On-Call Right of Way Acquisition, Relocation and Appraisal Services

Location: California
Posted: Feb 3, 2025
Due: Mar 6, 2025
Agency: City of Elk Grove
Type of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Publication URL: To access bid details, please log in.
type name(s) due date notice details posted
RFP On-Call Right of Way Acquisition, Relocation and Appraisal Services Prior to 3:00 p.m. on 3/6/2025 View 2/3/2025

Attachment Preview

CITY OF ELK GROVE
Request for Proposals
For
On-Call Right of Way Acquisition, Relocation and Appraisal Services
City Clerk’s Office
City of Elk Grove
8401 Laguna Palms Way
Elk Grove, CA 95758
Proposals Due by 3:00 PM on Thursday, March 6, 2025
On-Call Right of Way Acquisition, Relocation and Appriasal Services RFP
1 of 73
1.
INTRODUCTION
The City of Elk Grove (City) is accepting proposals from qualified Consultants for assistance in a number
of disciplines related to the acquisition, relocation and appraisal of real property interests for a variety of
public improvement projects located throughout the City. Caltrans has qualified the City as a Level 2 Agency
for acquisitions and relocations. Due to the number of Capital Improvement Projects the City anticipates
contracting with Consultant(s) for the following services:
Appraisal
Appraisal Review
Acquisition
Relocation
Escrow and Title Coordination
Project Management
Project Tracking and Clerical Services
The City will award contracts to the selected Consultants in accordance with the included terms and
conditions shown in this Request for Proposals (RFP). Prospective respondents are advised to read this
information over carefully prior to submitting a proposal.
2.
BACKGROUND & PURPOSE
The City’s primary objective is to obtain Professional Services for Right-of-Way Acquisition, Relocation and
Appraisal Services from one or more qualified firms. A Consultant Contract (Exhibit B) will be provided to
the City Council for consideration. Upon City Council approval, a Consultant Contract will be executed
between the City and the selected Consultant(s). The Consultant Contract will allow the City to request the
services of retained Consultant(s) on an individual project basis, as the need arises. Staff may solicit an
informal proposal based on scope, understanding, and schedule of a project.
3.
PROPOSAL SUBMITTAL INSTRUCTIONS
3.1 Guidelines for Proposal
The following guidelines are provided for standardizing the preparation and submission of proposals.
The intent is to assist respondents in the preparation of their submissions and to assist the City by
simplifying the review process providing standards for comparison of submissions.
Statements submitted in response to this RFP shall include a complete response to the requirements
in this section in the order presented. Statements shall be a straightforward delineation of the
respondent’s capability to satisfy the intent and requirements of this RFP and shall not contain
redundancies and conflicting statements.
Proposals shall be printed double sided, submitted on 8-1/2” x 11” recycled paper, with easy to read
font size and style. Pages shall be numbered, tabbed, and bound (spiral / comb / three ring binder).
Tabbed dividers shall separate and identify the response items described below.
One signed original, two (2) copies, and one USB Flash Drive copy of the proposal shall be submitted
to the Office of the City Clerk by 3:00 PM on Thursday, March 6, 2025. Proposal shall be submitted in
a sealed envelope clearly marked RFP for On-Call Right-of-Way Acquisition, Relocation and Appraisal
Services and addressed to:
OFFICE OF THE CITY CLERK
CITY OF ELK GROVE
8401 Laguna Palms Way
Elk Grove, CA 95758
Electronic Submittal:
As an alternative to written RFP’s, proposals may be submitted electronically in pdf format, and emailed
to Office of the City Clerk at cityclerk@elkgrovecity.org prior to the deadline stated above. Submittals
in pdf format must be fully ADA compliant. Large files may be sent using a cloud-based system.
system. Consultants shall be responsible for ensuring that proposals submitted electronically are
received by the City Clerk prior to the deadline. Proposals that are not received prior to the deadline
shall not be considered by the City, even if the late submission is due to a technical or other error,
including, without limitation, the City’s inability to open or access the electronic file. If the proposing
Consultant does not receive confirmation from the City Clerk that the proposal has been received,
Consultant should assume the transmission failed and either resubmit or arranged for another method
of delivery. Consultants are also encouraged to contact the City Clerk to confirm receipt of their proposal
prior to the deadline.
Questions regarding this RFP are to be directed by e-mail to: Ann Grava, Real Estate Program Manager
at AGrava@elkgrovecity.org. Such contact shall be for clarification purposes only. The City must
