evaluation Completion June 4, 2018 Award of Contract June 2018 County Contact Information Any and all communication regarding this Solicitation shall be in writing and directed to: Christina Buck Assistant Director Water and Resource Conservation County of Butte, California 308 Nelson Avenue Oroville, CA 95965-3413 bcwater@buttecounty.net questions and inquiries during the solicitation. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. Failure to adhere to these instructions may result in disqualification. Firms interested in participating in this solicitation are encouraged to register at the Public Purchase website: www.publicpurchase.com. Questions: Questions and requests for clarification may only be submitted by e-mail or through the Public Purchase website. Verbal and phone inquiries will not be answered. All questions and requests for clarification shall be submitted no later than April 18, 2018 at 4:00 PM. The County will provide answers and clarifications by posting an addendum(s) through the Public Purchase website by April 25, 2018 by 4:00 PM so all Responders receive consistent information. It is the responsibility of all interested firms to access the website for this information. Questions received after April 18, 2018 will not be answered. 9) COUNTY NOTICES All proposing firms responding to this RFP should note the following: a) All work performed for Butte County, including all documents associated with the project, shall become the exclusive property of Butte County. b) The selected firm is expected to perform and complete the project in its entirety. c) Any and all costs including travel, arising from development and delivery of a response to this RFP incurred by any proposing firm shall be borne by the firm without reimbursement by Butte County. d) The selected Respondent shall remain an independent Contractor, working under his/her own supervision and direction and is not a representative or employee of Butte County. The Respondent agrees to file tax returns and pay all applicable taxes on amounts paid pursuant to this Contract. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 14 of 29 e) The opening of proposals in response to this Solicitation is not subject to attendance by the general public. This restriction is necessitated by the fact that the contract award is subject to negotiations, and it would be unfair for competing companies to know the prices quoted by one another. f) The successful Respondent must be prepared to begin work promptly following execution of the contract and is expected to complete the project in its entirety. g) Issuance of this Solicitation in no way constitutes a commitment by the County to award a contract. If the County determines it is in its best interest to do so, no Respondent may be selected and no contract may be executed. h) Upon acceptable negotiations and contract award, the Respondent shall be required to execute the standard County Contract as provided in Exhibit A and comply with County insurance requirements. The County may modify the contractual requirements of the contract prior to execution of a contract for services. i) The County reserves the right to request additional information from Respondents that have submitted a response to this Solicitation and to enter into negotiations with more than one Respondent should a contract be awarded or to award a purchase order or contract to the Respondent(s) with the most favorable quotation without conducting negotiations. The County reserves the right to award more than one contract if it is in the best interest of the County. j) The County reserves the right to reject any or all submittals received if the County determines that it is in its best interest to do so. Further, the County may cancel or amend this Solicitation at any time and may submit similar solicitations in the future. k) The County may reject any submittal that does not meet all of the mandatory requirements of this Solicitation, is conditional or is incomplete. l) The County may request clarification of any submitted information and may request additional information on any or all responses provided and may waive minor inconsistencies deemed to be irrelevant. m) Firms that submitted a proposal in response to an RFP but were unsuccessful in their attempt to obtain a contract or recommendation for contract award may request a debriefing to learn the general reasons for selection of a competitor for contract award. Requests for debriefings shall be directed to nd the General Services Department, 2081 2 Street, Oroville, CA 95965-3413, telephone 530.538.7261. Debriefings may be conducted via telephone, Email or during a face-to-face meeting at the County offices in Oroville, California after the contract has been awarded. n) Firms that have received a debriefing, but continue to feel aggrieved in connection with the solicitation nd or award of a contract may submit a protest to the Director, General Services, 2081 2 Street, Oroville, CA 95965-3413. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal, and must contain a statement of the reason(s) for the protest: citing the law, rule, regulation or procedure on which the protest is based. capabilities, project characteristics and/or pricing features introduced during the protest process. The protest shall be submitted within seven (7) working days after such aggrieved firm knows or should have known of the facts giving rise thereto or within seven working days following the debriefing. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 15 of 29 10) DISCLOSURE OF INFORMATION All information and materials submitted to the County in response to this RFP may be reproduced by the County for the purpose of providing copies to authorized County personnel and selection committee members involved in the evaluation of the proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is executed. Bid awards are a matter of public record. Once a Contract is executed, proposals submitted in response to this RFP are subject to public disclosure of the proposal. The County shall not be liable for disclosure of any information or records related to this procurement. 11) MODEL CONTRACT The firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. However, County reserves the right to substitute Exhibit A, Model Contract with a different template if deemed necessary. Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 16 of 29 Exhibit A PROFESSIONAL SERVICE CONTRACT GREATER THAN $25,000 This Contract, dated as of the last date executed by the County of Butte is between the County of Butte, a political subdivision of le information table below, he VARIABLE INFORMATION TABLE Term of This Contract Term Begins Term Completion Date On Following Date On Following Date County Department Basis of Price Price $ Fixed Price Annual Price Monthly Price Hourly Rate if Reasonable Expenses are authorized in addition to Hourly Rate Not-to-Exceed Price $ CONTRACTOR Contact Information COUNTY Contact Information CONTRACTOR Project Manager Address Address City, State & ZIP City, State & ZIP Telephone Telephone Facsimile Facsimile WHEREAS, COUNTY, through the COUNTY Department identified above, desires to have work described in the Attachment III - Scope of Work performed; and WHEREAS, CONTRACTOR possesses the necessary qualifications to perform the work described herein; NOW THEREFORE BE IT AGREED between the parties to this Contract that this Contract is subject to the provisions contained in the following attachments, which are made a part of this Contract. Should there be any conflicts between this Contract and the attachments that are incorporated herein precedence shall first be given to the provisions of this Contract followed by the attachments, in descending order, as indicated below: Attachment I Attachment II Insurance Requirements for Professional Services Contract Attachment VI Professional Credentials Attachment III Scope of Work By signature below, the department head or his or her deputy certifies that no unauthorized alterations have been made to the Attachment I Typed or Printed Name Signature Date This Contract and the above listed Attachments represent the entire undertaking between the parties. COUNTY CONTRACTOR By Steve Lambert Date Date Chair, Board of Supervisors REVIEWED FOR CONTRACT POLICY COMPLIANCE REVIEWED AS TO FORM General Services Contracts Division BRUCE S. ALPERT BUTTE COUNTY COUNSEL By By Professional Services Contract - GT$25K Rev. 03/20/18 Butte County General Services Page 17 of 29 ATTACHMENT I TERMS AND CONDITIONS 1. Scope of Work Scope of 2. Reimbursement. The work shall be performed for the Fixed price, Annual price, Monthly price or Hourly rate as indicated above in the variable information table, but shall not exceed the Not-to-Exceed Price if included in the variable information table. Reasonable expenses if authorized and specified in addition to the Hourly Rate if both the Hourly Rate block and the block authorizing Reasonable Expenses are checked in the variable information table. Payment shall be made after the Project Manager or designee reviews and approves the work and after submittal of an invoice by the CONTRACTOR. Expenses and or materials if stipulated shall be paid only upon prior approval and with receipts and only after review and authorization by the Project Manager. 3. County Project Manager. The COUNTY Project Manager or designee for this undertaking who will receive payment invoices and answer questions related to the coordination of this undertaking is identified above in the variable information table. 4. Independent Contractor. CONTRACTOR is an independent contractor, working under his/her own supervision and direction and is not a representative or employee of COUNTY nor is the CONTRACTOR a partner or in any way directly affiliated with the COUNTY. CONTRACTOR agrees to file tax returns, report compensation and pay all applicable taxes on amounts paid pursuant to this Contract. 5. Ownership. The COUNTY retains the exclusive right of ownership to the work, products, inventions and confidential information produced for the COUNTY by the CONTRACTOR, and the CONTRACTOR shall not disclose any information, whether developed by the CONTRACTOR or given to the CONTRACTOR by the COUNTY. The parties agree that the COUNTY will own the work, products, inventions or information produced by the CONTRACTOR pursuant to this Contract. 6. Confidentiality. The CONTRACTOR shall comply as follows and in accordance with the required performance of this contract: a. All applications, records, data or any information concerning any individual made or kept by any public office, officer or department obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties, shall be the confidential property of the COUNTY and shall not be communicated, transmitted, reproduced or in any other way conveyed to any person not directly a party to this contract, its terms and conditions in accordance with all applicable laws and regulations including but not limited to the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and any implications thereof including destruction of records or data as appropriate under compliance criteria. b. No person will publish or disclose or permit or cause to be published or disclosed any data, facts, figures, list of persons or any other form of information obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. No person shall publish, disclose, or use or permit, or cause to be published, disclosed or used any confidential information pertaining to any individual or group of individuals obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. c. CONTRACTOR agrees to inform all employees, agents, associates and partners on the above provisions and that any person knowingly and intentionally violating the provisions of this clause is guilty of a misdemeanor. CONTRACTOR shall bear equal responsibility for any violation of the provisions of this paragraph. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 18 of 29 d. CONTRACTOR agrees and understands that if confidential information concerning any individual made or kept by any public office, officer or department is obtained by the CONTRACTOR and included on any memory device that may be housed in a computer, or HIPAA requirements and/or any state or local regulations that apply which could result in surrender of the hard drive, sanitization or the destruction thereof in accordance with Department of Defense (DoD) 5220.22-M standard and/or industry standards current to time of the release of the equipment which ever represents the greatest level of (permanent) information destruction. At the very least, at the end of this contract, CONTRACTOR may be required to stipulate to the fact that no such files exist. 7. Termination. This Contract may be terminated by either the COUNTY or CONTRACTOR by a thirty day written notice. Authorized costs incurred by the CONTRACTOR will be reimbursed up to the date of termination. Notwithstanding anything stated to the contrary herein, this Contract shall expire on the Completion Date indicated in the above Variable Information Table unless the Completion Date is modified by written amendment to this Contract. 8. Indemnification. CONTRACTOR agrees to accept responsibility for loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the COUNTY, its officers, agents and employees from and against any and all actions, claims, damages, disabilities or expenses that may be asserted by any person or entity, including CONTRACTOR, to the extent arising out of or in connection with the negligent acts or omissions or willful misconduct in the performance by CONTRACTOR hereunder, whether or not there is concurrent negligence on the part of the COUNTY, but excluding liability due to the active negligence or willful misconduct of the COUNTY. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for CONTRACTOR or its agents under disability benefit acts, or other employee benefits acts. CONTRACTOR shall be liable to COUNTY for negligence or willful misconduct. 9. Right to Monitor/Audit and Associated Liability. It being understood by the parties hereto that the CONTRACTOR is responsible for administering the program as described herein, CONTRACTOR agrees to accept responsibility for receiving, replying to and/or complying with an any audit of this project which may be deemed appropriate or required in compliance with COUNTY, State or Federal mandates and to reimburse the COUNTY for any liability upon the COUNTY for any discrepancy resultant from said audit exceptions or for any liability that result from a breach of contract, misrepresentation or inaccuracy. 10. Record Retention and Availability. CONTRACTOR shall maintain and preserve all records related to this agreement in its possession (or will assure the maintenance of such records in the possession of any third party performing work related to this agreement) for a minimum period of three (3) years from the effective date of this agreement, or until all State and/or Federal audits are complete, whichever is later. Upon request, CONTRACTOR shall make available copies of these records to te Auditor General. In the event that this contract is related to a FEMA grant record retention shall be three years from the date of the Grant Close-out letter. 11. Insurance Requirements. CONTRACTOR shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damages to property which may arise from, or be in representatives, employees and subcontractors. At the very least, CONTRACTOR shall maintain the insurance coverage, limits of coverage, and other insurance requirements as described in Attachment II to this Contract. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 19 of 29 12. Changes to the Contract. Changes to this Contract may only be approved by written amendment to this Contract. No alteration or variation of any term or condition of this agreement shall be valid unless made in writing, signed by the parties hereto in accordance with COUNTY Policies and Procedures. No oral understanding or agreement not incorporated as a duly authorized written amendment shall be binding on any of the parties hereto. 13. Representations and Warranties. CONTRACTOR by execution represents the skill, knowledge, proficiency and expertise to perform as herein stipulated and warrants that the credentials presented herein Attachment VI are authentic, current and duly granted. 14. . COUNTY has relied upon the professional ability, experience, and credentials presented and represented by the CONTRACTOR as a material inducement to enter into accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable Federal, State and local laws, it being understood that acceptance of CONTRACTOR shall maintain the appropriate certification(s), license(s) or accreditation(s) through the life of this contract, as submitted and stipulated herein Attachment VI and make them available for audit upon request by the COUNTY. 15. Termination for Exceeding Maximum Level of Expenditures. Contracts exceeding the monetary limits delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the provision of services or personal property or incurring of expenses, the cumulative total of which, exceeds the amount prescribed by Government Code Section 25502.5 for personal services contracts or the amount prescribed by Public Contract Code Section 22032 (b) for public works contracts. 16. Termination for Exceeding Maximum Term. Contracts exceeding the three year term delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the term exceeds three years. Amendments to this Contract, or new Contracts for essentially the same purpose, shall not be valid beyond the three year limitation unless duly executed by the Chair of the Board of Supervisors. 17. Compliance with Laws. CONTRACTOR shall comply with all Federal, State and local laws, rules and regulations including, without limitation, and not limited to any nondiscrimination laws. Specifically, the CONTRACTOR by executing this agreement stipulates and certifies that as an individual or as an entity, complies in good faith as well as all actions the following regulatory requirements at least but not limited to: a. Non-discrimination with regard to minority, women, and disabled veteran-owned business enterprises; hiring practices on the basis of race, color or national origin, gender, handicaps or age. b. Environmental protection legislation and in particular regarding clean air and water, endangered species, handling or toxic substances and the public right to know. c. Drug Free workplace, Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act and Public Health Service Act d. National Labor Relations Board Public Contract Code 10296. e. Domestic Partners Public Contract Code 10295.3. f. ADA 1990 42 USC 12101 et seq. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 20 of 29 18. Applicable Law and Forum. This Contract shall be construed and interpreted according to California law and any action to enforce the terms of this Contract for the breach thereof shall be brought and tried in the Superior Court of the County of Butte. 19. Contractor Performance and the Breach Thereof. The COUNTY may terminate this agreement and is relieved of the payment of any consideration to CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. CONTRACTOR shall be notified in a timely manner of default and provided 30 days in which to remedy the default. If at the end of the 30 days, if remedy is not made or does not satisfy the default, the COUNTY shall notify the CONTRACTOR of the breach and thereby the termination of this contract. In the event of such termination, the COUNTY may proceed with the work in any manner deemed proper by the COUNTY. The cost to the COUNTY shall be deducted from any sum due the CONTRACTOR under this agreement and the balance, if any, shall be retained by the COUNTY. 20. Contradictions in Terms and Conditions. In the event of any contradictions in the terms and/or conditions of this Contract, these Attachment I TERMS AND CONDITIONS shall prevail. 21. No Delegation Or Assignment. Provider shall not delegate, transfer or assign its duties or rights under this Agreement, either in whole or in part, directly or indirectly, by acquisition, asset sale, merger, change of control, operation of law or otherwise, without the prior written consent of COUNTY and any prohibited delegation or assignment shall render the contract in breach. Upon consent to any delegation, transfer or assignment, the parties will enter into an amendment to reflect the transfer and successor to CONTRACTOR. COUNTY will not be obligated to make payment under the Agreement until such time that the amendment is entered into. 22. Conflict of Interest. CONTRA or indirect, which will conflict in any manner or degree with the performance of services required under this contract. a. This contract is entered into by COUNTY upon the express representation that CONTRACTOR subjugated to these General Terms and Conditions (Attachment I). b. knowingly be issued to any current COUNTY employee or his/her immediate family or to any former COUNTY employee or his/her immediate family until two years after separation from employment, without notifying the Director of the Department of Human Resources in writing: Director of Human Resources 3 County Center Drive Oroville, CA 95966 c. CONTRACTOR stipulates by execution of this contract that they have no business or other interest that provides any conflict with the interest of the County of Butte in the matters of this agreement. CONTRACTOR recognizes that it is a breach of ethics to not disclose any interest that may be a conflict to the COUNTY for the advice of County Counsel on the matter prior to executing this contract. 23. Canon of Ethics. CONTRACTOR by execution of this contract agrees to act in the best interest of and on behalf of the County of Butte and its constituents in all matters, honest, fair, prudent and diligent as dictated by reasonable standards of conduct for their profession. 24. Severability. The terms and conditions of this contract shall remain in force and effect as a whole separate from and even if any part hereof the agreement is deemed to be invalidated. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 21 of 29 25. No Implied Waiver. In the event that The COUNTY at any point ignores or allows the CONTRACTOR to break an obligation under the agreement, it does not mean that COUNTY waives its future rights to require the CONTRACTOR to fulfill those obligations. 26. Entirety of Agreement. This contract inclusive of all Attachments herein in stipulated and made part of the contract constitutes the entire agreement between these parties. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 22 of 29 o) p) Acknowledgement of OTHER COUNTY Contracts List cannot be left blank or omitted from the contract. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 23 of 29 ATTACHMENT II INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES *Please provide a copy of Attachment II to your insurance agent. Contractor shall procure and maintain for the duration of this contract, insurance against claims for injuries to persons or damages to property that may arise from or be in connection with the performance of the work hereunder and subcontractors. Before the commencement of work Contractor shall submit Certificates of Insurance and Endorsements evidencing that Contractor has obtained the following forms of coverage: A. MINIMUM SCOPE AND LIMITS OF INSURANCE - Coverage shall be at least as broad as: 1) Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 covering bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile Liability: utomobile Liability coverage form CA 00 01. 1. Commercial Automobile Liability: Covering any auto (Code 1) for corporate/business owned vehicles, or if Contractor has no owned autos, covering hired (Code 8) and non-owned autos (Code 9), with limits no less than $1,000,000 per accident for bodily injury and property damage. 2. Personal Lines automobile insurance shall apply if vehicles are individually owned, with limits no less than $100,000 per person, $300,000 each accident, $50,000 property damage. 3) Work As required by the State of California with Statutory Limits $1,000,000 per accident for bodily injury and disease. (Not required if Contractor provides written verification he or she has no employees.) 4) Professional Liability (Errors and Omissions): with limits no less than $1,000,000 per occurrence or claim, $1,000,000 aggregate. If Contractor maintains broader coverage and/or higher limits than the minimums shown above, the County requires and shall be entitled to the broader coverage and/or higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 24 of 29 B. OTHER INSURANCE PROVISIONS - The insurance policies are to contain, or be endorsed to contain, the following provisions: 1) The County of Butte, its officers, officials, employees and volunteers are to be covered as additional insureds on the CGL policy with respect to liability arising out of work or operations performed by or at the direction of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage can be provided in the form of an both CG 20 10, CG 20 26, CG 20 33, or CG 20 38 and CG 20 37 forms if later revisions used). 2) For any claims related to this contract, Contractors insurance coverage shall be primary insurance coverage at least as broad as ISO Form CG 20 01 04 13 as respects the County, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officers, officials, employees and volunteers shall be excess of Contractors insurance and shall not contribute with it. 3) Each insurance policy required above shall state that coverage shall not be canceled, except with notice to the County. C. WAIVER OF SUBROGATION: Contractor hereby grants to County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer. County for all work performed by the Contractor, its employees, agents and subcontractors. D. SELF-INSURED RETENTIONS: Self-insured retentions must be declared to and approved by the County. The County may require Contractor to purchase coverage with a lower retention or provide proof of ability to pay losses and related investigations, claim administration and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or County. E. ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers authorized to conduct acceptable to the County. F. VERIFICATION OF COVERAGE: Contractor shall furnish County with original certificates of insurance including all required amendatory endorsements (or copies of the applicable policy language affecting coverage required by this clause) and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements before work begins. However, failure to obtain the required Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 25 of 29 The County reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. G. SPECIAL RISKS OR CIRCUMSTANCES: County reserves the right to modify these requirements including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. H. SUBCONTRACTORS: Contractor shall include all subcontractors as insured under its policies or require all subcontractors to be insured under their own policies. If subcontractors are insured under their own policies, they shall be subject to all the requirements stated herein, including providing the County certificates of insurance and endorsements before beginning work under this contract. I. CLAIMS MADE POLICIES: If any of the required policies provide coverage on a claims-made basis: 1) The Retroactive Date must be shown, and must be before the date of the contract or the beginning of contract work. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3) If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the contract effective date, the Contractor must purchase ter completion of contract work. 4) A copy of the claims reporting requirements must be submitted to the County for review. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 26 of 29 ATTACHMENT VI PROFESSIONAL CREDENTIALS The CONTRACTOR herein presents the required and essential credentials for performance of this contract and warrants them to be authentic, current and duly granted. List required and essential credentials which will be available in the contract file and may or may not be hereto attached and which may be but are not limited to: Professional Degrees Licenses Certifications Bonds Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 27 of 29 q) ATTACHMENT III Scope of Work Unless indicated otherwise herein, the CONTRACTOR shall furnish all labor, materials, transportation, supervision and management and pay all taxes required to complete the project described below: At (fill in the appropriate point) prior to the end of the contract term an assessment may be made of the value of the professional services herein delineated and thus far received. At the conclusion of the assessment, it may be determined that the CONTRACTOR owes certain fulfillment and/or deliverables for which the remaining payments may be withheld up to 20% of the contract. The assessment may determine that there is additional work to be amended to this scope of work. In the event of an amendment, the CONTRACTOR shall be notified and the amendment submitted and duly authorized in accordance with COUNTY Policy responsibility to remain within the term and amount of the contract. If the terms and/or conditions of this contract including the amounts, rates, time and/or duration are exceeded in any way without fully executed amendment, the CONTRACTOR may not be reimbursed. NOTE: If detail rate schedules or other documents are appropriate to the Scope of Work and separate from this Attachment III they must be stipulated in this Attachment by specific reference and thereby made part of this contract, labeled accordingly (Attachment III, Exhibit A, (or whatever the appropriate specific reference), etc.). They must also be included in the pagination of this contract. Consequently, it is necessary to scan them into the body of the contract where pagination control can make them inclusive. Duties and obligations of the CONTRACTOR: Since this is a professional service contract, this is the appropriate point in the contract to stipulate any subjective expectation that may be implied by their profession but once explicated become performance elements of the contract. State all specific elements of the contract for which specific payment due as objectively as possible. Whether contract is based on hourly, daily, weekly, monthly rates; flat rate for deliverables; project milestone incremental payments; charges for use of particular (i.e., therapeutic) equipment or implements; any reports, criteria and schedule If expenses are allowed, specify what is reasonable and/or reimbursable AND always state that expenses (unless per diem) must be preapproved and accompanied by receipts. There should be a cap to the expenses. to be presented with invoice stipulating their charge. State any circumstances under which no payment will be made. State if payments are contingent on specific delineation on the invoice(s) such as coding or regulatory designated description. Recommend that rates be laid out in table format if possible for clarity and ease of processing payments. . Duties and obligations of the COUNTY: Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 28 of 29 o Make any relevant notification promptly o Provide data promptly o Provide schedules or set up meetings or respond to presentation of information promptly o Pay upon provision as herein stipulated and after presentation of appropriate receipts and/or invoice. o If possible avoid stipulating payment within specific period. If absolutely necessary state no less than 30 days and 60 days is not atypical. o County does not pay interest or penalties. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 29 of 29 COUNTY OF BUTTE PURCHASING SERVICES INVITATION FOR BIDS No. 63-13 (THIS IS NOT AN ORDER) Telephone (530) 538 - 7261 Facsimile (530) 538 - 6760 DATE: March 18, 2013 Purchasing Questions: Syndee Hare, Purchasing Services 530-538-5349 Please email questions to share@buttecounty.net by March 27, 2013 All bids must be received by Butte County Purchasing Services before 3:00 PM on, Thursday, April 4, 2013. Please read the material in this Invitation for Bids (IFB) thoroughly before submitting your bid. Retain one copy of your bid nd for your files and submit the original to: Butte County Purchasing Services, 2081 2 Street, Oroville, CA 95965-3413. Bid each item separately. Bid prices should be stated in units specified below. Enclose a self-addressed, stamped envelope to receive a copy of the IFB results following award of the purchase order. Extended Quantity Unit Description Unit Price Price Touch Table and Software Application 1 EA $________ $________ Software Application Suitable for an Interactive Museum Exhibit per Attached Specification #1. Supplier should be able to deliver before June 30, 2013. Sub-Total $________ Funds are Pending Board of Supervisor Approval PRICES ARE FOB DELIVERED AT THE ADDRESS BELOW: STATE FIRM DELIVERY DATE FOR ALL ITEMS _____________ Butte County Water & Resource Conservation NUMBER OF DAYS BID PRICE IS EFFECTIVE ______________ 308 Nelson Avenue (Prices must be good for at least 30 days to be considered) CASH DISCOUNT OF _____ % IN _____ DAYS, NET____DAYS. Oroville, CA 95965 (Discounts must allow 15 days or more to be considered) Attn: Lynne M. Pillus RECYCLED-CONTENT PRODUCTS: Butte County encourages bidders to provide bids for recycled-content products. All bidders shall include a description of their use of recycled materials in the manufacture of products that are included in this bid. Butte County shall not purchase recycled products that do not perform adequately or that are not available at a reasonable price. The undersigned, being a duly authorized representative of the supplier, hereby offers and agrees to furnish the above article and/or service, at the prices and terms stated subject to the provisions of this IFB and the GENERAL TERMS AND CONDITIONS that are attached. LOCAL PREFERENCE: By checking the box, the undersigned hereby certifies that the Supplier has an office and inventory in Butte County and would like local preference consideration. (Not applicable where Federal and State Grant Funds prohibit) Authorized Signature Typed or Printed Name Date Telephone No. Fax No. Company Name Address City, State and Zip Email Address IFB TERMS AND CONDITIONS IT IS THE RESPONSIBILITY OF THE SUPPLIER TO VERIFY THAT THEIR BID HAS BEEN RECEIVED BY BUTTE COUNTY PURCHASING SERVICES PRIOR TO THE BID OPENING. NO PARTIAL DELIVERIES WILL BE ACCEPTED UNLESS PROVIDED FOR ELSEWHERE IN THE IFB. 1. BRAND NAME: The use of the name of a manufacturer, or of any special brand or make in describing any item contained in the Invitation for Bids (IFB), does not restrict Suppliers to that manufacturer or specific article. A brand name used in the DESCRIPTION merely indicates the character or quality of the desired article. The equipment for which bids are submitted must be equal in character, quality and utility to the brand and/or make indicated herein. The make or grade of the article for which a bid is submitted should be stated in the bid in every instance. When not stated, both parties agree that the specific article named in the IFB is the article that was bid. The brand name and catalog number must be shown for each item that is bid. The County shall be the final authority in determining the acceptability of brands or makes quoted in lieu of the brands or makes named in the IFB. 2. BIDS: If the bid is made on the basis of ALL OR NOTHINGthat condition shall be clearly stated in the bid. Cash discounts offered shall be shown on the bid; otherwise, prices will be considered net 30. Bids may be rejected and given no further consideration if bid prices and all requested information is not provided. Time of delivery is an essential element of the bid and delivery dates must be adhered to. If the Supplier cannot meet the delivery date specified in the IFB, the best possible delivery shall be stated adjacent to the item bid. Time, if stated as a number of days, shall mean All prices and other bid information shall be in ink or typewritten. No pencil or erasures are permitted. Mistakes may be crossed out and corrections inserted adjacent thereto and shall be initialed in ink by the person signing the bid. A responsible officer or employee of the supplier shall sign all bids. The blank spaces provided for the Company Name and other contact information shall be fully completed. The successful Supplier is obligated to sell the article and/or service according to the terms of its bid. 3. TAXES: number will be furnished to the successful Supplier. All applicable Sales Taxes will be added to the purchase order. 4. SAMPLES: Samples of items, when required, shall be furnished free of expense to the County of Butte. If the samples are not destroyed in testing they will be returned, upon request, at the Suppliers expense. Samples of selected items may be retained for comparison with delivered products. Inspection costs for delivered products or samples that do not meet specifications, may be charged back to the Supplier. 5. INDEMNITY: The Supplier shall indemnify and hold harmless the County of Butte, its officers, servants, volunteers and employees from liability of any nature or kind due to the use of any copyrighted or uncopyrighted composition, trade secret, patented or unpatented invention, article, service or appliance furnished or used as a result of this bid, subsequent purchase order or Contract. 6. SUBMISSION OF BIDS: Each bid shall be submitted on the IFB form provided by Butte County. All bids shall be in a sealed envelope with the bid number, closing date and time of bid opening clearly indicated on the outside of the envelope. Bids and modifications or corrections thereto received after the closing time specified in the IFB will not be considered. Promptness is essential in the bidding process, as late bids will not be considered. Recipients of this IFB that do not submit bids must return the IFB form and state thereon the reason for not for future requirements. 7.CASH DISCOUNTS: Butte County will not consider cash discounts that provide fewer than 15 days to take the discount. Example payment terms of 2% 10, Net 30 will not be considered in bid evaluations or in the payment of invoices. Example payment terms of 2% 15, Net 30, however, will result in a two percent reduction in the bid price during bid evaluation, and Butte County will take the two percent discount if the invoice is paid within the allowed 15 day time period that the discount is offered. _________________________________________________________________________________________________________________________ IFB-Ts&Cs.Doc.Rev.5-18-2012 Butte County Purchasing Services Page 2 of 5 IFB TERMS AND CONDITIONS 8.DELIVERY: Bids shall include FOB Destination; seller pays all freight charges, unless otherwise stated on bid. 9.AWARD: The County of Butte reserves the right to accept bids on individual items included in the IFB, on a group or groups of items, or on the basis of all items included in the IFB; to waive any informality in the bids; and/or to accept the bid that appears from all consideration to be in the best interest of the County of Butte. County may let multiple contracts for this provision in order to ensure sufficient backup to meet requirement and availability. In determining and evaluating the best bid, the prices will not necessarily be controlling, but quality, equality, efficiency, utility, suitability of the equipment offered and the reputation of the Supplier or the equipment in general may also be considered along with any other relevant factors. Any purchase order or Contract awarded as a result of this IFB shall be subject to the General Terms & Conditions included with the purchase order or Contract. It is unlaw Professions Code. 10. LOCAL PREFERENCE: In determining the lowest price, in recognition of greater accessibility of the product to ace of business and has an inventory of merchandise for sale within the County of Butte. 11. RESERVATION TO REJECT ALL BIDS: Butte County reserves the right to: b. Reject a bid not accompanied by any required bid security or by other data required by bid documents.; c. Reject any bid which is in any way incomplete, irregular, amplified, or qualified or otherwise not in compliance with bid documents in all material respects or reasonable interpretation.; interest. 