LCMP Implementation Support RFQ

Bid/RFP Status: 
Open - accepting bids and proposals
Bid/RFP Due Date: 
Monday, March 30, 2026 - 10:00am

NOTICE TO CONSULTANTS FOR

Lacamas, Round, and Fallen Leaf Lakes Management Plan and Lake Cyanobacteria Management Plan Project Implementation

 

INTRODUCTION

The City of Camas solicits interest from consulting firms with expertise in Lake Management, Watershed Planning, Water Quality Monitoring, Data Analysis and Management, Grant Funding Sources, and Federal, State and local laws, codes and regulations.  Experience with the Aquatic Plant and Algae Management General Permit (APAM), Department of Ecology Source Assessment Reports and Total Maximum Daily Load (TMDL), and Lake Cyanobacteria Management Plans is required. 

PROJECT DESCRIPTION

The City of Camas (City) has completed the Lacamas, Round, and Fallen Leaf Lakes Management Plan and Lake Cyanobacteria Management Plan (LCMP).  The City is seeking a consultant that will help in the implementation of the LCMP in various types of support including but not limited to:

  • Lakes and streams monitoring following the current Lacamas, Round & Fallen Leaf Lakes Monitoring Program Plan
  • Monitoring and sample collection will follow the goals and objectives of the LCMP Quality Assurance Project Plan (QAPP)
  • Data collection, laboratory contracts, data QC, data organization, data analysis
  • Data preparation and submittal to Department of Ecology Environmental Information Management (EIM) database
  • Identifies inconsistencies and/or makes recommendations for updating monitoring plans
  • Identifies and recommends additional monitoring opportunities and projects to support the LCMP
  • Lake treatment recommendations:
    • Data driven decisions on most effective chemical application for treatment, chemical dosage amounts, timing of application
    • Work with City to hire contractor for treatment application
    • Lead communication and logistics efforts with contractor
    • Experience in or ability to apply treatment applications is preferred
  • Identifies and presents grant opportunities for lake management projects that support the LCMP
  • Prepares draft grant application documents for City review
  • Maintains thermistor chains and water level devices
    • Downloads, compiles and analyzes thermistor and water level data
  • Assist with preparation of slide decks and presentation for City Council and stakeholder groups
  • Prepares quarterly and annual reports for City review
  • Implement QAPP revisions, data collection and analysis for the Tracking Phosphorus Loading to Support Lacamas Lake LCMP Implementation Project funded by Department of Ecology Freshwater Algae Control Grant

Additional projects being considered under a revised scope of work include:

  • Develop database for storing monitoring data
  • Develop a pubic facing website as a sole source for lakes information, lake Programs, data, reports, and updates
  • Stakeholder symposiums or open houses
  • Sediment sampling and analysis
  • Additional projects supported by future Freshwater Algae Control Grants through Department of Ecology

 

PROJECT FUNDING SUMMARY

Funding for the project will be through the City’s Stormwater Fund, with the potential for future Washington State Department of Ecology grant funding.

SCHEDULE

The consultant will begin monitoring in May 2026.  Lake treatment recommendations will begin in 2026.  The consultant will conduct additional projects, monitoring, and sample collection supporting the LCMP and grants under updated scope of work.  

RFQ SUBMITTALS

Submittals will be evaluated and ranked based on the following criteria:

  1. Team experience in lakes and streams water quality monitoring and sample collection, data analysis and data QC following Quality Assurance Project Plans (40%)
  2. Experience with Lake Cyanobacteria Management Plans, the Aquatic Plant and Algae Management General Permit, Department of Ecology Source Assessment Reports and Total Maximum Daily Load. (40%)
  3. Familiarity with relevant codes and standards, and additional information that
    makes your team the right selection for this project. (20%)

Links to the LCMP and QAPP can be found on the City of Camas Lake Management Plan website:  https://engagecamas.com/lacamas-lake-management-plan

Consultants are required to submit their RFQ submittals in the format and order of the above listed evaluation criteria. Please limit the size of submittals to no more than 12 pages or up to 6 double-sided sheets with text no smaller than size 10 font on 8-½” x 11” paper. One additional 11” x 17” sheet is allowed as part of your submittal. The cover letter and resumes do not contribute to the overall page count.

Please do not submit cost proposals at this time.

The City of Camas encourages disadvantaged, minority, and women-owned consultant
firms to respond.