receive all questions no later than 3:00 PM Thursday, February 20, 2025. Material changes, if any, to
the scope of services or proposal procedures shall only be transmitted by written addendum and posted
to the City website. Addendums and answers to submitted questions will be available via the City of
Elk Grove website under “Notice” for the RFP announcement no later than Thursday, February 27,
2025.
Proposals shall not be accepted by fax.
Complete proposals shall contain the following information in the order listed:
a. Introductory Letter
The introductory letter shall be addressed to:
Ann Grava
Real Estate Program Manager
City of Elk Grove
8401 Laguna Palms Way
Elk Grove, CA 95758
The letter shall include the Consultant’s name submitting the proposal, their mailing address,
telephone number, and contact name. The letter shall address the Consultant’s understanding
of this RFP and any other information the Consultant has gathered. Include a statement
discussing the Consultant’s interest and qualifications for this type of work. A principal of the
firm authorized to legally bind the firm shall sign the letter.
b. Table of Contents
The Consultant shall insert a comprehensive table of contents denoting sections c through j of
the proposal as indicated below.
c. Organization Chart
d. Qualifications and Experience
Describe the Consultant’s capability for undertaking and performing the work, including any
professional licenses and certificates held by the Consultant. Resumes for Key Personnel shall
be included. List types and locations of similar work performed by the Key Personnel in the last
five (5) years that best characterizes the quality and past performance. Include names and
current phone numbers for contact on work quality and performance. References may be
contacted as part of the selection Process.
e. Detailed Scope of Services
The scope of services must state the Consultant’s ability to meet each specification as outlined
in this document. The scope of services shall address the items of work as described in this
RFP. The scope of services shall be simple, easy to read and follow, and address and satisfy
the objectives and specifications as listed in the Scope of Services in this RFP.
f. Conflict of Interest
Any activities or relationships of the Consultant that might create a conflict of interest for the
Consultant or the City, and, if such activities or relationships exist, a description of the facts,
On-Call Right of Way Acquisition, Relocation and Appriasal Services RFP
3 of 73
legal implications, and possible effects sufficient to permit the City to appreciate the significance
of the conflict and to grant any conflict waiver, if appropriate and necessary.
g. Consultant Contract
Attached to the RFP (Exhibit B) is a copy of the City’s standard Consultant Contract (Contract).
The City’s standard Contract may be modified, in the City’s sole discretion, to address the
specific provisions of this RFP and Consultants shall note that any specifications or other
requirements specific to this RFP shall be included in the Contract and Contract’s exhibits
following an award of the Contract. Please review the Contract carefully and note in your
proposal any exceptions or alterations to the Contract. Alterations or changes to the Contract
that are not in the Consultant’s response shall not be allowed after the selection of the
Consultant. This includes alterations, exceptions, or changes to the insurance and indemnity
provisions. By requiring these requests up front, the City can compare all respondents on an
equal basis. However, the City reserves the right, in its sole discretion, to accept or reject any
and all proposed changes to the City’s standard Contract. For reference, the insurance
amounts that appear in the attached Contract are summarized below.
h. Secretary of State
The Consultant shall confirm their understanding of the requirement to be registered with the
California Secretary of State as noted in the RFP language in Section 5.1 of the RFP.
i. Cost Proposal
This section shall include the cost for requested services outlined in Exhibit A: Scope of Work.
Consultants shall clearly describe and outline rates for the services to be provided for each
task. Cost estimate shall be submitted in a cost plus fixed fee format. Cost proposal shall
conform to Exhibit F – Sample Cost Proposal and should include the following detail for the
prime firm and all subconsultants listed in their proposal:
Billable rates of each member of the Project team.
Breakdown of direct costs, profit, indirect rate, and estimated reimbursable expenses.
Mark ups on sub consultants are not allowed. Upon completion of each task, the Consultant
shall notify the City and request payment for the products and services by submitting an invoice
and a brief description of work performed during the billing period. Upon receipt of the invoice,
the City will review in a timely manner the products and services noted, verify satisfactory
