Comprehensive Wildfire Emergency Evacuation Assessment Contractor

Agency: Summit County
State: Colorado
Type of Government: State & Local
NAICS Category:
  • 541611 - Administrative Management and General Management Consulting Services
Posted Date: Apr 5, 2024
Due Date: May 15, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Title: Comprehensive Wildfire Emergency Evacuation Assessment Contractor
Category: Emergency Management
Status: Open

Publication Date/Time:
4/5/2024 8:00 AM
Publication Information:
Summit County Journal and Summit Daily News
Closing Date/Time:
5/15/2024 6:00 PM
Submittal Information:
Summit County Emergency Management Dept, 501 N. Park Ave., P.O. Box 210, Breckenridge, CO 80424
Bid Opening Information:
4:00 PM on Wed., May 15, 2024
Contact Person:
Brian Bovaird, Director of Emergency Management
Summit County Sheriff’s Office
970.668.2980
brian.bovaird@summitcountyco.gov
Business Hours:
Monday - Friday (9am - 5pm)
Related Documents:

Attachment Preview

REQUEST FOR PROPOSALS
for
Comprehensive Wildfire Emergency Evacuation Assessment
April 5, 2024
Proposals Due:
Wednesday, May 15, 2024, no later than 3:00 p.m. MST/MDT.
Overview
Summit County Government (“County”) is soliciting bids from qualified contractors to conduct a comprehensive
wildfire emergency evacuation assessment for Summit County, Colorado. As a key initiative in our commitment to
enhancing community safety and disaster preparedness, we seek to engage an experienced contractor to evaluate and
improve our existing evacuation plans and procedures in response to the increasing threat of wildfires in the region.
The objective of this project is to assess the current wildfire emergency evacuation plans and procedures for Summit
County, Colorado, and develop actionable recommendations to enhance effectiveness, efficiency, and safety. The
assessment should consider various factors, including but not limited to:
Identification of high-risk areas susceptible to wildfires through computer modeling of multiple scenarios.
Evaluation of existing evacuation routes, infrastructure, plans and resources.
Conduct a comprehensive roadway capacity analysis to evaluate the countywide roadway network to include,
but not be limited to:
o Evacuation time estimates for a multitude of evacuation scenarios to include individual municipality
evacuations, simultaneous evacuation of multiple geographic areas and countywide evacuations.
o Identification of pinch points that will slow down egress and recommendations to improve efficiency.
o Identification and recommendations for operational strategies such as alternate traffic patterns to
include contraflow and emergency vehicle ingress.
Identification and recommendations for roadway infrastructure upgrades to enhance evacuation times and
efficiency.
Identification and recommendations for evacuation risk mitigation strategies, such as vegetation
management.
Identification and recommendations for strategies to manage traffic congestion during extended closures of
Interstate 70 and other routes of egress.
Conduct a comprehensive analysis of the existing mass transit system to identify optimal operational
strategies in utilizing these resources during emergency evacuations. Methods such as hub and spoke
evacuation and point to point evacuation shall be evaluated.
Assessment of communication protocols and systems for disseminating evacuation orders and information to
residents.
Analysis of population demographics and potential barriers to evacuation.
Review of evacuation shelter locations and capacities.
Consideration of special needs populations and their unique evacuation requirements.
Integration of technological solutions and tools to improve evacuation planning and execution.
Coordination with local emergency management, law enforcement, fire departments, and other relevant
stakeholders.
In addition to the assessment detailed above, a successful bid will also include the design, conduct and review of a
tabletop exercise intended to test the updated Emergency Evacuation Functional Annex to the Summit County
Emergency Operations Plan resulting from this assessment. The tabletop exercise shall be compliant with the
Homeland Security Exercise and Evaluation Program (HSEEP) and include an After Action Report and Improvement
SCG Version 02.22
Guide.
Copies of the request are available at www.SummitCountyCO.gov under ‘Bids & Proposals’ or by request at the
Summit County Sheriff’s Office. Contact Brian Bovaird, Director of Emergency Management, for additional project
information at brian.bovaird@summitcountyco.gov or 970.668.2982.
Scope of Services
This project will encompass unincorporated Summit County and all municipalities and special districts located
within the county.
Contractor shall furnish all labor, transportation, and incidentals necessary to perform the comprehensive wildfire
emergency evacuation assessment.
Project management duties shall include, but not be limited to:
Conducting an in-person project kickoff meeting.
