24-99310 RFP for Buckthorn Removal in Support of Restoration in Hartley Natural Area (due 3/28)

Agency: City of Duluth
State: Minnesota
Type of Government: State & Local
NAICS Category:
  • 541611 - Administrative Management and General Management Consulting Services
  • 541620 - Environmental Consulting Services
  • 541690 - Other Scientific and Technical Consulting Services
  • 561210 - Facilities Support Services
  • 561730 - Landscaping Services
Posted Date: Feb 28, 2024
Due Date: Mar 28, 2024
Solicitation No: 24-99310
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
  • 24-99310 RFP for Buckthorn Removal in Support of Restoration in Hartley Natural Area (due 3/28)
  • Attachment Preview

    CITY OF DULUTH
    REQUEST FOR PROPOSALS
    BUCKTHORN REMOVAL IN
    SUPPORT OF RESTORATION IN
    HARTLEY NATURAL AREA,
    DULUTH, MN
    RFP NO. 24-99310
    ISSUED FEBRUARY 28, 2024
    PROPOSALS DUE MARCH 28,
    2024 AT 4:00 PM
    SUBMIT TO:
    CITY OF DULUTH
    ATTN: PURCHASING DIVISION
    CITY HALL, ROOM 120
    411 WEST 1ST STREET
    DULUTH, MN 55802
    PART I - GENERAL INFORMATION
    I-1. Project Overview.
    The City is soliciting proposals from qualified ecological restoration professionals to
    perform dense buckthorn removal in two locations of Hartley Natural Area, Located at
    3001 Woodland Avenue, Duluth, MN. The two sites, called “Stormwater BMP Site” and
    “Enclosure Site” are approximately 7 acres and 3 acres respectively and are easily
    accessed from a trail or road. Buckthorn in the “Stormwater BMP Site” must be cut, stump
    treated and chipped by June 1, 2024. Buckthorn in the “Enclosure Site” must be cut,
    stump treated and chipped by September 1, 2024.
    Funding is provided by a Great Lakes Restoration Initiative grant through the EPA. There are
    special conditions relating to the funding, which can be found in Appendix C.
    I-2. Calendar of Events. The City will make every effort to adhere to the following
    schedule.
    Activity
    Date
    Deadline to submit Questions via email to
    kkubiak@duluthmn.gov.
    Answers to questions will be posted to the City website no
    later than this date.
    Proposals must be received in the Purchasing Office by
    4:00 PM on this date.
    March 15, 2024
    March 20, 2024
    March 28, 2024
    I-3. Rejection of Proposals. The City reserves the right, in its sole and complete
    discretion, to reject any and all proposals or cancel the request for proposals, at any time
    prior to the time a contract is fully executed, when it is in its best interests. The City is not
    liable for any costs the Proposer incurs in preparation and submission of its proposal, in
    participating in the RFP process or in anticipation of award of the contract.
    I-4. Questions & Answers. Any questions regarding this RFP must be submitted by e-
    mail to Kate Kubiak at kkubiak@duluthmn.gov no later than the date indicated on the
    Calendar of Events. Answers to the questions will be posted as an Addendum to the RFP.
    I-5. Addenda to the RFP. If the City deems it necessary to revise any part of this RFP
    before the proposal response date, the City will post an addendum to its website
    http://www.duluthmn.gov/purchasing/bids-request-for-proposals/ . Although an e-mail
    notification will be sent, it is the Proposer’s responsibility to periodically check the website
    for any new information
    I-6. Proposals. To be considered, hard copies of proposals must arrive at the City on or
    before the time and date specified in the RFP Calendar of Events. The City will not accept
    proposals via email or facsimile transmission. The City reserves the right to reject or to
    deduct evaluation points for late proposals.
    Proposals must be signed by an authorized official. If the official signs the Proposal Cover
    Sheet attached as Appendix A, this requirement will be met. Proposals must remain valid
    for 60 days or until a contract is fully executed.
    Please submit one (1) paper copy of the Technical Submittal and one (1) paper copy of
    the Cost Submittal. The Cost Submittal shall be in a separate sealed envelope. In
    addition, Proposers shall submit one copy of the entire proposal (Technical and Cost
    submittals, along with all requested documents) on flash drive in Microsoft Office
    compatible or pdf format.
    All materials submitted in response to this RFP will become property of the City and will
    become public record after the evaluation process is completed and an award decision
    made.
    I-7. Small Diverse Business Information. The City encourages participation by
    minority, women, disadvantaged, and veteran-owned businesses as prime contractors,
    and encourages all prime contractors to make a significant commitment to use minority,
    women, veteran-owned and other disadvantaged business entities as subcontractors and
    suppliers. A list of certified Disadvantaged Business Enterprises is maintained by the
    Minnesota Unified Certification Program at http://mnucp.metc.state.mn.us/ .
    I-8. Form & Term of the Agreement. The awarded proposer will execute a standard city
    services agreement, an example of which is attached as Appendix D. This RFP as well
    as additional conditions and supplementary provisions are deemed to be part of the
    executed agreement. The term of the agreement will begin once the agreement is fully
    executed (anticipated by April 1, 2024) and end by December 31, 2024. The selected
    Proposer shall not start the performance of any work nor shall the City be liable to pay the
    selected Proposer for any service or work performed or expenses incurred before the
    agreement is executed and Notice to Proceed is provided.
    I-9. Mandatory Disclosures. By submitting a proposal, each Proposer understands,
    represents, and acknowledges that:
    A. Their proposal has been developed by the Proposer independently and has
    been submitted without collusion with and without agreement,
    understanding, or planned common course of action with any other vendor
