REQUEST FOR PROPOSALS

OREGON WATERSHED ENHANCEMENT BOARD (OWEB)

OWEB Land Acquisition Appraisal Services

775 Summer Street NE, Suite 360

Salem, Oregon 97301-1290

(503) 986-0181

Bid Opening Date: July 1, 2015

Proposal Due: 2:00pm, Friday, July 31, 2015

Submit To: Meta Loftsgaarden

Oregon Watershed Enhancement Board

775 Summer Street NE, Suite 360

Salem, Oregon 97301-1290

I. BACKGROUND

The Agency is a state agency that provides grants to help Oregonians take care of local streams, rivers, wetlands and natural areas. Agency grants are funded from the Oregon Lottery, federal dollars, and salmon license plate revenue. The agency is led by a 17 member citizen board drawn from the public at large, tribes, and federal and state natural resource agency boards and commissions.

Oregon Constitution Article XV, Section 4(8) sets out the purposes of Agency Lottery Fund grants as for the “restoration and protection of native fish and wildlife, watersheds and water quality in Oregon.” Article XV, Section 4(b)(2) authorizes expenditures for land acquisitions. Chapter 643, Section 22(9), Oregon Laws 2011 gives the Agency the authority to use funds for, “projects involving the acquisition of lands and waters, or interests therein from willing sellers, for the purpose of maintaining or restoring watersheds and habitat for native fish or wildlife.”

The Agency has offered land acquisition grants since 2000. To date, the Agency has awarded approximately $41 million to protect approximately 61,000 acres of land throughout the state. On average, land acquisition grants account for 10-12% of grant funds awarded by the Agency each biennium.

OAR 695 Division 45 specifies the purpose of land acquisition grants, land acquisition expenses eligible for Agency funding, required matching funds, land acquisition evaluation criteria, the application review process, application requirements, and grant conditions.

In accordance with OAR 695-045-0180, the evaluation process for land acquisition grant applications includes reviews for:

A.  The consistency of the project with the Agency’s Board-established priorities and principles for land acquisitions;

B.  The significance of the projected ecological outcomes;

C.  The capacity of the grant applicant, or intended property manager, to complete the acquisition and to achieve and sustain the proposed ecological outcomes over time;

D.  The soundness of the legal and financial terms of the proposed real estate transaction; and

E.  The community impacts or benefits resulting from the project, including those related to jobs, agricultural land use, local property taxes, public access, and education.

OAR 695-045-0170(1) specifies that the purchase price for any Agency-funded land acquisition “shall be based on an appraisal and review appraisal completed in accordance with applicable appraisal standards, including the Uniform Standards of Professional Appraisal Practice, and if required, the Uniform Appraisal Standards for Federal Land Acquisitions.”

The Agency needs the review services and other technical assistance of a licensed appraiser to ensure that the Agency’s land acquisition investments are based on sound and credible evaluations of fair market value.

II. CONTRACTOR RESPONSIBILITIES

a.  Conduct pre-appraisal consultations with Agency grant applicants and their appraisers as requested by Agency staff. The purpose of any pre-appraisal consultation is to answer questions that the applicant and its appraiser have about appraisal requirements, and establish a shared understanding of the appropriate way to address the appraisal problem.

b.  Conduct appraisal reviews as requested by Agency staff. Communicate any appraisal deficiencies to Agency staff, the applicant, and the applicant’s appraiser, and propose remedial action. Offer guidance as needed during the appraiser’s correction of the appraisal’s deficiencies.

c.  Prepare technical appraisal review reports for Agency staff. Each report will include but not necessarily be limited to an appraisal report summary; discussion of the appraisal review process; the reviewer’s analysis, comments, and conclusions; assumptions and limiting conditions, and the reviewer’s certification and qualifications.

The appraisal report summary shall identify the owner of record; estate appraised; legal description; property characteristics; larger parcel determination; extraordinary assumptions, hypothetical conditions, and assignment conditions; jurisdictional exceptions; highest and best use; date of the appraisal report; effective date of the appraisal; appraisers; and value.

The discussion of the appraisal review process shall include a discussion of the client and intended users, intended use, purpose of the review assignment, effective date of the review, extraordinary assumptions and hypothetical conditions used in the review, and the scope of work including resolution of any deficiencies.

The reviewer’s analysis, comments, and conclusions shall address, as appropriate: adequacy of area description, property description, and sales presentation; adequacy and appropriateness of larger parcel and highest and best use determination; adequacy and appropriateness of previous sales history; adequacy and appropriateness of valuation approaches selected; adequacy of treatment of contributory values of minerals, water, timber, improvements, personal property, and intangibles; adequacy and appropriateness of projected revenues and expenses, harvest schedule, growth factors, discount rate, and resulting value indication obtained from income approach; adequacy and appropriateness of sale data, methods and accurateness of sales analysis, adjustments to sale, and value indications obtained from sales comparison approach; reasonableness and appropriateness of the overall appraisal methods and support presented; and review conclusions. The review appraiser shall not develop his or her own opinion of value.

d.  Assist Agency staff in developing, reviewing, and refining grant application guidance materials related to appraisals.

e.  Provide weekly updates via email and phone to the Agency’s project manager. These updates shall include a report of specific activities on which time was spent, issues identified, and solutions crafted.

III. QUALIFICATIONS

Experience:

·  Extensive (more than 10 years) experience reviewing appraisals of diverse rural and natural resources lands throughout Oregon.

