NPDES PERMIT MONITORING & INSPECTION RFP NUMBER 13-08
Transcript of NPDES PERMIT MONITORING & INSPECTION RFP NUMBER 13-08
PROFESSIONAL SERVICES CONTRACT
REQUEST FOR PROPOSAL
CHARLES COUNTY, MARYLAND
NPDES PERMIT MONITORING & INSPECTION
RFP NUMBER 13-08
SEPTEMBER 2012
Prepared for:
Department of Planning and Growth Management
Table of Contents
DIVISION I
NOTICE .......................................................................................................................... I - 1
INSTRUCTIONS TO OFFERORS ........................................................................................ I - 2
PROPOSAL FORM .......................................................................................................... I - 5
CONTRACT ..................................................................................................................... I - 7
ADDENDUM CERTIFICATION .......................................................................................... I - 9
INTENDED NON-MBE SUB-CONTRACTORS .................................................................... I - 10
CHARLES COUNTY MBE UTILIZATION AFFIDAVIT .......................................................... I - 11
PROPOSED MBE SUB CONTRACTORS ........................................................................... I - 12
NON-COLLUSION AFFIDAVITS ...................................................................................... I - 14
METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS RIDER CLAUSE ................ I - 15
DIVISION II
SPECIAL PROVISIONS .................................................................................................... II - 1
GENERAL PROVISIONS ................................................................................................ II - 11
APPENDIX
HOLIDAY SCHEDULE .......................................................................................................... 1
ATTACHMENT A
DATABASE FORMATS (separate document) ............................................................................1 - 12
DIVISION I
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 1
CHARLES COUNTY GOVERNMENT
Department of Fiscal & Administrative Services
Purchasing Office
NOTICE
RFP NO. 13-08
The County Commissioners of Charles County are hereby requesting proposals from qualified
firms to carry out the permit monitoring and inspection tasks for the current and next generation National
Pollutant Discharge Elimination System (NPDES) Municipal Separate Storm Sewer Permit.
Proposal documents, scope of services and other related reports and studies may be obtained on
our website at www.CHARLESCOUNTYMD.gov. It is encouraged that firms register with the Charles
County Purchasing Office for this project by emailing company contact information to
[email protected]. Proposals will be accepted until 11:00 a.m. on November 20, 2012
and must be labeled RFP 13-08, NPDES PERMIT MONITORING AND INSPECTION. The County
Commissioners reserve the right to reject any or all proposals and to waive any informality in the
proposal received when such waiver is in the best interest of Charles County.
All proposals shall be valid for a period of not less than one hundred twenty (120) days. To
inquire about these proposal documents and solicitation schedule, contact the Purchasing Office,
telephone 301-645-0656 (local) or 301-870-2786 (metro). Inquiries of a technical nature should be
directed Karen Wiggen, Senior Planner for Environmental Programs in the Department of Planning and
Growth Management, fax (301) 645-0638 or e-mail WiggenK@ CHARLESCOUNTY.org at least 14
calendar days prior to the proposal submission date.
The County Commissioners reserve the right to reject any or all proposals and to waive any
informality in the proposal received when such waiver is in the best interest of Charles County.
Qualified small, local and Minority Business Enterprises are encouraged to respond to this solicitation.
Frederick D. Shroyer
Chief of Purchasing
Publish one (1) time .................................................................................... issue of September 19, 2012
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 2
INSTRUCTIONS TO OFFERORS
1. PREPARATION OF PROPOSALS:
Proposals shall be submitted on the “Proposal Form” attached hereto. All blank spaces of the form shall
be fully completed. Proposed Total Fee shall include all work as stipulated in the Scope of Services.
2. PERFORMANCE DATA EMPLOYMENT STATUS, QUALIFICATIONS:
Using the Standard Form (SF) 330 “Architect/Engineer Related Services for Specific Project” and
insert requested information. All blank spaces of the form must be fully completed executed.
3. SUBMISSION OF PROPOSAL PACKAGE:
Complete proposal packages must be received on or before the time and date specified herein. Any
packages received after the specified due date and time will be considered non responsive and will be
returned. It is requested two copies of the completed proposal package have original signatures and
included the fee proposal form, accompanied by five (5) photocopies of the complete proposal package
without the fee proposal form. The proposals package should be sent to:
Sonya Williams
Assistant Chief of Purchasing
Charles County Government Building
200 Baltimore Street (Courier)
P.O. Box 2150 (U.S. Mail)
La Plata, Maryland 20646
Complete proposal packages include but not limited to the following;
4. SIGNATURES:
The proposals must be signed by an officer authorized to make a binding commitment for the
Consultant.
5. AWARD OF CONTRACT:
Criteria to be used in the review and evaluation of the proposals and any subsequent award will include,
but not be limited to, the following:
A) Technical Proposal and Statement of Qualifications & Experience – including the SF330 (50%)
B) Fee Proposal (50%)
The Technical Proposal and Statement of Qualifications and Experience will be reviewed separately
from the Fee Proposal.
6. ADDITIONAL INFORMATION:
Inquiries concerning proposal information or proposal documents should be directed to the Purchasing
Office, Charles County, Maryland telephone (301) 645-0656.
Questions of a technical nature, must be directed, in writing only, at least 14 days prior to submission
due date, to:
Karen Wiggen, Senior Planner
Department of Planning & Growth Management
Environmental Programs Section
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 3
Fax: (301) 645-0638
E-mail: [email protected]
7. ACCEPTANCE OF PROPOSALS:
Charles County intends to award a contract to the Consultant that best satisfies the needs of the County.
The contract will be awarded to that firm which, in the County’s opinion, has submitted the best overall
proposal, price, qualifications, and other factors considered. This request does not commit the County to
award a contract or to award to that firm which has submitted the lowest fee. In addition, the County
reserves the right to accept any proposal either in part or in its entirety. The contract entered into with
the successful Consultant shall meet all standard provisions required by the County and by the involved
government agencies. The County reserves the right to reject any or all proposals.
8. INCURRING COSTS:
The County is not liable for any costs incurred by the Consultant prior to issuance of contract.
9. NEWS RELEASE:
No news releases pertaining to this proposal request or the service, study, or project to which it relates
will be made without County approval.
10. ADDENDA AND SUPPLEMENTS TO THE RFP
In the event that it becomes necessary to revise any part of this Proposal Request, or if additional
information is necessary to enable the Consultant to make an adequate interpretation of the provisions of
this Proposal Request, a supplement to the Proposal Request will be provided to the Consultant. It is
responsibility of the Consultant to become registered with the Charles County Purchasing Office to
ensure notification of any future updates or amendments to this project. The Consultant shall
acknowledge in the proposal, the receipt of all addenda, supplements, amendments, or changes to the
Proposal Request that were issued by the County.
11. PUBLIC INFORMATION ACT NOTICE:
Bidders/offerors should identify those specific portions of their bids/proposals which they deem to
contain confidential and/or proprietary information. Such information must be specifically noted as
being confidential or proprietary, either individually where the information is located, or in a
consolidated listing contained within the bid/proposal. Bidders/offerors must also provide justification
explaining why the material should not be subject to disclosure by the County upon request under the
provisions of the Maryland Public Information Act. Bidders/offerors may not simply declare their entire
bid/proposal package to be confidential or proprietary. Failure to provide specific identification and
justification as required above may result in the County releasing the information if requested to do so.”
12. MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
Bidders are advised that the Charles County Local Government has established a Minority Business
Enterprise (MBE) Program which applies to all formal solicitations. This is a goal oriented program with
a minimum 25% MBE participation goal for each project.
The County recognizes, as Minorities, the following groups as defined in the Maryland State Highway
Association’s MBE program and include: African Americans; American Indians/Native Americans;
Asians; Hispanics; Women; Physically or Mentally Disabled persons and Disabled American Veterans.
The County will automatically recognize MBE status for any firm certified by the Maryland State
Highway Administration, Federal 8-A registration or the Charles County Local Government.
Information concerning the Charles County MBE Certification Process may be obtained by contacting
the Charles County Purchasing Office, phone (301) 645-0656. The bidding documents included herein
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 4
contain a form entitled “Minority Business Enterprise Utilization Affidavit”. This document indicates
the MBE certification status of the bidder, as well as, the level of MBE participation of any sub-
contractor or suppliers. Bidders are requested to complete the form and submit it with their bid.