Please submit THREE identical hard copies and one electronic PDF copy on USB of your Statement of Qualifications to: City of Camas, attention Brian Monnin, Engineering Project Manager, 616 NE 4th Avenue, Camas, WA 98607 by Monday March 30, 2026, no later than 10:00 AM. No submittals will be accepted after that date and time. Questions regarding this Request for Qualifications can be directed to
Brian Monnin or via e-mail bmonnin@cityofcamas.us OR Rob Charles, rcharles@cityofcamas.us. Persons may request this information be prepared and supplied in alternate forms by calling collect 0-360-834-
6864.

It is the intent of the City of Camas Staff to ensure the schedule for this project
maintained as described above. Consultants should evaluate their ability to add this
project to their current workload before preparing a submittal. The selected consultant
should be prepared to work quickly on this project and in partnership with city staff to
meet the required delivery date.

Civil Rights Act:
The City of Camas is an Equal Employment Opportunity employer. The City of Camas
encourages the solicitation and recruitment, to the extent possible, of certified minority owned (MBE), women-owned (WBE), emerging Minority, Women-Owned, and Veteran Owned Firms.

The Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,
42 U.S.C. 2000d to 2000d-4 and Title 49, code of Federal Regulations, Department of
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in
federally-assisted programs of the Department of Transportation issued pursuant to such
Act, hereby notifies all bidders that it will affirmatively ensure that in any contract
entered into pursuant to this advertisement, disadvantaged business enterprises as defined
at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, national
origin, or sex in consideration for an award.

Indemnification:
The Contractor shall defend, indemnify and hold the City of Camas, its officers, officials,
employees and volunteers harmless from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the City of Camas.

Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Contractor and
the City, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder
shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly
understood that the indemnification provided herein constitutes the Contractor’s waiver of
immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of this
section shall survive the expiration or termination of this Agreement.

Insurance Requirements:
The Contractor shall obtain and keep in force the following policies of insurance, unless
otherwise indicated in the bid documents. Automobile Liability of $2,000,000 covering all
owned, non-owned, hired, and leased vehicles; Commercial General Liability of $1,000,000
single limit and $2,000,000 aggregate; and, if applicable, Professional Liability insurance of
$1,000,000.

This document and all associated public records will be released where required by the Public
Records Act, Chapter 42.56 RCW (the "Act"). To the extent that public records then in the
custody of the Contractor are needed for the City to respond to a request under the Act, as
determined by the City, the Contractor agrees to make them promptly available to the City. If the
Contractor considers any portion of any record provided to the City under this Agreement,
whether in electronic or hard copy form, to be protected from disclosure under law, the
Contractor shall clearly identify any specific information that it claims to be confidential or
proprietary. If the City receives a request under the Act to inspect or copy the information so
identified by the Contractor and the City determines that release of the information is required by
the Act or otherwise appropriate, the City’s sole obligation shall be to notify the Contractor (a) of
the request and (b) of the date that such information will be released to the requester unless the
Contractor obtains a court order to enjoin that disclosure pursuant to RCW 42.56.540. If the
Contractor fails to timely obtain a court order enjoining disclosure, the City will release the
requested information on the date specified.

Limitation:
This RFQ does not commit the City to award a contract, to pay any costs incurred in the
preparation of a response to this RFQ or to procure or contract for services or supplies. The City
reserves the right to accept or reject any or all proposals received as a result of this RFQ, to
negotiate with all qualified sources, to waive formalities, to postpone award or to cancel, in part
or in its entirety, this RFQ if it is in the best interest of the City to do so.
Audit. The Contractor shall maintain its records and accounts so as to facilitate audit
requirements as established by the Office of the State Auditor and shall require subcontractors to
do the same.

Public Records Act:
This document and all associated public records will be released where required by the Public
Records Act, Chapter 42.56 RCW (the "Act"). To the extent that public records then in the
custody of the Contractor are needed for the City to respond to a request under the Act, as
determined by the City, the Contractor agrees to make them promptly available to the City. If the
Contractor considers any portion of any record provided to the City under this Agreement,
whether in electronic or hard copy form, to be protected from disclosure under law, the
Contractor shall clearly identify any specific information that it claims to be confidential or
proprietary. If the City receives a request under the Act to inspect or copy the information so
identified by the Contractor and the City determines that release of the information is required by
the Act or otherwise appropriate, the City’s sole obligation shall be to notify the Contractor (a) of
the request and (b) of the date that such information will be released to the requester unless the
Contractor obtains a court order to enjoin that disclosure pursuant to RCW 42.56.540. If the
Contractor fails to timely obtain a court order enjoining disclosure, the City will release the
requested information on the date specified.