12. DEBRIEFINGS AND PROTESTS: Contractors that submitted a bid in response to an IFB but were unsuccessful in their attempt to obtain a contract or recommendation for contract award may request a debriefing to learn the general reasons for selection of a competitor for contract award. Requests for debriefings shall be directed to the Contracts Manager, 2081 2nd Street, Oroville, CA 95965-3413, telephone 530.538.7261. Debriefings may be conducted via telephone, Email or during a face-to-face meeting at the County offices in Oroville, California. Companies that have received a debriefing, but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the General Services Director, 2081 2nd Street, Oroville, CA 95965- 3413. All protests must be made in writing, signed by an individual authorized to sign the submitted bid, and must contain a statement of the reason(s) for the protest: citing the law, rule, regulation or procedure on which the protest is based. Contractor capabilities, project characteristics and/or pricing features that were not included in the (7) working days after such aggrieved person or company knows or should have known of the facts giving rise thereto or within seven working days following the debriefing. _________________________________________________________________________________________________________________________ IFB-Ts&Cs.Doc.Rev.5-18-2012 Butte County Purchasing Services Page 3 of 5 ATTACHMENT I Specification 1 IFB 63-13 The Butte County Department of Water and Resource Conservation is seeking bids from vendors who can suitable for an interactive museum exhibit. The touch table should meet or exceed the following specifications and not exceed $65,000: 32+ touch points Active 3D LED LCD Display, HD resolution Built-in audio system Uninterrupted Power Supply Micro-etched glass for durability of public use Custom color Elevated Americans with Disabilities Act compliant table/platform Computer hardware o Intel Quad Core i7 o Windows 7 Professional (64 bit) o 16 GB of RAM o nVidia Quadro 600 1 GB graphics card o Dual 300 GB Solid State Drive o Blu-Ray Writer o 16x DVD-ROM o Bluetooth Keyboard o Remote Control HDMI Input RFID, Ethernet, WIFI & Bluetooth connectivity Direct Access USB ports, microphone/headphone jacks Service Warranty Software Application The vendor should include the development of specialized application software. Software development must be able to run applications for interactive exhibit of water related information and data. Content will be developed and provided by the Department. The application may be mapped-based allowing users to explore the content in the context of the geographical region. The application must be capable of including: Groundwater Basics o Hydrologic cycle o Stream-groundwater interaction o Confined vs. unconfined aquifer o Groundwater modeling Basin Management Objectives (BMO) Water Level Monitoring Map o Ag well, domestic well, multi-completion well o Monitoring equipment o Hydrographs for selective wells o BMO program Regional Hydrology o Department of Water Resources (DWR) cross-sections o Regional geology o Tuscan formation and aquifer o Borehole cuttings o Aquifer tests _________________________________________________________________________________________________________________________ IFB-Ts&Cs.Doc.Rev.5-18-2012 Butte County Purchasing Services Page 4 of 5 ATTACHMENT I Urban Water Supply o Cal Water info o Indoor/outdoor demands o Selective hydrographs Water & Agriculture o Rice, fruit/nut crops, pasture, others o Water use (sw vs. gw) o Estimated water demand o Common rates of pumping Watershed: Major Rivers/Streams o Watershed defined o Water supply o Salmon runs o Lake Oroville SWP For map, possible data layers include: Major rivers and steams Land use (DWR 2011 data) Water source (gw/sw) Estimated water demand (AF/acre) Geology Roads Cities/Towns Water level contours with flow arrows Precipitation Aerial image Topo map Tuscan aquifer approximate extent Water districts _________________________________________________________________________________________________________________________ IFB-Ts&Cs.Doc.Rev.5-18-2012 Butte County Purchasing Services Page 5 of 5 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 01-17 FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO CONDUCT SPECIFIC TASKS ASSOCIATED WITH THE PROJECT, WITHIN GROUNDWATER BASIN Butte County Department of Water and Resource Conservation 308 Nelson Avenue Oroville, CA 95965-3394 (530) 538-4343 FAX (530) 538-3807 July 18, 2016 Proposals Due: August 19, 2016, 4:00 PM Table of Contents 1 Background 2 . 3 Scope of Services . 3 Format for Proposals 8 County Contact Person 8 Mandatory Content and Sequence of Submittal 9 Selection Process 11 11 County of Butte Reserved Rights .12 Proposal Withdrawal, Errors and Protests..... 13 4 Exhibits and Information . 14 Timing and Schedule 14 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 01-17 FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO CONDUCT SPECIFIC TASKS ASSOCIATED WITH THE PROJECT, IN GROUNDWATER BASINS OF BUTTE COUNTY Butte County Department of Water and Resource Conservation Oroville, California NOTICE To eliminate conflicts of interest, or the potential for conflicts, the successful contractor for this Request for Proposals (RFP), or any affiliated companies, as determined at the sole discretion of the County of Butte, shall not, during this solicitation, or any optional extensions thereof, contract with the County of Butte for any public facilities related projects directly or indirectly resulting from the advice or recommendations provided as part of this RFP. Contractors are reminded that it is their responsibility to: Read carefully all of the contents of this entire RFP. Ask for clarification before submission due dates. Address all requirements and follow all procedures of this RFP. Immediately inform the County of Butte of any problems with this RFP solicitation. Submit all responses by the required dates and times. INTRODUCTION The County of Butte is requesting proposals from Firms to conduct specific tasks associated with the project, Evaluation of Restoration and Recharge Potential within Groundwater Basins of Butte C The California Department of Water Resources awarded Butte County with a Counties with Stressed Basins Grant under the Sustainable Groundwater Planning Grant Program pursuant to the Water Quality, Supply, and Infrastructure Improvement Act of 2014 (Proposition 1) (Water Code Section 79700 et seq.). The project will begin upon execution of the contract and must be completed by December 31, 2017. The primary goal of this project is to identify and create tools to help the County of Butte achieve groundwater sustainability as required by the Sustainable Groundwater Management Act. This project will focus on the identification and feasibility of both direct and in-lieu recharge of the groundwater basins within Butte County. The project is focused on acreage within Butte County, but becomes regional in nature because all of the four basins within Butte County extend into neighboring counties. The Butte 1 County Department of Water and Resource Conservation is the lead agency responsible for this project and will be contract administrator. TFirm, successful firm and consultant contracted for the professional services described in this RFP, though several tasks may be completed by more than one party. The contractor will carry out the project under the direction of the Butte County Department of Water and Resource Conservation (Department). The County is partnering with the Butte County Resource Conservation District (BCRCD) to assist with landowner interface and education and outreach. The contractor will be expected to work cooperatively with the BCRCD on the project. The Butte County Department of Water and Resource Conservation is also referred to as County of Butte, the County and Butte County. The County of Butte intends to award a contract to a Firm that will meet our qualification criteria and has successfully performed services on similar projects in the past and demonstrates the likelihood of successfully carrying out this project. The successful Firm will be required to enter into a contract with the County for the services requested in this RFP within a short time period after award. The successful Firm will be required to meet the schedule timeframe for completion of tasks. The project schedule is attached as Exhibit B. A Firm submitting a proposal must be prepared to use the County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; and (7) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected contractor in September 2016. The contract period will end on December 31, 2017. BACKGROUND The Sustainable Groundwater Management Act (SGMA) requires groundwater sustainability agencies (GSAs) to develop groundwater sustainability plans (GSPs). GSPs must assure that sustainable groundwater management is achieved within 20 years of their adoption. Groundwater level monitoring reveals that some portions of basins in the County are beginning to show declining or fluctuating groundwater levels or a reduction in groundwater storage. Therefore, in order for the County to be successful under SGMA, a complete assessment of the basins is needed to determine optimal places for groundwater recharge and to evaluate the availability of surface water supplies that could be used to provide recharge. Groundwater recharge projects can be part of a groundwater sustainability strategy in a GSP. The primary goal of this project is to identify and create tools for potential projects that will help achieve groundwater sustainability in Butte County. This project will focus on the identification and feasibility of both direct and in-lieu recharge of the 2 groundwater basins (Vina, West Butte, East Butte and North Yuba) within Butte County. The project is focused on acreage within Butte County, however, becomes regional in nature because all of the four basins within Butte County overlap into neighboring counties. This assessment will assist land use planners and water resource managers in decision-making under SGMA. It will further the planning process by providing options for the design and implementation of future direct and in-lieu recharge projects that may become part of Groundwater Sustainability Plans. Outreach and education are key components of this program because an increased understanding of the types of and opportunities for recharge will help the County to be successful in reaching the sustainability of the groundwater resources as required under the Sustainable Groundwater Management Act (SGMA). This task will be completed in cooperation with the Butte County Resource Conservation District (RCD), who will assist with landowner interface and technical communications. This task will include public meetings, as well as smaller stakeholder meetings with groups that have been identified through the SGMA assessment process. These smaller groups have expressed an interest in recharge projects and are an important part of reaching sustainability as required under SGMA. As agricultural land owners, they are poised to develop specific projects which could help the County meet the sustainability goals required under SGMA. Groundwater users in Butte County have expressed interest in identifying tangible recharge projects. Recharge projects need to have a feasible area to offer recharge to the groundwater table as well as a source of surface water available for this purpose. These components will be identified through Task 2 of this project, but the development of specific approaches and projects needs to be further refined and nurtured into existence, which will take place under Task 3. This can only be accomplished by bringing the necessary stakeholders to the table in a focused conversation to brainstorm and cultivate ideas (Task 5). The objective is to develop future concept level projects within these smaller groups and then bring forward these concepts to the greater public and decision-makers, such as the Butte County Water Commission and the Board of Supervisors. This tiered approach will allow for a discussion of projects or concepts at a higher level of development being brought forward so that the public will have a greater understanding of the costs and benefits of moving forward specific projects. The ultimate goal is to include the most tangible projects in future grant applications for implementation enabling the community to reach sustainability as required under SGMA. DESIRED QUALIFICATIONS Butte County is requesting proposals from an engineering/environmental Firm or team of Firms with requisite experience in the following areas: Knowledge of Butte County hydrogeology in particular as it relates to aquifer investigations Groundwater recharge approaches with an emphasis on in-lieu recharge programs 3 GIS development/implementation Irrigation practices and technology specifically for dual-systems which conjunctively utilize surface water and groundwater supplies Agricultural economics Ability to interact with the public and transfer information regarding complex and controversial water resource management projects. SCOPE OF SERVICES Overview The objectives of the project will be achieved through five tasks. Given the complexity of specific tasks, Butte County requests proposals from interested consultants who have an adequate knowledge and experience in the field of GIS development/implementation, groundwater recharge, local and regional hydrology/hydrogeology related to aquifer investigations, agricultural irrigation practices, agricultural economics and in-lieu recharge issues. The contractor will be responsible for carrying out the following tasks: Task 1 Grant Administration The County will primarily be responsible for the administration of the grant with DWR. However, the contractor will be required to submit quarterly updates to the County which will feed into the quarterly reporting to DWR by the County. The contractor will be expected to present its approach to managing this project including key personnel, project management controls, budgeting, invoicing and associated costs. Deliverables: 1) Quarterly updates of project activities; 2) Final report of project activities and findings. Task 2 - Preliminary GIS Assessment and Mapping of Potential Groundwater Recharge Areas The contractor will develop a map of natural groundwater recharge areas from a literature search and file review focused on collecting key datasets including geology, soil permeability, topography, and land use that will be critical for identifying areas based on their potential to contribute to groundwater recharge to both the shallow aquifer system and to the Tuscan formation. These data sets will include GIS and non- GIS based datasets. GIS data to be collected will include: Geology Soil permeability data Remote sensing data Land ownership parcel map (Provided by the County) Creeks, canals and other water bodies Conveyance facilities Water district boundaries 4 Roads and highways High resolution aerial photos Land use and irrigation source DWR monitoring wells Butte County CASGEM wells Aerial Photos Topography/digital elevation map Change in groundwater storage (2005-2015) contours The information will provide the basis for subsequent analysis to identify areas that may benefit from direct and/or in-lieu groundwater recharge. Areas will be evaluated based on change in storage, groundwater contours, monitoring well levels, land use, availability of surface water and other indicators to identify the portions of the County that could benefit from groundwater recharge activities. Using the information developed above, criteria will be developed that identifies areas where it would be feasible and beneficial to enhance groundwater recharge. Subtasks: 1. Data compilation A subtask milestone will include the compilation of existing datasets. 2. Development of Initial Criteria Based on the compiled data, criteria will be developed to determine potential managed groundwater recharge locations and options for recharging (in-lieu recharge, flooded fields, spreading basins, canals, enhanced stream recharge, gravel pits). 3. Draft Maps Based on the criteria, map of groundwater recharge study areas that could benefit from managed groundwater recharge and areas where recharge is feasible will be prepared. 4. Review of the draft maps and initial criteria The draft work products will be reviewed by the Expert Panel, Butte County Water Commission and the public. The final work product will take into account comments received and other pertinent data. 5. Final Report on Potential Groundwater Recharge Areas The final report on the Groundwater Recharge Study Locations will be presented to the Butte County Water Commission. Evaluating Progress: 1) Compilation of datasets according to the project schedule; 2) Development of the draft recharge map according to the project schedule; 3) Ability to address technical issues from the Expert Panel, Water Commission and the public; 4) Presentation of the final map to the Water Commission; 5) Adequacy of the groundwater recharge map for inclusion in a groundwater sustainability plan. Deliverables: 1) Technical Memorandum will include data collected and evaluated, and 5 a summary of the evaluation criteria; 2) Countywide map depicting areas based on their potential contribution to groundwater recharge. Task 3 Site Prioritization and Ratings Table of Groundwater Recharge Building on the GIS data base, initial map, and information gathered and developed in Task 1, an inventory of sites which are amenable for groundwater recharge in the County will be identified. The sites will be prioritized and ranked according to the following criteria: land availability land access and improvements soil suitability infiltration rates storage proximity to surface water conveyances costs to move water operations and maintenance environmental concerns reclamation The sites will be ranked using a scoring method \[i.e., 1 (low) to 10 (high)\]. The low ranked sites will typically be those with lowest composite score using the criteria above, while the sites with the high composite scores will be ranked the highest. Subtasks: 1. Data Processing The GIS data gathered in Task 1 will be further processed to assist the prioritization step for defining groundwater recharge sites and developing a county-wide groundwater recharge location map. 2. Prioritization and Ranking The individual sites will be ranked using a scoring method \[i.e., 1 (low) to 10 (high)\]. A ranking table of results will be developed. Task will include field checks of up to 10 sites to validate information. 3. Draft Map Based on the ranking scores of sites, a county-wide map of groundwater recharge locations will be prepared. 4. Final Report Technical Memorandum on the groundwater recharge locations will be presented to the Butte County Water Commission. Evaluating Progress: 1) Processing of GIS datasets according to the project schedule; 2) Development of the inventory and ranking of potential groundwater recharge sites; 3) Development of a draft and final groundwater recharge map according to the project schedule; 4) Ability to address technical issues from the Expert Panel, Water Commission and the public; 5) Presentation of the final groundwater recharge map to the Water Commission. 6 Deliverables: 1) Technical Memorandum will include data evaluated and a summary of the evaluation criteria; 2) Rankings table; 3) Final Countywide map depicting areas of potential for groundwater recharge coded by rank. Task 4 Economic Evaluation of In-Lieu Groundwater Recharge This task will produce an economic evaluation of in-lieu groundwater recharge site that has recently been converted to a dual irrigation system using surface water and groundwater. This task will provide an economic evaluation of using the dual system versus only using groundwater. The County has obtained agreement from local land owner within the Butte Water District. The subject site is a 272 acre walnut grove that has recently been converted to a dual irrigation system using surface water and groundwater. Surface water is used as the primary irrigation source with groundwater as a backup when surface water is not available. Three groundwater wells have been installed at the site. This task will provide an economic evaluation of using the dual system versus only using groundwater. Information used for the evaluation will include: Tree response to different irrigation methods Fertilizer application methods Potential for disease within trees Drainage Water management practices Dust Control Crop yields Loss of surface water to district if not used Groundwater recharge Cost of pumping due to drop in water levels This task will involve hands-on field work in cooperation with the Butte County Resource Conservation District (RCD), who will provide local expertise and landowner interface. The results of this analysis will be used to develop a check list that includes criteria to assess the different irrigation systems and typical unit costs for use by other growers to assess the economic feasibility of similar dual systems that promote in-lieu recharge scenarios. Subtasks: 1. Define costing scenarios The subtask will include development of costing scenarios that will be used for evaluation. Input from local land owner will be obtained as part of this subtask. 2. Develop unit costs and quantities Using the information obtained above, unit costs and quantities will be developed for use in evaluating the costing scenarios from subtask 1. 3. Final Report A final report will be prepared summarizing the results of the economic evaluation that will include the check list discussed above. The final report on the Groundwater Recharge Study Locations will be presented to the 7 Butte County Water Commission. Evaluating Progress: 1) Compilation data according to the project schedule; 2) Development of the draft costing scenarios and unit costs and quantities according to the project schedule; 3) Ability to address technical issues from the Water Commission and the public; 4) Preparation of report and check list according to project schedule; 5) Presentation of the final report and check list to the Water Commission. Deliverables: 1) Memorandum summarizing costing scenarios; 2) Final Report and Check List. Task 5 - Public Outreach and Education The consultant will solicit input from smaller stakeholder groups and an Expert Panel on the project. The consultant will participate in outreach to the public at workshops. Outreach and educational activities will also be used to disseminate study results developed under Tasks 2, 3, and 4 to the general public and decision-makers such as the Water Commission and the Board of Supervisors. Subtask 4.1 Small Focus Group meetings The County will identify smaller, focus groups such as those utilized for the Butte County Sustainable Groundwater Management Assessment process to brainstorm potential approaches and barriers to recharge programs within Butte County. During the course of the project, the consultant will solicit input from the stakeholders in the small focus groups on the project. The concepts proposed by small focus groups may be further refined by the Expert Panel. Up to five (5) two hour focus group meetings will be held throughout the life of this project. Subtask 4.2 Expert Panel Committee As part of the project, Butte County will form an Expert Panel that will provide input and recommendations on various components of the project. The Expert Panel will consist of departmental staff, Butte County RCD, Water Commission Technical Advisory Committee members and members from the Farm Bureau Water Committee. The Expert Panel will meet on an as needed basis throughout the duration of the project and will act solely in an advisory capacity to the County and the consultant retained for the project. The contractor will be expected to attend up to three (3) two-hour meetings with the Expert Panel. The County will be responsible for coordinating and setting up Expert Panel meetings. Subtask 4.3 Public Presentations The contractor will be expected to make presentations at two (2) public workshops and one (1) Water Commission meeting. The County will be responsible for organizing the involvement will be limited to presenting technical information related to its scope of work. The contractor will be expected to make a presentation to the Butte County Water Commission on the final report of the project. 8 Deliverables: 1. Small Focus Group meetings (5) 2. Expert Panel consultation (3) 3. Public Presentations (3) a. The contractor will make presentations at two public workshops and one at one Butte County Water Commission meeting; b. The contractor will develop and prepare presentation materials. FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8- acceptable for charts, etc.). Type size must be large enough to be easily legible, but shall not be smaller than 10 point. A. County Contact Person: Proposals must be physically received by Butte County no later than August 19, 2016 at 4:00 p.m. Submit one signed, single sided, unbound original and five (5) complete copies printed on two sides of the submittal and five (5) electronic versions on DVDs to: County of Butte Department of General Services RFP 01-17 Groundwater Recharge Evaluation Project 2081 Second Street Oroville, CA 95965-3394 (530) 538-7365 Vickie Newlin . Proposers may direct inquiries regarding this proposal to Vickie Newlin at BCWater@buttecounty.net or by phone at (530) 538-4343 by August 5, 2016. Staff will post responses to the questions on the Butte County website by August 15, 2016. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. B. Mandatory Content and Sequence of Submittal: In order for a proposal to be considered by the County, it must contain all information requested in this section. As proposals are expected to be concise, information need not be repeated within the proposal to receive full credit during evaluation of each relative importance of each section of the proposal, given as points after each heading 9 1. Cover Letter Section 1 shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the organization submitting the proposal, together with the name, address and telephone number of the contact person who will be authorized to make representations for the organization, the Firm's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 60 days after receipt. 2. Table of Contents Section 2 shall be a detailed Table of Contents and shall include an outline of the submittal, identified by sequential page number and by section reference number and section title as described herein. 3. Contractor Capabilities Section 3 shall be a maximum of eight pages (not including resumes) entitled Firm resources, experience, and capabilities as listed below for successfully developing and completing this project as well as resumes of the staff to be assigned to the project. Submit in the order identified below: a. Background and Experience. In this section, describe your Firms background, its organizational structure, identify decision-making roles, and why this is advantageous to the project. Describe the roles and background of the design team leader and key team members (if applicable). Describe the Firm's demonstrated experience with regional and local groundwater models and facilitation. b. Key Personnel. Provide resumes describing the background and statement of qualifications for key personnel your Firm would use on this project, including any subcontractors that are considered as key personnel on this project. c. Statement of Qualifications for any subcontractors. If subcontractors/subconsultants are to be used, the prospective contractor must include in the proposal a description of the work to be done by each subcontractor/subconsultant. All subcontracts must be approved by the County and no work shall be subcontracted without prior written approval of the County. It is expected that the discussion of subconsultants will also include experience and references to similar types of work. d. Scheduling. Delineate the project scheduling process your Firm uses. Use some or all of the projects in the Experience Summary section, as well as other projects (if necessary), as specific examples, which demonstrate your ability to deliver your work on time. 10 4. Firm's Experience Summary Section 4 shall be a maximum of four (please limit to three (3) projects), and shall briefly describe related past projects completed along with a discussion comparing similarities with this proposed project including key staff members that worked on the project including project directors and managers. Section 4 shall also contain professional references, including names and telephone numbers for each sample project. 5. Work Plan and Schedule Section 5 shall be a maximum of eight /subtasks identified in their proposal, and anticipated timelines for each task for this project. The description of how the tasks will be achieved shall be presented in a logical, innovative manner such that it is clearly understood how the plan can efficiently deliver goals of the project. The project has two tasks to cover all aspects of the project. Each task includes deliverables which will be the basis for payments to the contractor. Proposals will address optional subtasks and may indicate additional tasks or other deviations from the Scope of Services if justified by an explanation of how such additional or modified tasks would result in a more efficient or cost-effective means of carrying out the project. The Work Plan can be formatted as a draft Scope of Work that would be incorporated as Attachment III in the resultant contract. The contractor should be cognizant of the timing specified in certain tasks and be prepared to fully describe the ability to meet the required schedule of specific tasks. For more information on insurance requirements, refer to RFP Exhibit A Model Contract. Proposals should highlight tasks or activities that may deviate from the proposed schedule and identify what may be causes for delay or uncertainties within the proposed schedule. Schedules should show start and finish dates for each task, and the sequence and overlapping of tasks and events. This project schedule must to provide all the deliverables for the project. For more information on the project schedule, refer to RFP Exhibit B Project Schedule. 6. Cost The cost portion of the proposal shall be for a Firm price that identifies a breakout of the pricing for each Task, Subtask and Deliverable of the proposed project. Each proposal shall include a not to exceed price for each of these deliverables. The total project will have a single not-to-exceed cost estimate. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. Ideally, a fee schedule listing each member or classification and their normal billing rates should be included with hourly 11 rate quotes. SELECTION PROCESS The selection committee will include representatives from the Butte County Department of Water and Resource Conservation, the Butte County Resource Conservation District and the Butte County Technical Advisory Committee. Selection will consist of two levels of review. Level I will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. A recommendation may be made based on the Level I review. Level II will be a more in depth review of the highest qualified contractors and to select the finalist. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. The criteria for selecting the contractor recommended for selection by the Board of Supervisors is provided below: 20 points 30 points .... 20 points 10 points 20 points GENERAL 1. Any questions related to this RFP are to be directed to the County contact person, Vickie Newlin at BCWater@buttecounty.net or by phone at (530) 538-4343. Do not contact other County personnel or Selection Committee members regarding this project or the selection procedures. 2. Any and all costs including travel, if required, associated with the development and delivery of the RFP to the County of Butte is the full responsibility of the Firm with no reimbursement due by the County of Butte. 3. All work performed for the County of Butte, including all documents associated with the project, shall become the exclusive property of the County of Butte. 4. All information and materials submitted to the County in response to this RFP may be reproduced by the County of Butte for the purpose of providing copies to authorized County personnel involved in the evaluation of the Proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is awarded. Contract awards are a matter of public record. Once a Contract is executed, Proposals submitted in response to this RFP are subject to public disclosure as required by law. Your submission of a Proposal is considered your consent to th not be liable for disclosure of information or records related to this Solicitation. 5. The Firm agrees to file tax returns and pay all applicable taxes including possessory use taxes that may be levied as a result of use as managed by the selected Firm. 6. The Firm shall indemnify and hold harmless the County of Butte, its officers, volunteers and employees from liability of any nature or kind due to the use of any 12 copyrighted or uncopyrighted composition, trade secret, patented or unpatented invention, article, service or appliance furnished or used as a result of this solicitation and any potential subsequent purchase order or contract. 7. The opening of proposals in response to this RFP is not subject to attendance by the general public. This restriction is necessitated by the fact that the contract award is subject to negotiations, and it would be unfair for competing companies to know the prices quoted by one another. 8. The successful Firm must be prepared to begin work promptly following execution of the contract and is expected to complete the project in its entirety. COUNTY OF BUTTE RESERVED RIGHTS 1. Issuance of this RFP in no way constitutes a commitment by the County of Butte to award a contract. If the County determines it is in the best interest to do so, no Firm may be selected and no contract may be executed. 2. Upon acceptable pricing negotiations and contract award, the Firm shall be required to execute the standard County of Butte Contract. The County of Butte may modify the contractual requirements of the contract prior to execution of a contract for services. 3. The County of Butte reserves the right to request additional information from Firms that have submitted proposals in response to this RFP and to enter into negotiations with more than one Firm, or to award a purchase order or contract to the Firm with the most favorable quotation without conducting negotiations. Therefore, the most favorable billing rate for key positions should be included in the original response to this RFP. 4. The County of Butte reserves the right to reject any or all Proposals received if the County of Butte may cancel or amend this RFP at any time and may submit similar solicitations in the future. 5. The County of Butte may reject any Proposal that does not meet all of the mandatory requirements of this RFP, is conditional or is incomplete. 6. The County of Butte may request clarification of any submitted information and may request additional information on any or all responses provided and may waive minor inconsistencies deemed to be irrelevant. 7. Butte County may enter into negotiations with one or more firms. 8. Butte County may award more than one contract if it is in the best interest of the County; PROPOSAL WITHDRAWAL, ERRORS AND PROTESTS The withdrawal of any Proposal must be made in writing prior to the required submission date and time, and must be signed by an authorized representative of the Firm. An error in the Proposal Submission may cause the rejection of that Proposal. However, the Firm may submit a new or modified Proposal prior to the Proposal submission date and time. Firms that submitted a Proposal but were unsuccessful in the attempt to obtain a contract 13 may request, in writing, a debriefing from the County of Butte contact listed above. Firms that have received a debriefing, but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the County of Butte, General nd Services, 2081 2 Street, Oroville, CA 95965-3413. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal and must contain a statement of the reason(s) for the protest citing the law, rule, regulation or procedure on which the protest is based. Potential Firm capabilities, proposal characteristics and / or the protest process. To be considered, the protest must be submitted within seven (7) working days following the debriefing. MODEL CONTRACT The Firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. The contractor and any subcontractors will be required to comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code 8350 et seq.). EXHIBITS AND INFORMATION Exhibit A: Model Contract Exhibit B: Project Schedule TIMING AND SCHEDULE The following timing and schedule are estimated and are subject to change. August 19, 2016 - All responses to this RFP must be submitted on or before 4:00 p.m. August 22 September 2, 2016 Selection committee will conduct the Level I review that will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. The Selection committee may decide on a recommendation for awarding the contract in the Level I review. September 6 - 9, 2016 If needed, the Selection Committee will conduct the Level II review. The Level II review will be for to select the finalist from a small pool of candidates. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. September 9, 2016 The Selection Committee prepares a recommendation to the Butte County Board of Supervisors to award the contract. September 27, 2016 Contract awarded and notice to proceed is issued to consultant. 14 COUNTY OF BUTTE REQUEST FOR PROPOSALS FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO CONDUCT SPECIFIC TASKS ASSOCIATED WITH THE LOWER TUSCAN AQUIFER MONITORING, RECHARGE AND DATA MANAGEMENT PROJECT (RFP 06-10) Butte County Department of Water and Resource Conservation 308 Nelson Avenue Oroville, CA 95965-3394 (530) 538-4343 FAX (530) 538-3807 September 30, 2009 Proposals Due: October 30, 2009, 4:00 PM Table of Contents Introduction ………………………………………………………………………………… 1 Background ………………………………………………………………………………… 1 Scope of Services …………………………………………………………………………. 3 Overview ………………………………………………………………………….… 3 Task 1. Technical Steering Committee …………………………………………. 4 Task 2 Lower Tuscan Formation System GIS Database …………………….. 5 Task 3 Lower Tuscan Formation Aquifer System Recharge Assessment … 6 Task 4 Installation of Additional Groundwater Monitoring Infrastructure ……13 Task 5 Lower Tuscan Formation Aquifer Performance Tests …………… 16 Task 6 Public Outreach, Education and Coordination ……………………… 20 Format for Proposals …………………………………………………………………….. 20 County Contact Person ………………………………………………………….. 21 Mandatory Content and Sequence of Submittal ……………………………… 21 Selection Process ………………………………………………………………………… 24 County Notices ……………………………………………………………………………. 24 Model Contract ………………………………………………………………………….…. 25 Disclosure of Information ………………………………………………………………... 25 Exhibits and Information …………………………………………………………………. 