13. PROPOSAL/BID/AWARD PROTESTS
All protests made pursuant to this solicitation must be in writing and delivered to the Chief of
Purchasing: (a) within ten (10) calendar days after the Purchasing Office has publicly posted the contract
award, if the bidder seeks as a remedy the award of the contract, or (b) before the submission date for
bids, if the bidder seeks as a remedy the cancellation or amendment of the solicitation. Each protest must
contain a protest filing fee in the amount of $500 (US currency); if the fee is paid by check, then the
check must be made out to “Charles County Government”. The Chief of Purchasing, may, at his sole
election, return the filing fee to the protesting offeror/bidder, if the protest is sustained. Filing fees for
unsustained protests shall not be returned. The Chief of Purchasing must dismiss any protest not timely
received.
Only an offeror/bidder who is “aggrieved” is eligible to file a protest. Aggrieved means that the
offeror/bidder who is filing the protest is susceptible for an award of the contract if the protest is
sustained (e.g., a fourth ranked bidder is not aggrieved unless the grounds for a protest, if sustained,
would disqualify the top three ranked offerors/bidders or would require that the solicitation be reissued).
Each protest must contain the following: identification of the solicitation; the name, address and
telephone number of the protesting offeror/bidder; a statement supporting that the offeror/bidder is
aggrieved; and specification of all grounds for the protest, including submission of detailed facts and all
relevant documents, citation to relevant language in the solicitation, regulations, or law relied upon; and,
all other matters which the offeror/bidder contends supports the protest. The burden of production of all
relevant evidence, data and documents, and the burden of persuasive argument to support the protest is
on the offeror/bidder making the protest. The Chief of Purchasing shall review the circumstances of the
protest, and make a determination, with review and comment by the County Attorney. The ultimate
determination shall be that of the Chief of Purchasing and shall be final.
The Chief of Purchasing shall review an eligible protest timely received, verify the merits of the protest,
and make a determination whether to sustain or reject the protest. The Chief of Purchasing shall then
forward his written determination to the County Attorney, along with appropriate information and
documentation concerning the protest. The Chief of Purchasing shall also forward for the County
Attorney’s information, all protests not timely received and/or otherwise ineligible, that were dismissed
by the Chief of Purchasing.
If the County Attorney concurs with the determination of the Chief of Purchasing, that determination
shall be considered final, and written notice thereof sent to the protestor, with a copy sent to the County
Attorney. In the case of a sustained protest, the Chief of Purchasing, after consultation with the County
Attorney, shall determine the appropriate remedy to redress the protest.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 5
FIRM’S NAME AND ADDRESS:
Date:
PROPOSAL FORM
The County Commissioners of Charles County, Maryland
Charles County Government Building
Post Office Box 2150
La Plata, Maryland 20646
Honorable Commissioners:
This bid is submitted in accordance with your “Notice to Offerors” inviting proposals to be
received for the work outlined in the “Scope of Services” attached hereto for RFP No. 13-08, NPDES
PERMIT MONITORING & INSPECTION.
Having carefully examined the proposal documents, the undersigned herein agrees to furnish all
services as outlined in the proposal documents for the amounts specified below.
DESCRIPTION UNIT COST QTY TOTAL COST
PROJECT INITIATION, COORDINATION & DEVELOPMENT OF DETAILED
PROJECT PLANS & STUDY DESIGN
1. Project Initiation and Coordination
2. Project Plan for Illicit Discharge Detection and
Elimination (IDDE) and Property Management
and Maintenance
1
3. Study Designs for Assessment of Controls and
Watershed Assessments
1
4. Summary of Deliverables
ILLICIT DISCHARGE DETECTION AND ELIMINATION (IDDE)
1. The consultant will inspect 100 major outfalls in
the County annually.
2. Conduct visual surveys of commercial and
industrial areas for discovering, documenting, and
eliminating pollutant sources..
3. Summary of Deliverables
PROPERTY MANAGEMENT AND MAINTENANCE
1. The requirements, which determine whether a
facility requires NPDES stormwater general
permit coverage, and a list of all County-owned
municipal facilities will be provided to PGM.
1
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 6
2. Each County-owned municipal facility requiring
NPDES stormwater general permit coverage will
be identified. For all identified facilities, it will be
determined whether a Notice of Intent (NOI) has
been submitted to MDE and whether there is a
pollution prevention plan for each facility..
1
3. Annually, review and document the status of
pollution plan development and implementation
for each County-owned municipal facility.
Annually, submit the reports with photos for all
facilities to PGM, with an overall report of the
year’s activities.
4. Summary of Deliverables: Annual reports, facility
reports, and photos.
ASSESSMENT OF CONTROLS
1. Water Quality Sampling
2. Biological Assessment
3. Geomorphological Assessment
4. Stormwater Assessment
5. Summary of Deliverables
WATERSHED ASSESSMENTS
1. Detailed watershed assessments will be prepared
for the 10 major watersheds in the County.
2. Summary of Deliverables
TOTAL $
The undersigned has caused this Proposal to be executed as of the day and year indicated above.
(Signature)
(Printed Name)
(Title)
(Phone) (Fax)
PROJECT LEAD
Please indicate below how you first
Learned of this project.
o Charles County Website
o E-Maryland Marketplace
o Charles County Channel 95
o Newspaper
o Other .
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 7
CONTRACT
This CONTRACT made this day of , in the year
Two Thousand Eleven, by and between hereinafter
called the CONSULTANT and the CHARLES COUNTY COMMISSIONERS, hereinafter called the
COUNTY.
WHEREAS, the CONTRACTOR will provide the necessary services for RFP No. 13-08,
NPDES PERMIT MONITORING & INSPECTION, in CHARLES County, MARYLAND subject to
all conditions, covenants, stipulations, terms and provisions contained in the General Provisions and
Special Provisions being in all respect made a part hereof, at and for a sum equal to the aggregate cost of
the services, materials, and supplies done or furnished, at the prices and rates respectively named
therefore in the proposal, attached hereto;
NOW, THEREFORE, THIS CONTRACT WITNESSES, that the CONTRACTOR hereby
covenants and agrees with the COUNTY that he will well and faithfully provide said necessary services
for the sum of _________________________________ Dollars ($__________________) in accordance
with each and every one of the above-mentioned General Provisions and Special Provisions, at and for a
sum equal to the aggregate cost of the services, materials, and supplies done and furnished at the prices
and rates respectively named therefore in the proposal attached hereto and will well and faithfully
comply with and perform each and every obligation imposed upon him by said General Provisions and
Special Provisions.
The CONTRACTOR hereby agrees to commence work under this CONTRACT on or before a
date to be specified in a written “Notice to Proceed” from the COUNTY and will continue for a five (5)
year period ending June 30, 2018.
And the COUNTY hereby covenants and agrees with the Consultant that it will pay to the
CONTRACTOR when due and payable under the terms of said General Provisions and Special
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
CONTRACT – (Page 2 of 2)
I - 8
Provisions, the above-mentioned sum; and it will well and faithfully comply with and perform each and
every obligation imposed upon it by said General Provisions and Special Provisions of the terms of said
award. In witness whereof, said CONTRACTOR and the COUNTY have caused these presents to be
executed in the year and day first above mentioned.
County Commissioners of Charles County,
Maryland
(Name of Firm)
BY:
By:
Candice Quinn Kelly, President
(Title) (Date)
(Date) Approved as to Form:
(Address)
(City and Zip Code) (County Attorney)
(Witness) (Witness)
(Date)
(Secretary)
(SEAL)
NOTE: IF CONTRACTOR IS A CORPORATION, SECRETARY SHOULD ATTEST.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 9
ADDENDUM CERTIFICATION
Proposal Number: 13-08
Project Name: NPDES PERMIT MONITORING & INSPECTION
The undersigned acknowledges that he/she received the following Addenda to the Specification for the
above-identified proposal, and that this proposal was prepared in accordance with said Addenda.
Addendum Number: Date of Addendum:
Consultant
Address
Signature Date
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 10
INTENDED NON-MBE SUB-CONTRACTORS
Proposal Number: 13-08
Project Name: NPDES PERMIT MONITORING & INSPECTION
Note: Any MBE sub-contractors intended for this project shall be identified on the second page of the MBE
Utilization Proposed MBE Sub Contractors form.
