AS-NEEDED HAZARDOUS FIRE FUEL TREATMENT

Agency: City of Berkeley
State: California
Type of Government: State & Local
Category:
  • F - Natural Resources and Conservation Services
Posted: Jan 30, 2024
Due: Feb 15, 2024
Solicitation No: 24-11634-C
Publication URL: To access bid details, please log in.
AS-NEEDED HAZARDOUS FIRE FUEL TREATMENT
Due Date: Thursday, February 15, 2024 - 2:00 pm
Spec # Type Post Date

Attachment Preview

Finance Department
General Services Division
REQUEST FOR QUALIFICATIONS (RFQ)
Specification No. 24-11634-C
FOR
AS-NEEDED HAZARDOUS FIRE FUEL TREATMENT
PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY
Dear Proposer:
The City of Berkeley is soliciting written proposals from qualified firms or individuals to provide hazardous
vegetation treatment, including but not limited to pruning trees, clearing brush, removing trees and stumps,
and chipping and disposing of material. As a Request for Qualifications (RFQ) this is not an invitation to bid.
The project scope, content of proposal, and vendor selection process are summarized in the RFQ (attached).
Proposals must be received no later than 2:00 pm, Thursday, February 15, 2024. Proposals are to be sent via
email with the “Specification No. 24-11634-C As-Needed Hazardous Fire Fuel Treatment” clearly indicated in
the subject line of the email. Please submit one (1) PDF of the technical Proposal with the filename saved as,
“Proposal 24-11634-C As-Needed Hazardous Fire Fuel Treatment.” Email Proposals to:
City of Berkeley
Finance Department/General Services Division
purchasing@berkeleyca.gov
Proposals will not be accepted after the date and time stated above. Incomplete proposal or proposals that do not
conform to the requirements specified herein will not be considered. Issuance of the RFQ does not obligate the City
to award a contract, nor is the City liable for any costs incurred by the proposer in the preparation and submittal of
proposals for the subject work. The City retains the right to award all or parts of this contract to several bidders, to
not select any bidders, and/or to re-solicit proposals. The act of submitting a proposal is a declaration that the
proposer has read the RFQ and understands all the requirements and conditions.
For questions concerning the anticipated work, or scope of the project, please contact Shanalee Gallagher,
Program Manager, via email at sgallagher@berkeleyca.gov no later than 02/07/2024. Answers to questions will
not be provided by telephone or email. Answers to all questions or any addenda will be posted on the City of
Berkeley’s site at Bid & Proposal Opportunities | City of Berkeley (berkeleyca.gov). It is the vendor’s responsibility
to check this site. For general questions concerning the submittal process, contact purchasing at 510-981-7320.
We look forward to receiving and reviewing your proposal.
Sincerely,
Darryl Sweet
General Services Manager
2180 Milvia Street, Berkeley, CA 94704 Tel: 510.981.7320 TDD: 510.981.6903 Fax: 510.981.7390
E-mail: finance@berkeleyca.gov Website: http://www.ci.berkeley.ca.us/finance
City of Berkeley
As-Needed Hazardous Fire Fuel Treatment
Specification No. 24-11634-C
Page 2 of 22
Release Date 1/29/2023
I.
INTRODUCTION
The City of Berkeley (the “City”) invites submittal of RFQs from landscape services firms interested in
providing fire fuel treatment services to support its efforts to reduce the wildfire risk to the community. The
City anticipates contracting with two (2) or more firms for a total not to exceed amount of $4,000,000.
Contracts will be a four (4)-year term with task order assignments such that the duration will not extend
beyond the contract termination date. Task orders for each project will consider the scope of service, work
schedule, and fee proposal submitted to the City. There is no guarantee as to the quantity of work.
II. SCOPE OF SERVICES
General:
The City’s Project Manager (PM) will provide Contractor with a project approximately two (2) weeks prior
to the start of work. City staff will meet a contractor representative at the site prior to the commencement of
work to review the specific boundaries and treatments required for the site and to review scheduling of the
work.
Contractor shall:
1) Expect that work may be on a variety of conditions on, sites ranging in size, steep slopes, and with
limited access. Work may be in sensitive habitats, with specific equipment and time restrictions that
will be clarified and detailed in each job order.
2) Remove and lawfully dispose of all debris. City will provide an account at the Berkeley Transfer
Station that Contractor will use to dump material.
3) Complete all work within the agreed-upon timeframe. The PM has the authority to extend due dates
on a case by case basis.