    or suppliers of materials, supplies, equipment, or services described in the
    Request for Proposals, designed to limit independent bidding or
    competition, and that the contents of the proposal have not been
    communicated by the Proposer or its employees or agents to any person
    not an employee or agent of the Proposer.
    B. There is no conflict of interest. A conflict of interest exists if a Proposer has
    any interest that would actually conflict, or has the appearance of conflicting,
    in any manner or degree with the performance of work on the project. If
    there are potential conflicts, identify the municipalities, developers, and
    other public or private entities with whom your company is currently, or have
    been, employed and which may be affected.
    C. It is not currently under suspension or debarment by the State of Minnesota,
    any other state or the federal government.
    D. The company is either organized under Minnesota law or has a Certificate
    of Authority from the Minnesota Secretary of State to do business in
    Minnesota, in accordance with the requirements in M.S. 303.03.
    I-10. Notification of Selection. Proposers whose proposals are not selected will be
    notified in writing.
    PART II - PROPOSAL REQUIREMENTS
    Proposers must submit a complete package in order to be considered. The submission
    package must include each of the sections below, in the following order:
    II-1 Technical Proposal.
    1. Cover letter - A letter of up to two pages highlighting the proposed project
    team. The letter should indicate a single point of contact/overall project manager.
    The cover letter should also include: the firm's name, e-mail address, business
    address, telephone and fax number, federal I.D. number, and Minnesota tax I.D.
    number (if applicable). The cover letter must state that the firm (with teamed
    partners identified) has personnel with the qualifications necessary to complete
    work of the project. The letter should also explain the benefits of using your
    company's/team's services.
    2. Relevant projects - Include a maximum of three projects that highlight the
    team and/or team members' experience. The strongest package will demonstrate
    direct experience collaborating with and/or working with municipalities and within
    the project areas. There is no prescribed format for this section, however it will be
    limited to three pages in length.
    3. A proposed Work Plan with a timeline. Do not include any costs in the Work
    Plan or Technical Proposal.
    II-2 Cost Proposal.
    The Cost Proposal must be sealed separately from the Technical Proposal and
    shall include a proposed lump sum fee to perform the Work along with a Personnel
    and Materials Fee Schedule.
    PART III - CRITERIA FOR SELECTION
    The proposals will be reviewed by an evaluation team consisting of city staff, grant
    consultants and other stakeholders. The intent of the selection process is to review
    proposals and make an award based upon qualifications as described therein. A 100point
    scale will be used to create the final evaluation recommendations. The factors and
    weighting on which proposals will be judged are:
    Prior experience with similar work
    Qualifications of the Proposer
    Schedule
    Costs
    40%
    10%
    40%
    10%
    PART IV – PROJECT DETAIL
    IV-1 Background
    Duluth’s Natural Resource Management Program was created to protect, restore, nurture
    and assess the City’s forests, watersheds and designated Natural Areas. Hartley Park is
    one of three designated Natural Areas in the City. Many of this 600-acre property is
    infested with invasive Glossy Buckthorn. With funding from the Great Lakes Restoration
    Initiative, the City, through this RFP, is continuing its efforts to restore and enhance the
    ecological values of this Natural Area by removing dense stands of Glossy Buckthorn and,
    in cooperation with St. Louis County and Hartley Nature Center, restoring these areas
    with native trees and shrubs. The “Stormwater BMP” site will have another entity –
    Community Action Duluth – cutting buckthorn concurrently with the contractor selected
    through this RFP. Both entities will be working towards the same goal at this site, which
    is to have the area cleared of buckthorn by June 1, 2024, so that another project,
    construction of a large stormwater infiltration structure, can commence.
    IV-2 Tasks & Deliverables.
    In completion of this work, time is of the essence. Glossy Buckthorn in the “Stormwater BMP Site”
    must be cut, stump treated and chipped by June 1, 2024. Buckthorn in the “Enclosure Site” must
    be cut, stump treated and chipped by August 31, 2024. The work must be performed under the
    following conditions:
    1. Buckthorn trees must be cut using chainsaws or similar technique. Large forestry mowing
    equipment may not be used.
    2. Stump (chemical) treatment must use glyphosate and/or tryclopir or similar chemicals and
    must be applied directly to the stump, not over-sprayed.
    3. Slash must be chipped on site. The City will provide a location to store the chipped
    material, but the contractor must move the material to the storage site.
    4. Contractor must participate in three sites visits with City staff to confirm progress
    and adequate performance. These visits will occur 1.) before the work begins; 2.)
    mid-way through the work; 3.) once the work is completed.

    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

    Event Name Business Unit Event ID Event Format Event Type COM Event Type

    City of Minneapolis

    Bid Due: 5/16/2024

    Event Name Business Unit Event ID Event Format Event Type Ends In Start

    State Government of Minnesota

    Bid Due: 5/01/2024

    Follow Plant Surveys, Chippewa National Forest Active Contract Opportunity Notice ID 12444624Q0058 Related

    AGRICULTURE, DEPARTMENT OF

    Bid Due: 5/09/2024

    Event Name Business Unit Event ID Event Format Event Type Ends In Start

    State Government of Minnesota

    Bid Due: 5/01/2024