Sub-contractor
(Name and Address) Work to be performed
Bidder:
Address:
Signature: Date:
All Bidders are requested to complete this form and submit it with their proposal.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 11
CHARLES COUNTY MBE UTILIZATION AFFIDAVIT
BID NO. 13-08
Name of Bidder/Consultant:
Please respond to the following questions: Check One
Yes N o
1. Certified Minority Business Enterprise?
a. Certified by: State of Maryland?
b. Federal 8-A Registration?
c. Charles County Local Government?
d. Other (please list)
Principle Owner’s Minority Class (please check):
African American Asian American Hispanic American
Native American Women Other (please list)
2. If the response to Question 1 is no, have Minority Business Enterprises provided services, or supplied any
items associated with your response to this Request for Proposal or Invitation to Bid?
NOTE: If the response to Question 2 is yes, please include a list on the following page of all MBE subcontractors,
names and addresses, the nature of the services or supplies being furnished, percentage of the overall contract
amount and complete the remainder of this form. If the response to Question 2 is no, please provide signature and
title at bottom of form.
Total Proposal $
Total Minority Business Enterprise Bid/Proposal $
Percent of Total Minority Business Enterprise Contract $
Signature Title
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 12
PROPOSED MBE SUB CONTRACTORS
(if applicable)
COMPANY NAME & ADDRESS: __________________________________________________
(Include City, State, Zip Code
and County) __________________________________________________
__________________________________________________
PRODUCT/SERVICES __________________________________________________
________________________________________________________________________________
* MINORITY CLASS ______________________ PERCENT OF PARTICIPATION _______
═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═
COMPANY NAME & ADDRESS: __________________________________________________
(Include City, State, Zip Code
and County) __________________________________________________
__________________________________________________
PRODUCT/SERVICES
________________________________________________________________________________
* MINORITY CLASS ___________________ PERCENT OF PARTICIPATION _______
═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═
COMPANY NAME & ADDRESS: __________________________________________________
(Include City, State, Zip Code
and County) __________________________________________________
__________________________________________________
PRODUCT/SERVICES __________________________________________________
________________________________________________________________________________
* MINORITY CLASS ___________________ PERCENT OF PARTICIPATION _______
═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ If additional space is needed, please submit information on a separate sheet and attach hereto
See Page 1 for list of Minority Classes
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 13
MBE UTILIZATION – POST AWARD TRACKING
PROJECT TITLE: BID NUMBER:
CONTRACTOR’S NAME:
CONTACT PERSON:
ADDRESS: PHONE:
____________________________________ FAX:
EMAIL:
ORIGINAL CONTRACT AWARD: $_______________ MBE Use Proposed: %
CONTRACT DATE:
CURRENT PAYMENT REQUEST
PAYMENT REQUEST #: PAYMENT REQUESTED: $
MBEs UTILIZED: $
COMPANY NAME (MBEs Only) PAYMENT
$
$
$
$
$
TOTAL $
Please attach additional MBEs if necessary
TOTAL PAYMENT REQUESTS TO DATE (INCLUDE CURRENT PAYMENT REQUEST)
TOTAL PAYMENT RECEIVED: $
TOTAL MBE UTILIZED: $
I certify that the information I have provided on this document is true, complete and correct to the
best of my knowledge.
Signature Date
Printed Name
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 14
NON-COLLUSION AFFIDAVITS
I do solemnly declare and affirm, under the penalties of perjury, the following:
1. That neither I, nor the best of my knowledge, information and belief, the Bidder / Offeror, nor
any officer, director, partner, member, associate or employee of the Bidder / Offeror, nor any person in
his behalf, has in any way agreed, connived or colluded with any one for and on behalf of the Bidder /
Offeror, to obtain information that would give the Bidder / Offeror an unfair advantage over others, nor
gain any favoritism in the award of this contract, nor in any way to produce a deceptive show of
competition in the matter of bidding or award of this contract.
2. That neither I, nor the best of my knowledge, information and belief, the Bidder / Offeror, nor
any officer, director, partner, member, associate of the Bidder / Offeror, nor any of its employees
directly involved in obtaining contracts with the State of Maryland or any County or any subdivision of
the State has been convicted of bribery, attempted bribery or conspiracy to bribe under the laws of any
State or Federal Government of acts or omissions committed after July 1, 1977, except as noted below:
All pursuant to Article 78A, Section 16D of the Annotated Code of Maryland.
Signature
Name and Title of Signer
Company
Date
Subscribed to and sworn to before me, a Notary Public of the State of County
or City of this year and date first written above.
Notary Public My Commission Expires
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 15
METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS RIDER
CLAUSE
Use of contract(s) by members comprising the Metropolitan Washington Council of Governments
Purchasing Officers’ Committee
Extension to Other Jurisdictions
Charles County Government extends the resultant contract (s), including pricing, terms and conditions to
the members of the Chief Purchasing Officers Committee of the Metropolitan Washington Council of
Governments, the members of the Baltimore Regional Cooperative Purchasing Council, as well as all
other public entities under the jurisdiction of the United States and its territories.
Inclusion of Governmental & Nonprofit Participants
This shall include but not be limited to private schools, Parochial schools, non-public schools such as
charter schools, special districts, intermediate units, non-profit agencies providing services on behalf of
government, and/or state, community and/or private colleges/universities that required these goods,
commodities and/or services.
Notification and Reporting
The Contractor agrees to notify the issuing jurisdiction of those entities that wish to use any contract
resulting from this solicitation and will also provide usage information, which may be requested. The
Contractor will provide the copy of the solicitation and resultant contract documents to any requesting
jurisdiction or entity.
Contract Agreement
Any jurisdiction or entity using the resultant contract (s) may enter into its own contract with the
successful Contractor (s). There shall be no obligation on the party of any participating jurisdiction to
use the resultant contract (s). Contracts entered into with a participating jurisdiction may contain general
terms and conditions unique to that jurisdiction Including, by way of illustration and not limitation,
clauses covering minority participation, non-discrimination, indemnification, naming the jurisdiction as
an additional insured under any required Comprehensive General Liability policies, and venue.
___ Alexandria, Virginia ___ Alexandria Public Schools ___ Alexandria Sanitation Authority ___ Arlington County, Virginia ___ Arlington County Public Schools ___ Bladensburg, Maryland ___ Bowie, Maryland ___ BRCPC ___ Charles County Public Schools ___ College Park, Maryland ___ Culpeper County, Virginia ___ District of Columbia Government ___ District of Columbia Public Schools
___ City of Manassas Public Schools ___ Manassas Park, Virginia ___ Maryland-National Capital Park & Planning Comm. ___ Maryland Department of Transportation ___ Metropolitan Washington Airports Authority ___ Metropolitan Washington Council of Governments ___ Montgomery College ___ Montgomery County, Maryland ___ Montgomery County Public Schools ___ Northern Virginia Community College ___ OmniRide/Potomac & Rappahannock Trans. Comm. ___ Prince George's Community College ___ Prince George's County, Maryland
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
I - 16
___ District of Columbia Water & Sewer Auth. ___ Fairfax, Virginia ___ Fairfax County, Virginia ___ Fairfax County Water Authority ___ Falls Church, Virginia ___ Fauquier County Schools & Government ___ Frederick, Maryland ___ Frederick County, Maryland ___ Gaithersburg, Maryland ___ Greenbelt, Maryland ___ Herndon, Virginia ___ Leesburg, Virginia ___ Loudoun County, Virginia ___ Loudoun County Public Schools ___ Loudoun County Water Authority ___ Manassas, Virginia
___ Prince George's Public Schools ___ Prince William County, Virginia ___ Prince William County Public Schools ___ Prince William County Service Authority ___ Rockville, Maryland ___ Spotsylvania County ___ Spotsylvania County Government & Schools ___ Stafford County, Virginia ___ Takoma Park, Maryland ___ Upper Occoquan Service Authority ___ Vienna, Virginia ___ Washington Metropolitan Area Transit Authority ___ Washington Suburban Sanitary Commission ___ Winchester, Virginia ___ Winchester Public Schools
DIVISION II
SPECIAL PROVISIONS
TABLE OF CONTENTS
I. GENERAL ........................................................................................................................... II - 1
A. PROJECT DESCRIPTION .......................................................................................II - 1
B. BACKGROUND .......................................................................................................II - 1
II. SCOPE OF SERVICES ...................................................................................................... II - 1
A. PROJECT INITIATION, COORDINATION, AND DEVELOPMENT OF DETAILED
PROJECT PLANS AND STUDY DESIGN .............................................................II - 1
B. ILLICIT DISCHARGE DETECTION AND ELIMINATION (IDDE) ...................II - 2
C. PROPERTY MANAGEMENT AND MAINTENANCE.........................................II - 3
D. ASSESSMENT OF CONTROLS .............................................................................II - 4
E. WATERSHED ASSESSMENTS .............................................................................II - 5
III. ANNUAL REPORTING .................................................................................................... II - 6
IV. MONTHLY PROGRESS REPORTS WITH INVOICES .............................................. II - 7
V. PROPOSAL ......................................................................................................................... II - 7
A. Statement of Qualifications .......................................................................................II - 7
B. Project Approach and Understanding .......................................................................II - 7
C. Appendix (completed type written)...........................................................................II - 7
D. Cost Proposal.............................................................................................................II - 7
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 1
SPECIAL PROVISIONS
I. GENERAL
A. PROJECT DESCRIPTION
This project is to maintain compliance with the Charles County NPDES MS4 permit for a
period of five years, by completing the monitoring and inspection tasks as described in
the following Scope of Services within the timeframes specified. Geographic
Information Systems (GIS) will be used as a basis for developing the Project Plans,
inspection tasks, and the Study Design for the monitoring, and preparing maps and data.