26 Timing and Schedule …………………………………………………………………… 27 COUNTY OF BUTTE REQUEST FOR PROPOSALS – CONDUCT SPECIFIC TASKS ASSOCIATED WITH THE LOWER TUSCAN AQUIFER MONITORING, RECHARGE AND DATA MANAGEMENT PROJECT (RFP 06-10) Butte County Department of Water and Resource Conservation Oroville, California INTRODUCTION The County of Butte is requesting proposals from firms to Conduct Specific Tasks Associated With The Lower Tuscan Aquifer Monitoring, Recharge and Data Management Project for the County of Butte Department of Water and Resource Conservation. The County of Butte intends to award a contract to a firm that will meet our qualification criteria and has successfully performed services on similar projects in the past. The successful firm will be required to enter into a contract with the County for the services requested in this Request for Proposals (RFP) within a short time period after award. The successful firm will be required to meet the schedule timeframe for completion of tasks. The project schedule is attached as Exhibit B. A firm submitting a proposal must be prepared to use the County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; (8) compliance with the California Environmental Quality Act, and (9) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected contractor in January 2010. BACKGROUND The Lower Tuscan aquifer system is a critical water resource to the Four County region. Because there has been somewhat limited regional utilization of this resource in the past, limited information is available about how the aquifer system may respond to increased utilization, and what impacts increased utilization may have on other water users, recharge sources, recharge areas, and the environment. Additional scientific investigation is necessary to manage and protect this critical resource. The County of Butte has been awarded grant funds from the Department of Water Resources through Proposition 50 to conduct the Lower Tuscan Aquifer Monitoring, Recharge and Data Management Project. The three year project is being managed by the Butte County Department of Water and Resource Conservation in cooperation with the Four County Group (Butte, Glenn, Colusa, Tehama and Sutter Counties). Butte 1 RFP 06-10 County is seeking a firm to conduct specific tasks associated with the project. The project activities will take place in Butte, Tehama and possibly Glenn Counties. The buried extent of the Lower Tuscan aquifer system in the northern Sacramento Valley is expansive. It extends from the Redding Basin to the Sutter Buttes and from the eastern margin of the valley, westward 10 to 30 miles. In the subsurface, the Lower Tuscan Formation covers an area of about 850 square miles and has an estimated average thickness of about 500 feet. The Tuscan Formation geologically is divided into four units, Tuscan Formation units A, B, C, and D (Helley and Harwood, 1985). As an aquifer system it is divided into two primary units, the Upper and Lower Tuscan. The Tuscan Formation units C and D define the Upper Tuscan, and the Tuscan Formation units A and B define the Lower Tuscan. The Lower Tuscan aquifer system is the more water bearing of the two and is the focus of this program. The full geographic extent of the Lower Tuscan aquifer system is currently represented through the use of two different analytical groundwater flow models. The area to the east of the Sacramento River, including the recharge zone, is modeled with the Butte Basin Groundwater Model IWFM (CDM, 2008). The area to the west of the Sacramento River is covered in the Stony Creek Fan IGSM (WRIME, 2003). Together, these models can be used to understand groundwater movement with respect to the Lower Tuscan aquifer system. A few studies exist that help characterize properties for this aquifer system. Significant regional information on the hydrogeologic properties (e.g. hydraulic conductivities, vertical interformational leakance factors, aquifer storage terms) of the Lower Tuscan aquifer system is lacking. The Lower Tuscan aquifer system is also exposed at the ground surface along the east side of the valley. In the central portion of the valley, it is found at depths ranging from 500 to 1000 feet below the ground surface. This aquifer system consists of gravels, sands, and silts that typically yield moderate volumes of groundwater to wells. This project will collect and analyze technical data, develop the needed analytical investigative tools to help further the scientific understanding of the Lower Tuscan aquifer system and its interaction with other aquifer systems. In addition, the project will assess potential impacts to recharge sources resulting from increased utilization of the aquifer system and provide additional monitoring infrastructure needed to help assess impacts associated with increased extraction from the Lower Tuscan aquifer system. Finally, this project assists in providing public outreach and education on the research into the Lower Tuscan aquifer system. The desired outcomes of the project will include the development of the following: A comprehensive GIS Geodatabase of information on the Lower Tuscan aquifer with improved spatial distribution of the monitoring network; A greater understanding of the of the physical parameters that influence the ability of surface water to percolate to the aquifer system; A greater understanding of when, where and how much water from streams interact with groundwater in the Lower Tuscan aquifer; 2 RFP 06-10 A greater understanding of the current recharge contribution of other aquifer systems to the Lower Tuscan aquifer, and how this contribution may change when gradients change from increased utilization of the resource; A greater understanding of typical aquifer properties and variability of the properties over the region; A greater understanding and ability to predict the natural recharge areas and source waters under current hydrologic conditions; The ability to predict natural recharge areas and source waters with increased utilization of the aquifer system; A greater understanding of how pumping activities may impact the aquifer, and; A public outreach and education program that will heighten public awareness and understanding of the aquifer. SCOPE OF SERVICES Overview. The Lower Tuscan Aquifer Recharge, Monitoring and Data Management project includes six tasks. Tasks associated with this RFP will include a Technical Steering Committee (Task 1), development of a Geodatabase (Task 2), an Aquifer Recharge Assessment (Task 3), the Installation of Additional Groundwater Monitoring Infrastructure (Task 4), Aquifer Performance Testing (Task 5), and Public Outreach, Education and Coordination (Task 6). The successful contractor will be required to produce Project Reporting documents including quarterly project reports to the County. The contractor will be required to submit reports in electronic and hard copy formats to the County. The contractor will produce 100 copies of the final report in addition to an electronic version. Butte County is requesting proposals from an engineering/environmental firm or team of firms with requisite experience in the following areas: Design and installation of monitoring wells that will be part of an integrated monitoring network; Conducting and analyzing soil infiltration tests, stream stage flow and temperature gradient measurements and groundwater monitoring; Characterization of soil profiles; Development of a Geodatabase that includes soils, hydrology and hydrogeology parameters in a GIS format; Modeling ground and surface water especially utilizing the Butte Basin Groundwater Model - an integrated surface water-groundwater finite-element model (IWFM); Conducting, analyzing and interpreting aquifer performance tests; Interacting with public and technical advisory representatives to communicate complex and controversial scientific topics and water resources issues; 3 RFP 06-10 Compliance with environmental, regulatory and permitting requirements that may be associated with task activities. The three year project involves the installation of groundwater monitoring wells and other measuring devices (i.e., infiltrometers, stream gauges, piezometers). The monitoring tasks will produce empirical data that will better characterize groundwater recharge sources, stream-aquifer interactions, and the interconnected nature of multiple aquifer systems. Data will be produced in a manner to allow for incorporation into the Geodatabase and to assess the agreement with the existing IWFM groundwater model – the Butte Basin Groundwater Model. The project includes a public outreach component as well as interaction with a Technical Steering Committee associated with this project. Throughout the RFP, the term “contractor” will generically refer to the consulting firm or firms contracted for the professional services described in this RFP, though several tasks may be completed by more than one party. The contractor will carry out the project under the direction of Butte County. The contractor will be required to conduct some project tasks through a qualified, professionally licensed and/or certified geologist, hydrologist and civil engineer. The contractor will be expected to closely coordinate the project with Butte County since specific tasks related to the project (i.e., right of entry) will be carried out by the County and some will be done jointly with County staff. The contractor will be expected to include participation of staff from Tehama and Glenn Counties and the Department of Water Resources. The project will comply with the California Environmental Quality Act (CEQA) and other applicable State and Federal regulations through the preparation and adoption of an Initial Study and related environmental documents that will be prepared by Butte County. Under County direction, the contractor will be responsible for preparing information for inclusion in the Initial Study, including descriptions of baseline conditions at the proposed work sites and the preparation of reports. In order to evaluate potential impacts to the environment that may result from project activities, the contractor will be required to have a qualified biologist survey the work sites in order to identify any sensitive biological resources and/or environmental issues subject to CEQA. As necessary, the qualified biologist shall prepare and implement a mitigation and monitoring plan that reduces all impacts to less than significant. The contractor will be required to provide information to Butte County in response to comments received regarding the Initial Study. Task 1. Technical Steering Committee As part of the project, Butte County formed a Technical Steering Committee (TSC) that will provide input and recommendations on various components of the project. The TSC is comprised of qualified scientists selected from within the Four County area and includes representatives from State and local agencies, the academic community and various special districts throughout the Northern Sacramento Valley. The TSC will meet on an as needed basis throughout the duration of the project and will act solely in an advisory capacity to Butte County and the consultant retained for the project. 4 RFP 06-10 Deliverables: 1) The contractor will meet on a biannual basis with the Technical Steering Committee and provide an overview and status of the project. The contractor will be responsible for preparing presentation materials for the TSC. Task 2. Lower Tuscan Formation System GIS Data Base This component of the project involves the creation and development of a GIS Geodatabase that incorporates data on the Lower Tuscan Formation, the neighboring aquifer systems, surface water sources and geologic interactions. The database will be an important tool for the counties to monitor conditions in the groundwater basin and promote education regarding the local water resources. The database will allow qualification and quantification of the following surface water and groundwater properties from the Four County region: Aquifer transmissivity and hydraulic conductivity; Aquifer storage values (storativity or specific yield); Surface water and groundwater temperature; Streambed and soil infiltration capacities; Monitoring well location and construction; Extraction well location, construction, yield, drawdown and specific capacity. The contractor will develop a Geodatabase to house the GIS data specifically for this effort. The Geodatabase will be housed on a Butte County GIS server that uses ESRI’s SDE with SQL Server. The Butte County GIS server will provide the means of data storage and dissemination of pertinent information. Data will be accessible to internal Butte County GIS staff. The contractor will develop the Geodatabase in consultation and under the direction of Butte County. Data layers will be formatted and standardized for ease of use and integration within the GIS server environment including the use of CA Stateplane, zone II, feet, Datum Nad83 as the coordinate system for all submitted spatial data. The core datasets required as the basis for the GIS system are readily available including those from other studies conducted in the Four County region, and can be acquired for this project. These datasets include topography, hydrology, land use, and monitoring well location in addition to several base maps of the Four County project area. Aquifer properties will be collected and GIS feature classes will be developed and housed in the Geodatabase on the GIS server. These will include the following characteristics: transmissivity, storage values, vertical leakance and infiltration. The geology and soils GIS data sets will be formatted and stored on the Geodatabase on the GIS server. The contractor will evaluate the current status of existing data and conduct up to 100 site visits to truth check the GIS data. Changes to geology and/or soils classifications will be made at these locations and extrapolated throughout the entire project as appropriate. The GIS data and resulting maps will be updated accordingly. The contractor will incorporate 5 RFP 06-10 infiltration test sites, gauging stations, surface water diversions, and aquifer-stream monitoring sites (Task 3) into the GIS database. Deliverables: 1) Develop the Geodatabase and incorporate available data a. During the first quarter of the project, the contractor will develop the initial design of the Geodatabase and identify readily available datasets under the direction of Butte County; b. Upon approval from Butte County, the contractor will develop the Geodatabase and incorporate available datasets; 2) Incorporation of project data into the Geodatabase a. The contractor will develop a methodology to digitize and incorporate data collected during the course of monitoring the aquifer system (Tasks 3, 4 and 5) for inclusion in the Geodatabase. The methodology must be able to incorporate all associated data into the Geodatabase in a manner consistent with the database structure, in a timely manner and with a high level of accuracy. Accuracy includes utilizing GPS coordinates of the percolation test sites, gauging stations, surface water diversions, and aquifer-stream interaction monitoring sites to ensure accuracy of the GIS database; b. The contractor will evaluate the current status of existing data and conduct up to 100 site visits to truth check the GIS data. Changes to geology and/or soils classifications will be made at these locations and extrapolated throughout the entire project as appropriate; c. Incorporate data into the Geodatabase through the duration of the project; 3) Reports a. The contractor will submit quarterly reports to Butte County on the progress and development of the Geodatabase; b. The contractor will submit a draft final report that will include a summary of the Geodatabase; c. The contractor will finalize the report based on comments and approval from Butte County. Task 3. Lower Tuscan Formation Aquifer System Recharge Assessment The Lower Tuscan Formation Aquifer System Recharge Assessment will consist of three subtasks: Soils Infiltration Testing Stream Gauging (stage and temperature, with periodic flow measurements) Stream-Aquifer Temperature Gradient Measurement (vertical profile of groundwater level and temperature) The test locations are in Butte and Tehama Counties. Subtask 3.1: Infiltration Testing 6 RFP 06-10 Surface and near subsurface infiltration tests will quantify the recharge potential at various Lower Tuscan outcrop locations. Natural aquifer recharge occurs in part when precipitation and surface runoff infiltrate into the aquifer system. Using a double-ring infiltrometer provided by Butte County, the contractor will measure infiltration rates at 10 outcrop locations of the Tuscan Formation Units A and B. Tests will be conducted in accordance with ASTM Standard D-3385-03. The contractor with the participation of and approval from Butte County will be required to identify locations that provide data to characterize recharge potential of the Lower Tuscan Formation. In order to provide a regional snapshot of the recharge potential of the Lower Tuscan Formation, tests will be conducted in areas of the identified outcropping with slopes less than 5 percent. On slopes greater than 5 percent infiltration will be limited by precipitation losses to runoff. Care will be taken at each infiltration test location to ascertain whether there is a near-surface low-permeability layer that may affect the test. This will include clearing an eight square foot area of vegetation and the soil organic horizon before each test. Under County direction, the contractor will identify potential test locations. The contractor will prepare information for inclusion in the Initial Study, including descriptions of baseline conditions at the proposed work sites and the preparation of reports. The contractor will have a qualified biologist survey work sites to ascertain the potential environmental impacts, need for Clean Water Act Section 404/401 permitting/certification and/or a Porter-Cologne Water Quality Act Section 1600 Streambed Alteration Agreement and to verify that a Stormwater Pollution Prevention Plan will not be necessary based on the minimal area required for infiltrometer tests. Butte County staff will be included and participate in the site selection process. Before conducting the infiltrometer test, the contractor will characterize the soil profile by digging a hole using a post-hole-digger or a backhoe down five feet or to refusal consistent with Natural Resource Conservation Service mapping methodology to characterize the soil profile and ascertain whether a representative formational profile exists. Data regarding infiltration rates, soil classifications, and mechanical analysis test results for all testing locations within the recharge area will be converted to layers for inclusion in the Geodatabase (Task 2). The contractor will assess the degree of agreement between measured soil and formation permeability measurements and permeability values in the Butte Basin Groundwater Model. Deliverables: 1) Identification of test locations and Initial Study/CEQA documentation a. The contractor will identify 10 potential infiltrometer test locations and prepare applicable CEQA documentation for the Initial Study by March 2010; 7 RFP 06-10 b. In order to evaluate potential impacts to the environment that may result from project activities, the contractor will be required to have a qualified biologist survey the work sites in order to identify any sensitive biological resources and/or environmental issues subject to CEQA. As necessary, the qualified biologist shall prepare and implement a mitigation and monitoring plan that reduces all impacts to less than significant; c. The contractor will provide documentation to Butte County to support the adoption of the Initial Study; 2) Infiltrometer and Soil Profile Tests a. Upon approval of the Initial Study, the contractor will conduct 10 field infiltrometer tests at specified locations; b. The contractor will collect a full profile of soil samples at each testing site for geological classification and mechanical analysis by a licensed geologist or soil scientist; c. The contractor will prepare a draft report that includes an analysis and test data of infiltration rates, soil profile and classifications, and mechanical analysis; d. The contractor will finalize the report based on comments and direction from Butte County; 3) Geodatabase a. The contractor will format data and incorporate into the Geodatabase (Task 2); 4) Modeling Evaluation a. The contractor will prepare a draft report that includes an assessment of the degree of agreement between measured soil and formation permeability measurements and permeability values in the Butte Basin Groundwater Model utilizing ASTM D5981-96 Standard Guide for Calibrating a Groundwater Flow Model (2008); b. The contractor will finalize the report based on comments and direction from Butte County; 5) Reports a. The contractor will submit quarterly reports to Butte County; b. The contractor will submit a final report that will include an assessment of the overall recharge of the Lower Tuscan Formation aquifer system, the results of the infiltrometer tests and the Butte Basin Model evaluation. Subtask 3.2: Stream Gauging The objective of the stream gauging task is to characterize the stream-aquifer interactions by continuously monitoring surface water stage and temperature periodically, monitoring surface water flow, by continuously monitoring groundwater level and temperature in nearby multi-completion monitoring wells and mapping riparian habitat along the stream reach to estimate evapotranspiration rates. Measurements of water movement into and out of the aquifer will be used to assess the degree of agreement with of the Butte Basin Groundwater Model (IWFM). 8 RFP 06-10 The contractor will install or reestablish two new stream gauging stations on each of the six east-side perennial streams to establish baseline stream flow and infiltration information. Gauging station locations will be near the stream-outcrop crossing the Lower Tuscan Formation on streams located in Butte and Tehama Counties. Streams of interest include: Antelope Creek Mill Creek Deer Creek Big Chico Creek Butte Creek Little Dry Creek Stream monitoring equipment is installed in Butte Creek, Deer Creek, and Mill Creek. Big Chico Creek and Little Dry Creek each have abandoned stream gauging sites. As a cost saving measure, the first priority will be to attempt to reestablish monitoring in those sites. Butte County will identify the abandoned stream gauging sites that will be reestablished. For the remainder of the stream gauging sites, the contractor will identify potential sites with the participation of Butte County. Under County direction, the contractor will identify potential specific sites along the six streams. The contractor will prepare information for inclusion in the Initial Study, including descriptions of baseline conditions at the proposed work sites and the preparation of reports. The contractor will have a qualified biologist survey work sites of stream gauges to ascertain the potential environmental impacts, need for Clean Water Act Section 404/401 permitting/certification and/or a Porter-Cologne Water Quality Act Section 1600 Streambed Alteration Agreement and to verify that a Stormwater Pollution Prevention Plan will not be necessary based on the minimal area required for stream gauges. Surface water flow measurements will be made bi-weekly from April to November beginning in 2010 and continue for a three-year period. Surface water stage and temperature readings will be continuously recorded at 15 minute intervals throughout the study. Butte County will have one staff person devoted to the bi-weekly monitoring program from April to November. The contractor will integrate County staff into the monitoring program. The initiation of monitoring in 2010 may be delayed due to the approval of the Initial Study. Before flow measurements begin, each stream cross-section will be surveyed in detail at the sampling site. The contractor with Butte County staff will conduct surface flow monitoring using USGS standard Price Type AA current meters with sensing instruments coupled with pressure transducer and data loggers. Measuring instruments will be provided by Butte County.Based on final site selection, vertical control will be established via installation of a cable line or staff gauge, as is appropriate. 9 RFP 06-10 Deliverables: 1) Identification of stream gauging locations and Initial Study/CEQA documentation a. The contractor will assist Butte County to prepare applicable CEQA documentation for the Initial Study by March 2010; b. In order to evaluate potential impacts to the environment that may result from project activities, the contractor will be required to have a qualified biologist survey the work sites in order to identify any sensitive biological resources and/or environmental issues subject to CEQA. As necessary, the qualified biologist shall prepare and implement a mitigation and monitoring plan that reduces all impacts to less than significant; 2) Installation of Gauges a. Upon approval of the Initial Study, the contractor with the participation of Butte County will install staff gauges, meters and transducers establishing vertical controls at the specific locations; i. The contractor will drive and install new staff gauges into the streambed upstream and downstream of existing staff gauge sites on each creek listed above; ii. The contractor will perform elevation and coordinate surveys for each staff gauge site; iii. The contractor will survey stream cross-section at each site; iv. The contractor will install and anchor to streambed a perforated pipe to house pressure and temperature transducer. The contractor will calibrate the pressure transducer to the staff gauge and record stage. The transducer must record stage and temperature readings at 15-minute intervals; b. The contractor will prepare a draft report on the installation of stream gauges. The contractor will finalize the report based on comments from Butte County; 3) Stream Flow Measurement Protocol a. The contractor will develop the stream flow measurement protocol in cooperation with Butte County; b. The stream flow measurement protocol will be based on seasonal rainfall averages and times when significant water will be extracted from the aquifer; c. The contractor will propose surface water flow monitoring and data downloading times for the streams; d. The contractor will finalize the protocol based on comments and approval from Butte County; 4) Stream Flow Measurements a. The contractor with the participation of Butte County staff will conduct biweekly stream flow measurements at each site from April through November for three years; b. The contractor will be responsible for developing reporting forms, data management, quality assurance and quality control procedures; 5) Stage-flow rating table a. The contractor will develop a stage flow rating table; 10 RFP 06-10 b. The contractor with the participation of Butte County staff will conduct an annual cross-sectional survey to assure that the stage-flow rating table remains accurate; c. The contractor will be responsible for data collection, quality assurance, quality control, and inclusion of results in the final report; 6) Assessment a. The contractor will prepare a draft report that quantitatively assesses the volume of water gained or lost by the streams to and from the Lower Tuscan aquifer system; b. The draft report will include an assessment of the degree of agreement between the measured stream losses and predicted stream losses determined from the Butte Basin Groundwater Model (IWFM) utilizing ASTM D5981-96 Standard Guide for Calibrating a Groundwater Flow Model (2008); c. The contractor will finalize the report based on comments and direction from Butte County; 7) Reports a. The contractor will submit quarterly report to Butte County on progress and findings. b. The contractor will submit a final report based on approval of Butte County of the draft report that will include an assessment of the overall recharge of the Lower Tuscan Formation aquifer system, the results of the infiltrometer tests and the comparison to the Butte Basin Model. Subtask 3.3: Stream-Aquifer Temperature Gradient Measurements The objective of measuring stream-aquifer temperature gradients is to determine how groundwater is influenced by the influx of surface waters to the aquifer or the movement of groundwater toward the ground surface. Monitoring of the temperature gradient will be adjacent to the six perennial streams identified in Subtask 3.2. Gradient measurements will be taken at locations where the Lower Tuscan Formation outcrops to gain understanding of surface water-groundwater interaction. The United States Geological Survey Circular 1260, “Heat as a Tool for Studying the Movement of Groundwater near Streams” should be used as guidance in preparing the protocol for this subtask. The stream gauging equipment installed in Subtask 3.2 and nearby multi-completion monitoring wells (Task 4) will have temperature sensors in each monitoring zone. Depending on the proximity of monitoring wells, the contractor will need to install additional temporary monitoring structures (up to 25) that will collect data for temperature gradient analysis. Temperature-sensing piezometers are recommended to be utilized to determine the vertical direction of water movement and help quantify the amount of water a stream is losing or gaining from an aquifer. Since the number and depth of the monitoring structures is yet to be determined, proposals should include unit costs for structures of 25 and 50 foot depths for bidding purposes. 11 RFP 06-10 Comparison between the surface water temperature and the groundwater temperature (at varying depths) will give the stream-aquifer temperature gradient. Butte County will provide thermistors (Siestronix TL-300 or equivalent) with a sensitivity of 0.1 degrees Celsius that will be used to make the profile measurements every 2-5 feet below the ground surface. Temperature profile measurements will be taken on a monthly basis over a 2 year period to interpret stream-aquifer interaction and to determine whether there are significant changes in the interactions between the stream and underlying aquifer. Measurements may show how relative percolation rates change to and from the aquifer as a result of changes in system-wide hydrology. The contractor will assist Butte County to identify the specific sites. The contractor will prepare information for inclusion in the Initial Study, including descriptions of baseline conditions at the proposed work sites and the preparation of reports. The contractor will have a qualified biologist survey work sites of to ascertain the potential environmental impacts, need for Clean Water Act Section 404/401 permitting/certification and/or a Porter-Cologne Water Quality Act Section 1600 Streambed Alteration Agreement and to verify that a Stormwater Pollution Prevention Plan will not be necessary based on the minimal area required for the monitoring structures. Butte County staff will be included and participate in the site selection process. Deliverables: 1) Identification of test locations and Initial Study/CEQA documentation a. The contractor will identify the locations and site specific methodology including the number and locations of surface water and groundwater temperature probes (approximately 25) necessary for temperature gradient analysis by March 2010; b. In order to evaluate potential impacts to the environment that may result from project activities, the contractor will be required to have a qualified biologist survey the work sites in order to identify any sensitive biological resources and/or environmental issues subject to CEQA. As necessary, the qualified biologist shall prepare and implement a mitigation and monitoring plan that reduces all impacts to less than significant; c. The contractor will provide documentation to Butte County to support the adoption of the Initial Study; 2) Installation of Monitoring Structures a. Upon approval of Initial Study, the contractor will install temporary monitoring structures (approximately 25) to a depth of approximately 50 feet along each of six monitored streams and in the valley alluvium to determine the stream-aquifer relationship; b. The contractor will drive and install “drive-point” piezometer wells into streambed for dual use with stream gauge and stream-aquifer temperature gradient measurements; c. If the required depths cannot be reached by hand, the contractor will utilize an all-terrain low-stem auger rig to drill and install piezometer wells; 12 RFP 06-10 d. The contractor will perform elevation and coordinate surveys for each piezometer site; 3) Measurements a. The contractor will install temperature measuring instruments provided by Butte County; b. The contractor with the participation of Butte County will take temperature profile measurements over 2 years to interpret stream- aquifer interaction; 4) Removal of Temporary Structures a. At the conclusion of the monitoring period, the contractor will remove the temporary monitoring structures; 5) Assessment a. The contractor will prepare a draft report that includes aquifer depth- temperature tables and plots for the stream bank locations within the Lower Tuscan aquifer system recharge area. The report will describe the interaction of surface waters in the stream bed with the movement of water into and out of the aquifer system; b. The contractor will prepare a draft report assessing the degree of agreement between the measured vertical leakance and values from the Butte Basin Groundwater Model utilizing ASTM D5981-96 Standard Guide for Calibrating a Groundwater Flow Model (2008); c. The contractor will finalize the report based on comments from Butte County; 6) Reports a. The contractor will submit quarterly reports to Butte County on the progress and findings; b. The contractor will prepare a draft report for Butte County. The contractor will finalize the report based on comments from Butte County. Task 4. Installation of Additional Groundwater Monitoring Infrastructure The Four County Group and the Department of Water Resources (DWR) have strived to continuously improve the dedicated groundwater monitoring network. Additional dedicated monitoring infrastructure will be a key component of this project and will be incorporated into the cooperative DWR-Four County Group groundwater monitoring network. Information developed during drilling and construction of these wells will be shared with State and local government agencies, water districts, and will be used in the public outreach and educational components (Task 6). Task 4 involves the installation of up to 10 additional dedicated, triple completion monitoring wells. Their locations will be identified by Butte County and will be located in Butte, Tehama and Glenn Counties. The contractor will be expected to complete Task 4 by September 2010. Tasks will include the following: Complete monitoring well design Verify environmental compliance 13 RFP 06-10 Obtain necessary permits Install monitoring wells in identified locations Characterize soil cores by a licensed geologist The contractor will be required to obtain well drilling permits from the applicable county, contact Underground Service Alert (USA North) for clearance of each drill site of underground facilities, comply with applicable local ordinances and incorporate the following standards into the process of obtaining a well permit: California Department of Water Resources, 1981, California’s Well Standards, Bulletin No. 74-81. California Department of Water Resources 1991, California Well Standards, Draft Bulletin No. 74-90. Since the number and specific locations of monitoring wells have not been finalized, proposals should include a unit cost for the installation of wells with depths of 150 feet, 250 feet and 1,000 feet for bidding purposes. Additionally proposals should include a per foot unit cost for well installation for bidding purposes. The contractor will be required to comply with applicable CEQA requirements as specified in the Initial Study. The contractor is expected to install the monitoring wells according to the following specifications: Driller. The driller must hold a valid C-57 license. Drilling Operation. The wells will be constructed as multi-completion monitoring wells and installed according to the procedure listed below: o Drill a 6 to 8 inch diameter pilot borehole; depth will typically be between 50 to 150 feet when adjacent to a creek, but depths of up to 1,000 feet may be necessary for deep aquifer monitoring. o Run a down-hole geophysical survey within the pilot borehole; o Enlarge pilot borehole to a diameter of 12 to16 inches; o Build (install) the lower monitoring well to the appropriate depth using 2.5 inch, schedule 80, PVC blank and screened casing. o Gravel pack will be placed around the screened interval and seal the borehole directly above the lower monitoring zone. o Continue to build (install), gravel pack, and seal in accordance with Chapter 23B of the Municipal Code of Butte County. o Place an upper annular sanitary seal consistent with county requirements. o Pour a 3-foot by 3-foot concrete pad at the ground surface surrounding the monitoring well head. o Install a locking well-head cover consisting of 3-foot high, 36-inch diameter casing. The contractor will collect sediment samples every ten feet and at each target zone for mechanical analysis. The sediment samples will be made available to State and local agencies. Upon completion of drilling, the boring will be conditioned and a down-hole 14 RFP 06-10 geophysical survey, consisting of resistivity, spontaneous potential, spectral gamma, and caliper, will be performed in the uncased borehole. The geophysical logs and mechanical analyses will be used by the hydrogeologist to perform the final well design in the field. The construction materials and techniques will be developed by the contractor prior to drilling, however, the well screen intervals, gravel pack size and gradation, and well screen slot size will be determined by a registered hydrogeologist after review of the logs and sediment samples and subject to the approval of Butte County. The Department of Water Resources may provide technical oversight of the well completion. Following completion, each well will be developed by mechanical methods (e.g., surging, swabbing, and air lifting) until the wells have been judged free of suspended material and contain water representative of the formation. Each monitoring well will be equipped with a pressure transducer-data logger in order to automatically record and store groundwater level and temperature data from each well or completion zone at predetermined time intervals. Multi-completion wells will be equipped with multiple loggers. Each data logger will be battery equipped in order to operate remotely without the need for a permanent power supply. Each monitoring well will be surveyed for elevation and location to a degree of accuracy consistent with groundwater monitoring network standards of the Department of Water Resources. Deliverables: 1) Initial Study/CEQA documentation a. The contractor will assist Butte County in the finalization of the specific monitoring well site locations; b. The contractor will provide documentation to Butte County to support the adoption of the Initial Study; 2) Monitoring Well Design a. The contractor will prepare draft monitoring well designs and submit them to Butte County for approval; 3) Monitoring Well Installation a. Upon approval Initial Study, the contractor will obtain required permits including well drilling permits from the appropriate county; b. The contractor will install ten monitoring wells according to specifications, completion of associated CEQA documentation, permits, well logs, completion reports, well construction narrative and maps depicting location of wells by September 2010; c. The contractor will install battery equipped pressure transducer-data loggers provided by Butte County into each monitoring well; d. The contractor will document the elevation and location of each monitoring well; 4) Soil Characterization a. The contractor will characterize soil cores (boring logs) by a licensed geologist using ASTM Designation: D2488-84 method for visual classification, Standard Practice for Description and Identification of Soils (Visual Manual Procedure) or other appropriate methodology. The Department of Water Resources may participate in the 15 RFP 06-10 characterization of soil cores; 5) Reports a. The contractor will submit quarterly reports to Butte County on the progress and findings; b. The contractor will prepare a draft report to Butte County. The contractor will finalize the report based on comments from Butte County. The final report shall include an inspection and certification by a California Registered Professional Engineer that the project has been completed in accordance with submitted final plans and specifications in accordance with the contract. Task 5. Lower Tuscan Formation Aquifer Performance Tests Aquifer performance testing will collect basic aquifer performance data regarding transmissivity and storage in order to gain a better understanding of the vertical interconnection and leakage between the Lower Tuscan Formation aquifer system and adjacent aquifer units. Aquifer recharge and recovery will be monitored utilizing the monitoring wells installed from Task 4 and other identified applicable wells. The aquifer performance testing will be conducted at existing production wells – no new production wells will be created for this project. This data will be used to calibrate and integrate the Butte Basin IWFM Groundwater Model. Task 5 includes two subtasks: Reassess Previous Aquifer Performance Tests Conduct New Aquifer Performance Tests Subtask 5.1 Reassess Previous Aquifer Performance Testing Activities This task will involve reanalyzing existing aquifer test data from previous aquifer performance tests. Data will be obtained and if necessary, reanalyzed using consistent methods. Reanalysis using consistent methods may result in a more uniform interpretation of the data and better understanding of the Lower Tuscan Formation aquifer system’s hydraulic performance. The data review and analysis will be conducted in conjunction with a review of existing and available memoranda or reports. Identify relevant existing aquifer performance tests Reevaluate data using consistent methods for a more uniform interpretation. Deliverables: 1) Analysis of Previous Studies a. The contractor will submit a draft report that identifies previously conducted aquifer performance tests, a summary of the results and an evaluation whether the results should be reanalyzed according to a standardized methodology; b. The contractor will finalize the report based on comments and approval from Butte County; 2) Reports 16 RFP 06-10 a. The contractor will submit quarterly reports to Butte County on the progress and findings; b. The contractor will prepare a draft report to Butte County. The contractor will finalize the report based on comments from Butte County; Subtask 5.2 Conduct Two Aquifer Performance Tests The aquifer performance tests on two production wells will occur after the installation of monitoring wells (Task 4) and will not occur during periods of significant groundwater use (i.e., irrigation season) or during a prolonged drought period. Therefore, the performance tests will likely occur in the winter of 2011. Monitoring wells installed under Task 4 and other appropriate monitoring wells will be utilized as observation points. Prior to conducting the step drawdown and constant discharge tests, the contractor will provide documentation to Butte County in support of the Initial Study. Two types of aquifer performance tests will be conducted: a step drawdown test a constant discharge aquifer test. During both tests, wells will be monitored for groundwater levels and temperatures using data logger transducers in addition to manual measurements, to monitor the water levels. Prior to stopping the pump, a water sample will be collected and analyzed for physical parameters, standard minerals, minor elements, nutrients, and oxygen isotopes to identify water quality and recharge source. Following the aquifer test, an in-casing flow test (spinner) will be performed in the well if possible. The discharge rate will be monitored to ensure that it remains constant. Water levels will be measured and the results graphed. The testing will consist of an 8-hour step drawdown test and a 10-day constant discharge test with a 10-day recovery period. An in-line flow meter with volume totalizer will be installed for this test. Water levels and temperature will be monitored in the pumping well during both tests using electronic pressure transducers located in both the pumping well and the selected nearby monitoring well(s). Data will be recorded in a digital format with an automated data acquisition system (i.e., Troll data logger, or equivalent). Measurements of water levels are expected to be accurate to within 0.1 foot. Manual measurements will also be made using a water level indicator to calibrate and ensure the accuracy of the transducer readings. Background water level and barometric data will also be collected hourly for approximately 48 hours prior to conducting the pumping tests and during the test duration in order to evaluate potential trends in groundwater level fluctuations using a separate barometer. 17 RFP 06-10 : The items below list the basic procedure for administering the Step Drawdown Test step drawdown test. The well shall be "step" tested which will consist of pumping the well for approximately 2 hours at each step interval and at progressively increasing rates of ½, ¾, 1 and 1-½ times the estimated design capacity of the well. The discharge rate from the pump shall be controlled within five percent of the desired discharge for each step. During the step test, the total elapsed time, the elapsed time for the individual step, the pumping level, and the discharge rate will be recorded. Electrical conductivity, pH and temperature of the discharge water will also be measured. Constant Discharge Test: The items below list the basic procedure for administering the constant discharge test. A long-term, constant rate aquifer performance test shall commence within not less than 24 hours and not more than 48 hours after completion of the step drawdown test. The rate of pumping shall be based on the performance of the step test, which should be approximately the design rate for the well. The pumping rate selected will remain constant throughout the test duration of 10 days. When the pump is stopped, water level recovery will be measured for a period of approximately 10 days. During the drawdown and recovery tests, the contractor will record water levels in the pumped well in a manner that will provide data adequate for the related analyses. The contractor will be responsible for assuring that measurements are recording and to repeat tests in the event data loggers fail. Water levels could be recorded either by using: o continuance data loggers and evaluated using the following schedule 0-10 minutes once each minute 10-20 minutes once each 2 minutes 20-60 minutes once each 5 minutes 60-120 minutes once each 10 minutes 120-240 minutes once each 30 minutes 240-720 minutes once each hour 720-1440 minutes once each 2 hours >1440 minutes once each 6 hours, or o hand held measurements every ten minutes for the first hour, then every hour for the next six hours, then once a day for the remainder of the test. The schedule should be followed during the recovery period. 