In-person site visit with Summit County personnel to properly orient to the geography of the county.
Establishment of a project development team that comprises key stakeholders.
Conducting virtual meetings, as necessary, to discuss the project, analysis assumptions, analysis results,
and community outreach. This includes preparation of meeting materials (e.g., meeting agenda, invite,
presentation slides, meeting minutes).
Monthly meetings with the Summit County Director of Emergency Management to discuss ongoing tasks,
schedule, and budget.
Work shall be completed as set forth in a contract for this project to be negotiated with the County based upon the
contractor’s written proposal.
Date and time of service
Service will be performed on an ongoing daily basis beginning on June 3, 2024. Service will be performed on a regular
daily schedule (Monday through Friday) to be agreed upon prior to contract. Potential schedule should be included in
contractor's written proposal.
Indemnification and Insurance
Contractor shall indemnify and hold harmless the County from and against all claims, damages, losses, and expenses
arising out of or resulting from acts or omissions of the Contractor, Contractor’s sub-contractors or otherwise arising
out of the performance of services by Contractor. No later than seven (7) days following the execution of an
Independent Contractor Agreement between the County and Contractor, the Contractor shall provide the County with
certificates of insurance evidencing the types and amounts of insurance specified below:
a. Worker’s Compensation and Employer’s Liability:
i. Worker’s Compensation must be maintained with the statutory limits.
ii. Employer’s liability is required for minimum limits of:
$1,000,000 Each Accident
$500,000 Disease Policy
$1,000,000 Disease Each Employee
b. Commercial General Liability:
i. $1,000,000 Each Occurrence
ii. $2,000,000 General Aggregate
iii. $2,000,000 Products Completed Operations Aggregate
c. Automobile Liability: Contractor will maintain business auto liability coverage covering liability
arising out of any auto (including owned, hired and non-owned autos) used in the performance of
SCG Version 02.22
services under this Agreement.
i. $1,000,000 Combined Single Limit Each Accident
Insurance coverage shall not be reduced below the limits described above or cancelled without the County’s written
approval of such reduction or cancellation. Certificates of such insurance, of agents and subcontractors, shall be
provided to the County upon request. With regard to all insurance, such insurance shall:
Be primary insurance to the full limits of liability herein before stated and, should County have other valid
insurance, County insurance shall be excess insurance only; and
Not cancelled without thirty (30) days prior written notice to the County.
Proposal Format
Costs for performing services outlined in this request for proposals shall be clearly stated to allow the County to
effectively evaluate each proposal. Potential daily schedule of services should also be included.
Refinements and Improvements
Applicants should feel free during the proposal submission process to provide any suggestions or comments that might
be advantageous for the County to consider in terms of any efficiencies, issues or processes. The County is not
committed to any single scenario, but efficiency of resources and minimizing impacts are critical in completing this
work.
The following pages contain the RFP instructions and owners requirements.
Part I - ADMINISTRATIVE INFORMATION
A. Issuing Officer
This Request for Proposals (“RFP”) is issued by the Summit County Sheriff’s Office. For questions, please contact
Brian Bovaird, Director of Emergency Management, at brian.bovaird@summitcountyco.gov or 970.668.2980.
B. Purpose
This RFP provides prospective contractors with sufficient information to prepare and submit proposals for
consideration by the County. To be considered responsive, each proposal must provide for completion of the tasks
outlined in the RFP.
C. Scope
This RFP contains the instructions governing the proposals to be submitted and the materials to be included therein.
These are mandatory requirements that must be met to be eligible for consideration.
D. Scheduling
Proposals must be submitted via email to brian.bovaird@summitcountyco.gov to the Summit County Sheriff’s Office
by May 15, 2024, no later than 3:00 PM MST/MDT. The proposal should outline the schedule for commencement
of service.
E. Inquiries and Questions
Prospective applicants are welcome to make inquiries and ask questions concerning the RFP to obtain clarification of
the any requirements or schedule a site visit to the properties. Direct all inquiries to:
Brian Bovaird, Director of Emergency Management
Summit County Sheriff’s Office
970.668.2980
SCG Version 02.22
brian.bovaird@summitcountyco.gov
Time Schedule:
Friday, April 5, 2024, Request for Proposals publicly advertised and posted on County website.
Tuesday, May 7, 2024, Deadline for all questions.
Friday, May 10, 2024, All questions, comments and responses to questions posted by the County at Bids and