MDE’s database formats are attached to this Scope of Services (Attachment A).
PGM is requesting qualified consulting firms to submit technical and cost proposals to
carry out the permit monitoring and inspection tasks as described in the following Scope
of Services.
B. BACKGROUND
Charles County Government is subject to the current and next generation (currently in
draft) National Pollutant Discharge Elimination System (NPDES) Municipal Separate
Storm Sewer System (MS4) Permit MD0068365 issued by the Maryland Department of
the Environment (MDE). The permit stipulates conditions that regulate the discharge of
stormwater to and from the municipal separate storm sewer system. The Charles County
Department of Planning and Growth Management (PGM) coordinates the
implementation of this permit.
II. SCOPE OF SERVICES
A. PROJECT INITIATION, COORDINATION, AND DEVELOPMENT OF
DETAILED PROJECT PLANS AND STUDY DESIGN
1. Project Initiation and Coordination:
a. Within two weeks of Notice to Proceed, the consultant will meet with PGM
designated staff to discuss project coordination efforts and project activity
schedule. The consultant will prepare a presentation for this meeting that details
the planned activities and schedule. A visit to the current and/or potential
monitoring stations will follow the meeting.
b. PGM will provide the consultant with available documents and databases, to
support the project tasks.
c. The consultant will coordinate, with the assistance of PGM staff, the scheduling
of biannual meetings and associated meeting agendas, for the purpose of
reviewing monitoring, inspections, and reporting status and results with PGM
designated staff, and to ensure the project is progressing according to schedule.
In addition to biannual meetings it is important for the consultant to maintain
communication with PGM permit coordinator, to routinely discuss project
related issues and decisions as they arise.
d. The consultant, with assistance from PGM permit coordinator, will lead in the
preparation of schedules, agendas, and meeting minute summaries of all
coordination meetings for the length of the project.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 2
2. Project Plan for Illicit Discharge Detection and Elimination (IDDE) and Property
Management and Maintenance
a. Within six weeks of Notice to Proceed, the consultant will provide a Project
Plan for IDDE, for review and comment by PGM. Examples of items to be
included in the plan are methods, justifications and sources for: the rotation of
outfalls that will be inspected over the project period, identifying the industrial
and commercial land use in the County that will be visually surveyed, weather
tracking, protocol for follow-up investigations, the field data sheets that will be
used, project schedule, and the deliverable report and database formats. Upon
PGM approval of this Plan, implementation will begin.
b. Within six weeks of Notice to Proceed, the consultant will provide a Project
Plan for Property Management and Maintenance, for review and comment by
PGM. Examples of items to be included in the plan are methods, justifications
and sources for: identifying all County-owned municipal facilities, determining
whether stormwater general permit coverage is required, contacting the
appropriate County staff regarding pollution prevention plans, scheduling site
inspections, project schedule, and the deliverable report and database formats.
Upon PGM approval of this Plan, implementation will begin.
3. Study Designs for Assessment of Controls and Watershed Assessments
a. Within ten weeks of Notice to Proceed, the consultant will provide a draft Study
Design for the Assessment of Controls based on discussions at the initial
meeting with PGM designated staff and review of NPDES MS4 permit,
watershed restoration projects and schedules, Watershed Implementation
Plan(s), and other available data. Examples of items to be included in the plan
are methods, justifications and sources for selecting the proposed monitoring
sites. Upon PGM approval of the Study Design, implementation will begin.
b. Within ten weeks of Notice to Proceed, the consultant will provide a draft Study
Design for the Watershed Assessments including the subwatersheds to be
sampled, the parameters and methods, the laboratories to be used, strategy for
the visual assessments, schedule, and justifications. Upon PGM approval of the
Study Design, implementation will begin.
4. Summary of Deliverables: Meeting agendas, summaries and attendance, Project
Plans, and Study Designs.
B. ILLICIT DISCHARGE DETECTION AND ELIMINATION (IDDE)
1. The consultant will inspect 100 major outfalls in the County annually.
a. Major outfalls include those with an internal diameter of 36” or greater; or
discharge from other than a round pipe that drains 50 acres or more; or an
outfall with an internal diameter of 12 inches or greater that drains an area that
includes land zoned for industrial use.
b. Inspections will be performed following a minimum of 72 hours of dry weather.
Outfalls will be inspected for signs of physical deterioration. A hard copy field
data sheet will be completed for each inspection, to include the items identified
in MDE’s Annual Report Database for IDDE. A photo of each outfall will be
taken to document condition.
c. Each outfall having a dry weather discharge or suspected of having an illicit
discharge shall be sampled using a field test kit. The tests to be performed
include water temperature, pH, phenol, chlorine, detergents, copper, and
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 3
nitrates. Discharge limits will be per Dry Weather Flows and Illicit Discharges
in Maryland Storm Drain Systems (MDE, 1997) and other documented and
referenced sources as determined applicable and/or necessary. If the discharge
exceeds limits, the site will be retested after 4 hours but within 24 hours to
verify results. If an illicit discharge is discovered, the field team will make
every possible effort to determine the source.
d. In the event of illicit discharge detection, or physical maintenance issues of an
outfall, a detailed report describing the issues identified, photographs, and
recommended next steps will be sent to PGM immediately.
e. Annually, the consultant will inspect and sample up to five additional outfalls
identified through citizen complaint to County staff.
f. All hard copy field data sheets will be entered into MDE’s Annual Report
Database for IDDE as defined in Attachment A and submitted to the County
with digital photos identified with outfall number and date. Annually, a report
of the year’s IDDE activities, enforcement actions, a 24” x 36” map and GIS
data showing the locations of outfalls screened and illicit discharges detected,
and any requests and justifications for proposed modifications to the IDDE
program, shall be submitted to PGM.
2. Conduct visual surveys of commercial and industrial areas for discovering,
documenting, and eliminating pollutant sources.
a. The visual surveys will be conducted annually of the areas identified as having
commercial and industrial land use in the County.
b. A hard copy field data sheet will be completed for each inspection site. A photo
will be taken to document any suspected upland pollutant source.
c. In the event of identification of an upland pollutant source, a detailed report
with issues identified, photographs, location, and recommended next steps will
be sent to PGM immediately.
d. Annually, a report of the year’s survey activities, a 24” x 36” map and GIS data
showing areas surveyed and identified upland pollutant sources, and any
requests and justifications for proposed modifications to the program, shall be
submitted to PGM.
3. Summary of Deliverables: Copies of field data sheets, MDE’s IDDE populated
database, detailed issue reports, annual reports, maps, GIS data, and photos.