18 RFP 06-10 The discharge rate and temperature, EC, and pH of the discharge water will be measured at least every 24 hours. If well configuration allows, the discharge rate from the pump shall be controlled at approximately the desired discharge for the duration of the discharge portion of the test using an orifice plate and gate valve to control the discharge The newly estimated parameter values will be compared to the existing values used in the Butte Basin Groundwater Model (IWFM). Deliverables: 1) Initial Study/CEQA documentation a. The contractor will assist Butte County in preparing information for the Initial Study including an evaluation of impacts to the environment that may result from the aquifer performance tests; b. The contractor will provide documentation to Butte County to support the adoption of the Initial Study. 2) Performance Test Protocol a. The contractor will prepare a preliminary report and summary of the proposed aquifer performance testing methods. The preliminary report will include the identification of the observation wells that will be used, data collection parameters, and quality assurance/quality control procedures; b. The contractor will finalize the performance test methodology based on comments and approval from Butte County. 3) Performance Tests a. Upon approval of the Initial Study, the contractor will conduct a 10-day constant discharge aquifer performance test and step-drawdown test on two existing wells according the approved protocol and under the direction of Butte County 4) Assessment a. The contractor will prepare a draft report that includes an analysis and summary of the completed aquifer performance tests. The report will include an assessment of the results and a comparison to the Butte Basin Groundwater Model (IWFM) utilizing ASTM D5981-96 Standard Guide for Calibrating a Groundwater Flow Model (2008). 5) Reports a. The contractor will submit quarterly reports to Butte County on the progress and findings. b. The contractor will finalize the report based on the review by Butte County that will include the results from both the reanalysis of existing pumping test data and the new pumping test data; Task 6. Public Outreach, Education and Coordination The contractor will be responsible for conducting six regional public educational 19 RFP 06-10 meetings on the project. The first public educational forum will be an introductory project meeting to inform the public of the activities and research to be conducted under this project. Additional educational forums will be held at key intervals throughout the project. A final forum will be held to summarize the project and its results. The contractor will be expected to develop and provide written materials geared toward the general public’s level of understanding for each forum. Deliverables: 1) Regional Public Meetings a. The contractor will schedule and hold six regionally held public forums. The public forums will incorporate information on the scope of the project, the status and results; b. The initial introductory public meeting will be held within the first 60 days of the contract execution; c. The contractor shall develop and prepare all outreach materials to be used at each educational forum; 2) County Meetings a. The contractor will make an annual presentation to the Butte County Water Commission, Tehama County Flood Control Commission and the Glenn County Water Advisory Committee; b. The contractor will develop and prepare presentation materials; 3) Reports a. The contractor will submit quarterly reports to Butte County on the progress and findings; b. The contractor will prepare a draft report to Butte County. The contractor will finalize the report based on comments from Butte County. Final Report The contractor will prepare based on review, comment and approval of a draft final report, a final report on the project. The final report will be prepared in an electronic and bound hard copy format. The contractor will prepare 100 copies of the final report. The final report will include a complete compilation of the Tasks, Substasks and deliverables of the project. FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8-1/2” x 11” sheets (fold outs are acceptable for charts, etc.). Type size must be large enough to be easily legible, but shall not be smaller than 10 point. A. County Contact Person: 20 RFP 06-10 Proposals must be physically received by the Department of Water and Resource Conservation no later than October 30, 2009 at 4:00 p.m. Submit one signed, single sided, unbound original and six (6) complete copies printed on two sides of the submittal to: Nancy Weston County of Butte Department of General Services 2081 Second Street Oroville, CA 95965-3394 (530) 538-7365 This person will serve as the County’s contact person for this project who will also respond directly with the contractor’s project manager for questions, inquiries, and coordination. Proposers may direct inquiries regarding this proposal to Nancy Weston nweston@buttecounty.net up to October 16, 2009. Staff will post responses to the questions on the Butte County website by October 26, 2009. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. B. Mandatory Content and Sequence of Submittal: In order for a proposal to be considered by the County, it must contain all information requested in this section. As proposals are expected to be concise, information need not be repeated within the proposal to receive full credit during evaluation of each section. The County’s evaluation of each proposal will be a weighted total based on the relative importance of each section of the proposal, given as points after each heading in the “Proposal Contents”. 1. Cover Letter Section 1 shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the organization submitting the proposal, together with the name, address and telephone number of the contact person who will be authorized to make representations for the organization, the firm's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 60 days after receipt. 2. Table of Contents Section 2 shall be a detailed Table of Contents and shall include an outline of the submittal, identified by sequential page number and by section reference number and section title as described herein. 3. Contractor Capabilities 21 RFP 06-10 Section 3 shall be a maximum of eight pages (not including resumes) entitled “Contractor Capabilities”, and shall include a description of the proposing firm’s resources, experience, and capabilities as listed below for successfully developing and completing this project as well as resumes of the staff to be assigned to the project. Submit in the order identified below: a. Background and Experience. In this section, describe your firm’s background, its organizational structure, identify decision-making roles, and why this is advantageous to the project. Describe the roles and background of the design team leader and key team members. Describe the firm's demonstrated experience in developing and executing Specific Tasks Associated With The Lower Tuscan Aquifer Monitoring, Recharge and Data Management Project. b. Key Personnel. Provide resumes describing the background and statement of qualifications for key personnel your firm would use on this project, including any subcontractors that are considered as key personnel on this project.The contractor will be required to conduct some project tasks by a qualified, licensed and/or certified geologist, hydrologist, licensed well driller and civil engineer. c. Statement of Qualifications for any subcontractors. If subcontractors/subconsultants are to be used, the prospective contractor must include in the proposal a description of the work to be done by each subcontractor/subconsultant. All subcontracts must be approved by the County and no work shall be subcontracted without prior written approval of the County. It is expected that the discussion of subconsultants will also include experience and references to similar types of work. d. Scheduling. Delineate the project scheduling process your firm uses. Use some or all of the projects in the Experience Summary section, as well as other projects (if necessary), as specific examples, which demonstrate your ability to deliver your work on time. 4. Firm's Experience Summary Section 4 shall be a maximum of four pages entitled “Firm's Experience Summary” (please limit to three (3) projects), and shall briefly describe related past projects completed along with a discussion comparing similarities with this proposed project including key staff members that worked on the project including project directors and managers. Section 4 shall also contain professional references, including names and telephone numbers for each sample project. 5. Work Plan and Schedule Section 5 shall be a maximum of eight pages entitled “Work Plan”, and will outline how the contractor’s team intends to prepare and complete all tasks/subtasks identified in their proposal, and anticipated timelines for each task for this project. The description of 22 RFP 06-10 how the tasks will be achieved shall be presented in a logical, innovative manner such that it is clearly understood how the plan can efficiently deliver goals of the project. The project has six tasks to cover all aspects of the project. Each task includes deliverables which will be the basis for payments to the consultant. Proposals will address optional subtasks and may indicate additional task or other deviations from the Scope of Services if justified by an explanation of how such additional or modified tasks would result in a more efficient or cost-effective means of carrying out the project. Proposals should highlight tasks or activities that may deviate from the proposed schedule and identify what may be causes for delay or uncertainties within the proposed schedule. Schedules should show start and finish dates for each task, and the sequence and overlapping of tasks and events. This project schedule must demonstrate to the County’s satisfaction that the proposer understands what is required to provide all the deliverables for the project. For more information on the project schedule, refer to RFP Exhibit B– Project Schedule. 6. Cost The cost portion of the proposal shall be for a firm price that identifies a breakout of the pricing for each Task, Subtask and Deliverable of the proposed project. Each proposal shall include a not to exceed price for each of these deliverables. The total project will have a single not-to-exceed cost estimate. For bidding purposes, since the number and depth of the monitoring structures for Task 3.3 is not determined, proposals should include unit costs for structures of 25 and 50 foot depths for bidding purposes. Since the number and specific locations of monitoring wells (Task 4) have not been finalized, proposals should include a unit cost for the installation of wells with depths of 150 feet, 250 feet and 1,000 feet for bidding purposes. Additionally proposals should include a per foot unit cost for well installation for bidding purposes. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. Ideally, a fee schedule listing each member or classification and their normal billing rates should be included with hourly rate quotes. 7. Draft Scope of Work Contractors should submit a draft Scope of Work that is intended to be incorporated as Attachment II in the resultant contract. The contractor should be cognizant of the timing specified in certain tasks and be prepared to fully describe the ability to meet the required schedule of specific tasks. For more information on insurance requirements, refer to RFP Exhibit A– Model Contract. 23 RFP 06-10 SELECTION PROCESS The selection committee will include representatives from the Butte County (e.g., Department of Water and Resource Conservation, Public Works, and Development Services), Four County Group, the Butte County Water Commission, and the Water Commission Technical Advisory Committee. The criteria for selecting the contractor recommended for selection by the Board of Supervisors is provided below: Selection will consist of two levels of review. Level I will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. A recommendation may be made based on the Level I review. Level II will be a more in depth review of the highest qualified contractors and to select the finalist. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. Proposal will be evaluated by the following criteria: Understanding and Approach …………………………………. 15 points Capabilities of contractor, subcontractor, staff ……………..... 20 points Work Plan (Scope) ………..……………………………………. 20 points Schedule …………………………………………………………. 20 points Cost ………………………………..………………………………. 25 points COUNTY NOTICES Any questions related to this RFP are to be directed to the county contact person identified above. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. All proposing firms responding to this RFP should note the following: A. All work performed for Butte County, including all documents associated with the project, shall become the exclusive property of Butte County. B. Butte County reserves the right to: 1. Reject any or all submittals; 2. Request clarification of any submitted information; 3. Waive any informalities or irregularities in any qualification statement; 4. Not enter into any contract; 5. Not to select any firm; 6. Cancel this process at any time; 7. Amend this process at any time; 8. Interview firms prior to award; 24 RFP 06-10 9. Enter into negotiations with one or more firms; 10. To award more than one contract if it is in the best interest of the County; 11. To issue similar RFPs or RFQs in the future; or 12. To request additional information during the interview. C. The selected firm is expected to perform and complete the project in its entirety. D. Any and all costs arising from this RFP process incurred by any proposing firm shall be borne by the firm without reimbursement by Butte County. E. Contractors that submitted a proposal in response to an RFP but were unsuccessful in their attempt to obtain a contract or recommendation for contract award may request a debriefing to learn the general reasons for selection of a competitor for contract award. Requests for debriefings shall be directed to the Contracts Manager, 2081 Second Street, Oroville, CA 95965, telephone 530.538.7064. Debriefings may be conducted via telephone, Email or during a face-to-face meeting at the County offices in Oroville, California. Companies that have received a debriefing but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the General Services Director, 2081 Second Street, Oroville, CA 95965. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal, and must contain a statement of the reason(s) for the protest: citing the law, rule, regulation or procedure on which the protest is based. Contractor capabilities, project characteristics and/or pricing features that were not included in the contractor’s proposal shall not be introduced during the protest process. The protest shall be submitted within seven (7) working days after such aggrieved person or company knows or should have know of the facts giving rise thereto or within seven working days following the debriefing. MODEL CONTRACT The firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. The contractor and any subcontractors will be required to comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code 8350 et seq.). DISCLOSURE OF INFORMATION All information and materials submitted to the County in response to this RFP may be reproduced by the County for the purpose of providing copies to authorized County personnel involved in the evaluation of the proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is executed. Once a Contract is executed, the California Public Records Act limits the County’s ability to withhold data relating to proprietary information or trade secrets, as 25 RFP 06-10 defined by statute. If a Contractor’s proposal contains any such proprietary information or trade secret that the Contractor does not want disclosed to the public, subsequent to the execution of the Contract, each sheet of such information SHALL be marked by the Contractor as “proprietary information” or “trade secret.” If, after the Contract is executed, a third party requests a copy of any Contractor’s proposal and such documents contain material marked “proprietary information” or “trade secret,” the County shall withhold that information if it meets the statutory definition of proprietary information or trade secret and the Contractor agrees to defend, indemnify, and hold harmless the County in any subsequent legal action based on its withholding. EXHIBITS AND INFORMATION Exhibit A: Model Contract Exhibit B: Project Schedule Proposers are encouraged to obtain the following references: ASTM Standard D-3385-03: Standard Test Method for Infiltration Rate of Soils in Field Using Double-Ring Infiltrometer ASTM Designation: D2488-84 Method for Visual Classification, Standard Practice for Description and Identification of Soils (Visual Manual Procedure) ASTM D5981-96 Standard Guide for Calibrating a Groundwater Flow Model (2008) United States Geological Survey Circular 1260, “Heat as a Tool for Studying the Movement of Groundwater near Streams” California Department of Water Resources, 1981, California’s Well Standards, Bulletin No. 74-81. California Department of Water Resources 1991, California Well Standards, Draft Bulletin No. 74-90. Proposers are encouraged to research documents related to this project on the Butte County Department of Water and Resource Conservation website: http://www.buttecounty.net/waterandresource. 26 RFP 06-10 TIMING AND SCHEDULE The following timing and schedule are estimated and are subject to change. October 30, 2009 - All responses to this RFP must be submitted on orbefore 4:00 p.m. November 2-20, 2009 – Selection committee will conduct the Level I review that will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. The Selection committee may decide on a recommendation for awarding the contract in the Level I review. November 20-December 11, 2009 – If needed, the Selection Committee will conduct the Level II review. The Level II review will be for to select the finalist from a small pool of candidates. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. December 2009 – The Selection Committee prepares a recommendation to the Butte County Board of Supervisors. January 2010 – Contract awarded. 27 RFP 06-10 DPVOUZ!PG!CVUUF SFRVFTU!GPS!QSPQPTBMT! SGQ!55.24! GPS!UIF!! CVUUF!DPVOUZ!EFQBSUNFOU!PG!XBUFS!BOE!SFTPVSDF! DPOTFSWBUJPO! UP! DPOEVDU!TQFDJGJD!UBTLT!BTTPDJBUFE!XJUI!UIF!! EFWFMPQNFOU!PG!UIF!CVUUF!DPVOUZ!XBUFS!JOWFOUPSZ!BOE! BOBMZTJT! Cvuuf!Dpvouz!Efqbsunfou!pg!Xbufs!boe!Sftpvsdf!Dpotfswbujpo! 419!Ofmtpo!Bwfovf!! Pspwjmmf-!DB!!:6:76.44:5! )641*!649.5454! GBY!)641*!649.4918! Kbovbsz!36-!3124! Qspqptbmt!Evf;!!Gfcsvbsz!36-!3124-!5;11!QN! Ubcmf!pg!Dpoufout! Opujdf!€€//€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€!2! Jouspevdujpo!€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€!2! Cbdlhspvoe!€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€!3! Eftjsfe!Rvbmjgjdbujpot!€€€€€€€€€€€€€€€€€€€€€€€€€€/!!3! Tdpqf!pg!Tfswjdft!€€€€€€€€€€€€€€€€€€€€€€€€€€€€/!4! Gpsnbu!gps!Qspqptbmt!€€€€€€€€€€€€€€€€€€€€€€€€€€//!!!6! Dpvouz!Dpoubdu!Qfstpo!€€€€€€€€€€€€€€€€€€€€€€//!!!6! Nboebupsz!Dpoufou!boe!Tfrvfodf!pg!Tvcnjuubm!€€€€€€€€€€€€!!!7! Tfmfdujpo!Qspdftt!€€€€€€€€€€€€€€€€€€€€€€€€€€€€!!!:! Hfofsbm!€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€€/!!!21! Dpvouz!pg!Cvuuf!Sftfswfe!Sjhiut!€€€€€€€€€€€€€€€€€€/€€€!!!21!! Qspqptbm!Xjuiesbxbm-!Fsspst!boe!Qspuftut//€€€€€€€€€€€€€€€€///!!!!22! Npefm!Dpousbdu!€€€€€€€€€€€€€€€€€€€€€€€€€€€€€!!!22! Fyijcjut!boe!Jogpsnbujpo!€€€€€€€€€€€€€€€€€€€€€€€€€/!!22! Ujnjoh!boe!Tdifevmf!€€€€€€€€€€€€€€€€€€€€€€€€€€!!!!23!! DPVOUZ!PG!CVUUF! SFRVFTU!GPS!QSPQPTBMT! !!SGQ!55.24! DPOEVDU!TQFDJGJD!UBTLT!BTTPDJBUFE!XJUI!UIF!EFWFMPQNFOU!PG!UIF! CVUUF!DPVOUZ!XBUFS!JOWFOUPSZ!BOE!BOBMZTJT!SFQPSU! !! Cvuuf!Dpvouz!Efqbsunfou!pg!Xbufs!boe!Sftpvsdf!Dpotfswbujpo! Pspwjmmf-!Dbmjgpsojb OPUJDF! Up!fmjnjobuf!dpogmjdut!pg!joufsftu-!ps!uif!qpufoujbm!gps!dpogmjdut-!uif!tvddfttgvm!dpousbdups! gps!uijt!Sfrvftu!gps!Qspqptbmt!)SGQ*-!ps!boz!bggjmjbufe!dpnqbojft-!bt!efufsnjofe!bu!uif! tpmf!ejtdsfujpo!pg!uif!Dpvouz!pg!Cvuuf-!tibmm!opu-!evsjoh!uijt!tpmjdjubujpo-!ps!boz!pqujpobm! fyufotjpot!uifsfpg-!dpousbdu!xjui!uif!Dpvouz!pg!Cvuuf!gps!boz!qvcmjd!gbdjmjujft!sfmbufe! qspkfdut!ejsfdumz!ps!joejsfdumz!sftvmujoh!gspn!uif!bewjdf!ps!sfdpnnfoebujpot!qspwjefe!bt! qbsu!pg!uijt!SGQ/!!! Dpousbdupst!bsf!sfnjoefe!uibu!ju!jt!uifjs!sftqpotjcjmjuz!up;! ¸!Sfbe!dbsfgvmmz!bmm!pg!uif!dpoufout!pg!uijt!foujsf!SGQ/! ¸!Btl!gps!dmbsjgjdbujpo!cfgpsf!tvcnjttjpo!evf!ebuft/ ¸!Beesftt!bmm!sfrvjsfnfout!boe!gpmmpx!bmm!qspdfevsft!pg!uijt!SGQ/! ¸!Jnnfejbufmz!jogpsn!uif!Dpvouz!pg!Cvuuf!pg!boz!qspcmfnt!xjui!uijt!SGQ! tpmjdjubujpo/! ¸!Tvcnju!bmm!sftqpotft!cz!uif!sfrvjsfe!ebuft!boe!ujnft/! !!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!! JOUSPEVDUJPO! Uif!Dpvouz!pg!Cvuuf!jt!sfrvftujoh!qspqptbmt!gspn!Gjsnt!up!dpoevdu!tqfdjgjd!ubtlt! bttpdjbufe!xjui!uif!efwfmpqnfou!pg!uif!Cvuuf!Dpvouz!Xbufs!Jowfoupsz!boe!Bobmztjt! Sfqpsu/!!Uif!Cvuuf!Dpvouz!Efqbsunfou!pg!Xbufs!boe!Sftpvsdf!Dpotfswbujpo!jt!uif!mfbe! bhfodz!sftqpotjcmf!gps!uijt!qspkfdu!boe!xjmm!cf!dpousbdu!benjojtusbups/!! Uispvhipvu!uif!SGQ-!uif!ufsn!ƒdpousbdups„!xjmm!hfofsjdbmmz!sfgfs!up!uif!dpotvmujoh!Gjsn!ps! gjsnt!dpousbdufe!gps!uif!qspgfttjpobm!tfswjdft!eftdsjcfe!jo!uijt!SGQ-!uipvhi!tfwfsbm! ubtlt!nbz!cf!dpnqmfufe!cz!npsf!uibo!pof!qbsuz/!Uif!dpousbdups!xjmm!dbssz!pvu!uif! qspkfdu!voefs!uif!ejsfdujpo!pg!uif!Cvuuf!Dpvouz!Efqbsunfou!pg!Xbufs!boe!Sftpvsdf! Dpotfswbujpo/! Uif!Dpvouz!pg!Cvuuf!joufoet!up!bxbse!b!dpousbdu!up!b!Gjsn!uibu!xjmm!nffu!pvs!rvbmjgjdbujpo! dsjufsjb!boe!ibt!tvddfttgvmmz!qfsgpsnfe!tfswjdft!po!tjnjmbs!qspkfdut!jo!uif!qbtu!boe! efnpotusbuft!uif!mjlfmjippe!pg!tvddfttgvmmz!dbsszjoh!pvu!uijt!qspkfdu/!!Uif!tvddfttgvm! Gjsn!xjmm!cf!sfrvjsfe!up!foufs!joup!b!dpousbdu!xjui!uif!Dpvouz!gps!uif!tfswjdft!sfrvftufe! jo!uijt!SGQ!xjuijo!b!tipsu!ujnf!qfsjpe!bgufs!bxbse/!!Uif!tvddfttgvm!Gjsn!xjmm!cf!sfrvjsfe! up!nffu!uif!tdifevmf!ujnfgsbnf!gps!dpnqmfujpo!pg!ubtlt/!Uif!qspkfdu!tdifevmf!jt! buubdife!bt!Fyijcju!C/!!!B!Gjsn!tvcnjuujoh!b!qspqptbm!nvtu!cf!qsfqbsfe!up!vtf!uif! 2! Dpvouz(t!tuboebse!dpousbdu!gpsn!sbuifs!uibo!jut!pxo!dpousbdu!gpsn/!Uif!dpousbdu!xjmm! jodmvef!ufsnt!bqqspqsjbuf!gps!uijt!qspkfdu/!!Hfofsbmmz-!uif!ufsnt!pg!uif!dpousbdu!xjmm! jodmvef-!cvu!bsf!opu!mjnjufe!up;!)2*!dpnqmfujpo!pg!uif!qspkfdu!xjuijo!uif!ujnfgsbnf! qspwjefe<!)3*!op!beejujpobm!xpsl!bvuipsj{fe!xjuipvu!qsjps!xsjuufo!bqqspwbm<!)4*!op! qbznfou!xjuipvu!qsjps!xsjuufo!bqqspwbm<!)5*!gvoejoh!bwbjmbcjmjuz<!)6*!ufsnjobujpo!pg! dpousbdu!voefs!dfsubjo!dpoejujpot<!)7*!joefnojgjdbujpo!pg!uif!Dpvouz<!)8*!bqqspwbm!cz!uif! Dpvouz!pg!boz!tvcdpousbdupst<!boe!)8*!njojnvn!bqqspqsjbuf!jotvsbodf!sfrvjsfnfout/!!B! Npefm!Dpousbdu!jt!buubdife!bt!Fyijcju!B!up!uijt!SGQ/!!Uif!Dpvouz!joufoet!up!bxbse!b! dpousbdu!tvctuboujbmmz!jo!uif!gpsn!pg!uif!Npefm!Dpousbdu!up!uif!tfmfdufe!dpousbdups!jo! Bqsjm!3124/!Uif!dpousbdu!qfsjpe!jt!fyqfdufe!opu!up!fydffe!fjhiuffo!)29*!npouit/! CBDLHSPVOE! 2 Cvuuf!Dpvouz!ibt!xbufs!sftpvsdf!sfqpsut!uibu!bddpvou!gps!cbtfmjof!xbufs!efnboe-! xbufs!tvqqmz!bwbjmbcjmjuz!boe!sfmbufe!bobmztft/!!Uif!gjstu!sfqpsu-!Xbufs!Jowfoupsz!boe! Bobmztjt!Sfqpsu!xbt!qspevdfe!jo!3112/!Uif!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!xbt! qbsujbmmz!vqebufe!jo!3119!up!dbquvsf!dibohft!tjodf!3112/!!Puifs!sfqpsut!xfsf! tvctfrvfoumz!qspevdfe!up!dpnqmfnfou!uif!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu/!!Cvuuf! Dpvouz!jt!jojujbujoh!bo!fggpsu!up!vqebuf!uif!fyjtujoh!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu! )€Sfqpsu*/!!Uif!Sfqpsu!xjmm!cf!cbtfe!po!uif!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!boe! xjmm!joufhsbuf!fmfnfout!gspn!uif!puifs!lfz!epdvnfout/!!Uif!qvsqptf!pg!uijt!SGQ!jt!up! tpmjdju!joufsftu!gspn!rvbmjgjfe!Gjsnt!up!bttjtu!jo!uif!qspevdujpo!pg!uif!Sfqpsu/! Uif!Sfqpsu!xjmm!cf!gpsnbuufe!boe!eftjhofe!dpotjtufou!xjui!uif!fyjtujoh!Xbufs!Jowfoupsz! boe!Bobmztjt!Sfqpsu/!!Xijmf!uif!Dpvouz!fyqfdut!up!nbjoubjo!nptu!tfdujpot!pg!uif! fyjtujoh!Sfqpsu-!b!ovncfs!pg!ufdiojdbm!bsfbt!pg!uif!Sfqpsu!xjmm!offe!up!cf!vqebufe/!!! Uif!Sfqpsu!xjmm!vujmj{f!ofx!dfotvt!ebub-!mboe!vtf!ebub-!Vscbo!Xbufs!Nbobhfnfou! Qmbot!boe!bepqufe!Hfofsbm!Qmbot!up!sfgmfdu!uif!mbuftu!qpqvmbujpo-!dspq!bdsfbhf!boe! qspevdujpo-!dspq!xbufs!sfrvjsfnfou-!fowjsponfoubm!xbufs!vtf-!xbufs!rvbmjuz-!boe!ibcjubu! rvbmjuz!ebub/!!Uif!Sfqpsu!xjmm!ftubcmjti!b!cbtf!zfbs!boe!tqfdjgjd!gpsfdbtu!tdfobsjpt!gps! uif!bhsjdvmuvsbm-!vscbo!boe!fowjsponfoubm!tfdupst!jo!fbdi!pg!uif!tvc.cbtjot!pg!Cvuuf! Dpvouz/!!Uif!efwfmpqnfou!pg!uif!Sfqpsu!xjmm!cf!ejsfdufe!cz!uif!Efqbsunfou!xjui!joqvu! gspn!bo!Bewjtpsz!Dpnnjuuff!boe!uif!Cvuuf!Dpvouz!Xbufs!Dpnnjttjpo/!!B!qvcmjd! qbsujdjqbujpo!boe!pvusfbdi!dpnqpofou!xjmm!cf!qbsu!pg!uif!qspkfdu/! EFTJSFE!RVBMJGJDBUJPOT! Cvuuf!Dpvouz!jt!sfrvftujoh!qspqptbmt!gspn!bo!fohjoffsjoh0fowjsponfoubm!Gjsn!ps!ufbn! pg!Gjsnt!xjui!sfrvjtjuf!fyqfsjfodf!jo!uif!gpmmpxjoh!bsfbt;! ¸!Efwfmpqnfou!pg!xbufs!cvehfut! ¸!Xbufs!tvqqmz!bobmztjt! ¸!Xbufs!sftpvsdf!boe!hspvoexbufs!npefmjoh! ¸!Vscbo!xbufs!nbobhfnfou!qmboojoh! ¸!Bhsjdvmuvsbm!xbufs!efnboe!gpsfdbtujoh! 3! ¸!Npefmjoh!hspvoe!boe!tvsgbdf!xbufs!ftqfdjbmmz!vujmj{joh!uif!Cvuuf!Cbtjo! Hspvoexbufs!Npefm!.!bo!joufhsbufe!tvsgbdf!xbufs.hspvoexbufs!gjojuf.fmfnfou! npefm!)JXGN*<!! ¸!Joufsbdujoh!xjui!qvcmjd!boe!ufdiojdbm!bewjtpsz!sfqsftfoubujwft!up!dpnnvojdbuf! dpnqmfy!boe!dpouspwfstjbm!tdjfoujgjd!upqjdt!boe!xbufs!sftpvsdft!jttvft<! TDPQF!PG!TFSWJDFT! Pwfswjfx!!! Uif!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!xjmm!sfgmfdu!Cvuuf!Dpvouz‚t!xbufs!qpsugpmjp! voefs!dvssfou!dpoejujpot!boe!gvuvsf!tdfobsjpt!tvdi!bt!dibohft!jo!efnboe!)j/f/-!mboe! vtf!dibohft-!dpotfswbujpo*!boe!bwbjmbcjmjuz!)j/f/-!espvhiu*/!!Uif!Sfqpsu!xjmm!jodmvef!b! ovncfs!pg!tqfdjgjd!gpsfdbtut!jodmvejoh!dibohfe!efnboet-!espvhiu!boe!dmjnbuf!dibohf/! Uif!Sfqpsu!xjmm!cf!cbtfe!po!uif!tbnf!gpsnbu!bt!uif!fyjtujoh!Xbufs!Jowfoupsz!boe! Bobmztjt!Sfqpsu/!!Uif!dpousbdups!xjmm!cf!sftqpotjcmf!gps!dbsszjoh!pvu!uif!gpmmpxjoh!ubtlt;! !! Ubtl!2/!!Dpotvmubujpo!xjui!uif!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!Bewjtpsz! Dpnnjuuff! Uif!Efqbsunfou!xjmm!gpsn!bo!Bewjtpsz!Dpnnjuuff!uibu!xjmm!qspwjef!joqvu!po!uif!Sfqpsu/!! Uif!Bewjtpsz!Dpnnjuuff!xjmm!dpotjtu!pg!efqbsunfou!tubgg-!Cvuuf!Dpvouz!Xbufs! Dpnnjttjpofst-!Xbufs!Dpnnjttjpo!Ufdiojdbm!Bewjtpsz!Dpnnjuuff!nfncfst!boe! qpufoujbmmz!puifs!Dpvouz!efqbsunfou!ejsfdupst/!!Uif!dpousbdups!xjmm!cf!fyqfdufe!up!buufoe! vq!up!5!uxp.ipvs!nffujoht!xjui!uif!Bewjtpsz!Dpnnjuuff/!!Uif!Efqbsunfou!xjmm!cf! sftqpotjcmf!gps!dppsejobujoh!boe!tfuujoh!vq!Bewjtpsz!Dpnnjuuff!nffujoht/! Ubtl!3/!!Qsfqbsbujpo!pg!uif!Jowfoupsz!boe!Bobmztjt!Sfqpsu! Tvcubtl!3/2/!!Vqebuf!Qiztjdbm!Tfuujoht!! Uif!fyjtujoh!Xbufs!Jowfoupsz!boe!BobmztjtSfqpsu!boe!puifs!sfqpsut!jodmvef!efubjmt! sfhbsejoh!fyjtujoh!dpoejujpot!)qiztjdbm!tfuujoh-!dmjnbuf-!qsfdjqjubujpo-!hfpmphz-! izespmphz-!fud/*/!!Uif!dpousbdups!xjmm!cf!fyqfdufe!up!vqebuf!tfmfdufe!tfdujpot!)f/h/-! hspvoexbufs!mfwfmt*!pg!uif!fyjtujoh!dpoejujpot/!!Nptu!pg!uif!obssbujwf!pg!uif!Qiztjdbm! Tfuujoht!tfdujpo!xjmm!sfrvjsf!b!mjnjufe!fejupsjbm!sfwjtjpo/!!Uif!dpousbdups!xjmm!cf!sfrvjsfe! up!tvcnju!b!esbgu!vqebuf!pg!uijt!tfdujpo!pg!uif!Sfqpsu!cz!uif!foe!pg!uif!gjstu!rvbsufs!pg! uif!Qspkfdu!qfsjpe/!! Tvcubtl!3/3/!!Nfuipepmphz!Efwfmpqnfou! Uif!dpousbdups!xjmm!efwfmpq!nfuipepmphjft!uibu!xjmm!cf!vtfe!up!dpoevdu!xbufs!efnboe! boe!tvqqmz!bwbjmbcjmjuz!gps!fbdi!tvc.cbtjo!gps!uif!gpmmpxjoh!bsfbt;! ¸!Tfmfdujpo!pg!Opsnbm!Izespmphjd!Qfsjpe! ¸!Tfmfdujpo!pg!uif!Espvhiu!Izespmphjd!Qfsjpe)t*! ¸!Ftujnbujpo!pg!Efnboe!boe!Efwfmpqnfou!pg!Efmjwfsbcmf!Ujnf!Tfsjft! p!Bhsjdvmuvsbm!xbufs!efnboe! 4! p!Fowjsponfoubm!xbufs!efnboe! p!Vscbo!xbufs!efnboe! ¸!Ftujnbujpo!pg!Xbufs!Tvqqmz!Bwbjmbcjmjuz!boe!Efwfmpqnfou!pg!Efmjwfsbcmf!Ujnf! Tfsjft! p!Tvsgbdf!xbufs! p!Hspvoexbufs! Bt!b!hfofsbm!svmf-!uif!nfuipepmphjft!tipvme!dpogpsn!up!uif!tuboebse!Efqbsunfou!pg! Xbufs!Sftpvsdf!nfuipet!boe!bqqspbdift!ublfo!jo!uif!fyjtujoh!Xbufs!Jowfoupsz!boe! Bobmztjt!Sfqpsu/!!Uif!bobmztjt!gps!uijt!Sfqpsu!xjmm!bmtp!efwfmpq!vqebufe!joqvu!ujnf! tfsjft!gps!gvuvsf!vtf!jo!uif!Cvuuf!Cbtjo!Hspvoexbufs!Npefm!)JXGN*!up!fyufoe!jut! tjnvmbujpo!ujnf!tfsjft!gspn!2:::!jefbmmz!uispvhi!xbufs!zfbs!3123/!!Uif!dpousbdups!nvtu! cf!dbqbcmf!pg!vujmj{joh!JXGN!npefmt!boe!uif!Cvuuf!Cbtjo!Hspvoexbufs!Npefm!jo! qbsujdvmbs!bt!qbsu!pg!uif!Sfqpsu!qsfqbsbujpo/!!! Uif!Efqbsunfou!fyqfdut!uibu!uif!dpousbdups!xjmm!eftdsjcf!uifjs!eftjsfe!nfuipepmphjft! bt!qbsu!pg!uifjs!qspqptbm/!Dpousbdupst!bsf!fodpvsbhfe!up!qspqptf!joopwbujwf! nfuipepmphjft!uibu!jnqspwf!qsfdjtjpo-!bddvsbdz-!dmbsjuz!boe!dptu/!!Uif!nfuipepmphjft!up! dpoevdu!uif!xbufs!efnboe!boe!tvqqmz!bwbjmbcjmjuz!ebub!xjmm!cf!tvckfdu!up!sfwjfx!cz!uif! Bewjtpsz!Dpnnjuuff-!qvcmjd!qsftfoubujpo!boe!bqqspwbm!pg!uif!Efqbsunfou/!!Uif! qspqptfe!nfuipepmphjft!nbz!cf!npejgjfe!cbtfe!po!dpotvmubujpo!xjui!uif!Bewjtpsz! Dpnnjuuff!)Ubtl!2*!boe!qvcmjd!pvusfbdi!)Ubtl!4*/!!Uif!Efqbsunfou!xjmm!gjobmj{f!uif! nfuipepmphjft!cz!uif!foe!pg!uif!gjstu!rvbsufs!pg!uif!Qspkfdu!qfsjpe/! Tvcubtl!3/4/!!Ebub!Ujnf!Tfsjft! Bt!qbsu!pg!uif!Sfqpsu!qsfqbsbujpo-!tfwfsbm!tqfdjgjd!efmjwfsbcmft!bsf!eftjsfe/!!Uif! dpousbdups!xjmm!xpsl!xjui!uif!Efqbsunfou!up!efwfmpq!ujnf!tfsjft!sfmbufe!up!mpdbm!tvqqmz! boe!efnboe!dpoejujpot!uibu!xjmm!cf!vtfe!jo!uif!gvuvsf!up!fyufoe!uif!tjnvmbujpo!qfsjpe!pg! uif!Cvuuf!Cbtjo!Hspvoexbufs!Npefm!)JXGN*/!!Uif!tfu!pg!eftjsfe!ujnf!tfsjft!xjmm!jodmvef;! Dvssfou!Dpoejujpot! 2/!Boovbm!ujnf!tfsjft!)2:::.3123*!pg!dspq!bdsfbhf!qfs!tvc.sfhjpo! 3/!Ebjmz!ujnf!tfsjft!)2:::.3123*!pg!sbjogbmm!sbuf!gps!fbdi!pg!gjwf!dmjnbuf! tubujpot! 4/!Ebjmz!ujnf!tfsjft!)2:::.3123*!pg!tusfbn!jogmpx!gps!29!tusfbn!sjngmpxt‚! 5/!Npouimz!ujnf!tfsjft!pg!qvnqjoh!sbuft!gps!vscbo!xfmmt!sfqsftfoufe!jo!uif! hspvoexbufs!npefm! 6/!Npouimz!ujnf!tfsjft!)2:::.3123*!ejwfstjpo!sbuf!bu!fbdi!pg!265!ejwfstjpo! tjuft!tqfdjgjfe!jo!uif!hspvoexbufs!npefm! Bhsjdvmuvsbm!boe!Vscbo!Efnboe!Tdfobsjpt! 2/!Npouimz!ujnft!tfsjft!gps!vscbo!qvnqjoh!cbtfe!po!gpsfdbtut! 3/!Bh!efnboe!tdfobsjpt-!qpttjcmz!esjwfo!cz;! b/!Boovbm!ujnf!tfsjft!pg!dspq!bdsfbhf!qfs!tvc.sfhjpo!cbtfe!po! gpsfdbtut! c/!Dibohft!jo!jssjhbujpo!fggjdjfodz! 5! d/!Bekvtufe!npouimz!ujnf!tfsjft!pg!tvsgbdf!xbufs!ejwfstjpot! Dmjnbuf!Dibohf!Tdfobsjpt! !bekvtufe!izespmphz!joqvut! 2/!Ebjmz!ujnf!tfsjft!pg!sbjogbmm!sbuf!bu!gjwf!dmjnbuf!tubujpot! 3/!Ebjmz!ujnf!tfsjft!pg!tusfbn!gmpx!gps!29!sjngmpxt‚! Uif!sftvmut!pg!uijt!tvcubtl!xjmm!cf!tvnnbsj{fe!boe!joufhsbufe!joup!uif!Sfqpsu!boe!uif! ebub!gjmft!qspwjefe/!!Uijt!tvcubtl!jt!fyqfdufe!up!cf!dpnqmfufe!xjui!uif!ujnjoh!pg!uif! esbgu!Sfqpsu!)Tvcubtl!3/5*/! Tvcubtl!3/5/!!Esbgu!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu Uif!dpousbdups!xjmm!cf!sftqpotjcmf!gps!dpnqjmjoh!boe!qspevdjoh!uif!Sfqpsu!bt!xfmm!bt! efwfmpqjoh!eftjsfe!ujnf!tfsjft!sfmbufe!up!gvuvsf!hspvoexbufs!npefm!joqvut!bt!uifz!sfmbuf! up!xbufs!tvqqmz!boe!efnboe/!!Bt!bo!fybnqmf-!uif!Sfqpsu!tipvme!cf!cbtfe!po!uif! pvumjof!cfmpx/!!!Ipxfwfs-!uif!puifs!sfqpsu!gpsnbut!bsf!fodpvsbhfe!up!cf!qspqptfe/!!Uif! Efqbsunfou!xjmm!cf!sftqpotjcmf!gps!qsfqbsjoh!tfdujpot!bt!opufe/!!Uif!dpousbdups!xjmm!cf! sftqpotjcmf!gps!qsfqbsjoh!uif!puifs!tfdujpot!boe!qsfqbsjoh!uif!gjobm!Sfqpsu/!!Uif!gpsnbu! boe!tqfdjgjd!tfdujpot!pg!uif!Sfqpsu!xjmm!cf!tvckfdu!up!sfwjfx!pg!uif!Bewjtpsz!Dpnnjuuff! boe!ejsfdujpo!gspn!uif!Efqbsunfou/! 2/!Jouspevdujpo!)EXSD*! 3/!Xbufs!Sftpvsdf!Pwfswjfx!)EXSD*! 4/!Qiztjdbm!Tfuujoh!! 5/!Xbufs!Nbobhfnfou!Dpoejujpot!! b/!Tvqqmjft! c/!Efnboe! 6/!Efnboe!Bobmztjt! b/!Bhsjdvmuvsf-!Vscbo-!Fowjsponfoubm!! c/!Cbtf!Zfbs!)3121*-!Gpsfdbtu!3131-!3141!boe!3151! j/!Opsnbm! 2/!Efnboet! 3/!Tvqqmjft! 4/!Ofu!Hspvoexbufs!Fyusbdujpo! 5/!Tipsubhft! 6/!Jnqbdut!po!Hspvoexbufs! jj/!Espvhiu! 2/!Tjohmf! 3/!Nvmujqmf!Zfbs! 7/!Xbufs!Tvqqmz!Bwbjmbcjmjuz!Bobmztjt! b/!Dvssfou!dpoejujpot! c/!Dmjnbuf!dibohf!tdfobsjp! 8/!Dpodmvtjpot!boe!sfdpnnfoebujpot!)EXSD*! Uif!efwfmpqnfou!pg!uif!esbgu!Sfqpsu!jt!fyqfdufe!up!cf!jojujbufe!jo!uif!tfdpoe!rvbsufs!pg! uif!Qspkfdu/!!Qfsjpejd!tubuvt!sfqpsut!bsf!fyqfdufe!up!cf!qspwjefe!up!uif!Efqbsunfou/!! Uif!dpoubdups!jt!fyqfdufe!up!dpnqmfuf!uif!esbgu!Sfqpsu!uisff!rvbsufst!bgufs!dpnqmfujpo! 6! pg!Tvcubtlt!3/3!boe!3/4!boe!dpoujohfou!vqpo!ibwjoh!uif!tfdujpot!qsfqbsfe!cz!uif! Efqbsunfou!gps!bu!mfbtu!pof!rvbsufs/! Tvcubtl!3/6/!!Gjobm!Sfqpsu! Uif!dpousbdups!xjmm!qsfqbsf!cbtfe!po!sfwjfx-!dpnnfou!boe!bqqspwbm!pg!b!esbgu!gjobm! sfqpsu-!uif!gjobm!Sfqpsu/!!Uif!gjobm!Sfqpsu!xjmm!cf!qsfqbsfe!jo!bo!fmfduspojd!boe!cpvoe! ibse!dpqz!gpsnbu/!!Uif!dpousbdups!xjmm!qsfqbsf!boe!tvcnju!36!dpqjft!pg!uif!gjobm!sfqpsu/! Ubtl!4/!!Qvcmjd!Pvusfbdi! Tvcubtl!4/2!Qvcmjd!Qsftfoubujpot! Uif!dpousbdups!xjmm!cf!fyqfdufe!qbsujdjqbuf!jo!nbljoh!gpvs!qvcmjd!qsftfoubujpot/!!Uif! dpousbdups!xjmm!cf!fyqfdufe!up!nblf!uxp!qsftfoubujpot!up!uif!Cvuuf!Dpvouz!Xbufs! Dpnnjttjpo! !pof!up!hjwf!b!Sfqpsu!pwfswjfx!bu!uif!jojujbujpo!pg!uif!qspkfdu!boe!tfdpoe! up!qsftfou!uif!gjobm!sfqpsu/!!Uif!dpousbdups!xjmm!cf!fyqfdufe!up!nblf!uxp!tjnjmbs! qsftfoubujpot!bu!qvcmjd!xpsltipqt/!!Uif!Efqbsunfou!xjmm!cf!sftqpotjcmf!gps!pshboj{joh! uif!nffujoht-!tfdvsjoh!uif!gbdjmjuz!boe!nbljoh!bqqspqsjbuf!bssbohfnfout/!!Uif! dpousbdups!xjmm!cf!mjnjufe!up!qsftfoujoh!ufdiojdbm!jogpsnbujpo!sfmbufe!up!jut!tdpqf!pg!xpsl/! Tvcubtl!4/3!Qvcmjd!Jogpsnbujpo!Tiffut! Uif!dpousbdups!xjmm!bttjtu!uif!Efqbsunfou!jo!uif!qspevdujpo!pg!uxp!qvcmjd!jogpsnbujpo! tiffut/!!Uif!gjstu!tiffu!xjmm!eftdsjcf!uif!qspkfdu!eftjho!boe!qvsqptf/!!Uibu!jogpsnbujpo! tiffu!xjmm!cf!qspevdfe!cz!uif!foe!pg!uif!gjstu!rvbsufs/!!Uif!tfdpoe!jogpsnbujpo!tiffu!xjmm! eftdsjcf!uif!gjobm!Sfqpsu!boe!xjmm!cf!qspevdfe!bu!uif!foe!pg!uif!qspkfdu/!!Uif! Efqbsunfou!xjmm!ejsfdu!uif!jogpsnbujpo!tiffu!dpoufou/!!Uif!dpousbdups!xjmm!bttjtu!jo!uif! jogpsnbujpo!tiffu!eftjho!boe!dpoufou/!!Uif!dpousbdups!xjmm!cf!sftqpotjcmf!gps!jogpsnbujpo! tiffu!mbzpvu!boe!qspevdujpo!pg!211!qsjoufe!nvmuj.dpmps!dpqjft!boe!bo!fmfduspojd!gpsnbu/! Ubtl!5;!!Qspkfdu!Nbobhfnfou0Benjojtusbujpo! Uif!dpousbdups!xjmm!cf!fyqfdufe!up!qsftfou!jut!bqqspbdi!up!nbobhjoh!uijt!qspkfdu! jodmvejoh!lfz!qfstpoofm-!qspkfdu!nbobhfnfou!dpouspmt-!cvehfujoh-!jowpjdjoh!boe! bttpdjbufe!dptut/! GPSNBU!GPS!QSPQPTBMT Sftqpotft!up!uif!Sfrvftu!gps!Qspqptbmt!nvtu!cf!nbef!bddpsejoh!up!uif!sfrvjsfnfout! tfu!gpsui!jo!uijt!tfdujpo-!cpui!gps!dpoufou!boe!gps!tfrvfodf/!Gbjmvsf!up!beifsf!up!uiftf! sfrvjsfnfout!ps!jodmvtjpo!pg!dpoejujpot-!mjnjubujpot!ps!njtsfqsftfoubujpot!jo!b!sftqpotf! nbz!cf!dbvtf!gps!sfkfdujpo!pg!uif!tvcnjuubm/!!Vtf!9.203„!y!22„!tiffut!)gpme!pvut!bsf! bddfqubcmf!gps!dibsut-!fud/*/!!Uzqf!tj{f!nvtu!cf!mbshf!fopvhi!up!cf!fbtjmz!mfhjcmf-!cvu! tibmm!opu!cf!tnbmmfs!uibo!21!qpjou/! B/!Dpvouz!Dpoubdu!Qfstpo;! Qspqptbmt!nvtu!cf!qiztjdbmmz!sfdfjwfe!cz!uif!Efqbsunfou!pg!Xbufs!boe!Sftpvsdf! Dpotfswbujpo!op!mbufs!uibo!Gfcsvbsz!36-!3124!bu!5;11!q/n/!!Tvcnju!pof!tjhofe-! tjohmf!tjefe-!vocpvoe!psjhjobm!boe!gpvs!)5*!dpnqmfuf!dpqjft!qsjoufe!po!uxp!tjeft!pg!uif! 7! tvcnjuubm!boe!gjwf!)6*!fmfduspojd!wfstjpot!po!EWEt!up;! Dpvouz!pg!Cvuuf!! Efqbsunfou!pg!Hfofsbm!Tfswjdft! Buuo;!ƒXbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!SGQ„! 3192!Tfdpoe!Tusffu! Pspwjmmf-!DB!:6:76.44:5! )641*!649.8476! Uijt!qfstpo!xjmm!tfswf!bt!uif!Dpvouz‚t!dpoubdu!qfstpo!gps!uijt!qspkfdu!xip!xjmm!bmtp! sftqpoe!ejsfdumz!xjui!uif!dpousbdups‚t!qspkfdu!nbobhfs!gps!rvftujpot-!jorvjsjft-!boe! dppsejobujpo/!!Qspqptfst!nbz!ejsfdu!jorvjsjft!sfhbsejoh!uijt!qspqptbm!up!Qbvm!Hpttfmjo! CDXbufsAcvuufdpvouz/ofu!ps!cz!qipof!bu!)641*!649.5454!cz!Gfcsvbsz!24-!3124/!!Tubgg! xjmm!qptu!sftqpotft!up!uif!rvftujpot!po!uif!Cvuuf!Dpvouz!xfctjuf!cz!Gfcsvbsz!33-! 3124/!Ep!opu!dpoubdu!puifs!Dpvouz!qfstpoofm!ps!tfmfdujpo!dpnnjuuff!nfncfst! sfhbsejoh!uijt!qspkfdu!ps!uif!tfmfdujpo!qspdfevsft/ C/!Nboebupsz!Dpoufou!boe!Tfrvfodf!pg!Tvcnjuubm;! Jo!psefs!gps!b!qspqptbm!up!cf!dpotjefsfe!cz!uif!Dpvouz-!ju!nvtu!dpoubjo!bmm!jogpsnbujpo! sfrvftufe!jo!uijt!tfdujpo/!!Bt!qspqptbmt!bsf!fyqfdufe!up!cf!dpodjtf-!jogpsnbujpo!offe! opu!cf!sfqfbufe!xjuijo!uif!qspqptbm!up!sfdfjwf!gvmm!dsfeju!evsjoh!fwbmvbujpo!pg!fbdi! tfdujpo/!!Uif!Dpvouz‚t!fwbmvbujpo!pg!fbdi!qspqptbm!xjmm!cf!b!xfjhiufe!upubm!cbtfe!po!uif! sfmbujwf!jnqpsubodf!pg!fbdi!tfdujpo!pg!uif!qspqptbm-!hjwfo!bt!qpjout!bgufs!fbdi!ifbejoh! jo!uif!ƒQspqptbm!Dpoufout„/! 2/!Dpwfs!Mfuufs! Tfdujpo!2!tibmm!cf!b!nbyjnvn!uxp.qbhf!Dpwfs!Mfuufs!boe!jouspevdujpo-!boe!tibmm! jodmvef!uif!obnf!boe!beesftt!pg!uif!pshboj{bujpo!tvcnjuujoh!uif!qspqptbm-!uphfuifs!xjui! uif!obnf-!beesftt!boe!ufmfqipof!ovncfs!pg!uif!dpoubdu!qfstpo!xip!xjmm!cf!bvuipsj{fe! up!nblf!sfqsftfoubujpot!gps!uif!pshboj{bujpo-!uif!Gjsn(t!gfefsbm!uby!JE!ovncfs!boe!b!mjtu! pg!tvcdpousbdupst-!jg!boz/!!Uif!dpwfs!mfuufs!tibmm!jodmvef!b!tubufnfou!uibu!uif!qspqptbm!jt! wbmje!gps!71!ebzt!bgufs!sfdfjqu/!!! 3/!Ubcmf!pg!Dpoufout! Tfdujpo!3!tibmm!cf!b!efubjmfe!Ubcmf!pg!Dpoufout!boe!tibmm!jodmvef!bo!pvumjof!pg!uif! tvcnjuubm-!jefoujgjfe!cz!tfrvfoujbm!qbhf!ovncfs!boe!cz!tfdujpo!sfgfsfodf!ovncfs!boe! tfdujpo!ujumf!bt!eftdsjcfe!ifsfjo/! 4/!Dpousbdups!Dbqbcjmjujft! Tfdujpo!4!tibmm!cf!b!nbyjnvn!pg!fjhiu!qbhft!)opu!jodmvejoh!sftvnft*!foujumfe! ƒDpousbdups!Dbqbcjmjujft„-!boe!tibmm!jodmvef!b!eftdsjqujpo!pg!uif!qspqptjoh!Gjsn‚t! sftpvsdft-!fyqfsjfodf-!boe!dbqbcjmjujft!bt!mjtufe!cfmpx!gps!tvddfttgvmmz!efwfmpqjoh!boe! dpnqmfujoh!uijt!qspkfdu!bt!xfmm!bt!sftvnft!pg!uif!tubgg!up!cf!bttjhofe!up!uif!qspkfdu/!! Tvcnju!jo!uif!psefs!jefoujgjfe!cfmpx;! b/!Cbdlhspvoe!boe!Fyqfsjfodf/!!Jo!uijt!tfdujpo-!eftdsjcf!zpvs!Gjsn‚t!cbdlhspvoe-! 8! jut!pshboj{bujpobm!tusvduvsf-!jefoujgz!efdjtjpo.nbljoh!spmft-!boe!xiz!uijt!jt! bewboubhfpvt!up!uif!qspkfdu/!!Eftdsjcf!uif!spmft!boe!cbdlhspvoe!pg!uif!eftjho! ufbn!mfbefs!boe!lfz!ufbn!nfncfst/!!Eftdsjcf!uif!Gjsn(t!efnpotusbufe! fyqfsjfodf!jo!efwfmpqjoh!boe!fyfdvujoh!tqfdjgjd!ubtlt!bttpdjbufe!xjui!uif! efwfmpqnfou!pg!uif!Cvuuf!Dpvouz!Xbufs!Jowfoupsz!Boe!Bobmztjt!Sfqpsu/! c/!Lfz!Qfstpoofm/!!Qspwjef!sftvnft!eftdsjcjoh!uif!cbdlhspvoe!boe!tubufnfou!pg! rvbmjgjdbujpot!gps!lfz!qfstpoofm!zpvs!Gjsn!xpvme!vtf!po!uijt!qspkfdu-!jodmvejoh!boz! tvcdpousbdupst!uibu!bsf!dpotjefsfe!bt!lfz!qfstpoofm!po!uijt!qspkfdu/!! d/!Tubufnfou!pg!Rvbmjgjdbujpot!gps!boz!tvcdpousbdupst/!!Jg! tvcdpousbdupst0tvcdpotvmubout!bsf!up!cf!vtfe-!uif!qsptqfdujwf!dpousbdups!nvtu! jodmvef!jo!uif!qspqptbm!b!eftdsjqujpo!pg!uif!xpsl!up!cf!epof!cz!fbdi! tvcdpousbdups0tvcdpotvmubou/!!Bmm!tvcdpousbdut!nvtu!cf!bqqspwfe!cz!uif!Dpvouz! boe!op!xpsl!tibmm!cf!tvcdpousbdufe!xjuipvu!qsjps!xsjuufo!bqqspwbm!pg!uif!Dpvouz/!! Ju!jt!fyqfdufe!uibu!uif!ejtdvttjpo!pg!tvcdpotvmubout!xjmm!bmtp!jodmvef!fyqfsjfodf! boe!sfgfsfodft!up!tjnjmbs!uzqft!pg!xpsl/! e/!Tdifevmjoh/!!Efmjofbuf!uif!qspkfdu!tdifevmjoh!qspdftt!zpvs!Gjsn!vtft/!!Vtf! tpnf!ps!bmm!pg!uif!qspkfdut!jo!uif!Fyqfsjfodf!Tvnnbsz!tfdujpo-!bt!xfmm!bt!puifs! qspkfdut!)jg!ofdfttbsz*-!bt!tqfdjgjd!fybnqmft-!xijdi!efnpotusbuf!zpvs!bcjmjuz!up! efmjwfs!zpvs!xpsl!po!ujnf/! 5/!Gjsn(t!Fyqfsjfodf!Tvnnbsz! Tfdujpo!5!tibmm!cf!b!nbyjnvn!pg!gpvs!qbhft!foujumfe!ƒGjsn(t!Fyqfsjfodf!Tvnnbsz„! )qmfbtf!mjnju!up!uisff!)4*!qspkfdut*-!boe!tibmm!csjfgmz!eftdsjcf!sfmbufe!qbtu!qspkfdut! dpnqmfufe!bmpoh!xjui!b!ejtdvttjpo!dpnqbsjoh!tjnjmbsjujft!xjui!uijt!qspqptfe!qspkfdu! jodmvejoh!lfz!tubgg!nfncfst!uibu!xpslfe!po!uif!qspkfdu!jodmvejoh!qspkfdu!ejsfdupst!boe! nbobhfst/!!Tfdujpo!5!tibmm!bmtp!dpoubjo!qspgfttjpobm!sfgfsfodft-!jodmvejoh!obnft!boe! ufmfqipof!ovncfst!gps!fbdi!tbnqmf!qspkfdu/!! 6/!Xpsl!Qmbo!boe!Tdifevmf! Tfdujpo!6!tibmm!cf!b!nbyjnvn!pg!fjhiu!qbhft!foujumfe!ƒXpsl!Qmbo„-!boe!xjmm!pvumjof!ipx! uif!dpousbdups‚t!ufbn!joufoet!up!qsfqbsf!boe!dpnqmfuf!bmm!ubtlt0tvcubtlt!jefoujgjfe!jo! uifjs!qspqptbm-!boe!boujdjqbufe!ujnfmjoft!gps!fbdi!ubtl!gps!uijt!qspkfdu/!!Uif!eftdsjqujpo! pg!ipx!uif!ubtlt!xjmm!cf!bdijfwfe!tibmm!cf!qsftfoufe!jo!b!mphjdbm-!joopwbujwf!nboofs! tvdi!uibu!ju!jt!dmfbsmz!voefstuppe!ipx!uif!qmbo!dbo!fggjdjfoumz!efmjwfs!hpbmt!pg!uif!qspkfdu/! Uif!qspkfdu!ibt!gjwf!ubtlt!up!dpwfs!bmm!btqfdut!pg!uif!qspkfdu/!!Fbdi!ubtl!jodmveft! efmjwfsbcmft!xijdi!xjmm!cf!uif!cbtjt!gps!qbznfout!up!uif!dpousbdups/!Qspqptbmt!xjmm! beesftt!pqujpobm!tvcubtlt!boe!nbz!joejdbuf!beejujpobm!ubtlt!ps!puifs!efwjbujpot!gspn! uif!Tdpqf!pg!Tfswjdft!jg!kvtujgjfe!cz!bo!fyqmbobujpo!pg!ipx!tvdi!beejujpobm!ps!npejgjfe! ubtlt!xpvme!sftvmu!jo!b!npsf!fggjdjfou!ps!dptu.fggfdujwf!nfbot!pg!dbsszjoh!pvu!uif!qspkfdu/! Uif!Xpsl!Qmbo!dbo!cf!gpsnbuufe!bt!b!esbgu!Tdpqf!pg!Xpsl!uibu!xpvme!cf!jodpsqpsbufe! bt!Buubdinfou!JJ!jo!uif!sftvmubou!dpousbdu/!!Uif!dpousbdups!tipvme!cf!dphoj{bou!pg!uif! ujnjoh!tqfdjgjfe!jo!dfsubjo!ubtlt!boe!cf!qsfqbsfe!up!gvmmz!eftdsjcf!uif!bcjmjuz!up!nffu!uif! 9! sfrvjsfe!tdifevmf!pg!tqfdjgjd!ubtlt/! Gps!npsf!jogpsnbujpo!po!jotvsbodf!sfrvjsfnfout-!sfgfs!up!SGQ!Fyijcju!B !Npefm! Dpousbdu/! Qspqptbmt!tipvme!ijhimjhiu!ubtlt!ps!bdujwjujft!uibu!nbz!efwjbuf!gspn!uif!qspqptfe! tdifevmf!boe!jefoujgz!xibu!nbz!cf!dbvtft!gps!efmbz!ps!vodfsubjoujft!xjuijo!uif! qspqptfe!tdifevmf/!!Tdifevmft!tipvme!tipx!tubsu!boe!gjojti!ebuft!gps!fbdi!ubtl-!boe! uif!tfrvfodf!boe!pwfsmbqqjoh!pg!ubtlt!boe!fwfout/!!Uijt!qspkfdu!tdifevmf!nvtu! efnpotusbuf!up!uif!Dpvouz‚t!tbujtgbdujpo!uibu!uif!qspqptfs!voefstuboet!xibu!jt!sfrvjsfe! up!qspwjef!bmm!uif!efmjwfsbcmft!gps!uif!qspkfdu/! Gps!npsf!jogpsnbujpo!po!uif!qspkfdu!tdifevmf-!sfgfs!up!SGQ!Fyijcju!C !Qspkfdu!Tdifevmf/! 