4) Perform all work between the hours: 8:00 a.m. - 5:00 p.m., Monday-Friday unless otherwise
specified by the City in each job order.
5) Abide by the City of Berkeley Noise Ordinance (13.20). The ordinance can be found on the City of
Berkeley website. http://codepublishing.com/ca/berkeley/
6) The use of chemical treatments (herbicides) is strictly prohibited.
7) The use of gas-powered blowers is strictly prohibited. The use of electric-powered blowers is
acceptable.
8) Be responsible for any damage done to public or private property resulting from any vegetation
removal or reduction operation. Such damage could be either above or below ground. If such damage
occurs, Contractor shall repair or restore damaged property to its condition prior to the damage
having occurred. This includes, but is not limited to: electric, phone or cable wires, damage to
structures, fences, gates, walkways, driveways, steps, sidewalks, curbs, streets, and any underground
utility, drainage or irrigation system.
9) Take precautions to protect property from damage resulting from any vegetation removal reduction
operation. Contractor shall provide protection for private property and the public when working in
close proximity. Example of these methods include: holding up tarps while string trimming around
parked cars, stop string trimming when path users pass by, etc.
10) Immediately report any complaints relating to the Contactors work to the City representative.
Hazardous Vegetation Treatment
To improve evacuation routes and defensible space in Berkeley, fire-hazardous vegetation and accumulated
dead biomass will be reduced in strategic areas to bring property in compliance with the Berkeley Fire Code.
Work will occur on private and publicly owned land. The Contractor must have the appropriate licenses,
RFQ Revised Nov2022
City of Berkeley
As-Needed Hazardous Fire Fuel Treatment
Specification No. 24-11634-C
Page 3 of 22
Release Date 1/29/2023
expertise and equipment toalign with defensible space requirements and vegetation management best
practices. Examples of this work include:
Cut grasses and/or weeds within 100’ of structures to 4” or less.
Remove dead or dying shrubs and other types of understory vegetation.
Remove dead twigs, branches, woody debris, and leaf or needle litter, and/or other vegetation debris
from ground, roofs, rain gutters, decks, porches and beneath decks and/or overhangs.
Remove piles of dead vegetation.
Remove leaf or needle litter, and/or other vegetation debris from ground. Remove Eucalyptus
slash/debris from trunk up to 10 feet from the ground surface. Remove fallen limbs, logs, slash, and
other debris from the forest floor. Remove saplings and sprouts from stumps. Conduct non-chemical
treatments to prevent stump re-growth as directed by the PM.
Prune and reduce ground vegetation from under trees to provide a vertical separation of 3 times the
height of the understory and for limb trees up to 10 feet off the ground or 1/3 of tree height.
Vegetation Treatment on a Public Road
Remove combustible vegetation 10 feet adjacent to roads and driveways including grasses, weeds,
and other combustible live and/or dead vegetation.
Vegetation Removal
Chipping brush
Hauling logs, chips and clippings off-site
III. SUBMISSION REQUIREMENTS
All Statements of Qualifications shall include the following information, organized as separate sections of
the SOQ. The SOQ should be concise and to the point.
A. Consultant Identification:
Provide the name of the firm, the firm's principal place of business (see section VII, F. – Local
Vendor Preference), the name and telephone number of the contact person and company tax
identification number.
B. Firm Experience:
Provide a listing of projects completed by the firm within the past five (5) years involving treatment
of fire fuel for a California municipality or other public agency, non-profit or organization
focused on community level wildfire preparedness. This listing should include a brief
description of each project, the location, date, and (if possible) the address and telephone number of
a contact person.
C. Individual Staff Experience:
Provide a listing of each key staff person in the firm who will be assigned to the project and
background information demonstrating their capabilities and qualifications to perform the assigned
task. For each individual, provide current professional registrations, related experience, educational
background, and years of experience with the team.
D. Consultant Team:
Provide a description of the team, the organization and its general experience, and specific
experience of assigned staff. Provide a listing of similar projects of similar scope, which have been
completed by members of the consultant team within the past five (5) years. This listing should
RFQ Revised Nov2022
City of Berkeley
As-Needed Hazardous Fire Fuel Treatment
Specification No. 24-11634-C
Page 4 of 22
Release Date 1/29/2023
include a description of each project; the location; construction cost; date; and (if possible) the
clients’ name, address, and phone number of a contact person.
E. Client References:
Provide a minimum of three (3) client references. References should be California municipalities or
other public agency, non-profit or organization focused on community level wildfire preparedness.
Provide the designated person's name, title, organization, address, telephone number, and the
project(s) that were completed under that client’s direction.