C. PROPERTY MANAGEMENT AND MAINTENANCE
1. The requirements, which determine whether a facility requires NPDES stormwater
general permit coverage, and a list of all County-owned municipal facilities will be
provided to PGM.
2. Each County-owned municipal facility requiring NPDES stormwater general permit
coverage will be identified. For all identified facilities, it will be determined whether
a Notice of Intent (NOI) has been submitted to MDE and whether there is a pollution
prevention plan for each facility.
3. Annually, review and document the status of pollution plan development and
implementation for each County-owned municipal facility. Annually, submit the
reports with photos for all facilities to PGM, with an overall report of the year’s
activities.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 4
4. Summary of Deliverables: Annual reports, facility reports, and photos.
D. ASSESSMENT OF CONTROLS
The following item numbers (1) water quality, (2) biological, and (3) geomorphological
stream monitoring protocols are for the purpose of assessing the cumulative effects of
watershed restoration activities:
1. Water Quality Sampling
a. Eight storm events will be monitored per year at the outfall and in-stream
monitoring locations identified by PGM with at least two occurring per quarter.
Quarters are based on the calendar year. If extended dry weather occurs,
baseflow samples will be taken at least once per month at the monitoring
stations if flow is observed.
b. Discrete samples of stormwater flow will be collected at the monitoring stations
using automated or manual sampling methods. Measurements of pH and water
temperature will be taken.
c. At least three samples determined to be representative of each storm event shall
be submitted to a laboratory for analysis according to methods listed under 40
CFR Part 136 and event mean concentrations (EMC) shall be calculated for:
Biochemical Oxygen Demand (BOD5) Total Lead
Total Kjeldahl Nitrogen (TKN) Total Copper
Nitrate plus Nitrite Total Zinc
Total Suspended Solids Total Phosphorus
Total Petroleum Hydrocarbons (TPH) Hardness
E. coli or enterococcus
d. Continuous flow measurements will be recorded at the in-stream monitoring
station or other practical location based on the approved study design. Data
collected will be used to estimate annual and seasonal pollutant loads and
reductions, and for the calibration of watershed assessment models.
e. Annually, populate MDE’s Chemical Monitoring database with sampling data,
and prepare a Chemical Monitoring Report discussing the study design,
monitoring protocol, results, and flow-weighted event mean concentrations by
calendar year compared to previous years, Nationwide Urban Runoff Project,
and published MDE averages.
f. Annually, calculate pollutant load estimates for any U.S. Environmental
Protection Agency (EPA) approved TMDLs with a stormwater wasteload
allocation (WLA). This shall be reported in MDE’s Pollutant Load Reductions
Associated with GIS Coverage database, and include a written summary report.
2. Biological Assessment
a. Benthic macroinvertebrate samples shall be gathered each Spring at the location
identified by PGM, based on the study design.
b. The EPA Rapid Bioassessment Protocols (RBP), Maryland Biological Stream
Survey (MBSS), or other similar method approved by MDE will be used.
c. Annually, populate MDE’s Biological and Habitat Monitoring database, and
prepare a Biological Assessment Report.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 5
3. Geomorphological Assessment
a. A geomorphologic stream assessment will be conducted at the location
identified by PGM, based on the study design. This assessment will include an
annual comparison of permanently monumented stream channel cross-sections
and the stream profile.
b. A stream habitat assessment will be conducted using techniques defined by the
EPA RBP, MBSS, or other similar method approved by MDE.
c. Use a hydrologic and/or hydraulic model (examples include, TR-20, HEC-2,
HEC-RAS, HSPF, SWMM, etc.) in the fourth year of monitoring to analyze the
effects of rainfall; discharge rates; stage; and, if necessary, continuous flow on
channel geometry.
d. Annually prepare a Geomorphicological Assessment Report.
4. Stormwater Assessment
The following physical stream monitoring protocols and reports are for the purpose of
determining the effectiveness of stormwater management practices for stream channel
protection:
a. Annually survey the stream profile and permanently monumented cross-sections
to evaluate stream stability, at the location identified by PGM, based on the
study design.
b. Annually survey and compare the stream profile and survey of the permanently
monumented cross-sections with baseline conditions for assessing areas of
aggradation and degradation.
c. Use a hydrologic and/or hydraulic model (examples include, TR-20, HEC-2,
HEC-RAS, HSPF, SWMM, etc.) in the fourth year of monitoring to analyze the
effects of rainfall; discharge rates; stage; and, if necessary, continuous flow on
channel geometry.
d. Annually, prepare a Stormwater Assessment report discussing the purpose and
need of the project, analyzing the survey and model results, and characterizing
the effects of the stormwater management practices on stream channel stability.
Include information on land use change over time in the drainage area,
identification and evaluation of all stormwater management practices in the
drainage area for type, condition, area treated and age, visual survey of land use
changes, documenting new development.
5. Summary of Deliverables: Annual submittals of MDE’s Chemical Monitoring
populated database, MDE’s Biological and Habitat Monitoring populated database,
MDE’s Pollutant Load Reductions Associated with GIS Coverage database,
Chemical Monitoring Reports, Biological Monitoring Reports, Geomorphological
Reports, and Stormwater Assessments, and photos.
E. WATERSHED ASSESSMENTS
1. Detailed watershed assessments will be prepared for the 10 major watersheds in the
County.
The following is a list of items required to be included:
a. Determine water quality conditions by conducting synoptic sampling at the
subwatershed level. Synoptic sampling shall include nitrate plus nitrite,
orthophosphate, dissolved oxygen, temperature, conductivity, E.coli, and optical
brightener. Sampling shall occur at least 24 hours after rainfall events totaling
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 6
more than .25 inches. All analysis shall be conducted in accordance with EPA
protocols.
b. Conduct a visual watershed inspection including upland and lowland areas.
Area to be included in the visual watershed inspection shall be based on desktop
assessments that target potential sources of 303(d) impairment listings. Desktop
assessments shall be reviewed and approved by designated PGM staff prior to
initiating visual watershed inspections.
c. Identify and rank water quality problems identified by synoptic sampling and
visual watershed inspections, and provide maps of synoptic sampling results,
problems identified, and potential water quality improvement projects with
descriptions and estimated load reductions. Water quality improvement
projects should include those identified by the County’s Restoration Plans, as
well as those identified by this assessment.
d. Prioritize all structural and nonstructural water quality improvement projects
based on evaluating BMP efficiency rates using the methods described in
Accounting for Stormwater Wasteload Allocations and Impervious Surface
Areas Treated, Guidance for National Pollutant Discharge Elimination System
Stormwater Permits (MDE, June 2011 or subsequent version).
e. Specify pollutant load reduction benchmarks and deadlines that demonstrate
progress towards meeting applicable stormwater WLAs, as an iteration of the
County’s Restoration Plans.
f. Prepare a Watershed Assessment report, incorporating the results of the above
analysis for each of the 10 major watersheds in the County. This task shall be
ongoing throughout the contract term.
2. Summary of Deliverables: Desktop assessments, watershed assessment reports, maps,
and GIS data of sampling points, sampling results, proposed water quality
improvement projects, and drainage areas to proposed water quality improvement
projects.
III. ANNUAL REPORTING
The consultant will submit annual reports and data, described above to PGM at least eight
weeks prior to the anniversary date of the County’s NPDES MS4 Permit. This deadline is
established to provide enough time for the consultant’s reports and data to be incorporated
into the County’s annual progress reports to MDE which are required on or before the
anniversary date of the permit.
Reports and data, other than annual reports, will be submitted by the deadlines established in
this scope.
All reports and data prepared under this scope shall be provided to PGM in the following
formats. Databases shall be submitted in Access or Excel using MDE’s formats provided in
Attachment A. Documents and reports shall be submitted Microsoft Office 2007 Suite and
Adobe Acrobat formats. Photos shall be submitted in Joint Photographic Experts Group (.jpg)
format with a pixel resolution of 1280W by 960H. Maps shall be provided Adobe Acrobat
and Arcview project (.mxd) format including the applicable shapefiles.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 7
IV. MONTHLY PROGRESS REPORTS WITH INVOICES
Monthly progress reports and invoices will be e-mailed to the PGM designated staff. The
reports will describe work progress of each task, unusual problems encountered, delays in
work progress, approval actions required, completion status of each task, and overall
completion status. Invoices shall use PGM’s standard invoice format. Monthly progress
reports and invoices shall be received by PGM designated staff no later than 15 days after the
end of each month. The invoice for June will be required no later than 10 days after the end
of June, to accommodate end of fiscal year processing. E-mailing the progress reports and
invoices is preferred.
