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!dpousbdups!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!Dpvouzt!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;!Xbufs!Jowfoupsz!boe!Bobmztjt!Sfqpsu!SGQ!
3192!Tfdpoe!Tusffu!
Pspwjmmf-!DB!:6:76.44:5!
)641*!649.8476!
Uijt!qfstpo!xjmm!tfswf!bt!uif!Dpvouzt!dpoubdu!qfstpo!gps!uijt!qspkfdu!xip!xjmm!bmtp!
sftqpoe!ejsfdumz!xjui!uif!dpousbdupst!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!Dpvouzt!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!Qspqptbm!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!
Dpousbdups!Dbqbcjmjujft-!boe!tibmm!jodmvef!b!eftdsjqujpo!pg!uif!qspqptjoh!Gjsnt!
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!Gjsnt!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!Gjsn(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!Xpsl!Qmbo-!boe!xjmm!pvumjof!ipx!
uif!dpousbdupst!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!Dpvouzt!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!Dpvouzt!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!Dpvouzt!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!Gjsnt!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