·  Experience reviewing appraisals to specific standards, including the Uniform Standards of Professional Appraisal Practice, and Uniform Appraisal Standards for Federal Land Acquisitions.

·  Experience reviewing conservation easement appraisals requiring use of “before and after” appraisal methodology.

·  Experience reviewing appraisals for state and federal natural resource agencies.

Abilities:

·  Able to work independently.

·  Able to travel to meetings in the state of Oregon.

·  Able to meet all deadlines as established in each task order issued by the Agency.

Licenses, Professional Designations, and Education:

Required:

·  Certified General Real Estate Appraiser, State of Oregon; or demonstration that this qualification will be met by the time of award.

·  One professional designation from a professional appraisal association. Requirements of the designation must include a written exam and a demonstration report. Examples of acceptable professional designations include:

o  MAI from the Appraisal Institute

o  ARA from the American Society of Farm Managers and Rural Appraisers

·  Successful completion of a UASFLA appraisal course from a recognized appraisal education provider within the last five years

Preferred:

·  Review appraiser designation from a professional appraisal association, such as:

o  Real Property Review Appraiser (RPRA) from the American Society of Farm Managers and Rural Appraisers

o  General Review Specialist from the Appraisal Institute

·  Successful completion of a conservation easement appraisal course from a recognized appraisal education provider within the last five years

IV. SELECTION PROCESS

A. Evaluation of Proposals

A committee of OWEB staff will evaluate proposals soon after the RFP due date. The evaluation process will determine whether a proposal meets the requirements of the RFP, and to what extent. The following process will be used:

1. Quality of Proposal (10%): The committee will evaluate proposals for clarity, completeness, and compliance with the requirements of the RFP. If the proposal is unclear, bidders may be asked to provide written clarification. Incomplete proposals will be rejected.

2. Qualifications (60%): Bidders should clearly characterize the scope and geographic range of their experience, and the clients for whom they have provided facilitation services, along with outcomes of the processes they have facilitated. The committee will evaluate the bidder’s experience and may contact references for additional information.

3. Project Rate (30%): The committee will evaluate the proposed fee structure for reasonableness and competitiveness.

The evaluation committee will each independently score the proposals. OWEB staff will total the scores, and on that basis, rank the proposals.

B. Method of Award

Method of award will be to bidders determined to be in the best interest of the OWEB. OWEB will notify all bidders of the evaluation committee’s decision by September 18, 2015.

V. PROTESTS

A. Protest of RFP Specifications

Bidders who have questions or concerns about the RFP specifications, may submit a letter to OWEB, which must be received at least five calendar days before the RFP closing date. Protests of technical or contractual requirements shall include the reason for protest and any proposed changes to the requirements.

B. Protest of the Evaluation/Contract Award Process

Bidders who have questions or concerns about the evaluation/award process may submit a letter to OWEB, which must be received within seven days after the date of OWEB’s decision letter. No protest of the selection will be considered after this time period.

VI. PROPOSAL PREPARATION AND SUBMISSION

Submit an original and two, typewritten copies of the proposal to the address at the top of this RFP. All envelopes should be clearly marked OWEB Land Acquisition Appraisal Services. The contents of the proposal must include:

A.  A signed cover letter describing how the bidder, and any bidder-proposed staff or subcontractor, meets the qualifications and has the capacity to carry out the required responsibilities;

B. Names and phone numbers of three references who can provide details characterizing the bidder’s services, expertise, and performance;

C. Resumes outlining the qualifications of the bidder and all contractor staff who will be performing under the terms of this RFP; and

D. A detailed fee structure, including an hourly rate (bidder may include this in the cover letter) by contractor staff position.

Send a completed proposal to the contact and address at the top of this RFP. Proposals must be received by OWEB on or before 2 p.m. Friday, July 31, 2015. No faxed or emailed proposals will be accepted.

Contracts are anticipated to run from approximately October 1, 2015, to June 30, 2017. OWEB reserves the right to accept or reject any or all proposals. This RFP does not obligate the OWEB to issue a contract(s).


CONTRACTOR / SUBCONTRACTOR DATA COLLECTION

BID/PROPOSAL NO./ Name ______Bid Opening Date ______

(Contractors must be registered on the State of Oregon ORPIN System – see website

Though the site has instructions for registration, you may also follow these steps:

1. Log on to the site: http://procurement.oregon.gov

2.  Choose ORPIN (VIP replacement) under ’Menu’ listed on the left side of the screen.

3.  Choose ‘Supplier Registration’ - still on the left side of the screen under ‘Menu’

4.  Choose ‘Basic Subscription’ -under services Information. This is free for a year. The other choice costs $100.00 to sign up.

5.  Follow the prompts to enter your personal information.

If you have any questions about ORPIN, please send email to: or phone us at (503) 378-4642.

Bidders must complete and return this form to the agency along with other contract award documentation. Please be sure to list ALL the firms that will be used for this project.

If you have a certification number from any of the below, check yes in “Cert” column and fill in the corresponding certification # under each of the following.

DBE – Disadvantaged Business Enterprise MBE – Minority Business Enterprise

WBE- Women Business Enterprise ESB – Emerging Small Business

BIDDER CERTIFICATION STATUS
Name of Firm / Contract $ value / CERT
Y/N / DBE
Cert # / MBE
Cert # / WBE
Cert # / ESB
Cert #
Additional sheets may be used by copying this form. Please sign each additional sheet.

.

______

Bidder Signature Date Title

______

Name of Contractor (Company Name) Phone (include area code) Fax (include area code)

shared\forms\subcontractor data collection.doc MWESB: 012406

3