V. PROPOSAL
A. Statement of Qualifications
• Cover letter on firm's letterhead
• Preliminary project schedule
• Completed type written SF-330 form identifying the project team and any sub-
consultants
B. Project Approach and Understanding
The approach and understanding of the scope of services shall be broken out by task, and
should include a list of positions, total number of hours anticipated and anticipated start
and end dates. Any necessary discussion or notes for clarification or recommendations to
the Scope of Services may also be provided.
• Project Initiation, Coordination, and Development of Detailed Project Plans and
Study Design
• Illicit Discharge Detection and Elimination (IDDE)
• Property Management and Maintenance
• Assessment of Controls
• Watershed Assessments
C. Appendix (completed type written)
• Addendum Certification Form.
• Minority Business Enterprise Utilization Affidavit
• Intended Non-MBE Sub-Contractors
• Non-Collusion Affidavit
D. Cost Proposal (**one copy to be submitted with each of the original signed proposal
packages only)
• Completed type written Proposal Form
• Detailed Cost Breakdown
The Consultant should provide a detailed cost breakdown for their staff time and
materials necessary for the completion of this project. The cost should be listed for
additional work that was not identified under this Scope of Services description. This
may include, but is not limited to, additional cost related to staff time and materials for
any additional meetings.
Total proposal shall include a list of team members to be assigned to the project, their
credentials and experience. Following the submission and review of the proposal,
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II- 8
personal interviews may be scheduled. Please limit resume and information on other
related projects completed to those persons who will be directly involved in the project
and those projects that are similar to this study. The Consultant must identify the project
coordinator or project manager who will be the County’s primary contact for the project.
***END OF SPECIAL PROVISIONS***
GENERAL PROVISIONS TABLE OF CONTENT
1. DEFINITIONS: ................................................................................................................. II - 11
2. RESPONSIBILITY OF THE CONSULTANT: ............................................................ II - 11
3. CHANGES: ....................................................................................................................... II - 11
4. TERMINATION: .............................................................................................................. II - 11
5. DISPUTES: ........................................................................................................................ II - 12
6. COUNTY RIGHTS: ......................................................................................................... II - 13
7. EXAMINATION OF RECORDS: .................................................................................. II - 13
8. COVENANT AGAINST CONTINGENT FEES: .......................................................... II - 13
9. ACCIDENT REPORTS: .................................................................................................. II - 14
10. CONSULTANT'S ORGANIZATION: ........................................................................... II - 14
11. EMPLOYMENT DISCRIMINATION BY CONTRACTORS PROHIBITED ......... II - 14
12. CERTIFICATION OF DRAWINGS AND OTHER DOCUMENTS: ........................ II - 15
13. COMPOSITION: .............................................................................................................. II - 15
14. CONFLICTS: .................................................................................................................... II - 15
15. DELIVERY POINT, INSPECTION, AND APPROVAL: ............................................ II - 15
16. DESIGNATION OF COUNTY'S REPRESENTATIVE: ............................................. II - 15
17. DOCUMENT STANDARDS: .......................................................................................... II - 16
18. INSPECTION: .................................................................................................................. II - 17
19. INVESTIGATION OF FIELD CONDITIONS: ............................................................ II - 17
20. ONE YEAR GUARANTEE: ............................................................................................ II - 17
21. PATENTS: ......................................................................................................................... II - 17
22. PERMITS: ......................................................................................................................... II - 17
23. PUBLICITY: ..................................................................................................................... II - 18
24. RESPONSIBILITY FOR MATERIALS AND RELATED DATA: ............................ II - 18
25. RIGHT OF ENTRY: ........................................................................................................ II - 18
26. RISK, DAMAGES: ........................................................................................................... II - 18
27. FEE AND PAYMENT ...................................................................................................... II - 19
28. TRAVEL ............................................................................................................................ II - 19
29. RELATED COST ............................................................................................................. II - 19
30. CONFLICT OF INTEREST ............................................................................................ II - 19
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 11
GENERAL PROVISIONS
1. DEFINITIONS:
The term COUNTY, as use herein, refers to the COUNTY COMMISSIONERS OF CHARLES
COUNTY, MARYLAND, hereinafter called the COUNTY, represented by the CONTRACTING
OFFICER, the Director, Department of Planning and Growth Management, or his designated
representative who is authorized to act for the COUNTY. The term CONSULTANT, as use
herein, refers to the COMPANY and/or ENTITY which is awarded this contract.
2. RESPONSIBILITY OF THE CONSULTANT:
A. The CONSULTANT shall be responsible for the professional quality, technical accuracy
and the coordination of all designs, drawings, specifications, and other services furnished
by the CONSULTANT under this contract. The CONSULTANT shall, without additional
compensation, correct or revise any errors or deficiencies in his design, drawings,
specifications, and other services.
B. Neither the COUNTY'S review, approval or acceptance of, nor payment for, any of the
services required under this contract shall be construed to operate as a waiver of any
rights under this contract or of any cause of action arising out of the performance of this
contract, and the CONSULTANT shall be and remain liable to the COUNTY in
accordance with applicable law for all damages to the COUNTY caused by the
CONSULTANT'S negligent performance of any of the services furnished under this
contract.
C. The rights and remedies of the COUNTY provided for under this contract are in addition
to any other rights and remedies provided by law.
3. CHANGES:
A. The COUNTY may, at any time, by written order, make changes within the general scope
of the contract in the services to be performed. If such changes cause an increase or
decrease in the CONSULTANT'S cost of, or time required for, performance of any
services under this contract, whether or not changed by any order, an equitable
adjustment shall be made and the contract shall be modified in writing accordingly. Any
claim of the CONSULTANT for adjustment under this clause must be asserted in writing
within THIRTY (30) days from the date of receipt by the CONSULTANT of the
notification of change unless the COUNTY grants a further period of time before the date
of Final Payment under this contract.
B. No services for which an additional cost or fee will be charged by the CONSULTANT
shall be furnished without the prior written authorization of the COUNTY.
4. TERMINATION:
A. The COUNTY may, by written notice to the CONSULTANT, terminate this contract in
whole or in part at any time, either for the COUNTY'S convenience or because of the
failure of the CONSULTANT to fulfill his obligations under this contract.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 12
Upon receipt of such notice, the CONSULTANT shall:
Immediately discontinue any part or all services as directed by the County’s
authorized representative, and
Deliver to the COUNTY the originals of all data, drawings, specifications,
reports, estimates, summaries and such other information and materials as may
have been accumulated by the CONSULTANT in performing under this contract,
whether completed or in process.
B. If the termination is for the convenience of the COUNTY, an equitable adjustment in the
contract price shall be made but no amount shall be allowed for anticipated profit on
unperformed services.
C. If the termination is due to the failure of the CONSULTANT to fulfill his obligations
under this contract, the COUNTY may take over the work and prosecute the same to
completion by contract or otherwise. In such case, the CONSULTANT shall be liable to
the COUNTY for any additional cost occasioned to the COUNTY.
D. If, after notice of termination for failure to fulfill obligations, it is determined that the
CONSULTANT had not so failed, the termination shall be deemed to have been effected
for the convenience of the COUNTY. In such event, adjustment in the contract price
shall be made as provided in Paragraph B of this clause.
E. The rights and remedies of the COUNTY provided in this clause are in addition to any
other rights and remedies provided by law or under this contract.
5. DISPUTES:
A. Except as otherwise provided in this contract, any dispute concerning a question of fact
arising hereunder which is not disposed of by agreement shall be decided by the
COUNTY, who shall reduce his decision to writing and mail or otherwise furnish a copy
thereof to the CONSULTANT. The decision of the COUNTY shall be final and
conclusive unless, within THIRTY (30) days from the date of receipt of such copy, the
CONSULTANT executes and furnishes a written appeal to the COUNTY
COMMISSIONERS OF CHARLES COUNTY. The decision of the COUNTY
COMMISSIONERS for the determination of such appeals shall be final and conclusive.
