REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

Similar documents
REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Construction Contracts

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

1033 Fifth Street Clovis, CA (559)

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

LONE TREE SCHOOL BELL SYSTEM

Real Estate Acquisition Services For Neighborhood Stabilization Program

Attachment 14. Due Diligence Right of Entry RIGHT OF ENTRY. (Oakland Army Base City Property)

REQUEST FOR PROPOSALS for Indian Springs Park Tree Risk Assessment and Species Conversion Feasibility Study. City of San Mateo, CA

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

STORM DRAIN ENGINEERING DESIGN SERVICES

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence.

CITY OF ROMULUS CHAPTER 39: PURCHASING

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Mobile and Stationary Security Patrol Services

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Request for Qualifications

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

REQUEST FOR PROPOSALS

LONE TREE SCHOOL FLOORING REPLACEMENT

Real Estate Services For Neighborhood Stabilization Program 3

INVITATION TO BID LANDSCAPE SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

Service Providers for Agency Marketing and Outreach Campaigns

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

REQUEST FOR QUALIFICATIONS. Workforce Innovation & Opportunity Act Curriculum Development & Industry Engagement Services

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

Independent Certified Public Accountant Audit of Financial Records and Preparation of Report to State Controller

Westwood Village Farmers Market Request for Proposals May 14, 2012

Aquarium of the Pacific Commercial Film-Photo/Location/Off Site Filming Agreement:

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

Certificate of. Insurance Information. Packet

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REQUEST FOR QUALIFICATIONS

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

Request for Proposals

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

General Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha

CITY OF SANTA CRUZ TERMS AND CONDITIONS OF PURCHASE

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

REQUIRED AT PROPOSAL STAGE:

TRAFFIC SIGN INVENTORY PROJECT CITY PROJECT NO

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

ARTIST PARTICIPATION AGREEMENT FOR SANTA CRUZ RECYCLED ART PROGRAM 2018 WORK FOR HIRE PROJECT AND GALLERY SHOW

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

Telemetry Upgrade Project: Phase-3

Butte County Board of Supervisors Agenda Transmittal

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

City of Albany, New York Traffic Engineering

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

ATTACHMENT AA Scope of Work General Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

MCGOUGH STANDARD INSURANCE REQUIREMENTS

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

Sample. Sub-Contractor Insurance & Indemnification Agreement

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

Snow Removal Services Request for Proposals December 1, April 30, 2019

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

CONSULTANT SERVICES AGREEMENT

Transcription:

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for On-Call Surveying Services. All questions regarding this Request for Proposal (RFP) shall be directed to Elton Yee, Assistant Engineer, at (650) 522-7320. Proposals shall be submitted by firms that have a capable and demonstrable background in the type of work described in Section II, "SCOPE OF WORK," of this notice. In addition, all interested firms shall have sufficient, readily available resources in the form of trained personnel, support services, specialized consultants and financial resources to carry out the work without delay or shortcomings. The proposals shall be submitted to the Public Works Department, City of San Mateo, 330 West 20th Avenue, San Mateo, California, 94403, no later than 4:00 p.m. on December 22, 2017. Each proposer shall submit six (6) bound sets of the proposal in accordance with Section V, "PROPOSAL," of this notice. I. PROJECT OVERVIEW The City of San Mateo is requesting proposals from firms qualified to perform Surveying Services. The service will be on an as needed basis and the scope of the services will be specified when such services are requested. The final agreement will include a provision for maintaining a named project manager and team for the duration of the project. The agreement will be for one (1) year, with the option to extend for an additional year, from date of execution. II. SCOPE OF WORK The scope of work will vary as need arises and will be at the discretion of the City. City will issue task orders defining the scope and limits of work. Consultant will perform survey services that may include but are not limited to the following: Survey existing intersection from garage line or back-of-walk to centerline of street. Survey all hardscape, trees, utility boxes, and drain inlet rim elevations (include next closest inlet from the intersection on each leg of the intersection) Survey existing elevations of top of curb (TC), flowline (FL), lip of gutter, driveway approach, walkway, 5 foot AC conform, centerline, AC conform (25 feet from the center, all directions), 30 ft past all returns Survey existing curb ramp: BC, POC, EC Survey private property such as driveways, patios, stairways, walkways, etc. Inverts of all storm systems within the limits of work For budget estimating purposes, the Consultant shall provide a cost proposal for a typical task order consisting of surveying a 500 foot block typical residential street segment that is 30 feet curb to curb (60 feet ROW) in 25 foot intervals, including back-of-walk, top of curb, flowline, and lip of gutter. The total centerline miles of streets needing to be surveyed is approximately 12 miles.

A. CONSULTANT (CONTRACTOR) RESPONSIBILITY The consultant chosen for this project shall be responsible for the following tasks: i. Project Management and Coordination The Consultant shall ensure an efficient and coordinated project development process, the delivery of a high quality product, and development of the project components within budget and on schedule. B. CITY RESPONSIBILITY Deliverables: CAD (.dwg) file of survey data (with base survey line work done) Point file (x,y,z) of survey data PDF of survey plansheet The City shall provide the following: 1. Contract administration. 2. Any City As-Built or record drawings, utility underground maps and any existing information in the possession of the City necessary. 3. Monuments and benchmarks. III. CONSULTANT SELECTION PROCEDURE Evaluation of the proposals will consist of an in-house staff group or a mixed group of staff and non-staff persons who will assess the qualifications, experience, and strength of the proposer in terms of resources and ability to perform the work. The cost to the City for performing the work shall be an important, but not overriding consideration. Subsequent to selection of a successful proposer, the City will draft a contract reflecting the terms and conditions of the proposal plus the City's standard liability and insurance requirements. The City reserves the right to conduct interviews with prospective consultants to clarify any issues or obtain additional information as necessary. The City reserves the right to modify or reject any or all proposals. Proposals shall remain effective for 90 days beyond the submitted date. Evaluation Criteria: Firm Qualifications (35%) Staff and Project Organization (30%) Understanding of Project Requirements (10%) Well Defined Scope and Approach (25%) IV. PAYMENT