completion, and authorize payment. No cost increases shall be passed onto the City after the
proposal has been submitted. No attempt shall be made to tie any item or items contained in
this RFP with any other business with the City.
j. Federal Provisions
The proposing Consultant’s services may be federally funded, which necessitates compliance
with addition requirements. Special attention is directed to Local Assistance Procedures
Manual (LAPM) Exhibit 10-1, Notice to Proposers DBE Information (Exhibit C). Consultant shall
include in their proposal an acknowledgement and understanding of these provisions. All forms
and certificates are to be completed, signed, and inserted in this section in Consultants’
response to this RFP.
Local Agency Proposer DBE Commitment (Consultant Contracts); (LAPM 10-
O1) (Exhibit C).
DBE Information - Good Faith Effort (LAPM 15-H) (Exhibit D) – Required
only if DBE goal is not achieved. It is recommended that proposer prepare and
submit a GFE irrespective of meeting the DBE goal.
Disclosure of Lobbying Activities (LAPM 10-Q) (Exhibit E).
The DBE goal is 20%. Consultants submitting a proposal must meet the DBE goal or
submit documentation of a Good Faith Effort.
Upon award and through completion of the project, the successful proposing Consultant shall
be required to follow applicable federal-aid requirements and shall complete and submit with
On-Call Right of Way Acquisition, Relocation and Appriasal Services RFP
4 of 73
the agreement the following forms at the time of award:
Local Agency Proposer DBE Information (Consultant Contracts) (LAPM 10-02)
Any other relevant forms required during the project, some of which may be
included such as the Consultant Annual Certification of Indirect Costs,
Consultant shall demonstrate familiarity of providing services for federally funded
projects and
has a clear understanding of requirements/needs to facilitate the project through Caltrans
Local Assistance and Local Assistance Procedures Manual.
3.2 Late Proposals
Proposals arriving after the specified date and time shall not be considered, nor shall late proposals be
opened. Each Consultant assumes responsibility for timely submission of its proposal.
3.3 Withdrawal or Modifications of Proposals
Any proposal may be withdrawn or modified by a written request signed by the Consultant and received
by the City Clerk prior to the final time and date for the receipt of proposals. Once the deadline is past,
Consultants are obligated to fulfill the terms of their proposal.
3.4 Proposal Acceptance and Rejection
The City reserves the right to accept any proposal, to reject any and all proposals, and to call for new
proposals, or dispense with the proposal process in accordance with the Elk Grove Municipal Code.
3.5 Proposal Evaluation and Award
Evaluation will be made based on the criteria noted in the table below. A contract may be awarded to
the responsible Consultant(s) who best meets the City’s needs by demonstrating the competence and
professional qualifications necessary for the satisfactory performance of the required services, and
shall not necessarily be based on the lowest priced proposal, except as otherwise provided by law,
taking into consideration adherence to the included specifications. All Consultants that were not
selected by the City shall be notified in writing. Nothing herein shall obligate the City to award a contract
to any responding Consultant. Any contract awarded will be non-exclusive, and the City reserves the
right to seek services from other sources, in the City’s sole discretion.
Evaluation Criteria
Completeness of Response
Understanding of the work to be done and
knowledge of the Federal and State Uniform
Relocation and Real Property Acquisition
Policies Act
Ability to meet deadlines and provide
professional services in a timely manner
Rating
Score
(0-5)
Weight
Pass/Fail
20%
15%
Consultant Experience with Similar Kinds of
Work
Quality and experience of staff providing
services and their status of Professional
Certifications to meet the minimum
requirements to provide service
Cost Proposal
20%
20%
20%
References
5%
TOTAL
100%
Staff will evaluate the merits of the proposals received in accordance with the evaluation factors stated
On-Call Right of Way Acquisition, Relocation and Appriasal Services RFP
5 of 73
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

NOTICE TO BIDDERS; MCCABE COVE ROAD, EAST VILLA ROAD, VILLA LANE - VARIOUS

Imperial county

Bid Due: 8/29/2025

Post Date Quest Number Category Code Bid/Request Name Bid Closing Date City County

City of Glendora

Bid Due: 7/24/2025

Project: PEST CONTROL SERVICES Ref. #: SPLBID1186 Type: RFP Status: Open Open Date:

Sacramento Public Library

Bid Due: 7/28/2025

Solicitation Number: BRC0000591 Title: CMAR Pre-Construction and Construction Services for the Los Angeles

Los Angeles County

Bid Due: 8/06/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.