The provision shall not be pleaded in any suit involving a question of fact arising under
this contract as limiting judicial review of any such decision to cases where fraud by such
official or his representative is alleged; provided, however, that any such decision shall
be final and conclusive unless the same is fraudulent or capricious or arbitrary or so
grossly erroneous as necessarily to imply bad faith or is not supported by substantial
evidence. In connection with any appeal proceeding under this clause, the
CONSULTANT shall be afforded an opportunity to be heard and to offer evidence in
support of his appeal. Pending final decision of a dispute hereunder, the CONSULTANT
shall proceed diligently with the performance of the contract and in accordance with the
COUNTY'S decision.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 13
B. This Disputes clause does not preclude consideration of questions of law in connection
with decision provided in paragraph (A) above. Nothing in this contract, however, shall
be construed as making final the decision of any administrative official, representative on
a question of law.
6. COUNTY RIGHTS:
All designs, drawings, specifications, notes, computations and other work developed in the
performance of this contract shall be and remains the sole property of the COUNTY and may be
used on any other work without additional compensation to the CONSULTANT. With respect
thereto, the CONSULTANT agrees not to assert any rights and not to establish any claim under
the design patent or copyright laws. The CONSULTANT, for a period of three (3) years after
final payment under this contract, agrees to furnish and provide access to all retained materials
on the request of the COUNTY. Unless otherwise provided in this contract, the CONSULTANT
shall have the right to retain copies of all such materials beyond such period.
In the event that the COUNTY uses any of the previously mentioned materials for purposes other
than those covered under this contract or other than for which it was provided, the
CONSULTANT shall not be held liable for any personal or property damage arising from such
use.
7. EXAMINATION OF RECORDS:
A. The CONSULTANT shall maintain books, records, documents, and other evidence and
accounting procedures and practices, sufficient to reflect properly all direct and indirect
costs of whatever nature claimed to have been incurred and anticipated to be incurred for
the performance of this contract. The foregoing constitutes "records" for the purposes of
this clause.
B. The CONSULTANT'S office or such part thereof as may be engaged in the performance
of this contract, and his records shall be subject at all reasonable times to inspection and
audit by the COUNTY or their authorized representative(s). In addition, the COUNTY,
or their authorized representative(s), shall, until the expiration of three (3) years from the
date of final payment under this contract, or of the time periods for the particular records
specified, have the right to examine those books, records, documents, papers, and other
supporting data which involve transactions related to this contract along with the
computations and projections used therein.
C. The CONSULTANT shall include in each subcontract, a provision that includes
paragraphs A and B of this clause, binding each subcontractor to the requirements
outlined in the above mentioned paragraphs.
8. COVENANT AGAINST CONTINGENT FEES:
The CONSULTANT warrants that no person or selling agency has been employed or retained to
solicit or secure this contract upon a contract or understanding for a commission, percentage,
brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial
or selling agencies maintained by the CONSULTANT for the purpose of securing business. For
breach or violation of this warranty, the COUNTY shall have the right to annul this contract
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 14
without liability or in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee.
9. ACCIDENT REPORTS:
The CONSULTANT shall promptly investigate and maintain a complete record of accidents
resulting in personal injury, death, or property damage incident to performance of work under
this contract. Loss of or damage to COUNTY equipment or property in the custody of the
CONSULTANT shall be reported to the COUNTY within TWENTY-FOUR (24) hours after the
occurrence of the accident, together with full details relating to the incident.
10. CONSULTANT'S ORGANIZATION:
The CONSULTANT shall furnish to the COUNTY within two (2) weeks after executing this
contract, and thereafter prior to any annual renewal date, a chart showing the overall organization
provided for the performance of this work and the names and titles of personnel employed in
connection with the work, and shall furnish from time to time, revised organization charts
reflecting any substantive changes therein. The CONSULTANT agrees to retain the listed key
employees assigned to the performance of the work under this contract and shall not reassign or
remove any of them without the consent of the COUNTY. Whenever, for any reason, one or
more of the aforementioned employees is unavailable for assignment for work under this
contract, the CONSULTANT shall, with the approval of the COUNTY replace such employee
with an employee of substantially equal abilities and qualifications.
The CONSULTANT shall be responsible for maintaining satisfactory standards of employee
competency, conduct and integrity and shall be responsible for taking such disciplinary action
with respect to his employees as may be necessary.
The CONSULTANT shall require in each subcontract, a provision that requires each
Subcontractor to advise the CONSULTANT promptly of any significant changes in the
organization of such subcontractor, and the CONSULTANT shall promptly advise the COUNTY
of any such changes reported to the CONSULTANT or otherwise discovered by the
CONSULTANT.
11. EMPLOYMENT DISCRIMINATION BY CONTRACTORS PROHIBITED
During the performance of any contract awarded pursuant to this RFP, the CONSULTANT
agrees as follows:
A. The CONSULTANT will not discriminate against any employee or applicant for
employment because of race, religion, color, sex or national origin, except where
religion, sex or national origin is a bona fide occupational qualification reasonably
necessary to the normal operation of the CONSULTANT. The CONSULTANT agrees
to post in conspicuous places, available to employees and applicants for employment,
notices setting forth the provisions of this nondiscrimination clause.
B. The CONSULTANT, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, will state such contractor is an equal opportunity employer.
C. Notices advertisements and solicitations placed in accordance with federal law, rule or
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 15
regulation shall be deemed sufficient for the purpose of meeting the requirements of this
section.
12. CERTIFICATION OF DRAWINGS AND OTHER DOCUMENTS:
All original drawings and the first page of all specifications, estimates, or similar documents
shall have affixed or contain the seal of a duly qualified and authorized professional ENGINEER
certifying to the completeness and accuracy of the work performed.
13. COMPOSITION:
If the CONSULTANT hereunder is comprised of more than one legal entity, each entity shall be
jointly and severally liable hereunder.
14. CONFLICTS:
It is the spirit and intent of these General Provisions, and the Special Provisions to provide that
the services and all parts thereof shall be fully completed and suitable in every way for the
purpose for which the project was intended. The CONSULTANT shall supply all materials and
perform all services which reasonably may be implied as being incidental to the work of this
contract.
In the event of a conflict between the General and Special Provisions, the Special Provisions will
govern.
15. DELIVERY POINT, INSPECTION, AND APPROVAL:
All items required to be furnished by the CONSULTANT under this contract shall be delivered
at the CONSULTANT'S expense to:
Steven Ball, Planning Director
Department of Planning & Growth Management
Planning Division
P.O. Box 2150
La Plata, Maryland 20646-2150
The CONSULTANT will be notified if the submittal, or any portion thereof, is rejected. In this
event, the CONSULTANT will be required to resubmit those rejected materials so that they fully
comply with the requirements of this contract. The decision of the COUNTY as to acceptance or
rejection of the required submittals shall be final, subject only to the provisions of Clause 5
"Disputes" of the General Provisions of this contract.
16. DESIGNATION OF COUNTY'S REPRESENTATIVE:
The CONSULTANT'S day to day activities and work production will be monitored by a person
designated by the COUNTY to act as the authorized representative to administer this contract in whole
or in part.
No oral statement of any person and no written statement of anyone other than the
CONTRACTING OFFICER, or the authorized representative, shall modify or otherwise effect
any provision of this contract.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 16
Designation and termination of the COUNTY'S representative shall be done in writing.
17. DOCUMENT STANDARDS:
A. Drafting Standards for Microfilm Process
Dark, clear, sharp lines of uniform density result in good microfilm.
Outlines and Section lines are differentiated by varying the width and thickness of
lines be changing densities.
Use only one type of lettering with open spacing.
A minimum lettering height of 1/8", when possible use 3/16" or 1/4".
Avoid congestion by using additional sheets.
Match line weight when making additions or changes.
Keep drawing clean, uncreased and erasures to a minimum.
A graphic scale must be shown on all drawings.
Use 24" X 36" Mylar sheets for detailed plans.
Plan format and contents shall be consistent with the County’s Plan Preparation
Manual.
B. Specifications, Reports, and other narrative statements in final form for submission to the
COUNTY shall be prepared on 8 1/2" X 11" white bond paper. Specifications shall
follow the "Master Format" developed by the Construction Specifications Institute (CSI).