Proposals on www.SummitCountyCO.gov
Wednesday, May 15, 2024, Proposals must be submitted via email to brian.bovaird@summitcountyco.gov
no later than 3:00 p.m. MST/MDT.
Wednesday, May 15, 2024, Official Bid Opening at 4:00 p.m.
Friday, May 17, 2024, Interview with short-listed proposers if necessary
Monday, May 20, 2024, (week of) Contract negotiations
Monday, May 27, 2024, Notice of Award and send unsuccessful bidder letter (email) to all proposers
F. Instructions for Submission of Proposals
It is imperative, when submitting a proposal, that the outside of the submission email be addressed as follows and with
appropriate text in the email subject line and text in the top few lines of the body of the email:
Email Address:
brian.bovaird@summitcountyco.gov
Subject Line Text:
<Vendor’s Name> - Proposal for: Wildfire Emergency Evacuation Assessment
Body Text:
ATTN: Brian Bovaird, Director of Emergency Management
Summit County Sheriff’s Office
Proposal for: Wildfire Emergency Evacuation Assessment
1. Contractor's company name
2. Contact name and phone number
G. Late Proposals
It is the responsibility of each vendor submitting a proposal to ensure that emailed proposals arrive to the Summit
County Sheriff’s Office by 3:00 PM MST/MDT on May 15, 2024.
H. Proprietary Information
Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself.
I.
Response Material Ownership
All materials submitted regarding this RFP become the property of the County and will only be returned at the County's
option.
SCG Version 02.22
J. Incurring Costs
The County is not liable for any costs incurred by those who have submitted proposals prior to issuance of a signed
contract.
K. Acceptance of Proposal Content
The contents from the selected contractor’s proposal will become contractual obligations if a subsequent agreement is
reached. Failure of the successful contractor to accept these obligations may result in cancellation of the award and
such contractor may be removed from future solicitations.
L. Acceptance Time
The County intends to make a proposal selection within 20 business days after the closing date for receipt of proposals.
M. Budget
Costs for performing services must be included in the proposals and should be clearly stated to allow the County to
effectively evaluate each proposal.
PART II PROPOSAL CONTENT
The proposal submitted must clearly address the requirements outlined in the RFP. Any concerns that the contactor
may have about meeting these requirements shall be specifically identified in the proposal.
Scope of Work
Provide an outline of the contractor’s understanding of the project. Summarize the basic approach to providing the
services, and any recommendations on improving efficiencies in the process.
Qualifications
Contractor shall furnish a summary of experience on similar projects and be prepared to provide examples. Include a
brief description of past and current projects. Each summary shall include a brief project description and name, address
and phone number of a local contact person involved in the project. The statement of qualifications should also provide
a summary of contractor's ability to successfully complete the requirements of this RFP. The statement of qualification
shall be brief but shall include at a minimum the following:
1. Description of similar projects
2. Capabilities (including equipment) and staff.
3. Proposed methodology that outlines the approach, tools, and resources you will employ to conduct the
assessment and develop recommendations
4. Description of the qualifications, expertise, and experience of the team members who will be involved in
executing the project. A successful bid will demonstrate an interdisciplinary group of practice leaders in
transportation engineering/planning, wildfire science, and emergency preparedness.
PART III – PROPOSAL EVALUATION AND SELECTION
The County intends to engage the most qualified contractor available for this assignment while minimizing the costs
to the County. Responsiveness to the RFP will be a principle basis for evaluation. Proposals shall provide a
straightforward and concise presentation adequate to satisfy the requirements of the RFP. The proposal should clearly
express the contractor's understanding of the County's specific requirements, indicating the contractor's qualifications
to conduct this service in a thorough and efficient manner.
Failure to disclose a conflict of interest is a misdemeanor criminal offense under Colorado Law. Such conflict may
arise if any public official exercises any substantial discretionary function in connection with a government contract,
SCG Version 02.22

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Operating Fund Web Portal Digital Training Videos Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 2/16/2025

Bid Title: Comprehensive Wildfire Emergency Evacuation Assessment Contractor Category: Emergency Management Status: Open

Summit County

Bid Due: 5/15/2024

Safe Streets Safety Action Plan R24-063MZ RFP

City of Colorado Springs

Bid Due: 6/11/2024