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.