7/!Dptu! Uif!dptu!qpsujpo!pg!uif!qspqptbm!tibmm!cf!gps!b!Gjsn!qsjdf!uibu!jefoujgjft!b!csfblpvu!pg!uif! qsjdjoh!gps!fbdi!Ubtl-!Tvcubtl!boe!Efmjwfsbcmf!pg!uif!qspqptfe!qspkfdu/!!Fbdi!qspqptbm! tibmm!jodmvef!b!opu!up!fydffe!qsjdf!gps!fbdi!pg!uiftf!efmjwfsbcmft/!!Uif!upubm!qspkfdu!xjmm! ibwf!b!tjohmf!opu.up.fydffe!dptu!ftujnbuf/!! Jg!bo!ipvsmz!sbuf!jt!rvpufe-!uif!boujdjqbufe!upubm!ovncfs!pg!ipvst!tipvme!cf!jodmvefe! bmpoh!xjui!b!opu.up.fydffe!qsjdf!gps!uif!qspkfdu/!Jefbmmz-!b!gff!tdifevmf!mjtujoh!fbdi! nfncfs!ps!dmbttjgjdbujpo!boe!uifjs!opsnbm!cjmmjoh!sbuft!tipvme!cf!jodmvefe!xjui!ipvsmz! sbuf!rvpuft/! TFMFDUJPO!QSPDFTT Uif!tfmfdujpo!dpnnjuuff!xjmm!jodmvef!sfqsftfoubujwft!gspn!uif!Cvuuf!Dpvouz!Efqbsunfou! pg!Xbufs!boe!Sftpvsdf!Dpotfswbujpo-!Cvuuf!Dpvouz!Xbufs!Dpnnjttjpo!boe!uif!Xbufs! Dpnnjttjpo!Ufdiojdbm!Bewjtpsz!Dpnnjuuff/!! Tfmfdujpo!xjmm!dpotjtu!pg!uxp!mfwfmt!pg!sfwjfx/!!Mfwfm!J!xjmm!dpotjtu!pg!fwbmvbujoh!uif! qspqptbmt!gps!uif!qvsqptf!pg!ftubcmjtijoh!uif!nptu!rvbmjgjfe!dpousbdupst/!!B! sfdpnnfoebujpo!nbz!cf!nbef!cbtfe!po!uif!Mfwfm!J!sfwjfx/!!Mfwfm!JJ!xjmm!cf!b!npsf!jo! efqui!sfwjfx!pg!uif!ijhiftu!rvbmjgjfe!dpousbdupst!boe!up!tfmfdu!uif!gjobmjtu/!!Uijt!mfwfm! nbz!jodmvef!b!sfrvftu!gps!b!qsftfoubujpo!gspn!uif!gjobmjtut-!qspqptbm!gbdu!gjoejoh!boe! ofhpujbujpo!pg!dpousbdu!ufsnt!boe!dpoejujpot/! Uif!dsjufsjb!gps!tfmfdujoh!uif!dpousbdups!sfdpnnfoefe!gps!tfmfdujpo!cz!uif!Cpbse!pg! Tvqfswjtpst!jt!qspwjefe!cfmpx;! ¸!Voefstuboejoh!boe!Bqqspbdi!€€€€€€€€€€€€€/!!!!!21!qpjout! ¸!Dbqbcjmjujft!pg!dpousbdups-!tvcdpousbdups-!tubgg!€€€€€/////!!!!41!qpjout! ¸!Xpsl!Qmbo!)Tdpqf*!€€€//€€€€€€€€€€€€€//€!!!!41!qpjout! ¸!Tdifevmf!€€€€€€€€€€€€€€€€€€€€€€!!!!!21!qpjout! ¸!Dptu!€€€€€€€€€€€€//€€€€€€€€€€€€!!!!31!qpjout :! HFOFSBM!! 2/!Boz!rvftujpot!sfmbufe!up!uijt!SGQ!bsf!up!cf!ejsfdufe!up!uif!Dpvouz!dpoubdu!qfstpo-! Qbvm!Hpttfmjo!bu!CDXbufsAcvuufdpvouz/ofu!ps!cz!qipof!bu!)641*!649.5454/!!Ep!opu! dpoubdu!puifs!Dpvouz!qfstpoofm!ps!Tfmfdujpo!Dpnnjuuff!nfncfst!sfhbsejoh!uijt! qspkfdu!ps!uif!tfmfdujpo!qspdfevsft/! 3/!Boz!boe!bmm!dptut!jodmvejoh!usbwfm-!jg!sfrvjsfe-!bttpdjbufe!xjui!uif!efwfmpqnfou!boe! efmjwfsz!pg!uif!SGQ!up!uif!Dpvouz!pg!Cvuuf!jt!uif!gvmm!sftqpotjcjmjuz!pg!uif!Gjsn!xjui!op! sfjncvstfnfou!evf!cz!uif!Dpvouz!pg!Cvuuf/! 4/!Bmm!xpsl!qfsgpsnfe!gps!uif!Dpvouz!pg!Cvuuf-!jodmvejoh!bmm!epdvnfout!bttpdjbufe!xjui! uif!qspkfdu-!tibmm!cfdpnf!uif!fydmvtjwf!qspqfsuz!pg!uif!Dpvouz!pg!Cvuuf/!! 5/!Bmm!jogpsnbujpo!boe!nbufsjbmt!tvcnjuufe!up!uif!Dpvouz!jo!sftqpotf!up!uijt!SGQ!nbz! cf!sfqspevdfe!cz!uif!Dpvouz!pg!Cvuuf!gps!uif!qvsqptf!pg!qspwjejoh!dpqjft!up! bvuipsj{fe!Dpvouz!qfstpoofm!jowpmwfe!jo!uif!fwbmvbujpo!pg!uif!Qspqptbmt-!cvu!tibmm! cf!fyfnqu!gspn!qvcmjd!jotqfdujpo!voefs!uif!Dbmjgpsojb!Qvcmjd!Sfdpset!Bdu!voujm!tvdi! ujnf!bt!b!Dpousbdu!jt!bxbsefe/!!Dpousbdu!bxbset!bsf!b!nbuufs!pg!qvcmjd!sfdpse/!!Podf! b!Dpousbdu!jt!fyfdvufe-!Qspqptbmt!tvcnjuufe!jo!sftqpotf!up!uijt!SGQ!bsf!tvckfdu!up! qvcmjd!ejtdmptvsf!bt!sfrvjsfe!cz!mbx/!!Zpvs!tvcnjttjpo!pg!b!Qspqptbm!jt!dpotjefsfe! zpvs!dpotfou!up!uif!Dpvouz‚t!ejtdmptvsf!pg!uif!Qspqptbm/!!Uif!Dpvouz!pg!Cvuuf!tibmm! opu!cf!mjbcmf!gps!ejtdmptvsf!pg!jogpsnbujpo!ps!sfdpset!sfmbufe!up!uijt!Tpmjdjubujpo/!!!! 6/!Uif!Gjsn!bhsfft!up!gjmf!uby!sfuvsot!boe!qbz!bmm!bqqmjdbcmf!ubyft!jodmvejoh!qpttfttpsz! vtf!ubyft!uibu!nbz!cf!mfwjfe!bt!b!sftvmu!pg!vtf!bt!nbobhfe!cz!uif!tfmfdufe!Gjsn/! 7/!Uif!Gjsn!tibmm!joefnojgz!boe!ipme!ibsnmftt!uif!Dpvouz!pg!Cvuuf-!jut!pggjdfst-! wpmvouffst!boe!fnqmpzfft!gspn!mjbcjmjuz!pg!boz!obuvsf!ps!ljoe!evf!up!uif!vtf!pg!boz! dpqzsjhiufe!ps!vodpqzsjhiufe!dpnqptjujpo-!usbef!tfdsfu-!qbufoufe!ps!voqbufoufe! jowfoujpo-!bsujdmf-!tfswjdf!ps!bqqmjbodf!gvsojtife!ps!vtfe!bt!b!sftvmu!pg!uijt! tpmjdjubujpo!boe!boz!qpufoujbm!tvctfrvfou!qvsdibtf!psefs!ps!dpousbdu/!!! 8/!Uif!pqfojoh!pg!qspqptbmt!jo!sftqpotf!up!uijt!SGQ!jt!opu!tvckfdu!up!buufoebodf!cz! uif!hfofsbm!qvcmjd/!Uijt!sftusjdujpo!jt!ofdfttjubufe!cz!uif!gbdu!uibu!uif!dpousbdu!bxbse! jt!tvckfdu!up!ofhpujbujpot-!boe!ju!xpvme!cf!vogbjs!gps!dpnqfujoh!dpnqbojft!up!lopx! uif!qsjdft!rvpufe!cz!pof!bopuifs/!! 9/!Uif!tvddfttgvm!Gjsn!nvtu!cf!qsfqbsfe!up!cfhjo!xpsl!qspnqumz!gpmmpxjoh!fyfdvujpo!pg! uif!dpousbdu!boe!jt!fyqfdufe!up!dpnqmfuf!uif!qspkfdu!jo!jut!foujsfuz/! DPVOUZ!PG!CVUUF!SFTFSWFE!SJHIUT! 2/!Jttvbodf!pg!uijt!SGQ!jo!op!xbz!dpotujuvuft!b!dpnnjunfou!cz!uif!Dpvouz!pg!Cvuuf!up! bxbse!b!dpousbdu/!!Jg!uif!Dpvouz!efufsnjoft!ju!jt!jo!uif!cftu!joufsftu!up!ep!tp-!op!Gjsn! nbz!cf!tfmfdufe!boe!op!dpousbdu!nbz!cf!fyfdvufe/! 3/!Vqpo!bddfqubcmf!qsjdjoh!ofhpujbujpot!boe!dpousbdu!bxbse-!uif!Gjsn!tibmm!cf!sfrvjsfe! up!fyfdvuf!uif!tuboebse!Dpvouz!pg!Cvuuf!Dpousbdu/!!Uif!Dpvouz!pg!Cvuuf!nbz!npejgz! uif!dpousbduvbm!sfrvjsfnfout!pg!uif!dpousbdu!qsjps!up!fyfdvujpo!pg!b!dpousbdu!gps! tfswjdft/!!! 4/!Uif!Dpvouz!pg!Cvuuf!sftfswft!uif!sjhiu!up!sfrvftu!beejujpobm!jogpsnbujpo!gspn!Gjsnt! uibu!ibwf!tvcnjuufe!qspqptbmt!jo!sftqpotf!up!uijt!SGQ!boe!up!foufs!joup!ofhpujbujpot! xjui!npsf!uibo!pof!Gjsn-!ps!up!bxbse!b!qvsdibtf!psefs!ps!dpousbdu!up!uif!Gjsn!xjui! uif!nptu!gbwpsbcmf!rvpubujpo!xjuipvu!dpoevdujoh!ofhpujbujpot/!!Uifsfgpsf-!uif!nptu! 21! gbwpsbcmf!cjmmjoh!sbuf!gps!lfz!qptjujpot!tipvme!cf!jodmvefe!jo!uif!psjhjobm!sftqpotf!up! uijt!SGQ/!!! 5/!Uif!Dpvouz!pg!Cvuuf!sftfswft!uif!sjhiu!up!sfkfdu!boz!ps!bmm!Qspqptbmt!sfdfjwfe!jg!uif! Dpvouz!efufsnjoft!uibu!ju!jt!jo!uif!Dpvouz‚t!cftu!joufsftu!up!ep!tp/!!Gvsuifs-!uif! Dpvouz!pg!Cvuuf!nbz!dbodfm!ps!bnfoe!uijt!SGQ!bu!boz!ujnf!boe!nbz!tvcnju!tjnjmbs! tpmjdjubujpot!jo!uif!gvuvsf/! 6/!Uif!Dpvouz!pg!Cvuuf!nbz!sfkfdu!boz!Qspqptbm!uibu!epft!opu!nffu!bmm!pg!uif! nboebupsz!sfrvjsfnfout!pg!uijt!SGQ-!jt!dpoejujpobm!ps!jt!jodpnqmfuf/!! 7/!Uif!Dpvouz!pg!Cvuuf!nbz!sfrvftu!dmbsjgjdbujpo!pg!boz!tvcnjuufe!jogpsnbujpo!boe!nbz! sfrvftu!beejujpobm!jogpsnbujpo!po!boz!ps!bmm!sftqpotft!qspwjefe!boe!nbz!xbjwf! njops!jodpotjtufodjft!effnfe!up!cf!jssfmfwbou/!!! 8/!Cvuuf!Dpvouz!nbz!foufs!joup!ofhpujbujpot!xjui!pof!ps!npsf!gjsnt/! 9/!Cvuuf!Dpvouz!nbz!bxbse!npsf!uibo!pof!dpousbdu!jg!ju!jt!jo!uif!cftu!joufsftu!pg!uif! Dpvouz<! QSPQPTBM!XJUIESBXBM-!FSSPST!BOE!QSPUFTUT! Uif!xjuiesbxbm!pg!boz!Qspqptbm!nvtu!cf!nbef!jo!xsjujoh!qsjps!up!uif!sfrvjsfe! tvcnjttjpo!ebuf!boe!ujnf-!boe!nvtu!cf!tjhofe!cz!bo!bvuipsj{fe!sfqsftfoubujwf!pg!uif! Gjsn/!Bo!fssps!jo!uif!Qspqptbm!Tvcnjttjpo!nbz!dbvtf!uif!sfkfdujpo!pg!uibu!Qspqptbm/!! Ipxfwfs-!uif!Gjsn!nbz!tvcnju!b!ofx!ps!npejgjfe!Qspqptbm!qsjps!up!uif!Qspqptbm! tvcnjttjpo!ebuf!boe!ujnf/! Gjsnt!uibu!tvcnjuufe!b!Qspqptbm!cvu!xfsf!votvddfttgvm!jo!uif!buufnqu!up!pcubjo!b!dpousbdu! nbz!sfrvftu-!jo!xsjujoh-!b!efcsjfgjoh!gspn!uif!Dpvouz!pg!Cvuuf!dpoubdu!mjtufe!bcpwf/!!Gjsnt! uibu!ibwf!sfdfjwfe!b!efcsjfgjoh-!cvu!dpoujovf!up!gffm!bhhsjfwfe!jo!dpoofdujpo!xjui!uif! tpmjdjubujpo!ps!bxbse!pg!b!dpousbdu!nbz!tvcnju!b!qspuftu!up!uif!Dpvouz!pg!Cvuuf-!Hfofsbm! oe Tfswjdft-!3192!3 !Tusffu-!Pspwjmmf-!DB!:6:76.4524/!!Bmm!qspuftut!nvtu!cf!nbef!jo!xsjujoh-! tjhofe!cz!bo!joejwjevbm!bvuipsj{fe!up!tjho!uif!tvcnjuufe!qspqptbm!boe!nvtu!dpoubjo!b! tubufnfou!pg!uif!sfbtpo)t*!gps!uif!qspuftu!djujoh!uif!mbx-!svmf-!sfhvmbujpo!ps!qspdfevsf!po! xijdi!uif!qspuftu!jt!cbtfe/!!Qpufoujbm!Gjsn!dbqbcjmjujft-!qspqptbm!dibsbdufsjtujdt!boe!0!ps! qsjdjoh!gfbuvsft!uibu!xfsf!opu!jodmvefe!jo!uif!Gjsn‚t!Qspqptbm!tibmm!opu!cf!jouspevdfe!evsjoh! uif!qspuftu!qspdftt/!!Up!cf!dpotjefsfe-!uif!qspuftu!nvtu!cf!tvcnjuufe!xjuijo!tfwfo!)8*! xpsljoh!ebzt!gpmmpxjoh!uif!efcsjfgjoh/! NPEFM!DPOUSBDU Uif!Gjsn!tfmfdufe!tibmm!cf!fyqfdufe!up!fyfdvuf!b!dpousbdu!tvctuboujbmmz!bt!uif!pof! tipxo!bt!Fyijcju!B/!!!Uif!dpousbdups!boe!boz!tvcdpousbdupst!xjmm!cf!sfrvjsfe!up!dpnqmz! xjui!uif!sfrvjsfnfout!pg!uif!Esvh.Gsff!Xpslqmbdf!Bdu!pg!2::1!)Hpwfsonfou!Dpef!9461! fu!tfr/*/! FYIJCJUT!BOE!JOGPSNBUJPO! Fyijcju!B;!!!!!Npefm!Dpousbdu! Fyijcju!C;!Qspkfdu!Tdifevmf! 22! Qspqptfst!bsf!fodpvsbhfe!up!pcubjo!uif!gpmmpxjoh!sfgfsfodft;! 2/!Cvuuf!Dpvouz!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!)3112*! 3/!Cvuuf!Dpvouz!Vscbo!boe!Bhsjdvmuvsbm!Xbufs!Efnboe!Gpsfdbtu!)3115*! 4/!Cvuuf!Dpvouz!Hspvoexbufs!Jowfoupsz!)EXS!3116*! 5/!Cvuuf!Dpvouz!Hspvoexbufs!Nbobhfnfou!Qmbo!)3115*! Qspqptfst!bsf!fodpvsbhfe!up!sftfbsdi!epdvnfout!sfmbufe!up!uijt!qspkfdu!po!uif!Cvuuf! Dpvouz!Efqbsunfou!pg!Xbufs!boe!Sftpvsdf!Dpotfswbujpo!xfctjuf;! iuuq;00xxx/cvuufdpvouz/ofu0xbufsboesftpvsdf/! UJNJOH!BOE!TDIFEVMF Uif!gpmmpxjoh!ujnjoh!boe!tdifevmf!bsf!ftujnbufe!boe!bsf!tvckfdu!up!dibohf/! Gfcsvbsz!36-!3124!.!Bmm!sftqpotft!up!uijt!SGQ!nvtu!cf!tvcnjuufe!po!pscfgpsf! 5;11!q/n/! Nbsdi!5.26-!3124€!Tfmfdujpo!dpnnjuuff!xjmm!dpoevdu!uif!Mfwfm!J!sfwjfx!uibu!xjmm! dpotjtu!pg!fwbmvbujoh!uif!qspqptbmt!gps!uif!qvsqptf!pg!ftubcmjtijoh!uif!nptu! rvbmjgjfe!dpousbdupst/!!Uif!Tfmfdujpo!dpnnjuuff!nbz!efdjef!po!b!sfdpnnfoebujpo! gps!bxbsejoh!uif!dpousbdu!jo!uif!Mfwfm!J!sfwjfx/!!! Nbsdi!26.33-!3124!€!Jg!offefe-!uif!Tfmfdujpo!Dpnnjuuff!xjmm!dpoevdu!uif!Mfwfm!JJ! sfwjfx/!!Uif!Mfwfm!JJ!sfwjfx!xjmm!cf!gps!up!tfmfdu!uif!gjobmjtu!gspn!b!tnbmm!qppm!pg! dboejebuft/!!Uijt!mfwfm!nbz!jodmvef!b!sfrvftu!gps!b!qsftfoubujpo!gspn!uif!gjobmjtut-! qspqptbm!gbdu!gjoejoh!boe!ofhpujbujpo!pg!dpousbdu!ufsnt!boe!dpoejujpot/! Bqsjm!3124!€!Uif!Tfmfdujpo!Dpnnjuuff!qsfqbsft!b!sfdpnnfoebujpo!up!uif!Cvuuf! Dpvouz!Cpbse!pg!Tvqfswjtpst/! Bqsjm!34-!3124!€!Dpousbdu!bxbsefe/! !! 23! REQUEST FOR PROPOSALS Completion of Groundwater Sustainability Plans (GSP) for the Butte, Vina and Wyandotte Creek Subbasins (RFP 59-20) RFP Publication Date: January 30, 2020 RFP Submission Deadline Date: February 28, 2020 at 5:00PM Issued by: Paul Gosselin, Director Butte County Department of Water and Resource Conservation 308 Nelson Avenue Oroville, California 95965- 530-552-3595 BCWater@buttecounty.net Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 1 of 32 Table of Contents 1) RESPONDENT ADMONISHMENT ............................................................................ 3 2) INTRODUCTION ....................................................................................................... 3 3) BACKGROUND ......................................................................................................... 3 4) SCOPE OF SERVICES ............................................................................................. 5 5) FORMAT FOR PROPOSALS .................................................................................. 11 6) SELECTION PROCESS .......................................................................................... 13 7) SUBMITTAL EVALUATION ..................................................................................... 14 8) RULES OF PROCUREMENT .................................................................................. 14 9) COUNTY NOTICES ................................................................................................. 15 10) MODEL CONTRACT .............................................................................................. 17 11) DISCLOSURE OF INFORMATION ......................................................................... 17 12) EXHIBIT A, MODEL CONTRACT ........................................................................... 18 13) EXHIBIT B, WORK PLAN......29 Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 2 of 32 1) RESPONDENT ADMONISHMENT Respondents are reminded that it is their responsibility to: Read carefully all of the content of this entire document and address all requirements and follow all procedures of this Request for Proposal (RFP). Ask for clarification before final due date of questions. Immediately inform the County of any problems with this Solicitation. Be complete in response. Submit all responses by the required dates and times. 2) INTRODUCTION The County of Butte (County) is seeking a firm to conduct specific tasks for the project ill the requirements of the Sustainable Groundwater Management Act (SGMA). The project will be administered by the County of Butte Department of Water and Resource Conservation on behalf of the groundwater sustainability agencies (GSA) in the Butte, Vina and Wyandotte Creek subbasins utilizing a Proposition 1 grant. Butte County intends to award a contract to a firm that will meet our qualification criteria and has successfully performed services on similar projects in the past. The successful firm will be required to enter into a contract with the County for the services requested in this Request for Proposals (RFP) within a reasonable time after award. A firm submitting a proposal must be prepared to use the County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; and (8) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected respondent. Respondents should list any exception(s) to the Model Contract in a separate section of their proposal. 3) BACKGROUND Butte County, on behalf of the GSAs in the Butte, Vina and Wyandotte Creek subbasins, received a Proposition 1 grant to develop Groundwater Sustainability Plans (GSPs) for each of the three subbasins. Development of the GSPs under the terms of the Proposition 1 grant began in 2018 through the project entitled, Development of the Basin Setting for Groundwater Sustainability Plans (Basin Setting Project). The Basin Setting Project will produce technical work required to support the development and completion of the Basin Settings portion of the GSP in Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 3 of 32 each of the three subbasins by March, 2020. This work will contribute to the final GSP suitable for submittal to the Department of Water Resources (DWR) as mandated by the Sustainable Groundwater Management Act (SGMA), in each of the three subbasins. This RFP seeks a Contractor to utilize the work from the Basin Setting Project and other materials to conduct analyses and complete the GSPs for the three subbasins. This RFP includes portions of Tasks 2.09, 2.10, 2.15, 2.16, 2.17, 2.18, 2.20 and 2.23 described in Exhibit B Work Plan of the Prop 1 GSP Grant Agreement. The GSPs must be completed and suitable for submission to DWR by January 30, 2022. The Contractor should prepare a schedule and budget for each GSP. About the Butte, Vina and Wyandotte Creek Subbasins All of the GSAs have committed to develop and implement a single GSP in their respective subbasin. The Butte and Vina subbasins have more than one GSA. In these subbasins, the GSAs are entering into a Cooperation Agreement that will lead to developing a single GSP. In the Wyandotte Creek subbasin, the Wyandotte Creek GSA is the exclusive GSA for the subbasin. Within each subbasin, the GSAs desire to consider and will likely establish specific Management Areas. Pursuant to subbasin for which a GSP may identify different minimum thresholds, measurable objectives, monitoring, or projects and management actions based on differences in water use sector, water source type, geology, aquifer characteristics, or other factors. Deliverables for each chapter or Management Area are referenced in specific tasks. The relevan Butte Subbasin There are 11 GSAs in the Butte subbasin. The Butte GSAs may form Management Areas as part of the Butte Subbasin GSP. The decision to form Management Areas will be made after the Basin Setting Project is completed. Vina Subbasin The Vina subbasin has two GSAs, the Vina GSA and the Rock Creek Reclamation District GSA. The Vina GSA intends to utilize three Management Areas. The development of the North Vina Management Area and the Rock Creek GSA chapter will be done through a coordinated effort. Chapter 1: North Vina Management Area & Rock Creek Reclamation District Groundwater Sustainability Agency Chapter 2: Chico Management Area Chapter 3: South Vina Management Area Wyandotte Creek Chapter 1: Oroville Management Area Chapter 2: South Wyandotte Creek Management Area Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 4 of 32 Materials Respondents are expected to be familiar with the Sustainable Groundwater Management Act, regulations and DWR guidance documents. Efforts will focus on the tasks of the Proposition 1 Planning Grant awarded to Butte County on behalf of the other GSAs in the Butte, Vina and Wyandotte Creek subbasins (Exhibit B). The tasks will build upon previous work conducted to develop other portions of the GSPs including the Development of the Basin Setting for Groundwater Sustainability Plans project. 4) SCOPE OF SERVICES The County anticipates that the firm selected for this work shall complete the tasks in the following Scope of Work in a manner and schedule that complies with requirements and deadlines in SGMA. However, the County will give due consideration to alternative approaches for conducting the requested Completion of the GSPs for the Butte, Vina and Wyandotte Creek Subbasins. The Completion of the GSPs for the Butte, Vina and Wyandotte Creek Subbasins is designed to conduct technical and administrative work required to support the development and completion of a single GSP in each of the three subbasins. This work will result in a final GSP suitable for submittal to DWR through the GSP Portal as mandated by the SGMA legislation and regulations, in each of the three subbasins. The County anticipates that the firm selected for this work shall complete the tasks described below. Many of the tasks are tied directly to GSP content and organized by Subarticle 5 of the GSP Regulations, with subtasks based on individual sections of Subarticle 5. However, the County will give due consideration to alternative approaches for conducting the requested Completion of the GSPs for the Butte, Vina and Wyandotte Creek Subbasins in the three subbasins. The deliverables are expected to meet the requirements stated in the GSP regulations, the GSP submission portal and follow DWRs Best Management Practices and other guiding documents, as applicable. The Contractor is expected to present its approach to each of the following tasks. Task 1. Project Management/Administration The Contractor will be expected to present its approach to managing this project including key personnel, quarterly reporting, project management controls, budgeting, invoicing and associated costs consistent with completing projects funded by State grants. Task 2. Stakeholder Engagement The GSAs in the Butte, Vina and Wyandotte Creek subbasins have established advisory committees/boards. The GSAs are committed to engage stakeholders on GSP development through an advisory committee/board and/or public workshops. The advisory committee/board meetings and public workshops will be administered by the County and/or applicable GSA staff, and a facilitator. The Contractor will provide Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 5 of 32 technical information and make presentations to advisory committee/board meetings or at public workshops during the development of the GSP. Each meeting is anticipated to last 2 hours. The Contractor is expected to attend three (3) public meetings for the Butte GSP, five (5) public meetings for the Vina GSP, three (3) public meetings for the Wyandotte Creek GSP. Task 3. GSP Development and Completion Prepare a total of three GSPs; one each for the Butte, Vina and Wyandotte Creek subbasins, respectively, that complies with SGMA requirements in a format suitable for inclusion in each GSP and the GSP Portal. Task 3.1. GSP Information The Contractor will prepare the GSP Information section for each GSP including general information, agency information, description of plan area, and notice and communication. Documentation of public comments and responses will be conducted throughout GSP development and adoption. Deliverable: 1. All items comply with SGMA requirements and in a format suitable for inclusion in each GSP and the GSP Portal. Task 3.2. Sustainable Management Criteria The Contractor will develop Sustainable Management Criteria including the Sustainability Goal (§ 354.24), Undesirable Results (§ 354.26.), Minimum Thresholds (§ 354.28), Measureable Objectives (§ 354.30.) for each subbasin chapter. The completion of this task will require consultation with applicable advisory committee/board meetings and/or through public workshops in each subbasin. The meetings will be managed by County and/or GSA staff and a facilitator. The number of anticipated meetings and responsibilities of the Contractor is found in Task 2. The Sustainable Management Criteria includes the development of each of the following subtasks: Subtask 3.2.1. Sustainability Goals The Contractor will develop Sustainability Goals for each subbasin. The Sustainability Goal task requires the following activities: 1. Preparation of general description of sustainability goals. 2. Description of information from basin setting to establish goals. 3. Description of measures to ensure operation within sustainable yields. 4. Description of how sustainability goals will be achieved within the 20-year planning horizon. Deliverables: 1. Memo describing the development process and the final sustainability goals for each subbasin. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 6 of 32 2. Sustainability goal descriptions compliant with SGMA regulations and in a format suitable for inclusion in each GSP and the GSP Portal. Subtask 3.2.2 Undesirable Results (§ 354.26.) The Contractor will develop undesirable results criteria for the chapters within each subbasin. Initial qualitative descriptions of significant and unreasonable effects from the groundwater conditions will be developed through a collaborative, public process informed by technical data and analysis based on the basin setting, monitoring network, and other information. A description will be developed of how groundwater conditions throughout the subbasin may lead to, or has led to undesirable results based on information contained in the basin setting, models, and other data as appropriate. The identification of undesirable results criteria will include the following activities: 1. Description of processes and criteria to define undesirable results (URs) 2. Description of existing or potential URs, including: a. Existing/potential causes of URs. b. Quantitative criteria based on a combination of minimum threshold (MTs) exceedances to define when and where URs occur. c. Potential effects of URs on the beneficial uses and users of groundwater, land uses, property interests and other potential effects. Deliverables: 1. Memo describing the development process for the UR criteria and the final UR criteria for each subbasin. 2. Undesirable Results descriptions thresholds that complies with SGMA requirements and in a format suitable for inclusion in each GSP and the GSP Portal. Subtask 3.2.3 Minimum Thresholds (§ 354.28) The Contractor will develop minimum threshold criteria for the chapters within each subbasin. Minimum thresholds (MTs) will be established through a facilitated public process informed by technical data and analysis based on the basin setting, monitoring results, and other information. One goal of this portion of the planning process will be to establish MTs for groundwater levels as the representative measurement for multiple sustainability indicators. As part of this subtask, an appraisal of MTs will be conducted to determine whether MTs are currently exceeded or are likely to be exceeded in the future. The MT appraisal may include an economic evaluation of varying potential MTs and will inform the development of Measurable Objectives and Project and Management Actions. This subtask will include the following activities: 1. Establishment of MTs based on: a. Information and criteria to establish and justify MTs. b. The relationship between MTs for each sustainability indicator. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 7 of 32 c. How MTs have been selected to avoid URs within the subbasin as well as adjacent subbasins. d. How MTs may impact other beneficial uses and users of groundwater or land uses and property interests. 2. Description of how other (State, Federal, etc.) standards relate to MTs. 3. Description of how each MT will be quantified consistent with Monitoring Networks. Deliverables: 1. Memo describing the process by which the MTs were developed, the results of the appraisal of the MTs, and the MTs for each subbasin. 2. Description of Minimum thresholds that complies with SGMA requirements and in a format suitable for inclusion in each GSP and the GSP Portal. Subtask 3.2.4 Measureable Objectives (§ 354.30.) The Contractor will develop measurable objectives criteria for the chapters within each subbasin. Measurable objectives (MO) and interim milestones (IM) as required in the GSP regulations will be established through a facilitated public process informed by technical data and analysis based on the basin setting, monitoring results, and other information. MOs will be based on the Minimum Threshold for each sustainability indicator. Interim milestones will be established for some MOs to achieve sustainability in 20 years. This subtask will include the following activities: 1. Establishment of MOs for each sustainability indicator or description of how a representative MO serves as a MO for other sustainability indicator(s). 2. Description of the establishment of a reasonable margin of operational flexibility. 3. Establishment of interim milestones for MO that are exceeded or are likely to be exceeded, that describes a reasonable path to sustainability for the 20-year planning horizon. Deliverables: 1. Memo describing the process by which the MOs were developed and the MOs for each subbasin. 2. Description of Measurable Objectives thresholds that complies with SGMA requirements and in a format suitable for inclusion in each GSP and the GSP Portal. Subtask 3.2.5 Sustainable Yield The Contractor will develop a sustainable yield for each subbasin based upon the basin setting and the sustainable management criteria. Deliverable: 1. Memo describing the sustainable yield for each subbasin in a format suitable of inclusion in each GSP and the GSP Portal. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 8 of 32 Task 4. Monitoring Network Task 4.1 Representative Monitoring The Contractor will develop a representative monitoring plan for the chapters within each subbasin. Existing monitoring sites and new monitoring sites identified through the Basin Setting Project will be considered for classification as representative monitoring sites based on a collaborative process to define management areas, MTs, MOs, and IMs, and additional technical data. This subtask will include the following activities: 1. Designation of representative monitoring sites. 2. Evaluation of adequacy of groundwater levels as proxy for other sustainability indicators. 3. Description of adequacy of various monitoring sites to represent general conditions within the area. Deliverable: 1. Memo describing the Representative Monitoring sites, including supporting information justifying why each site reflects general conditions in the area in a format suitable of inclusion in each GSP and the GSP Portal. Task 4.2 Assessment and Improvement of Monitoring Network Using documentation from the Basin Setting Project, this task will finalize an evaluation of the data gaps in the existing monitoring network and the uncertainty within the network. The assessment will address the number and locations of monitoring sites, monitoring frequencies and the quality of the data collected. This subtask will include the following activities: 1. Update of initial data gap action plan from the Basin Setting Project. 2. Evaluation of uncertainties and potential effect of GSP success. 3. Modification of frequency and/or density of monitoring sites, as needed. Deliverables: 1. Assessment of the number and locations of monitoring sites, monitoring frequencies and the quality of the data collected, as required by the Regulations for inclusion in the GSP. 2. Recommendations for improvements to the monitoring network. Task 5. Projects and Management Actions (§ 354.44) Based upon a list of potential projects and actions provided by the County in coordination with the GSAs, the Contractor will identify and develop projects and management actions (PMAs) determined to achieve sustainability goals for each subbasin. Identification and discussion of PMAs in each of the subbasins will be initiated early in GSP development through a collaborative, facilitated public process. Based on this process and initial screening, selected PMAs will be further defined and evaluated. Selected PMAs will be evaluated using the Integrated Hydrologic Model to Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 9 of 32 evaluate project impacts on groundwater conditions and related sustainability indicators to support quantification of project benefits. This subtask will include the following activities: 1. Development of a list of projects and management actions (PMAs) designed to achieve sustainability goals. 2. Description of potential PMAs, including: a. Lists of PMAs and associated MOs, including circumstances for implementation/termination and processes for determining associated conditions that have occurred and for notifying the public and other agencies. b. Quantification of demand reduction or other methods to reduce overdraft. c. Required permitting and associated regulatory processes. d. Status of each PMA, including timeline for implementation and accrual of benefits. e. Explanation of PMA benefits and process for evaluation. f. Explanation of how PMA will be accomplished, including source and reliability of additional water supplies. g. Description of required legal authorities. h. Description of estimated cost and financing, as well as potential beneficiaries of each project. i. Description of management of extractions and recharge to ensure lowering of groundwater levels during drought is offset by increases during other periods. Deliverables: 1. Memo describing the process by which the PMAs were developed 2. Formatting of PMAs for each subbasin that complies with SGMA requirements and in a format suitable for inclusion in the GSPs and the GSP Portal. Task 6. Interbasin Evaluation The Contractor will evaluate whether the Butte, Vina and Wyandotte Creek GSPs and t implement its proposed GSP or impede the ability to achieve its proposed sustainability goal. The Contractor may choose to utilize regional modelling approaches or present other methodologies for evaluation. Deliverables: 1. Memo evaluating the effect of the three subbasin GSPs and those adjacent subbasin GSPs. 2. Documentation of Interbasin Evaluation for each subbasin that complies with SGMA requirements and in a format suitable for inclusion in the GSPs and the GSP Portal. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 10 of 32 Task 7. GSP Document Preparation and Adoption The Contractor will prepare draft and final GSP documents for review and adoption. In addition to compiling various sections of the GSP content, the Contractor will assure that each section of each GSP complies with SGMA requirements and is suitable for inclusion in the GSPs and the GSP Portal. Copies of the draft GSPs will be produced and distributed for public review by decision-makers and other stakeholders within each of the subbasins. This subtask will include adoption of the GSP by the appropriate GSAs at one or more public hearings. This subtask will include the following activities: 1. Assemble draft GSP. 2. Distribute final draft GSP for public review, gather and incorporate public comments if appropriate, and facilitate GSP adoption by appropriate GSA(s). Deliverables: 1. Draft and final GSP documents in compliance with GSP regulations and suitable for submission in the GSP Portal. 2. Public hearing notice, agenda, minutes. Task 8. Annual Report The Contractor will develop an annual report for each subbasin in compliance with the GSP regulations (§356.2 and §354.40 and considering §355.6). The Annual Report is st due on April 1 of each year. The draft Annual Report must be submitted to the County for review by November 1, 2021. The final Annual Reports must be completed by February 1, 2022. Butte County is required through the Groundwater Conservation Ordinance to submit to the Board of Supervisors an annual report on groundwater conditions. The Contractor will develop the annual report in compliance with SGMA and the Butte County Groundwater Conservation Ordinance. Deliverables: 1. Annual Report in compliance and in a format suitable for GSP submission and compliant with the Butte County Groundwater Conservation Ordinance. 2. Memorandum describing how the specific components were drafted including database, graphs, etc. 3. Files and data used to develop the Annual Report. 5) FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements, or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8- outs are acceptable for charts, etc.). Type size must be large enough to be easily legible, but shall not be smaller than 10 point. The County shall receive all Submissions no later than February 28, 2020 at 5:00PM. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 11 of 32 a) The response shall include a cover letter, a table of contents and all items listed below and shall be in the following format: Submissions shall contain one (1) signed, unbound original and three (3) hard copies, printed material on 8-1 One (1) electronic copy shall also be provided in CD or thumb drive format. Submissions shall be in the order noted below. Submissions may also include color and fold out charts and graphs. Mandatory Content and Sequence of Submittal: i) Cover Letter shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the respondent submitting the proposal, together with the name, address and telephone number of the contact person who will be authorized to make representations for the respondent, the respondent's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 90 days after receipt. ii) Table of Contents shall be a detailed Table of Contents and shall include an outline of submittal, identified by sequential page number and by section reference number and section title as described therein. iii) Respondent shall be a maximum of eight pages (not including resumes) in length and shall describe the respondent carrying out the tasks related to groundwater sustainability plans. Experience and focus in the public sector is of vital importance. The County is looking to partner with a firm that has years of experience providing technical information and data related to groundwater management and SGMA compliance. Experience with water agencies in the Sacramento Valley should be noted. A resume(s) should be included for any key personnel to be assigned to this project. The proposal shall also include the timeline for completing all required tasks. Describe related past projects completed along with a discussion comparing similarities with this proposed project. Please provide a comprehensive narrative history of the firm and its experience in developing and completing GSPs for GSAs. This section shall also contain a comprehensive list of references preferably including municipalities or government agencies wherein similar services were performed. At a minimum, the following information must be included for each client reference: Client name, address, contact person name, telephone number, fax number and email address. Detailed description of services provided similar to the services outlined in Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 12 of 32 the Draft Scope of Work. iv) Firm Capabilities shall be a maximum of four (4) resources for successfully developing and completing this project. v) Cost shall detail the cost portion of the proposal. Respondent shall provide pricing based on personnel, indirect and other related charges. Respondent shall provide an itemized breakdown of all costs associated with the project. Prices quoted shall be valid for at least ninety (90) days following the proposal submission deadline and if a contract is entered into as a result of this RFP, shall become fixed for the term of the contract. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. vi) Draft Scope of Work incorporation in the Model Contract as the final contract to be awarded to the successful respondent. This is the document in which the proposing respondents are requested to describe the work they will perform to complete this project. Should there be any tasks that are expected to be performed by the County, these should also be clearly described as County tasks in the Draft Scope of Work. If the proposing respondent included a not-to-exceed price in the proposal, proposed billing rate for all reimbursable expenses should be included in the Draft Scope of Work. 6) SELECTION PROCESS The selection committee may include representatives from the Butte County Department of Water and Resource Conservation, the Vina Groundwater Sustainability Agency, the Wyandotte Creek Groundwater Sustainability Agency and one or more GSAs from the Butte subbasin. The criteria for selecting the firm is provided below: a. Experience and References. Does the Respondent have sufficient similar experience in the kind of work required? Does the Respondent have a reputation of being reliable, delivering on schedule and performing tasks to the satisfaction of its clients? b. Capabilities. Does the Respondent have the resources and capability to carry out the tasks associated with the project? Did the Respondent provide alternative approaches that would increase the efficiency and effectiveness of the project? Does the Respondent have sufficient capacity and ability to meet the needs of the project? c. Scope of Work. Will the proposed scope of work achieve SGMA compliant GSPs? Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 13 of 32 d. Cost. Are the costs reasonable for the proposed tasks? e. Schedule. Does the schedule reflect adequate time for public participation and meeting the SGMA deadlines? The County may discuss the proposals and negotiate modifications of the proposal, draft scope of work, terms and conditions and pricing with the prospective firm as a part of the selection process. 7) SUBMITTAL EVALUATION Overall criteria used to evaluate responses to include: Criteria Weight Experience and References 25% Capabilities 20% Scope of Work 25% Cost 25% Schedule 5% Total 100% Selection may consist of two levels of review. Level I will consist of evaluating the proposals for the purpose of establishing the most qualified respondents. Level II will be used to select the finalist. This level may include a request for a presentation/demonstration from the finalists, proposal fact finding and negotiation of contract terms and conditions at no cost to the County. The presentation/demonstration may be web-based. The County may discuss the proposals and negotiate modifications of the proposal, draft scope of work, terms and conditions and pricing with the prospective firms as a part of the selection process. 8) RULES OF PROCUREMENT Time Line Summary Event Anticipated Date/Time (Subject to Change) Solicitation Publication January 30, 2020 Final Date to Summit Questions and Requests for Clarification February 14, 2020 at 5:00pm Questions Answered via Addendum(s) February 19, 2020 RFP Submittals Due February 28, 2020 at 5:00 pm Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 14 of 32 Preliminary Evaluation Completed March 9, 2020 Presentation/Demonstration (if desired) March 17, 2020 Evaluation Completion March 24, 2020 Award of Contract April 14, 2020 County Contact Information Any and all communication regarding this Solicitation shall be in writing and directed to: Paul Gosselin, Director Department of Water and Resource Conservation County of Butte, California 308 Nelson Avenue Oroville, CA 95965-3413 530-552-3595 BCWater@buttecounty.net directly to questions and inquiries during the solicitation. Do not contact other County or applicable GSA personnel or selection committee members regarding this project or the selection procedures. Firms interested in participating in this solicitation are encouraged to register at the Public Purchase website: www.publicpurchase.com. Questions: Questions and requests for clarification may only be submitted by e-mail or through the Public Purchase website. Verbal and phone inquiries will not be answered. All questions and requests for clarification shall be submitted no later than February 14, 2020 at 5:00PM. The County will provide answers and clarifications by posting an addendum(s) through the Public Purchase website by February 19, 2020 so all Responders receive consistent information. It is the responsibility of all interested firms to access the website for this information. Questions received after February 14, 2020 will not be answered. 9) COUNTY NOTICES All proposing firms responding to this RFP should note the following: a) All work performed for Butte County, including all documents associated with the project, shall become the exclusive property of Butte County. b) The selected firm is expected to perform and complete the project in its entirety. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 15 of 32 c) Any and all costs including travel, arising from development and delivery of a response to this RFP incurred by any proposing firm shall be borne by the firm without reimbursement by Butte County. d) The selected Respondent shall remain an independent Contractor, working under his/her own supervision and direction and is not a representative or employee of Butte County. The Respondent agrees to file tax returns and pay all applicable taxes on amounts paid pursuant to this Contract. e) The opening of proposals in response to this Solicitation is not subject to attendance by the general public. This restriction is necessitated by the fact that the contract award is subject to negotiations, and it would be unfair for competing companies to know the prices quoted by one another. f) The successful Respondent must be prepared to begin work promptly following execution of the contract and is expected to complete the project in its entirety. g) Issuance of this Solicitation in no way constitutes a commitment by the County to award a contract. If the County determines it is in its best interest to do so, no Respondent may be selected and no contract may be executed. h) Upon acceptable negotiations and contract award, the Respondent shall be required to execute the standard County Contract as provided in Exhibit A and comply with County insurance requirements. The County may modify the contractual requirements of the contract prior to execution of a contract for services. i) The County reserves the right to request additional information from Respondents that have submitted a response to this Solicitation and to enter into negotiations with more than one Respondent should a contract be awarded or to award a purchase order or contract to the Respondent(s) with the most favorable quotation without conducting negotiations. The County reserves the right to award more than one contract if it is in the best interest of the County. j) The County reserves the right to reject any or all submittals received if the County determines that it is in its best interest to do so. Further, the County may cancel or amend this Solicitation at any time and may submit similar solicitations in the future. k) The County may reject any submittal that does not meet all of the mandatory requirements of this Solicitation, is conditional or is incomplete. l) The County may request clarification of any submitted information and may request additional information on any or all responses provided and may waive minor inconsistencies deemed to be irrelevant. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 16 of 32 m) Firms that submitted a proposal in response to an RFP but were unsuccessful in their attempt to obtain a contract or recommendation for contract award may request a debriefing to learn the general reasons for selection of a competitor for contract award. Requests for debriefings shall be directed to the General Services nd Department, 2081 2 Street, Oroville, CA 95965-3413, telephone 530.552.3500. Debriefings may be conducted via telephone, Email or during a face-to-face meeting at the County offices in Oroville, California. n) Firms that have received a debriefing, but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the Director, nd General Services, 2081 2 Street, Oroville, CA 95965-3413. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal, and must contain a statement of the reason(s) for the protest: citing the law, rule, regulation or procedure on which the protest is based. capabilities, proposal shall not be introduced during the protest process. The protest shall be submitted within seven (7) working days after such aggrieved firm knows or should have known of the facts giving rise thereto or within seven working days following the debriefing. o) The withdrawal of any submittal must be made in writing prior to the required submission date and time, and must be signed by an authorized representative of the firm. An error in the submission may cause the rejection of that submittal. However, the firm may reissue a new or modified submittal prior to the date and time required for submission 10) MODEL CONTRACT The firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. However, County reserves the right to substitute Exhibit A, Model Contract with a different template if deemed necessary. 11) DISCLOSURE OF INFORMATION All information and materials submitted to the County in response to this RFP may be reproduced by the County for the purpose of providing copies to authorized County personnel involved in the evaluation of the proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is executed. Bid awards are a matter of public record. Once a Contract is executed, proposals submitted in response to this RFP are subject to public disclosure as required by law. Your sub disclosure of the proposal. The County shall not be liable for disclosure of any information or records related to this procurement. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 17 of 32 Exhibit A Attach Appropriate Contract Template Here Professional Services Greater than $25,000 Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 18 of 32 PROFESSIONAL SERVICE CONTRACT GREATER THAN $25,000 This Contract, dated as of the last date executed by the County of Butte is between the County of Butte, a political subdivision of the State of California, h VARIABLE INFORMATION TABLE Term of This Contract Term Begins Term Completion Date On Following Date On Following Date County Department Basis of Price Price $ Fixed Price Annual Price Monthly Price Hourly Rate if Reasonable Expenses are authorized in addition to Hourly Rate Not-to-Exceed Price $ CONTRACTOR Contact Information COUNTY Contact Information CONTRACTOR Project Manager Address Address City, State & ZIP City, State & ZIP Telephone Telephone Email Email WHEREAS, COUNTY, through the COUNTY Department identified above, desires to have work described in the Attachment III - Scope of Work performed; and WHEREAS, CONTRACTOR possesses the necessary qualifications to perform the work described herein; NOW THEREFORE BE IT AGREED between the parties to this Contract that this Contract is subject to the provisions contained in the following attachments, which are made a part of this Contract. Should there be any conflicts between this Contract and the attachments that are incorporated herein precedence shall first be given to the provisions of this Contract followed by the attachments, in descending order, as indicated below: Attachment I Attachment II Insurance Requirements for Professional Services Contract Attachment VI Professional Credentials Attachment III Scope of Work By signature below, the department head or his or her deputy certifies that no unauthorized alterations have been made to the Attachment I Typed or Printed Name Signature Date This Contract and the above listed Attachments represent the entire undertaking between the parties. COUNTY CONTRACTOR By Steve Lambert Date Date Chair, Board of Supervisors REVIEWED FOR CONTRACT POLICY COMPLIANCE REVIEWED AS TO FORM General Services Contracts Division BRUCE S. ALPERT BUTTE COUNTY COUNSEL By By Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 19 of 32 Grant Agreement No. 4600012682 ATTACHMENT I Page20of39 TERMS AND CONDITIONS 1. Scope of Work Scope of 2. Reimbursement. The work shall be performed for the Fixed price, Annual price, Monthly price or Hourly rate as indicated above in the variable information table, but shall not exceed the Not-to-Exceed Price if included in the variable information table. Reasonable expenses if authorized and specified in addition to the Hourly Rate if both the Hourly Rate block and the block authorizing Reasonable Expenses are checked in the variable information table. Payment shall be made after the Project Manager or designee reviews and approves the work and after submittal of an invoice by the CONTRACTOR. Expenses and or materials if stipulated shall be paid only upon prior approval and with receipts and only after review and authorization by the Project Manager. 3. County Project Manager. The COUNTY Project Manager or designee for this undertaking who will receive payment invoices and answer questions related to the coordination of this undertaking is identified above in the variable information table. 4. Independent Contractor. CONTRACTOR is an independent contractor, working under his/her own supervision and direction and is not a representative or employee of COUNTY nor is the CONTRACTOR a partner or in any way directly affiliated with the COUNTY. CONTRACTOR agrees to file tax returns, report compensation and pay all applicable taxes on amounts paid pursuant to this Contract. 5. Ownership. The COUNTY retains the exclusive right of ownership to the work, products, inventions and confidential information produced for the COUNTY by the CONTRACTOR, and the CONTRACTOR shall not disclose any information, whether developed by the CONTRACTOR or given to the CONTRACTOR by the COUNTY. The parties agree that the COUNTY will own the work, products, inventions or information produced by the CONTRACTOR pursuant to this Contract. 6. Confidentiality. The CONTRACTOR shall comply as follows and in accordance with the required performance of this contract: a. All applications, records, data or any information concerning any individual made or kept by any public office, officer or department obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties, shall be the confidential property of the COUNTY and shall not be communicated, transmitted, reproduced or in any other way conveyed to any person not directly a party to this contract, its terms and conditions in accordance with all applicable laws and regulations including but not limited to the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and any implications thereof including destruction of records or data as appropriate under compliance criteria. b. No person will publish or disclose or permit or cause to be published or disclosed any data, facts, figures, list of persons or any other form of information obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. No person shall publish, disclose, or use or permit, or cause to be published, disclosed or used any confidential information pertaining to any individual or group of individuals obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. c. CONTRACTOR agrees to inform all employees, agents, associates and partners on the above provisions and that any person knowingly and intentionally violating the provisions of this clause is guilty of a misdemeanor. CONTRACTOR shall bear equal responsibility for any violation of the provisions of this paragraph. d. CONTRACTOR agrees and understands that if confidential information concerning any individual made or kept by any public office, officer or department is obtained by the Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 20 of 32 Grant Agreement No. 4600012682 CONTRACTOR and included on any memory device that may be housed in a computer, or Page21of39 any state or local regulations that apply which could result in surrender of the hard drive, sanitization or the destruction thereof in accordance with Department of Defense (DoD) 5220.22-M standard and/or industry standards current to time of the release of the equipment which ever represents the greatest level of (permanent) information destruction. At the very least, at the end of this contract, CONTRACTOR may be required to stipulate to the fact that no such files exist. 7. Termination. This Contract may be terminated by either the COUNTY or CONTRACTOR by a thirty day written notice. Authorized costs incurred by the CONTRACTOR will be reimbursed up to the date of termination. Notwithstanding anything stated to the contrary herein, this Contract shall expire on the Completion Date indicated in the above Variable Information Table unless the Completion Date is modified by written amendment to this Contract. 8. Indemnification. CONTRACTOR agrees to accept responsibility for loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the COUNTY, its officers, agents and employees from and against any and all actions, claims, damages, disabilities or expenses that may be asserted by any person or entity, including CONTRACTOR, to the extent arising out of or in connection with the negligent acts or omissions or willful misconduct in the performance by CONTRACTOR hereunder, whether or not there is concurrent negligence on the part of the COUNTY, but excluding liability due to the active negligence or willful misconduct of the COUNTY. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages disability benefit acts, or other employee benefits acts. CONTRACTOR shall be liable to COUNTY for negligence or willful misconduct. 9. Right to Monitor/Audit and Associated Liability. It being understood by the parties hereto that the therefore CONTRACTOR is responsible for administering the program as described herein, CONTRACTOR agrees to accept responsibility for receiving, replying to and/or complying with an any audit of this project which may be deemed appropriate or required in compliance with COUNTY, State or Federal mandates and to reimburse the COUNTY for any liability upon the COUNTY for any discrepancy resultant from said audit exceptions or for any liability that result from a breach of contract, misrepresentation or inaccuracy. 10. Record Retention and Availability. CONTRACTOR shall maintain and preserve all records related to this agreement in its possession (or will assure the maintenance of such records in the possession of any third party performing work related to this agreement) for a minimum period of three (3) years from the effective date of this agreement, or until all State and/or Federal audits are complete, whichever is later. Upon request, CONTRACTOR shall make available copies of these records to General. In the event that this contract is related to a FEMA grant record retention shall be three years from the date of the Grant Close-out letter. 11. Insurance Requirements. CONTRACTOR shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damages to property which may arise from, or be in representatives, employees and subcontractors. At the very least, CONTRACTOR shall maintain the insurance coverage, limits of coverage, and other insurance requirements as described in Attachment II to this Contract. 12. Changes to the Contract. Changes to this Contract may only be approved by written amendment to this Contract. No alteration or variation of any term or condition of this agreement shall be valid unless made in writing, signed by the parties hereto in accordance with COUNTY Policies and Procedures. No oral understanding or agreement not incorporated as a duly authorized written amendment shall be binding on any of the parties hereto. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 21 of 32 Grant Agreement No. 4600012682 13. Representations and Warranties. CONTRACTOR by execution represents the skill, knowledge, Page22of39 proficiency and expertise to perform as herein stipulated and warrants that the credentials presented herein Attachment VI are authentic, current and duly granted. 14. Cont. COUNTY has relied upon the professional ability, experience, and credentials presented and represented by the CONTRACTOR as a material inducement to enter into work will be performed in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable Federal, State and local laws, it being understood that acceptance of all not operate as a waiver or release. Where applicable, the CONTRACTOR shall maintain the appropriate certification(s), license(s) or accreditation(s) through the life of this contract, as submitted and stipulated herein Attachment VI and make them available for audit upon request by the COUNTY. 15. Termination for Exceeding Maximum Level of Expenditures. Contracts exceeding the monetary limits delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the provision of services or personal property or incurring of expenses, the cumulative total of which, exceeds the amount prescribed by Government Code Section 25502.5 for personal services contracts or the amount prescribed by Public Contract Code Section 22032 (b) for public works contracts. 16. Termination for Exceeding Maximum Term. Contracts exceeding the five year term delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the term exceeds five years. Amendments to this Contract, or new Contracts for essentially the same purpose, shall not be valid beyond the five year limitation unless duly executed by the Chair of the Board of Supervisors. 17. Compliance with Laws. CONTRACTOR shall comply with all Federal, State and local laws, rules and regulations including, without limitation, and not limited to any nondiscrimination laws. Specifically, the CONTRACTOR by executing this agreement stipulates and certifies that as an individual or as an entity, complies in good faith as well as all actions the following regulatory requirements at least but not limited to: a. Non-discrimination with regard to minority, women, and disabled veteran-owned business enterprises; hiring practices on the basis of race, color or national origin, gender, handicaps or age. b. Environmental protection legislation and in particular regarding clean air and water, endangered species, handling or toxic substances and the public right to know. c. Drug Free workplace, Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act and Public Health Service Act d. National Labor Relations Board Public Contract Code 10296. e. Domestic Partners Public Contract Code 10295.3. f. ADA 1990 42 USC 12101 et seq. 18. Applicable Law and Forum. This Contract shall be construed and interpreted according to California law and any action to enforce the terms of this Contract for the breach thereof shall be brought and tried in the Superior Court of the County of Butte. 19. Contractor Performance and the Breach Thereof. The COUNTY may terminate this agreement and is relieved of the payment of any consideration to CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. CONTRACTOR shall be notified in a timely manner of default and provided 30 days in which to remedy the default. If at the end of the 30 days, if remedy is not made or does not satisfy the default, the COUNTY shall notify the CONTRACTOR of the breach and thereby the termination of this contract. In the event of such termination, the COUNTY may proceed with the work in any manner deemed proper by the COUNTY. The cost to the COUNTY shall be deducted from any sum due the CONTRACTOR under this agreement and the balance, if any, shall be retained by the COUNTY. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 22 of 32 Grant Agreement No. 4600012682 20. Contradictions in Terms and Conditions. In the event of any contradictions in the terms and/or Page23of39 conditions of this Contract, these Attachment I TERMS AND CONDITIONS shall prevail. 21. No Delegation Or Assignment. Provider shall not delegate, transfer or assign its duties or rights under this Agreement, either in whole or in part, directly or indirectly, by acquisition, asset sale, merger, change of control, operation of law or otherwise, without the prior written consent of COUNTY and any prohibited delegation or assignment shall render the contract in breach. Upon consent to any delegation, transfer or assignment, the parties will enter into an amendment to reflect the transfer and successor to CONTRACTOR. COUNTY will not be obligated to make payment under the Agreement until such time that the amendment is entered into. 22. Conflict of Interest. or indirect, which will conflict in any manner or degree with the performance of services required under this contract. a. This contract is entered into by COUNTY upon the express representation that CONTRACTOR subjugated to these General Terms and Conditions (Attachment I). b. knowingly be issued to any current COUNTY employee or his/her immediate family or to any former COUNTY employee or his/her immediate family until two years after separation from employment, without notifying the Director of the Department of Human Resources in writing: Director of Human Resources 3 County Center Drive Oroville, CA 95966 c. CONTRACTOR stipulates by execution of this contract that they have no business or other interest that provides any conflict with the interest of the County of Butte in the matters of this agreement. CONTRACTOR recognizes that it is a breach of ethics to not disclose any interest that may be a conflict to the COUNTY for the advice of County Counsel on the matter prior to executing this contract. 23. Canon of Ethics. CONTRACTOR by execution of this contract agrees to act in the best interest of and on behalf of the County of Butte and its constituents in all matters, honest, fair, prudent and diligent as dictated by reasonable standards of conduct for their profession. 24. Severability. The terms and conditions of this contract shall remain in force and effect as a whole separate from and even if any part hereof the agreement is deemed to be invalidated. 25. No Implied Waiver. In the event that The COUNTY at any point ignores or allows the CONTRACTOR to break an obligation under the agreement, it does not mean that COUNTY waives its future rights to require the CONTRACTOR to fulfill those obligations. 26. Entirety of Agreement. This contract inclusive of all Attachments herein in stipulated and made part of the contract constitutes the entire agreement between these parties. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 23 of 32 Grant Agreement No. 4600012682 Page24of39 Acknowledgement of OTHER COUNTY Contracts List cannot be left blank or omitted from the contract. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 24 of 32 Grant Agreement No. 4600012682 ATTACHMENT II Page25of39 INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES *Please provide a copy of Attachment II to your insurance agent. Contractor shall procure and maintain for the duration of this contract, insurance against claims for injuries to persons or damages to property that may arise from or be in connection with the performance of the work hereunder and subcontractors. Before the commencement of work Contractor shall submit Certificates of Insurance and Endorsements evidencing that Contractor has obtained the following forms of coverage: A. MINIMUM SCOPE AND LIMITS OF INSURANCE - Coverage shall be at least as broad as: 1) Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 covering ty damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile Liability: 1. Commercial Automobile Liability: Covering any auto (Code 1) for corporate/business owned vehicles, or if Contractor has no owned autos, covering hired (Code 8) and non- owned autos (Code 9), with limits no less than $1,000,000 per accident for bodily injury and property damage. 2. Personal Lines automobile insurance shall apply if vehicles are individually owned, with limits no less than $100,000 per person, $300,000 each accident, $50,000 property damage. 3) As required by the State of California with Statutory Limits of no less than $1,000,000 per accident for bodily injury and disease. (Not required if Contractor provides written verification he or she has no employees.) 4) Professional Liability (Errors and Omissions): with limits no less than $1,000,000 per occurrence or claim, $1,000,000 aggregate. If Contractor maintains broader coverage and/or higher limits than the minimums shown above, the County requires and shall be entitled to the broader coverage and/or higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County. B. OTHER INSURANCE PROVISIONS - The insurance policies are to contain, or be endorsed to contain, the following provisions: 1) The County of Butte, its officers, officials, employees and volunteers are to be covered as additional insureds on the CGL and Commercial Auto policies with respect to liability arising out of work or operations performed by or at the direction of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage can be provided in broad as ISO Form CG 20 10 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38 and CG 20 37 forms if later revisions used). 2) For any claims related to this contract, Contractors insurance coverage shall be primary insurance coverage at least as broad as ISO Form CG 20 01 04 13 as respects the County, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officers, Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 25 of 32 Grant Agreement No. 4600012682 officials, employees and volunteers shall be excess of Contractors insurance and shall not contribute Page26of39 with it. 3) Each insurance policy required above shall state that coverage shall not be canceled, except with notice to the County. C. WAIVER OF SUBROGATION: Contractor hereby grants to County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer. f the County for all work performed by the Contractor, its employees, agents and subcontractors. D. SELF-INSURED RETENTIONS: Self-insured retentions must be declared to and approved by the County. The County may require Contractor to purchase coverage with a lower retention or provide proof of ability to pay losses and related investigations, claim administration and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or County. E. ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers authorized to conduct acceptable to the County. F. VERIFICATION OF COVERAGE: Contractor shall furnish County with original certificates of insurance including all required amendatory endorsements (or copies of the applicable policy language affecting coverage required by this clause) and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements before work begins. However, failure to obtain the required The County reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. G. SPECIAL RISKS OR CIRCUMSTANCES: County reserves the right to modify these requirements including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. H. SUBCONTRACTORS: Contractor shall include all subcontractors as insured under its policies or require all subcontractors to be insured under their own policies. If subcontractors are insured under their own policies, they shall be subject to all the requirements stated herein, including providing the County certificates of insurance and endorsements before beginning work under this contract. I. CLAIMS MADE POLICIES: If any of the required policies provide coverage on a claims-made basis: 1) The Retroactive Date must be shown, and must be before the date of the contract or the beginning of contract work. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3) If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the contract effective date, the Contractor must purchase 4) A copy of the claims reporting requirements must be submitted to the County for review. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 26 of 32 Grant Agreement No. 4600012682 ATTACHMENT VI Page27of39 PROFESSIONAL CREDENTIALS The CONTRACTOR herein presents the required and essential credentials for performance of this contract and warrants them to be authentic, current and duly granted. Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 27 of 32 Grant Agreement No. 4600012682 ATTACHMENT III Page28of39 Scope of Work Unless indicated otherwise herein, the CONTRACTOR shall furnish all labor, materials, transportation, supervision and management and pay all taxes required to complete the project described below: At (fill in the appropriate point) prior to the end of the contract term an assessment may be made of the value of the professional services herein delineated and thus far received. At the conclusion of the assessment, it may be determined that the CONTRACTOR owes certain fulfillment and/or deliverables for which the remaining payments may be withheld up to 20% of the contract. The assessment may determine that there is additional work to be amended to this scope of work. In the event of an amendment, the CONTRACTOR shall be notified and the amendment submitted and duly authorized in accordance with COUNTY Policy responsibility to remain within the term and amount of the contract. If the terms and/or conditions of this contract including the amounts, rates, time and/or duration are exceeded in any way without fully executed amendment, the CONTRACTOR may not be reimbursed. Duties and obligations of the CONTRACTOR: Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 28 of 32 Grant Agreement No. 4600012682 Page29of39 Exhibit B Work Plan Project Title: Groundwater Sustainability Plan Development for the Vina, East Butte, West Butte and Wyandotte Creek Subbasins Project Description: The Grantee will conduct activities associated with planning, development, and preparation of Groundwater Sustainability Plans (GSPs) for the Vina, East Butte, West Butte and Wyandotte Creek Subbasins. Category (a): Grant Administration Prepare and submit required documents outlined in the Grant Award Letter dated May 8, 2018. Work with DWR staff to develop and execute the Grant Agreement. Prepare progress reports detailing work completed during reporting period as outlined in Exhibit F of this Agreement. Progress Reports will include sufficient information for DWRProgram Manager to understand and review backup documentation submitted with invoices. Quarterly invoices should accompany the Progress Reports and should be submitted to the Project Manager for review to receive reimbursement on eligible funds per the grant agreement. Collect and organize backup documentation by task and prepare a summary Excel document detailing contents of the backup documentation organized by task. Prepare Draft Grant Completion Report and submit to DWR for Project Managers comment and review no later than 90-days after work completion. Prepare Final Report addressing the Project Managers comments. Thereport shall be prepared and presented in accordance with the provisions of Exhibit F. Deliverables: Executed Grant Agreement and Amendment(s) (as necessary) Environmental Information Form Quarterly Progress Reports Quarterly invoices and all required backup documentation Grant Completion Report Category (b): Plan Development Task 1: GSA and Stakeholder Coordination Work with GSAs and stakeholders in each basin identified in the project description, through professionally facilitated meetings, to coordinate GSP development and adoption. Deliverables: Meeting announcements and agendas Task 2: Facilitation Support Provide professional facilitation support for all plan development and plan adoption meetings. All interested parties will be encouraged to participate in the GSP development process. Deliverables: Meeting announcements and agendas Professional Services Contract - GT$25K Rev. 7-12-19 Butte County General Services Page 29 of 32 Grant Agreement No. 4600012682 Page30of39 Task 3: Coordination with Adjoining Basins Conduct coordination meetings with GSAs of adjoining basins to ensure that respective GSPs will not adversely affect the ability of an adjoining basins GSP to achieve its sustainability goals, promote the development of regional sustainability projects, and coordinate sustainable groundwater management policy and program approaches. Deliverables: Meeting announcements and agendas Task 4: GSPs Development Prepare draft and final GSPs that build off the information obtained from the activities listed below. Compile various sections of the GSP content, including review of each section to ensure that all GSP content required by SGMA and DWR is included. Prepare and distribute draft GSPs for public review by decision-makers and other stakeholders within each basin identified in the project description. Adopt GSPs by the appropriate GSAs at one or more public hearings and submit to DWR for review. Include summaries of activities associated with this Task withinthe Quarterly Progress Reports. The activities for the GSPs development and the sections the GSPs will include, but may not be limited to, are described below. 1.Integrated Hydrologic Modeling Develop and use an integrated hydrologic model to support GSP development in each basin. Local data sources may include agricultural water management plans (AWMPs), urban water management plans (UWMPs), municipal service reviews (MSRs), and the Northern Sacramento Valley Integrated Regional Water Management Plan (NSVIRWMP). Actions will include evaluation of model options, development of model, development of model scenarios, and use of model to evaluate potential projects and management actions. 2.Data Collection and Analysis to Support GSP Development Evaluate current monitoring, identify additional data needs, and develop methods to collect needed data and information to inform the Hydrogeologic Conceptual Model (HCM), numerical modeling and calibration, and development of measurable objectives and sustainability thresholds. 3.Monitoring Protocols Develop and document monitoring protocols for Sustainable Groundwater Management (SGM)-related monitoring data. 4.Data and Reporting Standards Evaluate whether existing data standards for local SGM-related data meet the GSP Data and Reporting Standards and identify the actions needed to modify the existing standards if necessary. Protocols will be developed to assure that new data will meet the GSP Data and Reporting Standard. 5.Data Management System (DMS) Implement a DMS for each GSP. The subtask will involve an evaluation of DMS options. Evaluate DMS options to consider a range of available options, including: proprietary systems, open-source systems developed by DWR and/or independent custom application. Based on the results of the DMS evaluation, the DMS will be selected for implementation. 6.GSP Administrative Information Prepare GSP Administrative Information section for each GSP, including general information, agency information, description of plan area, and notice and communication. Documentation of public comments and responses will be conducted throughout GSP development and adoption. Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 30 of 32 Grant Agreement No. 4600012682 Page31of39 7. Hydrogeologic Conceptual Model Develop a HCM for each basin identified in the project description. This task will refine information relevant to the HCM developed as part of the 2005 Butte County GMP, the 2005 Butte County Groundwater Inventory, the Butte County 2016 Water Inventory and Analysis Report, the Butte County Proposition 1 Stressed Basin Grant, the Lower Tuscan Investigation, the Stable Isotope Recharge Investigation and other identified sources. 8. Current and Historical Groundwater Conditions Compile and analyze data and develop the Current and Historical Groundwater Conditions section of the GSP for each basin identified in the project description. 9. Water Budget Information Organize, summarize, and report water budget information developed using the integrated hydrologic model. Evaluate sustainable yield, as informed by sustainable management criteria. Evaluate the availability and reliability of surface water supplies, suitability of the historical water budget to project future water budget information, and impacts of historical conditions on operational sustainably. Develop water budget information for identified management areas, if applicable. 10. Management Areas Evaluate appropriateness of various management area scenarios and develop management area- specific documentation for inclusion into the GSP development, approval, and implementation process. Consideration of management areas will be driven by a combination of technical analysis and facilitated discussions with GSAs and other stakeholders within each basin. The consideration of management areas will encompass groundwater conditions, geology and aquifer characteristics, land use, water sources, water uses, jurisdictional boundaries, existing subbasin boundaries, etc., and will be determined through a facilitated public process. 11. Sustainability Goals Develop sustainability goals for each basin identified in the project description. 12. Undesirable Results Develop Undesirable Results criteria for each basin identified in the project description. Develop initial qualitative descriptions of significant and unreasonable effects from the groundwater conditions through a collaborative, public process informed by technical data and analysis based on the basin setting, monitoring network, and other information. Develop description of how groundwater conditions throughout the basin may lead to, or have led to undesirable results based on information contained in the basin setting, models, and other data as appropriate. 13. Minimum Thresholds Develop Minimum Threshold criteria for each basin identified in the project description. Establish Minimum Thresholds through a facilitated public process informed by technical data and analysis based on the basin setting, monitoring results, and other information. One goal of this portion of the planning process will be to establish Minimum Thresholds for groundwater levels as the representative measurement for multiple sustainability indicators and to conduct an appraisal to determine the current and historical conditions in relation to the Minimum Thresholds and the economic feasibility of the minimum thresholds. 14. Measurable Objectives Develop Measurable Objective criteria for each basin identified in the project description. Establish Measurable Objectives and Interim Milestones, if applicable, through a facilitated public process informed by technical data and analysis based on the basin setting, monitoring results, and other Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 31 of 32 Grant Agreement No. 4600012682 Page32of39 information. 15. Monitoring Network Develop a monitoring network plan for each basin identified in the project description. This task will build on the existing monitoring network in the basins developed through the CASGEM and other programs to evaluate historical groundwater conditions. The monitoring network discussion will provide the basis for representative monitoring and an assessment to suggest improvements to the monitoring network. 16. Representative Monitoring Develop a representative Monitoring Plan for each basin identified in the project description. This task will build on work conducted previously to evaluate historical groundwater conditions and assess existing monitoring well networks. Existing monitoring sites and new monitoring sites identified as part of this proposed effort will be considered for classification as representative monitoring sites based on a collaborative process to define management areas, Minimum Thresholds, Measurable Objectives, and Interim Milestones, and additional technical data. The Monitoring Plans should incorporate items defined and listed in Exhibit K. 17. Assessment and Improvement of Monitoring Network Develop a plan for continued assessment and improvement monitoring networks for each basin identified in the project description. Evaluate the data gaps in the existing monitoring network and the uncertainty within the network. Assess the number and locations of monitoring sites, monitoring frequencies, and the quality of the data collected. Provide recommendations to address the data gaps and incorporate into the five-year review process. 18. Reporting Monitoring Data to Department of Water Resources Develop monitoring data report and electronic data submittal formatting for DMS. This task will build on DMS development. Update the DMS to produce monitoring data reports for the Annual Report and electronic data submittals required by DWR. 19. Projects and Management Actions (PMAs) Identify and develop Project and Management Actions for each basin identified in the project description. Identify and discuss PMAs through a collaborative, facilitated public process. Further define and evaluate selected PMAs, based on this process and initial screening. Evaluate selected PMAs using the Integrated Hydrologic Model to assess project impacts on groundwater conditions and related sustainability indicators to support quantification of project benefits. Deliverables: Summaries of task update included in Quarterly Progress Report Proof of Final GSPs submittal to DWR Public hearing notice, agenda, minutes Request for Proposal Rev 07.27.2016 Butte County General Services Department Page 32 of 32 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 78-16 FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO CONDUCT SPECIFIC TASKS ASSOCIATED WITH THE INTERBASIN GROUNDWATER FLOW EVALUATION PROJECT Butte County Department of Water and Resource Conservation 308 Nelson Avenue Oroville, CA 95965-3394 (530) 538-4343 FAX (530) 538-3807 February 22, 2016 Proposals Due: March 25, 2016, 4:00 PM Table of Contents 1 Background 2 . 4 Scope of Services . 5 Format for Proposals 8 County Contact Person 8 Mandatory Content and Sequence of Submittal 8 Selection Process 11 11 County of Butte Reserved Rights .12 Proposal Withdrawal, Errors and Protests..... 12 3 Exhibits and Information . 13 Timing and Schedule 13 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 78-16 FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO CONDUCT SPECIFIC TASKS ASSOCIATED WITH THE INTERBASIN GROUNDWATER FLOW EVALUATION PROJECT Butte County Department of Water and Resource Conservation Oroville, California NOTICE To eliminate conflicts of interest, or the potential for conflicts, the successful contractor for this Request for Proposals (RFP), or any affiliated companies, as determined at the sole discretion of the County of Butte, shall not, during this solicitation, or any optional extensions thereof, contract with the County of Butte for any public facilities related projects directly or indirectly resulting from the advice or recommendations provided as part of this RFP. Contractors are reminded that it is their responsibility to: Read carefully all of the contents of this entire RFP. Ask for clarification before submission due dates. Address all requirements and follow all procedures of this RFP. Immediately inform the County of Butte of any problems with this RFP solicitation. Submit all responses by the required dates and times. INTRODUCTION The County of Butte is requesting proposals from Firms to conduct specific tasks associated with the Interbasin Groundwater Flow Evaluation Butte County is conducting this project through a grant ($85,000) from the California Water Foundation program of the Resource Legacy Fund. The Butte County Department of Water and Resource Conservation is the lead agency responsible for this project and will be contract administrator. TFirm, successful firm and consultant contracted for the professional services described in this RFP, though several tasks may be completed by more than one party. The contractor will carry out the project under the direction of the Butte County Department of Water and Resource Conservation (Department). The Butte County Department of Water and Resource Conservation is also referred to as County of Butte, the County and Butte County. The project will be reported to the Northern Sacramento Valley Integrated Regional Water Management Technical Advisory Committee (NSVIRWM TAC). 