F. Contract Terminations:
If your organization has had a contract terminated in the last five (5) years, describe such
incident. Termination for default is defined as notice to stop performance due to the vendor’s non-
performance or poor performance and the issue of performance was either (a) not litigated due to
inaction on the part of the vendor, or (b) litigated and such litigation determined that the vendor was
in default.
Submit full details of the terms for default including the other party’s name, address, and phone
number. Present the vendor’s position on the matter. The City will evaluate the facts and may, at its
sole discretion, reject the SOQ on the grounds of the past experience.
If the firm has not experienced any such termination for default or early termination in the past five
(5) years, so indicate.
G. Budget:
Demonstrate track record in meeting budgetary requirements.
H. Project Organization:
Provide a chart showing the names and assignments of all key personnel including an estimate of
each individual’s time commitment to the project. The chart should include proposed lines of
communication with City staff. Any proposed sub-consultants should be clearly identified on the
chart.
I. Project Understanding and Approach:
This section of the SOQ should include a clear description of the Consultant’s understanding of the
project and state the approaches and methodologies which the consultant proposes to undertake in
order to meet the stated objectives of the City. Provide a work plan with as much detail as needed
to describe how the required services and scope of work will be performed.
J. Quality Assurance/Quality Control (QA/QC):
This section of the SOQ should address any QA/QC program the proposer has established or
proposes to establish and utilize throughout this project.
IV. CONSULTANT SELECTION PROCESS
Evaluation will include, but is not limited to the criteria below:
A. Experience and Demonstrated Ability of the Team – 60 points
B. Client References – 40 points
RFQ Revised Nov2022
City of Berkeley
As-Needed Hazardous Fire Fuel Treatment
Specification No. 24-11634-C
Page 5 of 22
Release Date 1/29/2023
C. Local Vendor Preference – Up to five (5) additional points may be awarded for Berkeley-based
businesses (see the table in section VII.F. – Local Vendor Preference)
After a review of the proposals from the short-listed respondents, the City may ask the proposers to make
an oral presentation to answer any questions the City may have and to clarify their proposal. The City will
then rank the proposals and then utilize the submitted fee schedule from the selected proposers and will
attempt to negotiate satisfactory contracts with them. If the City is unable to reach agreement with the
selected respondents, the City will repeat the negotiation process with the next highest respondent, and so
on, if necessary.
The City reserves the right to reject any and all submissions.
V. PAYMENT
Invoices: Invoices must be fully itemized, and provide sufficient information for approving payment and
audit. Invoices must be accompanied by receipt for services in order for payment to be processed. Email
invoices to Accounts Payable and cc’ Project Manager Email sgallagher@berkeleyca.gov; (List on
invoice, Attn: Shanalee Gallagher/Fire Department) and reference the contract number.
City of Berkeley
Accounts Payable
P.O. Box 700
Berkeley, CA 94710-700
Email: AccountsPayable@berkeleyca.gov
Phone: 510-981-7310
Payments: The City will make payment to the vendor within 30 days of receipt of a correct, approved and
complete invoice.
VI. CITY REQUIREMENTS
A. Non-Discrimination Requirements:
Ordinance No. 5876-N.S. codified in B.M.C. Chapter 13.26 states that, for contracts worth more than
$3,000 bids for supplies or bids or proposals for services shall include a completed Workforce
Composition Form. Businesses with fewer than five employees are exempt from submitting this form.
(See B.M.C. 13.26.030)
Under B.M.C. section 13.26.060, the City may require any bidder or vendor it believes may have
discriminated to submit a Non-Discrimination Program. The Contract Compliance Officer will make
this determination. This applies to all contracts and all consultants (contractors). Berkeley Municipal
Code section 13.26.070 requires that all contracts with the City contain a non-discrimination clause, in
which the contractor agrees not to discriminate and allows the City access to records necessary to
monitor compliance. This section also applies to all contracts and all consultants.
Bidders must submit the attached Non-Discrimination Disclosure Form with their proposal.
B. Nuclear Free Berkeley Disclosure Form:
Berkeley Municipal Code section 12.90.070 prohibits the City from granting contracts to companies that
knowingly engage in work for nuclear weapons. This contracting prohibition may be waived if the City
Council determines that no reasonable alternative exists to doing business with a company that engages
in nuclear weapons work. If your company engages in work for nuclear weapons, explain on the
Disclosure Form the nature of such work.
Bidders must submit the attached Nuclear Free Disclosure Form with their proposal.
RFQ Revised Nov2022
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
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

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a 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.