The method of payment to the successful proposer shall be on a time and materials basis with a maximum "not to exceed" fee as set by the proposer in his proposal as being the maximum cost to perform all work. This figure shall include direct costs and overhead such as, but not limited to, transportation, communications, subsistence, and materials and any subcontracted items of work. Progress payments will be based on actual hours, hourly costs and support service costs charged to the project on a monthly basis. V. PROPOSAL The proposal shall consist of six (6) bound sets containing 8-1/2" x 11" sheet sizes for the text, 11" x 17" sheet sizes for any fold-out drawings, and PDF copies. The cost proposal shall be limited to ten (10) pages and shall include: 1. The proposer's implementation plan for the project, including at a minimum those tasks outlined in Section II, A. Consultant Responsibility, of this notice. 2. The proposer's experience and history in performing this type of work, particularly those projects that have been successfully carried to construction. Include references of persons, firms, or agencies whom the City may contact to verify the experience of the proposer. 3. A table of organization setting forth who the project manager will be. 4. A statement of qualifications and experience for each individual expected to perform responsible portions of the work. 5. Descriptive material in support of the proposal including articles, drawings, photographs, or other media that would be helpful in evaluating the proposal. 6. A sample.dwg file of previous work. 7. A copy of the standard hourly rate, fee schedule, and minimum cost per mobilization shall be included as part of the proposal. VI. INSURANCE REQUIREMENTS Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 12 07 covering CGL on an occurrence basis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: ISO Form Number CA 00 01 covering any auto (Code 1), or if CONSULTANT has no owned autos, hired, (Code 8) and non-owned autos (Code 9), with limit no less than $1,000,000 per accident for bodily injury and property damage.

3. Workers Compensation: as required by the State of California, with Statutory Limits, and Employer s Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Professional Liability (Errors and Omissions): Insurance appropriate to the CONSULTANT s profession, with limit no less than $1,000,000 per occurrence or claim, $2,000,000 aggregate. If the CONSULTANT maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the CONSULTANT. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: Additional Insured Status The City of San Mateo, its elected and appointed officials, employees, and agents are to be covered as insureds on the auto policy for liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the CONSULTANT; and on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the CONSULTANT including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the CONSULTANT s insurance (at least as broad as ISO Form CG 20 10, 11 85 or both CG 20 10 and CG 20 37 forms if later revisions used). Primary Coverage For any claims related to this contract, the CONSULTANT s insurance coverage shall be primary insurance as respects the City, its elected and appointed officials, employees, and agents. Any insurance or self-insurance maintained by the City, its elected and appointed officials, employees, or agents shall be excess of the CONSULTANT s insurance and shall not contribute with it. Notice of Cancellation Each insurance policy required above shall provide that coverage shall not be canceled, except after thirty (30) days prior written notice (10 days for non-payment) has been given to the City. Waiver of Subrogation CONSULTANT hereby grants to City a waiver of any right to subrogation which any insurer of said CONSULTANT may acquire against the City by virtue of the payment of any loss under such insurance. CONSULTANT agrees to obtain any endorsement that may be

necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. The City may require the CONSULTANT to purchase coverage with a lower deductible or retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best s rating of no less than A:VII, unless otherwise acceptable to the City. Verification of Coverage CONSULTANT shall furnish the City with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the CONSULTANT s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. VII. PROFESSIONAL MALPRACTICE INSURANCE Professionals and Consultants shall provide errors and omissions insurance in the minimum amount of $1,000,000.00 aggregate. The policy shall specify the City of San Mateo, its elected and appointed officials, employees, and agents as additional insureds if such additional insured designation can be obtained by professional or consultant. VIII. HOLD HARMLESS AND INDEMNITY PROVISION CONSULTANT agrees to hold harmless and indemnify CITY, its elected and appointed officials, employees, and agents from and against any and all claims, loss, liability, damage, and expense arising from the negligent, or claimed negligent, performance of this Agreement by CONSULTANT, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of CITY, its elected and appointed officials, employees, and agents. CONSULTANT will defend CITY, its elected and appointed officials, employees, and agents, against any such claims. This provision does not apply to claims, loss, liability or damage or expense arising from the sole negligence, willful misconduct, or active negligence of CITY. IX. ESTIMATED PROJECT TIMETABLE 12/3/17 "Notice Inviting Proposals" sent out.

12/22/17 Responses from interested firms due at the Public Works Department no later than 4:00 p.m. 1/5/18 City to prioritize and select 2 to 3 firms for interviews, notifying finalists. 1/12/18 Consultant interviews. Jan 2018 Feb 2018 City to select consultant and prepare contract. Contract awarded. We look forward to your participation in this project. Inquiries and/or responses may be directed to: Elton Yee, Assistant Engineer PUBLIC WORKS DEPARTMENT CITY OF SAN MATEO 330 WEST 20th AVENUE SAN MATEO, CA 94403 650/522-7320