1 The County of Butte intends to award a contract to a Firm that will meet our qualification criteria and has successfully performed services on similar projects in the past and demonstrates the likelihood of successfully carrying out this project. The successful Firm will be required to enter into a contract with the County for the services requested in this RFP within a short time period after award. The successful Firm will be required to meet the schedule timeframe for completion of tasks. The project schedule is attached as Exhibit B. A Firm submitting a proposal must be prepared to use the County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; and (7) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected contractor in May 2016. The contract period is expected not to exceed twelve (12) months. BACKGROUND The Sustainable Groundwater Management Act (SGMA) requires groundwater sustainability agencies (GSAs) to develop groundwater sustainability plans (GSPs). GSPs must assure that sustainable groundwater management is achieved within 20 years of their adoption. Since many subbasins are hydrologically connected to adjoining subbasins, accounting for how adjoining subbasins are interconnected will be critical to successful sustainable groundwater management. The preferred approach would be to have GSAs address the relationship between their subbasins and account for cross- boundary interaction in advance of finalizing their respective GSPs. Given the inherent differences in how subbasins are managed, collaborating and resolving technical approaches is a necessary first step and should begin at the earliest stages of GSP development. Major differences exists between the analytical approaches and technical capacities between subbasins. This project will evaluate opportunities and barriers for agencies to account for interconnected basin dynamics through the collaboration of technical experts focused on a portion of the Northern Sacramento Valley Integrated Regional Water Management (NSVIRWM) Plan area. Specifically, the proposed study area is bounded by the northern extent of the Sacramento Valley; defined by the Red Bluff Arch north of Red Bluff, the Sutter Buttes to the south, and the mountain ranges to the east and west. The area includes 11 subbasins (Figure 1) that are traversed by the Sacramento and Feather Rivers and numerous creeks and streams. All of the subbasins are high or medium priority basins subject to SGMA compliance. 2 Figure 1. Study Area Subbasins 1. Red Bluff (5-21.50) 2. Corning (5-21.51) 3. Colusa (5-21.52) 4. Bend (5-21.53) 5. Antelope (5-21.54) 6. Dye Creek (5-21.55) 7. Los Molinos (5-21.56) 8. Vina (5-21.57) 9. West Butte (5-21.58) 10. East Butte (5-21.59) 11. North Yuba (5-21.60) In addition to the study area having varying degrees of interconnection, another important characteristic is the strong working relationship among counties and water agencies in the region. The history of collaboration in the region has led to the formation of the NSVIRWM. The NSVIRWM has committed to be the regional forum for SGMA collaboration and has delegated the responsibility to their NSVIRWM Technical Advisory Committee (TAC) which meets on a monthly basis. The NSVIRWM TAC will serve as the advisory body on the project. Butte County will be responsible for providing updates to the NSVIRWM TAC and providing comments, if any, to the consultant. The consultant is expected to make a presentation at the conclusion of the project to the NSVIRWM Board. 3 The project approach will take into consideration the range of technical capacities that exist within the study area. Some local agencies have groundwater monitoring programs, utilize groundwater models and other technical approaches to address groundwater management, while others do not. The vast majority of the subbasins in the study area are CASGEM compliant and have Groundwater Management Plan(s). Although some local agencies utilize groundwater models, either regional or localized in nature, for planning and analysis (SACFEM2013, C2VSIM, BBGM-IWFM), there has not been any formal integration of the modeling approaches in the region. To facilitate the integration of modeling approaches, the project will rely on the input and recommendations from a group of Technical Collaborators that will be comprised of state and local water resources scientists and engineers familiar with the study area and the existing technical tools in the study area. The Technical Collaborators will include individuals who have experience in assessing interbasin interactions primarily through groundwater modeling. Some of the Technical Collaborator members are also members of the NSVIRWM TAC. This will ensure that the project deliverables meet the expectations of the NSVIRWM region. The consultant is expected to hold up to 5 2- hour meetings with the Technical Collaborators. The Department will be responsible for making meeting arrangements. Building upon the existing technical foundation in the region, this project will focus on the various regional and localized groundwater models as potential platforms to bring a quantitative understanding to interbasin interaction. A primary objective of the project is to evaluate whether and how groundwater modeling approaches can serve as a tool for GSAs to account for interbasin interactions. However, other non-modeling approaches will also be considered. The project will develop a methodology for local agencies to consider in addressing interbasin issues. Approaches developed by the project will be useful for addressing groundwater flow issues across the project boundary and between other subbasins outside of the study area in the Sacramento Valley. DESIRED QUALIFICATIONS Butte County is requesting proposals from an engineering/environmental Firm or team of Firms with requisite experience in the following areas: Groundwater models especially SACFEM2013, C2VSIM, CVHM, Stony Creek Fan groundwater model and BBGM-IWFM Water supply analysis and water budgets Knowledge of the Northern Sacramento Valley o Hydrogeology o Northern Sacramento Valley Integrated Regional Water Management Plan o Groundwater Management Plans, Agricultural Water Management Plans and Urban Water Management Plans Sustainable Groundwater Management Act Facilitation especially among technical experts. 4 Interacting with the public and technical advisory representatives to communicate complex and controversial scientific topics and water resources issues. SCOPE OF SERVICES Overview The contractor will evaluate opportunities and barriers for GSAs to account for interconnected basin dynamics with input from Technical Collaborators and the NSVIRWM TAC. Although the project will focus on a study area within the Northern Sacramento Valley IRWMP region, the materials will identify approaches and lessons on interbasin interaction that would be applicable to other regions. The objectives of the project are: To build technical capacity and local ownership of the methodology to assess interconnected subbasins among GSAs within the NSVIRWM region. To provide recommendations to GSAs within the study area for methodologies for accounting for interbasin interaction in their GSPs. To document recommended methodologies to aid DWR in their evaluation of whether one GSP plan adversely affects the ability of an adjacent basin to achieve sustainability. To provide a case study within the northern Sacramento Valley that will provide with interconnected subbasin issues. The contractor will be responsible for carrying out the following tasks: Task 1. Inventory of Groundwater Models Technical Memorandum The contractor will produce a Technical Memorandum of an inventory of groundwater models that are used within the region, the agencies that rely on the models and a summary of their use. It should also include a map of the model domains of all the identified groundwater models in the study area. Butte County through the NSVIRWM TAC will provide the contractor with an initial list of regional and localized groundwater models. The contractor will identify other models utilized in the region. The inventory will identify areas that do not rely on groundwater modeling but may have methods or data useful for assessing interbasin interaction. The contractor will confer with the Technical Collaborators to gather details on the groundwater models utilized and other interbasin interaction approaches. The contractor will be expected to facilitate a two- hour meeting with the Technical Collaborators. The Department will be responsible for making presentations to the NSVIRWM TAC regarding Task 1. The Department will compile the comments, if any, from the NSVIRMWM TAC consideration. Contractor Deliverables: 1. Initial Draft Inventory of Groundwater Models Technical Memorandum 2. Facilitated 2-hour meeting with Technical Collaborators 5 3. Technical Collaborator Meeting Summary 4. Inventory of Groundwater Models Technical Memorandum Task 2. Interbasin Groundwater Flow Evaluation Report This task involves subtasks to evaluate existing technical tools (i.e. groundwater models) and their representation of interbasin groundwater flow through dialogues with Technical Collaborators (subtasks 2.1-2.2). The dialogues will serve to gather data and information to produce the Interbasin Groundwater Flow Evaluation Report (subtask 2.3). An outcome of the dialogues will be a recommendation for what existing tool could be adapted or new tool developed to address interbasin groundwater flow in GSPs in the study area. Under subtask 2.3, the contractor will produce a report entitled, Interbasin Groundwater Flow Evaluation. The report will describe the recommended approach to effectively account for interbasin interaction in the study area. The report will also identify undesirable results that require regional scale evaluations. Subtask 2.1 Regional Models for the Northern Sacramento Valley The contractor will facilitate a dialogue among the Technical Collaborators for the purpose of evaluating regional groundwater models. This dialogue will include comparison of water budgets and boundary flow estimates by existing groundwater models. The evaluation could also include other non-modeling methodologies, if any, that would allow GSAs to adequately account for boundary flows between adjoining subbasins. The contractor will be expected to facilitate a two-hour meeting with the Technical Collaborators. The Department will be responsible for coordinating and setting up Technical Collaborators meeting. The Department will be responsible for making presentations to the NSVIRWM TAC. The Department will compile the comments, if any, from the NSVIRMWM TAC. The evaluation may consider: How do the models compare in their conceptual model for the region and groundwater flows between subbasins? How does each model quantify the interconnectedness of adjoining subbasins? What updates to the models would increase confidence in their interbasin flow estimates? Does it matter if a model is in the public domain or proprietary? When considering all modeling efforts, what data gaps exist? Deliverables: 1. Facilitated meeting with the Technical Collaborators (1) 2. Technical Collaborator Meeting Summary Subtask 2.2. Assessment of Localized Models Some agencies in the study area utilize localized groundwater models for water resource planning purposes. Based on the assessment of regional groundwater models, the contractor will facilitate a dialogue with Technical Collaborators on how each of the localized groundwater models can contribute to or be improved by a 6 regional approach. The contractor will be expected to facilitate a two-hour meeting with the Technical Collaborators. The Department will be responsible for coordinating and setting up Technical Collaborators meeting. The Department will be responsible for making presentations to the NSVIRWM TAC. The Department will compile the comments, if any, from the NSVIRMWM TAC. The assessment may consider: Do the localized models adequately address interconnection to adjoining subbasins? How do they compare to the regional options? Are there advantages to their continued use? What data sets do they contain that would be of value to a regional scale approach? What data gaps or format modifications are needed to utilize their data on a regional scale? How could a regional tool for interbasin flow improve the localized model? Deliverables: 1. Facilitated meeting with the Technical Collaborators (1) 2. Technical Collaborator Meeting Summary Subtask 2.3 Interbasin Groundwater Flow Evaluation Report The outcome of the regional and localized models assessment dialogues (Subtasks 2.1 and 2.2.) will provide the basis of the report. Key sections of the report include: 1. Recommended tools or approaches to be developed for the project study area (NSVIRWM region) to address interbasin issues and assessment of 2. Role that existing localized models may continue to have in relation to a regional scale tool; 3. A summary of take home messages and lessons learned from the process. In doing so, other regions can utilize the outcomes of this project to develop their own process. Some of the lessons learned will include how to choose an acceptable group of technical experts, reaching agreement on acceptable datasets, how to reach agreement on technical issues and how to account for technical disagreements. The contractor will be expected to facilitate up to 2 two-hour meetings with the Technical Collaborators. The Department will be responsible for coordinating and setting up Technical Collaborators meetings. The Department will be responsible for making presentations to the NSVIRWM TAC regarding Task 2. The Department will compile the comments, if any, from the NSVIRMWM TAC. The report will be finalized based upon a final review by the Department. The contractor will make a presentation to the NSVIRWM Board on the project final report. Deliverables: 1. Facilitated meetings with the Technical Collaborators (2) 2. Technical Collaborator Meeting Summaries 3. Interbasin Groundwater Flow Evaluation Draft and Final Report 4. Presentation to the NSVIRWM Board 7 Task 3: Project Management/Administration The contractor will be expected to present its approach to managing this project including key personnel, project management controls, budgeting, invoicing and associated costs. FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8- acceptable for charts, etc.). Type size must be large enough to be easily legible, but shall not be smaller than 10 point. A. County Contact Person: Proposals must be physically received by Butte County no later than March 25, 2016 at 4:00 p.m. Submit one signed, single sided, unbound original and four (4) complete copies printed on two sides of the submittal and five (5) electronic versions on DVDs to: County of Butte Department of General Services RFP 78-16 Interbasin Groundwater Flow Evaluation Project 2081 Second Street Oroville, CA 95965-3394 (530) 538-7365 Paul Gosselin will serve as the Cou. Proposers may direct inquiries regarding this proposal to Paul Gosselin at BCWater@buttecounty.net or by phone at (530) 538-4343 by March 4, 2016. Staff will post responses to the questions on the Butte County website by March 16, 2016. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. B. Mandatory Content and Sequence of Submittal: In order for a proposal to be considered by the County, it must contain all information requested in this section. As proposals are expected to be concise, information need not be repeated within the proposal to receive full credit during evaluation of each section. The Coun relative importance of each section of the proposal, given as points after each heading 1. Cover Letter Section 1 shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the organization submitting the proposal, together with 8 the name, address and telephone number of the contact person who will be authorized to make representations for the organization, the Firm's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 60 days after receipt. 2. Table of Contents Section 2 shall be a detailed Table of Contents and shall include an outline of the submittal, identified by sequential page number and by section reference number and section title as described herein. 3. Contractor Capabilities Section 3 shall be a maximum of eight pages (not including resumes) entitled Firm resources, experience, and capabilities as listed below for successfully developing and completing this project as well as resumes of the staff to be assigned to the project. Submit in the order identified below: a. Background and Experience. In this section, describe your Firm its organizational structure, identify decision-making roles, and why this is advantageous to the project. Describe the roles and background of the design team leader and key team members (if applicable). Describe the Firm's demonstrated experience with regional and local groundwater models and facilitation. b. Key Personnel. Provide resumes describing the background and statement of qualifications for key personnel your Firm would use on this project, including any subcontractors that are considered as key personnel on this project. c. Statement of Qualifications for any subcontractors. If subcontractors/subconsultants are to be used, the prospective contractor must include in the proposal a description of the work to be done by each subcontractor/subconsultant. All subcontracts must be approved by the County and no work shall be subcontracted without prior written approval of the County. It is expected that the discussion of subconsultants will also include experience and references to similar types of work. d. Scheduling. Delineate the project scheduling process your Firm uses. Use some or all of the projects in the Experience Summary section, as well as other projects (if necessary), as specific examples, which demonstrate your ability to deliver your work on time. 4. Firm's Experience Summary Section 4 shall be a maximum of four (please limit to three (3) projects), and shall briefly describe related past projects completed along with a discussion comparing similarities with this proposed project including key staff members that worked on the project including project directors and 9 managers. Section 4 shall also contain professional references, including names and telephone numbers for each sample project. 5. Work Plan and Schedule Section 5 shall be a maximum of eight and complete all tasks/subtasks identified in their proposal, and anticipated timelines for each task for this project. The description of how the tasks will be achieved shall be presented in a logical, innovative manner such that it is clearly understood how the plan can efficiently deliver goals of the project. The project has two tasks to cover all aspects of the project. Each task includes deliverables which will be the basis for payments to the contractor. Proposals will address optional subtasks and may indicate additional tasks or other deviations from the Scope of Services if justified by an explanation of how such additional or modified tasks would result in a more efficient or cost-effective means of carrying out the project. The Work Plan can be formatted as a draft Scope of Work that would be incorporated as Attachment II in the resultant contract. The contractor should be cognizant of the timing specified in certain tasks and be prepared to fully describe the ability to meet the required schedule of specific tasks. For more information on insurance requirements, refer to RFP Exhibit A Model Contract. Proposals should highlight tasks or activities that may deviate from the proposed schedule and identify what may be causes for delay or uncertainties within the proposed schedule. Schedules should show start and finish dates for each task, and the sequence and overlapping of tasks and events. This project schedule must t is required to provide all the deliverables for the project. For more information on the project schedule, refer to RFP Exhibit B Project Schedule. 6. Cost The cost portion of the proposal shall be for a Firm price that identifies a breakout of the pricing for each Task, Subtask and Deliverable of the proposed project. Each proposal shall include a not to exceed price for each of these deliverables. The total project will have a single not-to-exceed cost estimate. The total cost of the project must not exceed $85,000. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. Ideally, a fee schedule listing each member or classification and their normal billing rates should be included with hourly rate quotes. 10 SELECTION PROCESS The selection committee will include representatives from the Butte County Department of Water and Resource Conservation and the NSVIRWM TAC. Selection will consist of two levels of review. Level I will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. A recommendation may be made based on the Level I review. Level II will be a more in depth review of the highest qualified contractors and to select the finalist. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. The criteria for selecting the contractor recommended for selection by the Board of Supervisors is provided below: 20 points 30 points .... 20 points 10 points 20 points GENERAL 1. Any questions related to this RFP are to be directed to the County contact person, Paul Gosselin at BCWater@buttecounty.net or by phone at (530) 538-4343. Do not contact other County personnel or Selection Committee members regarding this project or the selection procedures. 2. Any and all costs including travel, if required, associated with the development and delivery of the RFP to the County of Butte is the full responsibility of the Firm with no reimbursement due by the County of Butte. 3. All work performed for the County of Butte, including all documents associated with the project, shall become the exclusive property of the County of Butte. 4. All information and materials submitted to the County in response to this RFP may be reproduced by the County of Butte for the purpose of providing copies to authorized County personnel involved in the evaluation of the Proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is awarded. Contract awards are a matter of public record. Once a Contract is executed, Proposals submitted in response to this RFP are subject to public disclosure as required by law. Your submission of a Proposal is considered not be liable for disclosure of information or records related to this Solicitation. 5. The Firm agrees to file tax returns and pay all applicable taxes including possessory use taxes that may be levied as a result of use as managed by the selected Firm. 6. The Firm shall indemnify and hold harmless the County of Butte, its officers, volunteers and employees from liability of any nature or kind due to the use of any copyrighted or uncopyrighted composition, trade secret, patented or unpatented invention, article, service or appliance furnished or used as a result of this solicitation and any potential subsequent purchase order or contract. 11 7. The opening of proposals in response to this RFP is not subject to attendance by the general public. This restriction is necessitated by the fact that the contract award is subject to negotiations, and it would be unfair for competing companies to know the prices quoted by one another. 8. The successful Firm must be prepared to begin work promptly following execution of the contract and is expected to complete the project in its entirety. COUNTY OF BUTTE RESERVED RIGHTS 1. Issuance of this RFP in no way constitutes a commitment by the County of Butte to award a contract. If the County determines it is in the best interest to do so, no Firm may be selected and no contract may be executed. 2. Upon acceptable pricing negotiations and contract award, the Firm shall be required to execute the standard County of Butte Contract. The County of Butte may modify the contractual requirements of the contract prior to execution of a contract for services. 3. The County of Butte reserves the right to request additional information from Firms that have submitted proposals in response to this RFP and to enter into negotiations with more than one Firm, or to award a purchase order or contract to the Firm with the most favorable quotation without conducting negotiations. Therefore, the most favorable billing rate for key positions should be included in the original response to this RFP. 4. The County of Butte reserves the right to reject any or all Proposals received if the terest to do so. Further, the County of Butte may cancel or amend this RFP at any time and may submit similar solicitations in the future. 5. The County of Butte may reject any Proposal that does not meet all of the mandatory requirements of this RFP, is conditional or is incomplete. 6. The County of Butte may request clarification of any submitted information and may request additional information on any or all responses provided and may waive minor inconsistencies deemed to be irrelevant. 7. Butte County may enter into negotiations with one or more firms. 8. Butte County may award more than one contract if it is in the best interest of the County; PROPOSAL WITHDRAWAL, ERRORS AND PROTESTS The withdrawal of any Proposal must be made in writing prior to the required submission date and time, and must be signed by an authorized representative of the Firm. An error in the Proposal Submission may cause the rejection of that Proposal. However, the Firm may submit a new or modified Proposal prior to the Proposal submission date and time. Firms that submitted a Proposal but were unsuccessful in the attempt to obtain a contract may request, in writing, a debriefing from the County of Butte contact listed above. Firms that have received a debriefing, but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the County of Butte, General 12 nd Services, 2081 2 Street, Oroville, CA 95965-3413. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal and must contain a statement of the reason(s) for the protest citing the law, rule, regulation or procedure on which the protest is based. Potential Firm capabilities, proposal characteristics and / or pricing features that were not the protest process. To be considered, the protest must be submitted within seven (7) working days following the debriefing. MODEL CONTRACT The Firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. The contractor and any subcontractors will be required to comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code 8350 et seq.). EXHIBITS AND INFORMATION Exhibit A: Model Contract Exhibit B: Project Schedule TIMING AND SCHEDULE The following timing and schedule are estimated and are subject to change. March 25, 2016 - All responses to this RFP must be submitted on or before 4:00 p.m. March 28 - April 15, 2016 Selection committee will conduct the Level I review that will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. The Selection committee may decide on a recommendation for awarding the contract in the Level I review. April 18 - 29, 2016 If needed, the Selection Committee will conduct the Level II review. The Level II review will be for to select the finalist from a small pool of candidates. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. May 6, 2016 The Selection Committee prepares a recommendation to the Butte County Board of Supervisors. June 2016 Contract awarded. July 1, 2016 Contract start date. 13 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 93-14 FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO PROVIDE GROUNDWATER ELEVATION TELEMETRY Butte County Department of Water and Resource Conservation 308 Nelson Avenue Oroville, CA 95965-3394 (530) 538-4343 FAX (530) 538-3807 June 3, 2014 Proposals Due: July 11, 2014, 4:00 PM Table of Contents Background 2 . 2 Scope of Services . 2 Format for Proposals 4 County Contact Person 4 Mandatory Content and Sequence of Submittal 4 Selection Process 6 7 County of Butte Reserved Rights .8 Proposal Withdrawal, Errors and Protests..... 8 9 Exhibits and Information 9 Timing and Schedule 9 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 93-14 GROUNDWATER ELEVATION TELEMETRY PROJECT Butte County Department of Water and Resource Conservation Oroville, California NOTICE To eliminate conflicts of interest, or the potential for conflicts, the successful contractor for this Request for Proposals (RFP), or any affiliated companies, as determined at the sole discretion of the County of Butte, shall not, during this solicitation, or any optional extensions thereof, contract with the County of Butte for any public facilities related projects directly or indirectly resulting from the advice or recommendations provided as part of this RFP. Contractors are reminded that it is their responsibility to: Read carefully all of the contents of this entire RFP. Ask for clarification before submission due dates. Address all requirements and follow all procedures of this RFP. Immediately inform the County of Butte of any problems with this RFP solicitation. Submit all responses by the required dates and times. INTRODUCTION The County of Butte is requesting proposals from Firms to conduct specific tasks associated with the establishment of remote public access to groundwater level data via telemetry. The Butte County Department of Water and Resource Conservation is the lead agency responsible for this project and will be contract administrator. TFirm or firms contracted for the professional services described in this RFP, though several tasks may be completed by more than one party. The contractor will carry out the project under the direction of the Butte County Department of Water and Resource Conservation. The County of Butte intends to award a contract to a Firm that will meet our qualification criteria and has successfully performed services on similar projects in the past and demonstrates the likelihood of successfully carrying out this project. The successful Firm will be required to enter into a contract with the County for the services requested in this RFP within a short time period after award. The successful Firm will be required to meet the schedule timeframe for completion of tasks. The project schedule is attached as Exhibit B. A Firm submitting a proposal must be prepared to use the 1 County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; and (7) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected contractor in July 2014. The contract period is expected not to exceed ten (10) months. BACKGROUND Butte County has a network of over 100 monitoring wells throughout the valley portion of the county. They are manually monitored four times each year, in March, July, August, and October. Over 60 of these wells are part of a multi-completion monitoring well nest. This means that 2-4 casings are contained within the borehole and screened at different depths to provide information on different zones of the aquifer. These dedicated monitoring wells are equipped with data loggers (In-situ Level Troll 500) that record hourly groundwater level and water temperature. Currently, data is downloaded manually from these loggers several times a year when the well network is manually monitored. Butte County desires to have real-time, remote access to groundwater level data and provide access to the public for a small selection of monitoring wells. This RFP is seeking firms that provide and install equipment, software and related materials to allow up to six locations for a telemetry system. Multiple signals (up to 4) would need to be established from each distinct location. The purpose of this RFP is to solicit interest from qualified Firms to assist in the establishment of a limited telemetry network to access groundwater level data remotely. DESIRED QUALIFICATIONS Butte County is requesting proposals from a Firm or team of Firms with requisite experience in the following areas: Telemetry technology for groundwater level data loggers Installation of equipment and set up of the network Remote, public access to data via a website SCOPE OF SERVICES Overview The Groundwater Elevation Telemetry Project will make groundwater level data available remotely on a near real-time basis to county staff and the public. The contractor will be responsible for carrying out the following tasks: Task 1: Supply and Install Telemetry Technology County staff will identify up to six potential well locations for which access to data 2 remotely is desired. The locations may be in remote locations and likely will not have access to electric power. The contractor will supply and install the needed equipment (telemetry system, connection to existing data loggers, power supply, etc.) to enable transmission and remote access of data. The contractor will describe the telemetry technology specifications: System Specifications transmitter, receiver, signal strength, frequency of transmission, sensor connection, configuration of system Power supply electrical, solar, battery (lifespan, cost) Infrastructure pole, concrete pad, etc. Security locks, cabinets Installation and Maintenance- anticipated needs and any ongoing costs Task 2: Provide Web-based Tools for Remote Access to Data The contractor will work with county staff to set up a website providing remote access to the groundwater level data that is transmitted and received at least on a daily basis. The desirable and required features of the website include: Selection of well location for which to view data Brief description of each monitored site/well Data to be viewed as a table and as a graph Ability to export tabular data Ability for public to access the website Ability to link to data from an existing well monitoring network map web application (desirable) Integrate into County web tools The Department maintains a website and a map web application of the well monitoring network. The proposed web-tool to access the remote data can be a new distinct website that can be linked to existing Department tools, or an approach for integrating transmitted data into existing Department website tools can be proposed. Task 3: Training and Guidebooks The telemetry system will be operated, maintained, and administered by County staff once the project is completed. The contractor will provide training on equipment and web-based tools to County staff and provide technical manuals as documentation of system and required maintenance. Task 4: Project Management/Administration The contractor will be expected to present its approach to managing this project including key personnel, project management controls, budgeting, invoicing and associated costs. 3 FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8- acceptable for charts, etc.). Type size must be large enough to be easily legible, but shall not be smaller than 10 point. A. County Contact Person: Proposals must be physically received by the Department of Water and Resource Conservation no later than July 11, 2014 at 4:00 p.m. Submit one signed, single sided, unbound original and four (4) complete copies printed on two sides of the submittal and five (5) electronic versions on DVDs to: County of Butte Department of General Services Telemetry Project 2081 Second Street Oroville, CA 95965-3394 (530) 538-7365 contact person for this project who will also coordination. Proposers may direct inquiries regarding this proposal in writing to Christina Buck BCWater@buttecounty.net or post on www.publicpurchase.com by June 20, 2014. Staff will post responses to the questions on the Butte County website by July 2, 2014. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. B. Mandatory Content and Sequence of Submittal: In order for a proposal to be considered by the County, it must contain all information requested in this section. As proposals are expected to be concise, information need not be repeated within the proposal to receive full credit during evaluation of each the relative importance of each section of the proposal, given as points after each heading 1. Cover Letter Section 1 shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the organization submitting the proposal, together with the name, address and telephone number of the contact person who will be authorized to make representations for the organization, the Firm's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 60 days after receipt. 4 2. Table of Contents Section 2 shall be a detailed Table of Contents and shall include an outline of the submittal, identified by sequential page number and by section reference number and section title as described herein. 3. Contractor Capabilities Section 3 shall be a maximum of eight pages (not including resumes) entitled Firm resources, experience, and capabilities as listed below for successfully developing and completing this project as well as resumes of the staff to be assigned to the project. Submit in the order identified below: a. Background and Experience. In this section, describe your Firm its organizational structure, identify decision-making roles, and why this is advantageous to the project. Describe the roles and background of the design team leader and key team members. Describe the Firm's demonstrated experience in developing and executing specific tasks associated with the development of the Butte County Groundwater Elevation Telemetry Project. b. Key Personnel. Provide resumes describing the background and statement of qualifications for key personnel your Firm would use on this project, including any subcontractors that are considered as key personnel on this project. c. Statement of Qualifications for any subcontractors. If subcontractors/subconsultants are to be used, the prospective contractor must include in the proposal a description of the work to be done by each subcontractor/subconsultant. All subcontracts must be approved by the County and no work shall be subcontracted without prior written approval of the County. It is expected that the discussion of subconsultants will also include experience and references to similar types of work. d. Scheduling. Delineate the project scheduling process your Firm uses. Use some or all of the projects in the Experience Summary section, as well as other projects (if necessary), as specific examples, which demonstrate your ability to deliver your work on time. 4. Firm's Experience Summary Section 4 shall be a maximum of four (please limit to three (3) projects), and shall briefly describe related past projects completed along with a discussion comparing similarities with this proposed project including key staff members that worked on the project including project directors and managers. Section 4 shall also contain professional references, including names and telephone numbers for each sample project. 5. Work Plan, System Specification and Schedule Section 5 shall be a maximum of eight pages entitle 5 specifications of the system, the web-based tools and the approach to transfer the operation of the system to county staff. The section will include the anticipated timelines for each task for this project. The description of how the tasks will be achieved shall be presented in a logical, innovative manner such that it is clearly understood how the plan can efficiently deliver goals of the project. The project has four tasks to cover all aspects of the project. Each task includes deliverables which will be the basis for payments to the contractor. Proposals will address optional subtasks and may indicate additional tasks or other deviations from the Scope of Services if justified by an explanation of how such additional or modified tasks would result in a more efficient or cost-effective means of carrying out the project. The Work Plan can be formatted as a draft Scope of Work that would be incorporated as Attachment II in the resultant contract. The contractor should be cognizant of the timing specified in certain tasks and be prepared to fully describe the ability to meet the required schedule of specific tasks. For more information on insurance requirements, refer to RFP Exhibit A Model Contract. Proposals should highlight tasks or activities that may deviate from the proposed schedule and identify what may be causes for delay or uncertainties within the proposed schedule. Schedules should show start and finish dates for each task, and the sequence and overlapping of tasks and events. This project schedule must to provide all the deliverables for the project. For more information on the project schedule, refer to RFP Exhibit B Project Schedule. 6. Cost The cost portion of the proposal shall be for a Firm price that identifies a breakout of the pricing for each Task, Subtask and Deliverable of the proposed project. Each proposal shall include a not to exceed price for each of these deliverables. The total project will have a single not-to-exceed cost estimate. The cost for the telemetry system should be provided on a per unit basis. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. Ideally, a fee schedule listing each member or classification and their normal billing rates should be included with hourly rate quotes. SELECTION PROCESS The selection committee will include representatives from the Butte County Department of Water and Resource Conservation, Butte County Department of Information Systems, Department of Water Resources Northern Region Office, and the Water Commission Technical Advisory Committee. 6 Selection will consist of two levels of review. Level I will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. A recommendation may be made based on the Level I review. Level II will be a more in depth review of the highest qualified contractors and to select the finalist. This level may include a request for a presentation from the finalists, proposal fact finding, and negotiation of contract terms and conditions. The criteria for selecting the contractor recommended for selection by the Board of Supervisors is provided below: Telemetry System Specifications........ 30 points 30 points points 10 points GENERAL 1. Any questions related to this RFP are to be directed in writing to the County contact person, Christina Buck at BCWater@buttecounty.net or posted on www.publicpurchase.com. Do not contact other County personnel or Selection Committee members regarding this project or the selection procedures. 2. Any and all costs including travel, if required, associated with the development and delivery of the RFP to the County of Butte is the full responsibility of the Firm with no reimbursement due by the County of Butte. 3. All work performed for the County of Butte, including all documents associated with the project, shall become the exclusive property of the County of Butte. 4. All information and materials submitted to the County in response to this RFP may be reproduced by the County of Butte for the purpose of providing copies to authorized County personnel involved in the evaluation of the Proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is awarded. Contract awards are a matter of public record. Once a Contract is executed, Proposals submitted in response to this RFP are subject to public disclosure as required by law. Your submission of a Proposal is considered not be liable for disclosure of information or records related to this Solicitation. 