Contents shall be consistent with the County’s Standard Specifications for Construction
Manual.
C. Bibliographies. If the preparation of reports and other narrative statements involves the
use of reference and research materials, the CONSULTANT shall prepare a bibliography
of such material and include it in the final document. Each bibliography shall include the
following information:
Books
a) Name of author or authors, editors, or institution responsible for writing
the book
b) Full title of book (including subtitle, if there is one)
c) Series name and number (if applicable)
d) Volume number (if any)
e) Edition (if not the original)
f) City of publication
g) Publisher's name
h) Date of publication
Articles of Periodicals
a) Name of author
b) Title of article
c) Name of periodical
d) Volume number
e) Date of article
f) Pages occupied by article
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 17
18. INSPECTION:
The COUNTY, through any authorized representative, may at all reasonable times inspect or
otherwise evaluate the work being performed hereunder and the premises on which it is being
performed. If any inspection or evaluation is made by the COUNTY on the premises of the
CONSULTANT or subcontractor, the CONSULTANT shall provide and shall require the
subcontractors to provide all reasonable facilities and assistance for the safety and convenience
of the COUNTY representatives in the performance of their duties. All inspections and
evaluations shall be performed in such a manner as will not unduly delay the work.
19. INVESTIGATION OF FIELD CONDITIONS:
The CONSULTANT is to visit the areas where work is to be performed and by his own
investigation satisfy himself as to the existing conditions affecting the work to be done. If the
CONSULTANT, including subcontractors, does not visit the area, he will nevertheless be
charged with knowledge of conditions which a reasonable inspection would have disclosed. The
CONSULTANT shall assume all responsibility for deductions and conclusion as to the
difficulties in performing the work under this contract.
20. ONE YEAR GUARANTEE:
In the event the COUNTY requires a construction contract resulting from the prepared work of
the CONSULTANT hereunder, to make repairs, replacement, reconstruction or similar
adjustments under the provisions of the construction contract, the CONSULTANT shall provide
such professional services as may be required at no additional cost to the COUNTY where it is
determined that the repairs, replacement, reconstruction or similar adjustment is attributed to a
design deficiency for which the CONSULTANT is responsible.
The period of this guarantee shall commence on the date that the COUNTY issues a “FINAL
COMPLETION ACCEPTANCE CERTIFICATE”, which represents full acceptance of the
facilities, and will extend for a period of one year thereafter.
The rights provided under this provision are in addition to any other rights the COUNTY may
have arising out of a design deficiency for which the CONSULTANT is responsible.
21. PATENTS:
The CONSULTANT shall hold and save the COUNTY, and all officers and agents thereof
harmless from and against all and every demand of any nature and kind for or on account of the
use of any patented or copyrighted inventions, article, or process employed by the
CONSULTANT in the performance of the work.
22. PERMITS:
Without additional cost to the COUNTY, the CONSULTANT shall obtain all applicable permits,
licenses, and insurance; shall pay all charges and fees; and shall give all notices necessary and
incident to the due and lawful performance of the services under this contract.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 18
23. PUBLICITY:
Except with the prior approval of the COUNTY, the CONSULTANT shall not release for
publication any drawing, rendering, perspective sketch, photograph, report, specification, cost
estimate, or other material of any nature pertaining to the facilities, for which services are
performed under the terms of this contract.
The provisions of this article shall extend also to the release of any such materials to any person
not so authorized by the COUNTY.
24. RESPONSIBILITY FOR MATERIALS AND RELATED DATA:
Except as otherwise provided in this contract,
A. The CONSULTANT shall be responsible for any materials and related data covered by
this contract until they are delivered to the COUNTY at the designated delivery point.
B. After delivery to the COUNTY at the designated point and prior to acceptance by the
COUNTY or rejection and giving notice thereof by the COUNTY, the COUNTY shall be
responsible for the loss or destruction of or damage resulting from the negligence of
officer, agents, or employees of the COUNTY acting within the scope of their
employment.
C. The CONSULTANT shall bear all risks as to rejected materials and related data after
notice of rejection, except that the COUNTY shall be responsible for the loss,
destruction, or damage resulting from the gross negligence of officers, agents, or
employees of the COUNTY acting within the scope of their employment.
D. After delivery to, and acceptance of, the COUNTY shall be responsible for the loss or
destruction of or damage to the materials and related data so delivered and accepted.
25. RIGHT OF ENTRY:
Where rights-of-entry have not been obtained by the COUNTY, the CONSULTANT will be
required to obtain from landowners the necessary rights-of-entry for making any investigations
required under this contract. The CONSULTANT will be advised as to arrangements previously
made with landowners. The CONSULTANT shall assume all responsibility for and take all
precautions to prevent damage to property entered.
26. RISK, DAMAGES:
The CONSULTANT shall assume all risks of injury to persons or property arising out of
CONSULTANT'S sole negligent acts, errors or omissions in CONSULTANT'S performance of
work under this contract and shall indemnify and save harmless the COUNTY against all claims,
causes of action (cost and expense) on account of bodily injuries to, and death of persons, and
damages to property arising from the sole negligent acts, errors or omissions of the
CONSULTANT in connection with the prosecution of the work under this contract.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
II - 19
27. FEE AND PAYMENT
For the furnishing of all services as specified herein, the CONSULTANT shall be paid the total
fee specified.
After completion of work as requested and prior to final payment, the CONSULTANT shall
furnish to the Contracting Officer, a release of claims/liens against the COUNTY arising out of
the contract, other than claims specifically accepted from the operation of the release.
Progress payments to the CONSULTANT shall be made on the basis of monthly itemized
invoices submitted for the actual percentage of physical work completed by the CONSULTANT
and accepted by the COUNTY. Invoices shall include a description of the work, the percentage
completed during the month, and the cost to date for each item of services performed; with the
invoice, the CONSULTANT shall submit progress copies of plans, reports, specifications,
details, etc. labeled as "PROGRESS PRINTS FOR INVOICE # _” and dated. The total of the
progress payments shall not exceed ninety (90) percent of the total contract amount. The
remaining ten (10) percent shall be paid upon completion of the contract.
Progress payments to the CONSULTANT will be due and payable thirty (30) calendar days after
the COUNTY receives an acceptable invoice.
In accepting payment of the fee represented by this invoice, the CONSULTANT acknowledges
that he has no unsatisfied claim against the COUNTY arising out of this Contract and the
CONSULTANT forever releases and discharges the COUNTY and its officers, agents, and
employees from any past or future claim or demand whatsoever arising out of the direct or
indirect operations of the CONSULTANT under this Contract.
28. TRAVEL
All travel required to be performed in connections with the services including all meetings with
COUNTY or any Government or Semi-Government agencies, departments, hearings,
discussions, explanations to be rendered under this contract shall be included in the fee and be at
no additional expense to the COUNTY, unless authorized in writing by COUNTY prior to travel.
29. RELATED COST
The cost of all direct and indirect services, related services, different kinds of surveys,
photographs, aerial surveys, aerial photographs, tax maps, planning maps, supplies, testing of
any land if required, compliance with regulations, laws, ordinances in effect, cost of interim
documents and their reproduction as and when requested by COUNTY, shall be included in the
fees and be at no additional cost to the COUNTY.
30. CONFLICT OF INTEREST
The Consultant is hereby specifically prohibited from engaging in any activities which are, might
be constructed to be, or may give the appearance of a conflict of interest in the performance of
this contract.
* * * * * *END OF GENERAL PROVISIONS SECTION* * * * * * *
APPENDIX
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
APPENDIX 1
HOLIDAY SCHEDULE
NEW YEAR'S DAY
MARTIN LUTHER KING JR.'S BIRTHDAY
*LINCOLN'S BIRTHDAY
PRESIDENT’S DAY
*MARYLAND DAY
GOOD FRIDAY
MEMORIAL DAY
INDEPENDENCE DAY
LABOR DAY
COLUMBUS DAY
ELECTION DAY
(when applicable)
VETERAN'S DAY
THANKSGIVING DAY
DAY AFTER THANKSGIVING
CHRISTMAS DAY
*Floating Holidays - County offices and operations shall be open.
NPDES PERMIT MONITORING & INSPECTION RFP No. 13-08
ATTACHMENT A (SEPARATE DOCUMENT)