5. The Firm agrees to file tax returns and pay all applicable taxes including possessory use taxes that may be levied as a result of use as managed by the selected Firm. 6. The Firm shall indemnify and hold harmless the County of Butte, its officers, volunteers and employees from liability of any nature or kind due to the use of any copyrighted or uncopyrighted composition, trade secret, patented or unpatented invention, article, service or appliance furnished or used as a result of this solicitation and any potential subsequent purchase order or contract. 7. The opening of proposals in response to this RFP is not subject to attendance by the general public. This restriction is necessitated by the fact that the contract award is subject to negotiations, and it would be unfair for competing companies to know the prices quoted by one another. 7 8. The successful Firm must be prepared to begin work promptly following execution of the contract and is expected to complete the project in its entirety. COUNTY OF BUTTE RESERVED RIGHTS 1. Issuance of this RFP in no way constitutes a commitment by the County of Butte to award a contract. If the County determines it is in the best interest to do so, no Firm may be selected and no contract may be executed. 2. Upon acceptable pricing negotiations and contract award, the Firm shall be required to execute the standard County of Butte Contract. The County of Butte may modify the contractual requirements of the contract prior to execution of a contract for services. 3. The County of Butte reserves the right to request additional information from Firms that have submitted proposals in response to this RFP and to enter into negotiations with more than one Firm, or to award a purchase order or contract to the Firm with the most favorable quotation without conducting negotiations. Therefore, the most favorable billing rate for key positions should be included in the original response to this RFP. 4. The County of Butte reserves the right to reject any or all Proposals received if the County of Butte may cancel or amend this RFP at any time and may submit similar solicitations in the future. 5. The County of Butte may reject any Proposal that does not meet all of the mandatory requirements of this RFP, is conditional or is incomplete. 6. The County of Butte may request clarification of any submitted information and may request additional information on any or all responses provided and may waive minor inconsistencies deemed to be irrelevant. 7. Butte County may enter into negotiations with one or more firms. 8. Butte County may award more than one contract if it is in the best interest of the County; PROPOSAL WITHDRAWAL, ERRORS AND PROTESTS The withdrawal of any Proposal must be made in writing prior to the required submission date and time, and must be signed by an authorized representative of the Firm. An error in the Proposal Submission may cause the rejection of that Proposal. However, the Firm may submit a new or modified Proposal prior to the Proposal submission date and time. Firms that submitted a Proposal but were unsuccessful in the attempt to obtain a contract may request, in writing, a debriefing from the County of Butte contact listed above. Firms that have received a debriefing, but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the nd County of Butte, General Services, 2081 2 Street, Oroville, CA 95965-3413. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal and must contain a statement of the reason(s) for the protest citing the law, rule, regulation or procedure on which the protest is based. Potential Firm capabilities, proposal characteristics and / or pricing features that were not included in 8 considered, the protest must be submitted within seven (7) working days following the debriefing. MODEL CONTRACT The Firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. The contractor and any subcontractors will be required to comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code 8350 et seq.). EXHIBITS AND INFORMATION Exhibit A: Model Contract Exhibit B: Project Schedule Proposers are encouraged to obtain the following references: 1. Butte County Groundwater Status Report which includes map of monitoring network (2014) 2. Department of Water and Resource Conservation website: http://www.buttecounty.net/waterresourceconservation/Home.aspx 3. Department of Water and Resource Conservation web application for Well Monitoring Network: http://gismaps.buttecounty.net/flexviewer/bcwaterresources/index.html TIMING AND SCHEDULE The following timing and schedule are estimated and are subject to change. June 20, 2014 All written questions or inquiries submitted to the county contact. July 2, 2014 Addenda will be posted responding to questions. July 11, 2014 - All responses to this RFP must be submitted on or before 4:00 p.m. July 21-25, 2014 Selection committee will conduct the Level I review that will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. The Selection committee may decide on a recommendation for awarding the contract in the Level I review. August 4-8, 2014 If needed, the Selection Committee will conduct the Level II review. The Level II review will be for to select the finalist from a small pool of candidates. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. 9 August 2014 The Selection Committee prepares a recommendation to the Butte County Board of Supervisors. August 26, 2014 Contract awarded. 10 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 96-15 FOR THE BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION TO CONDUCT STABLE ISOTOPE RECHARGE STUDY Butte County Department of Water and Resource Conservation 308 Nelson Avenue Oroville, CA 95965-3394 (530) 538-4343 FAX (530) 538-3807 May 1, 2015 Proposals Due: June 15, 2015, 4:00 PM Table of Contents Introduction Background 2 Scope of Services . 4 . 4 Task 1. Project Development .. 4 Task 1.1 Compilation and Assessment of Existing Stable Isotope . 4 Task 1.2 . 5 Task 1.3 Consultation . 5 Task 1.4 Project Management 6 Task 2 Investigation and Analysis ..... 6 Task 2.1 F 6 Task 2. 7 Task 2. 7 Task 2.. 8 Format for Proposals .. 8 County Contact Person .. 9 Mandatory Content and Sequence of Submittal . 9 Selection Process 12 General 12 County of Butte Reserved Righ.13 Proposal Withdrawal, Errors and Protests . 13 Timing and Schedule 15 COUNTY OF BUTTE REQUEST FOR PROPOSALS RFP 96-15 CONDUCT STABLE ISOTOPE RECHARGE STUDY Butte County Department of Water and Resource Conservation Oroville, California NOTICE To eliminate conflicts of interest, or the potential for conflicts, the successful contractor for this Request for Proposals (RFP), or any affiliated companies, as determined at the sole discretion of the County of Butte, shall not, during this solicitation, or any optional extensions thereof, contract with the County of Butte for any public facilities related projects directly or indirectly resulting from the advice or recommendations provided as part of this RFP. Contractors are reminded that it is their responsibility to: Read carefully all of the contents of this entire RFP. Ask for clarification before submission due dates. Address all requirements and follow all procedures of this RFP. Immediately inform the County of Butte of any problems with this RFP solicitation. Submit all responses by the required dates and times. INTRODUCTION The County of Butte is requesting proposals from firms to Conduct a Recharge Study Using Stable Isotope Analysis. The Butte County Department of Water and Resource Conservation is the lead agency responsible for this project and will be contract administrator. TFirm or firms contracted for the professional services described in this RFP, though several tasks may be completed by more than one party. The contractor will carry out the project under the direction of the Butte County Department of Water and Resource Conservation. The County of Butte intends to award a contract to a Firm that will meet our qualification criteria and has successfully performed services on similar projects in the past and demonstrates the likelihood of successfully carrying out this project. The successful Firm will be required to enter into a contract with the County for the services requested in this RFP within a short time period after award. The successful Firm will be required to meet the schedule timeframe for completion of tasks. The project schedule is attached as Exhibit B. A Firm submitting a proposal must be prepared to use the 1 County's standard contract form rather than its own contract form. The contract will include terms appropriate for this project. Generally, the terms of the contract will include, but are not limited to: (1) completion of the project within the timeframe provided; (2) no additional work authorized without prior written approval; (3) no payment without prior written approval; (4) funding availability; (5) termination of contract under certain conditions; (6) indemnification of the County; (7) approval by the County of any subcontractors; and (7) minimum appropriate insurance requirements. A Model Contract is attached as Exhibit A to this RFP. The County intends to award a contract substantially in the form of the Model Contract to the selected contractor in July 2015. The contract period is expected not to exceed three (3) years. BACKGROUND In 2013, the Department began implementing the Water Resource Management and Protection Project. The Project was comprised of four interrelated components the Water Resource Inventory and Analysis Report; Water Resources Analyses (i.e. groundwater modeling); Groundwater Recharge Investigation, and; Local Water Supply Management Options. The first phase of the Project involves updating the Water Inventory and Analysis Report. Additionally, an initial update of the Butte Basin Groundwater Model was integrated into Phase 1 of the Project. Phase 1 is underway and expected to be completed in 2015. This Stable Isotope Recharge Study is part of Phase 2 of the Water Resource Management and Protection Project. Phase 2 focuses on conducting tasks associated with the Groundwater Recharge Investigation component. Understanding how groundwater recharges is a critical aspect of assessi The geology and hydrology in Butte County is complex and presents considerable uncertainty for managing the resource and utilizing analytical tools (such as groundwater modeling). Although a significant amount of data has been produced to realistically assess water demand (Inventory and Analysis Report 2001, Agricultural Water Demand Forecast 2003, Urban Water Demand Forecast 2003), additional research is needed to refine future analyses, and further explore recharge processes and groundwater-surface water interaction in the basin. This project will build on and add to current data (most recently the Lower Tuscan Aquifer Investigation) that helps The Lower Tuscan Aquifer (LTA) Investigation was a three year study completed in June 2013 that used a suite of field approaches and analyses to improve the understanding of the regional aquifer including aquifer properties, groundwater-surface water interaction, recharge processes, and pumping activity impacts on the aquifer. Stable isotope (hydrogen and oxygen) data were obtained at several locations as an add-on to the project and proved to be valuable in gaining insights on the identification and elimination of potential major recharge areas. One of the recommendations in Future Data Needs from the LTA project is an expansion of stable isotope analysis to include greater spatial coverage, explore the seasonal variation in the stable isotope signature of hydrogen and oxygen, and consider use of stable isotopes of other 2 elements including possibly boron, carbon, sulfur, and/or nitrogen. This RFP seeks proposals for a recharge study using stable isotope analysis that builds off of the LTA project recommendation to better understand dynamics of recharge on the perimeter of the basin as geology and soil characteristics transition from the low foothills into the valley floor. The California GAMA Program produced a final report in January 2005, Groundwater Ambient Monitoring and Assessment Results for the Sacramento Valley and Volcanic Provinces of Northern California. This study includes stable isotope data for hydrogen and oxygen from a high density of wells along Big Chico Creek in the Chico area. It also employed a suite of other analyses (tritium, dissolved noble gases, excess air, Radiogenic helium, noble gas recharge temperature, etc). A major result of this study shows the influence of Big Chico Creek recharge from which water in wells adjacent to the stream is derived, in decreasing proportions in wells to the north and south. Data collected as part of this study and its analyses and interpretation in the report provide current recharge study to move south and better understand recharge dynamics in the Durham Dayton and Esquon area south of Chico along Butte Creek. The reach of Butte Creek of particular interest extends from Honey Run Road in the north east to Nelson Road in the valley. Other more minor surface water features (Little Dry Creek, Little Chico Creek or other local ephemeral drainages) could also be included. The recharge study will use stable isotope analysis to better understand the mixing of recharge sources and contributions of local precipitation and river water to the groundwater basin as sampled from wells, particularly in the area of Butte Creek. This study seeks to answer the question of how water is moving into and through the system in this area, what are the primary sources of recharge and how they change spatially and with depth. The desired outcomes of the project include the development of the following: A comprehensive compilation of available stable isotope and other relevant water quality data from previous studies throughout the Northern Sacramento Valley (Sutter Buttes to Redding). This should include a summary of pertinent conclusions and interpretations of recharge processes from this data; An updated conceptual model of source waters, recharge processes, and basin dynamics south of Chico and in the Butte Creek area; Analysis and a map that quantifies relative amounts of water source (local precipitation vs. stream recharge) in sampled groundwater; A greater understanding of vertical groundwater movement and recharge sources with depth by sampling groundwater from multi-completion well nests; A greater understanding of seasonal variability of stable isotopes in sampled surface and groundwater; Specific recommendations for how results should influence and inform mapping of recharge areas in the county, and; A public outreach and education program that will heighten public awareness and understanding of the aquifer and recharge processes. 3 DESIRED QUALIFICATIONS Butte County is requesting proposals from an engineering/environmental firm, or team of firms, with requisite experience in the following areas: Interpretation and analysis of stable isotope data to refine study objectives and better understand recharge processes and groundwater-surface water interaction in the study area Water quality field sampling plan design (including surface water, groundwater, and possibly precipitation sampling). Water sampling, QA/QC procedures, and data management Interaction with public and technical advisory representatives to communicate study objectives, approaches, and results. The project involves developing a water quality field sampling plan, implementing the sampling plan over two years, conducting data analysis, interpretation, and documentation, and public education and outreach to communicate results. An outcome of the project should include an updated conceptual model of recharge processes and basin dynamics in the study area. The contractor will be expected to closely coordinate the project with Butte County since specific tasks related to the project (i.e., right of entry) will be carried out by the County and some sampling may be done jointly with County staff. The contractor will be expected to include participation of staff from the Department of Water Resources (DWR). SCOPE OF SERVICES Overview. The Recharge Study using Stable Isotope Analysis includes two distinct tasks. Task 1 Project Development, has four subtasks -Compilation and Assessment of Existing Stable Isotope Data (Task 1.1), Field Sampling Protocol (Task 1.2), Consultation (Task 1.3), Project Management/Administration (Task 1.4). Task 2 Investigation and Analysis, has four tasks - Field Investigation (Task 2.1), Preparation of Stable Isotope Analysis Recharge Report (Task 2.2), Consultation (Task 2.3), and Project Management/Administration (Task 2.4). Task 1: Project Development Task 1.1. Compilation and Assessment of Existing Stable Isotope Data This task involves conducting a literature review and data mining of existing stable isotope data from previous studies throughout the Northern Sacramento Valley (north of the Sutter Buttes to Red Bluff). The contractor will work with the DWR and County Staff and data. Conclusions and interpretations of recharge processes and water source in these existing studies should be summarized. 4 Deliverables: 1) Electronic library (pdfs) compiling studies with stable isotope data 2) Summary spreadsheet or database of existing stable isotope data (electronic format) 3) Technical Memo summarizing existing studies with stable isotope data and their pertinent conclusions and interpretations (50 hard copies and electronic version) Task 1.2. Field Sampling Protocol This task includes developing a field sampling plan in consultation with the Technical Steering Committee (Subtask 1.3.1). The contractor will provide expertise in designing the sampling methodology and the extent and ideal locations of the sampling grid. The contractor will describe their recommendations for the following aspects of the field sampling protocol: Important considerations and aspects of the field sampling plan Water analyses to be conducted (stable isotopes of hydrogen and oxygen expected, specify others if any) Frequency and timing of sampling and length of sampling season Combination and number of sampling sites for each of the following categories o well network for groundwater sampling o Surface water sampling sites o Precipitation sampling sites (if any) Deliverables: 1) The contractor will prepare a draft Field Sampling Protocol to Butte County describing the field sampling plan, methods and approaches used, each sampling event, and the resulting raw data. 2) Final Field Sampling Protocol based on consultation with the Technical Steering Committee (Subtask 1.3.1). Task 1.3. Consultation Subtask 1.3.1 Technical Steering Committee As part of the project, Butte County will form a Technical Steering Committee (TSC) that will provide input and recommendations on various components of the project. The TSC will potentially consist of Department staff, Butte County Water Commissioners, Water Commission Technical Advisory Committee members, and other regional qualified scientists, local agriculturalists, or representatives from State and local agencies. The TSC will meet on an as needed basis throughout the duration of the project and will act solely in an advisory capacity to Butte County and the consultant retained for the project. For Task 1, the contractor will be expected to attend up to 2 two-hour meetings with the TSC. The intended purpose of the meetings will be to solicit input on the development of Tasks 1 and 2. The Department will be responsible for coordinating and setting up TSC meetings. Subtask 1.3.2 Public Presentations For Task 1, the contractor will be expected to participate in making two public 5 presentations. The contractor will be expected to make a presentation to the Butte County Water Commission to give an overview of the project. The presentation will occur after the initial consultation with the Technical Steering Committee (Subtask 1.3.1). The contractor will be expected to make a similar presentation at a public workshop. The Department will be responsible for organizing the meetings, securing the facility and making appropriate arrangements. The contractor will be limited to presenting technical information related to its scope of work. Subtask 1.3.3 Public Information Sheets The contractor will assist the Department in the production of a public information sheet that describes the project design and purpose. This information sheet will be produced by the end of the second quarter. The Department will direct the information sheet content. The contractor will assist in the information sheet design and content. The contractor will be responsible for information layout in an electronic format suitable for posting on the website and printing. Deliverables: 1) TSC Consultation 2) Presentations a. The contractor will make a presentation to the Butte County Water Commission and a similar presentation at a public workshop; b. The contractor will develop and prepare presentation materials. 3) Information Sheets a. Draft the content and layout of two information sheets; b. Produce an electronic version suitable for printing and posting. Task 1.4. Project Management/Administration The contractor will be expected to present its approach to managing this project including key personnel, project management controls, budgeting, invoicing and associated costs. Task 2 Investigation and Analysis Task 2.1. Field Investigation The field investigation will be based on the Field Sampling Protocol (Task 2.1). The County will be responsible for identifying and gaining right of entry to sampling locations. The field sampling will be done by County staff in cooperation with the consultant team. Lab to be used for analyses will be contracted by the Department based on the recommended protocol in the Field Sampling Protocol. Optionally, for the purposes of the proposal, the contractor can indicate a lab and unit cost quote per water sample analysis and sampling event if they were to conduct the field investigation. Deliverables: 1) Under the direction of the County, collection of isotope and related data. 6 Task 2.2. Preparation of Stable Isotope Analysis Recharge Report The County will provide the consultant with electronic spreadsheet/database of isotope data, electronic copies of lab analysis reports and other data. The contractor will analyze, interpret, and document data collection in the form of a final report. The final report will include the following: Executive Summary Project objectives and description of methods Stable isotope background and basics related to how this type of data provides insights on recharge processes Overview of previous studies and pertinent preexisting data/conclusions to be used in current analysis Results and Discussion o Data analysis methods and interpretation o Relative amounts of local precipitation vs. stream recharge in water sampled at each well in the sampling grid (include a map) o Insights regarding groundwater-surface water interaction and how Butte Creek (and/or other surface water features) interacts with the basin o Seasonal variation in stable isotope data from different sources o Variation of stable isotopes and water source with depth o Updated conceptual model of recharge processes in the study area Recommendations for future work o Specific recommendations regarding use of results/conclusions for recharge mapping Conclusions Deliverables: 1) Draft Final Report 2) Final Report a. The contractor will prepare based on review, comment, and approval of a draft final report, a final report on the project. b. The final report will be prepared in an electronic and bound hard copy format. The contractor will prepare 100 multi-color hard copies of the final report. Task 2.3. Consultation Subtask 2.3.1 Technical Steering Committee As part of the project, Butte County will form a Technical Steering Committee (TSC) that will provide input and recommendations on various components of the project. The TSC will potentially consist of Department staff, Butte County Water Commissioners, Water Commission Technical Advisory Committee members, and other regional qualified scientists, local agriculturalists, or representatives from State and local agencies. It is anticipated that the TSC will retain the same membership from Task 1 of the project. The TSC will meet on an as needed basis throughout the duration of the project and will act solely in an advisory capacity to Butte County and the consultant retained for the project. For Task 2, the contractor will be expected to attend up to 2 7 two-hour meetings with the TSC. The Department will be responsible for coordinating and setting up TSC meetings. Subtask 2.3.2 Public Presentations The contractor will be expected to participate in making two public presentations. The contractor will be expected to make a presentation to the Butte County Water Commission to present the final report. The contractor will be expected to make a similar presentation at a public workshop. The Department will be responsible for organizing the meetings, securing the facility and making appropriate arrangements. The contractor will be limited to presenting technical information related to its scope of work. Subtask 2.3.3 Public Information The contractor will assist the Department in the production of a public information sheet that will describe the final Report ndations. It will be produced at the end of the project. The Department will direct the information sheet content. The contractor will assist in the information sheet design and content. The contractor will be responsible for information sheet layout in an electronic format that is suitable for posting on the website and printing. Deliverables: 1) Presentations a. The contractor will make a presentation to the Butte County Water Commission and a similar presentation at a public workshop; b. The contractor will develop and prepare presentation materials. 2) Public Information Sheet a. Draft the content and layout of the information sheet; b. Format an electronic format of the information sheet suitable for posting on the website and printing. Task 2.4. Project Management/Administration The contractor will be expected to present its approach to managing this project including key personnel, project management controls, budgeting, invoicing and associated costs. FORMAT FOR PROPOSALS Responses to the Request for Proposals must be made according to the requirements set forth in this section, both for content and for sequence. Failure to adhere to these requirements or inclusion of conditions, limitations or misrepresentations in a response may be cause for rejection of the submittal. Use 8- acceptable for charts, etc.). Type size must be large enough to be easily legible, but shall not be smaller than 10 point. 8 A.County Contact Person: Proposals must be physically received by the Department of General Services no later than June 15, 2015 at 4:00 p.m. Submit one signed, single sided, unbound original and four (4) complete copies printed on two sides of the submittal and five (5) electronic versions on DVDs to: County of Butte Department of General Services Isotope Recharge Project 2081 Second Street Oroville, CA 95965-3394 (530) 538-7365 Christina Buck Proposers may direct written inquiries regarding this proposal to this contact person at BCWater@buttecounty.net or post on www.publicpurchase.com by May 15, 2015. Staff will post responses to the questions on the Butte County website by May 22, 2015. Do not contact other County personnel or selection committee members regarding this project or the selection procedures. B. Mandatory Content and Sequence of Submittal: In order for a proposal to be considered by the County, it must contain all information requested in this section. As proposals are expected to be concise, information need not be repeated within the proposal to receive full credit during evaluation of each a weighted total based on the relative importance of each section of the proposal, given as points after each heading 1. Cover Letter Section 1 shall be a maximum two-page Cover Letter and introduction, and shall include the name and address of the organization submitting the proposal, together with the name, address and telephone number of the contact person who will be authorized to make representations for the organization, the firm's federal tax ID number and a list of subcontractors, if any. The cover letter shall include a statement that the proposal is valid for 60 days after receipt. 2. Table of Contents Section 2 shall be a detailed Table of Contents and shall include an outline of the submittal, identified by sequential page number and by section reference number and section title as described herein. 9 3. Contractor Capabilities Section 3 shall be a maximum of eight pages (not including resumes) entitled resources, experience, and capabilities as listed below for successfully developing and completing this project as well as resumes of the staff to be assigned to the project. Submit in the order identified below: a. Background an organizational structure, identify decision-making roles, and why this is advantageous to the project. Describe the roles and background of the design team leader and key team members. Describe the firm's demonstrated experience in developing and executing Specific Tasks associated with the Recharge Study using Stable Isotope Analysis. b. Key Personnel. Provide resumes describing the background and statement of qualifications for key personnel your firm would use on this project, including any subcontractors that are considered as key personnel on this project. c. Statement of Qualifications for any subcontractors. If subcontractors/subconsultants are to be used, the prospective contractor must include in the proposal a description of the work to be done by each subcontractor/subconsultant. All subcontracts must be approved by the County and no work shall be subcontracted without prior written approval of the County. It is expected that the discussion of subconsultants will also include experience and references to similar types of work. d. Scheduling. Delineate the project scheduling process your firm uses. Use some or all of the projects in the Experience Summary section, as well as other projects (if necessary), as specific examples, which demonstrate your ability to deliver your work on time. 4. Firm's Experience Summary Section 4 shall be a maximum of four (please limit to three (3) projects), and shall briefly describe related past projects completed along with a discussion comparing similarities with this proposed project including key staff members that worked on the project including project directors and managers. Section 4 shall also contain professional references, including names and telephone numbers for each sample project. 5. Work Plan and Schedule Section 5 shall be a maximum of eight nd complete all tasks/subtasks identified in their proposal, and anticipated timelines for each task for this project. The description 10 of how the tasks will be achieved shall be presented in a logical, innovative manner such that it is clearly understood how the plan can efficiently deliver goals of the project. The project has two tasks that have four subtasks each that cover all aspects of the project. Each subtask includes deliverables which will be the basis for payments to the consultant. Proposals will address optional subtasks and may indicate additional task or other deviations from the Scope of Services if justified by an explanation of how such additional or modified tasks would result in a more efficient or cost-effective means of carrying out the project and meeting its objectives. The Work Plan can be formatted as a draft Scope of Work that would be incorporated as Attachment II in the resultant contract. The contractor should be cognizant of the timing specified in certain tasks and be prepared to fully describe the ability to meet the required schedule of specific tasks. For more information on insurance requirements, refer to RFP Exhibit A Model Contract. Proposals should highlight tasks or activities that may deviate from the proposed schedule and identify what may be causes for delay or uncertainties within the proposed schedule. Schedules should show start and finish dates for each task, and the sequence and overlapping of tasks and events. This project schedule must demonstrate to t to provide all the deliverables for the project. For more information on the project schedule, refer to RFP Exhibit B Project Schedule. 6. Cost The cost portion of the proposal shall be for a firm price that identifies a breakout of the pricing for each Task, Subtask and Deliverable of the proposed project. Each proposal shall include a not to exceed price for each of these deliverables. The total project will have a single not-to-exceed cost estimate. The County intends to conduct the field investigation and water sampling with County staff or by subcontracting field work, however, for bidding purposes, the contractor is encouraged to indicate their preferred lab for water sample analysis and a unit cost per sample. In addition, since the number and specific locations of sampling sites (Task 2.1) have not been finalized, the contractor could also optionally include a unit cost for each sampling event of a surface water and multi-completion monitoring well site. If an hourly rate is quoted, the anticipated total number of hours should be included along with a not-to-exceed price for the project. Ideally, a fee schedule listing each member or classification and their normal billing rates should be included with hourly rate quotes. 11 SELECTION PROCESS The selection process will involve a review and recommendation of proposals by a selection committee. The selection committee will review the proposals and make a recommendation for selection to the Butte County Board of Supervisors. The selection committee will include representatives from Butte County Department of Water and Resource Conservation, the Butte County Water Commission, and the Water Commission Technical Advisory Committee. The selection process will consist of two levels of review. Level I will consist of evaluating the proposals based on the information provided for the purpose of establishing the most qualified contractors. A recommendation may be made based on the Level I review. Level II will be a more in-depth review of the highest qualified contractors and to select the finalist. The Level II review may include a request for a presentation from the finalists, proposal fact finding, and negotiation of contract terms and conditions. Proposal will be evaluated by the following criteria: 10 points . 30 points .. 30 points . 10 points 20 points GENERAL 1. Any questions related to this RFP are to be directed in writing to the County contact person, Christina Buck at BCWater@buttecounty.net or posted on www.publicpurchase.com. Do not contact other County personnel or Selection Committee members regarding this project or the selection procedures. 2. Any and all costs including travel, if required, associated with the development and delivery of the RFP to the County of Butte is the full responsibility of the Firm with no reimbursement due by the County of Butte. 3. All work performed for the County of Butte, including all documents associated with the project, shall become the exclusive property of the County of Butte. 4. All information and materials submitted to the County in response to this RFP may be reproduced by the County of Butte for the purpose of providing copies to authorized County personnel involved in the evaluation of the Proposals, but shall be exempt from public inspection under the California Public Records Act until such time as a Contract is awarded. Contract awards are a matter of public record. Once a Contract is executed, Proposals submitted in response to this RFP are subject to public disclosure as required by law. Your submission of a Proposal is considered not be liable for disclosure of information or records related to this Solicitation. 5. The Firm agrees to file tax returns and pay all applicable taxes including possessory use taxes that may be levied as a result of use as managed by the selected Firm. 12 6. The Firm shall indemnify and hold harmless the County of Butte, its officers, volunteers and employees from liability of any nature or kind due to the use of any copyrighted or uncopyrighted composition, trade secret, patented or unpatented invention, article, service or appliance furnished or used as a result of this solicitation and any potential subsequent purchase order or contract. 7. The opening of proposals in response to this RFP is not subject to attendance by the general public. This restriction is necessitated by the fact that the contract award is subject to negotiations, and it would be unfair for competing companies to know the prices quoted by one another. 8. The successful Firm must be prepared to begin work promptly following execution of the contract and is expected to complete the project in its entirety. COUNTY OF BUTTE RESERVED RIGHTS 1. Issuance of this RFP in no way constitutes a commitment by the County of Butte to award a contract. If the County determines it is in the best interest to do so, no Firm may be selected and no contract may be executed. 2. Upon acceptable pricing negotiations and contract award, the Firm shall be required to execute the standard County of Butte Contract. The County of Butte may modify the contractual requirements of the contract prior to execution of a contract for services. 3. The County of Butte reserves the right to request additional information from Firms that have submitted proposals in response to this RFP and to enter into negotiations with more than one Firm, or to award a purchase order or contract to the Firm with the most favorable quotation without conducting negotiations. Therefore, the most favorable billing rate for key positions should be included in the original response to this RFP. 4. The County of Butte reserves the right to reject any or all Proposals received if the County of Butte may cancel or amend this RFP at any time and may submit similar solicitations in the future. 5. The County of Butte may reject any Proposal that does not meet all of the mandatory requirements of this RFP, is conditional or is incomplete. 6. The County of Butte may request clarification of any submitted information and may request additional information on any or all responses provided and may waive minor inconsistencies deemed to be irrelevant. 7. Butte County may enter into negotiations with one or more firms. 8. Butte County may award more than one contract if it is in the best interest of the County; PROPOSAL WITHDRAWAL, ERRORS AND PROTESTS The withdrawal of any Proposal must be made in writing prior to the required submission date and time, and must be signed by an authorized representative of the Firm. An error in the Proposal Submission may cause the rejection of that Proposal. However, the Firm may submit a new or modified Proposal prior to the Proposal submission date and time. 13 Firms that submitted a Proposal but were unsuccessful in the attempt to obtain a contract may request, in writing, a debriefing from the County of Butte contact listed above. Firms that have received a debriefing, but continue to feel aggrieved in connection with the solicitation or award of a contract may submit a protest to the County of Butte, General nd Services, 2081 2 Street, Oroville, CA 95965-3413. All protests must be made in writing, signed by an individual authorized to sign the submitted proposal and must contain a statement of the reason(s) for the protest citing the law, rule, regulation or procedure on which the protest is based. Potential Firm capabilities, proposal characteristics and / or the protest process. To be considered, the protest must be submitted within seven (7) working days following the debriefing. MODEL CONTRACT The Firm selected shall be expected to execute a contract substantially as the one shown as Exhibit A. The contractor and any subcontractors will be required to comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code 8350 et seq.). EXHIBITS AND INFORMATION Exhibit A: Model Contract Exhibit B: Project Schedule Proposers are encouraged to obtain the following references: California GAMA Program: Groundwater Ambient Monitoring and Assessment Results for the Sacramento Valley and Volcanic Provinces of Northern California, January 2005. http://www.waterboards.ca.gov/gama/docs/cas_llnl_no_sacval_volcanics.pdf Lower Tuscan Aquifer Monitoring, Recharge and Data Management Project, May 2013. http://www.buttecounty.net/Portals/26/Tuscan/LTAFinalReport.pdf 2014 Butte County Groundwater Status Report, February 2015. http://www.buttecounty.net/waterresourceconservation/GroundwaterStatusReports/201 4GroundwaterStatusReport Water Research Project Priorities in Support of the Water Resource Management and Projection Project (Phase 2), May 2014. Included in Agenda packet: https://www.buttecounty.net/wrcdocs/Programs/BMO/TAC/TACagenda050114/WAC_T ACAgenda050114.pdf Proposers are encouraged to research documents related to this project on the Butte County Department of Water and Resource Conservation website: http://www.buttecounty.net/waterresourceconservation 14 TIMING AND SCHEDULE The following timing and schedule are estimated and are subject to change. May 15, 2015 All written questions or inquiries submitted to the county contact. May 22, 2015 Addenda will be posted responding to questions. June 15, 2015 - All responses to this RFP must be submitted on or before 4:00 p.m. June 15-30, 2015 Selection committee will conduct the Level I review that will consist of evaluating the proposals for the purpose of establishing the most qualified contractors. The Selection committee may decide on a recommendation for awarding the contract in the Level I review. July 1-15, 2015 If needed, the Selection Committee will conduct the Level II review. The Level II review will be for to select the finalist from a small pool of candidates. This level may include a request for a presentation from the finalists, proposal fact finding and negotiation of contract terms and conditions. July 22, 2015 The Selection Committee prepares a recommendation to the Butte County Board of Supervisors. August 2015 Contract awarded. 15