New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Similar documents
NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

INSTRUCTIONS TO BIDDERS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

RFP GENERAL TERMS AND CONDITIONS

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSALS

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

Asbestos Survey Services

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

MIDDLESEX COUNTY UTILITIES AUTHORITY

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

ANNEX A Standard Special Conditions For The Salvation Army

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSAL (RFP)

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

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

PROPOSAL LIQUID CALCIUM CHLORIDE

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Request for Proposal For Scrap Metal Removal

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Black Hawk County Engineer

SUU Contract for Workshops and Entertainment

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Proposal No:

Telemetry Upgrade Project: Phase-3

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

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

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

AGREEMENT FOR TRANSPORTATION SERVICES

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

PLEASANTVILLE HOUSING AUTHORITY

City of Albany, New York Traffic Engineering

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

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

Request for Qualifications

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

INDEPENDENT CONTRACTOR AGREEMENT

RETZ FARM AGRICULTURAL TILLAGE LEASE AGREEMENT

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

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

INVITATION TO BID (ITB)

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

Des Moines Airport Authority. Legal Services Request for Proposal

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

Transcription:

New Castle County ( County ) is seeking proposals for professional services from Land Survey firms ( Surveyors ) for survey services related to the design and construction of Special Services Projects (buildings, parks and sewer infrastructure), easement, and property acquisition, and other County functions. Based on New Castle County s planned workload and the qualification of the applicants, New Castle County may award a contract to more than one Land Survey firm. The selected firm(s) will report to the Operation s Engineer or his/her designee, and will be assigned responsibilities as needed to accomplish the specific project or task. NOTE: Bidders are responsible for obtaining the bid specifications and all addendums from the New Castle County Purchasing website at www.nccde.org/purchasing. Interested parties are asked to submit an unpriced proposal, in writing, one (1) original and three (3) copies to the New Castle County, New Castle County Government Center,,, by 2:00 p.m.wednesday, May 4, 2016, so stated their interest and qualifications. Questions concerning the project should be sent via e-mail to Ruth Kowalski, Chief Purchasing Agent, rkowalski@nccde.org by 12:00 noon, Monday, April 25, 2016. Instructions for Proposal Sealed proposal envelopes shall carry a clear notation in the lower left quadrant, Proposal for Various New Castle County Land Survey Projects,. Proposals shall not exceed 20 pages in length, including attached resumes. Fax proposals cannot be accepted. Awards, if any, will be made in conjunction with the Delaware Code, Subchapter 2, Chapter 69, Title 29 and the County Ordinance No. 83-172. Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals, and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. Pursuant to New Castle County Code and Delaware State Law, no contract will be awarded to 4/7/16 Bid # 17P-003 Page 1 of 15

any vendor unless, before or in conjunction with the actual award of the contract to such vendor, has submitted proof satisfactory to the County, or to the awarding agency, or the designated representative of the County or the awarding agency, as the case may be, that it and each and every subcontractor named by it in its bid, if any, will at the time it submits such proof have valid and effective licenses required by the State and the County, and the political subdivisions, if any, in which the project is located, and the United States government, in order for each of them (i) to do business therein; (ii) to comply with all tax laws thereof; and (iii) to perform the labor and/or supply the material involved in the performance of the contract. Mailing Address: New Castle County 87 Reads Way GENERAL SCOPE OF SERVICES All services provided under this contract will be on an as-needed basis. Specific scopes of work and costs will be negotiated at the time services are required. Examples of services to be 4/7/16 Bid # 17P-003 Page 2 of 15

provided under this contract include, but are not limited to, the following: Surveys - Boundary surveys, Property Surveys, Topographic/Location Surveys (aerial and ground based), Global Positional Surveying, Real-Time Kinematics (RTK), Hydrographic Surveys, Easement, and/or Right-of Way Surveys, Mortgage Inspections, utility location, as-built surveys, and other engineering surveys. Construction Stake-out - Provide on-site construction survey layout services on an as-needed basis. Construction layout may be required for both New Castle County Construction/Parks crews, as well as private contractors. Easements/Condemnation/Property Acquisition/Property Research Prepare plats, perform deed and source document research, property, and/or easement descriptions, stake-out, and associated work related to acquisition of easements and property. Confined Space Provide services for survey work performed in a Confined Space Entry Permit environment. Personnel performing this work shall be Confined Space Entry qualified per OSHA requirements, and documentation of training shall be provided to New Castle County. Laser Scanning Ability to perform Laser Scan surveys and analyses and provide files in a format useable to New Castle County. Meetings When requested, participate in various meetings related to the assignments. Permitting Provide surveys needed for acquiring various permits. Construction Provide verification of contractors construction survey layouts; provide quality control of as-built plans. Code Enforcement Provide surveys required in resolving property disputes and violations of the Land Use Code and Zoning related issues. Format - All survey data and/or electronic drawings shall be provided in AutoCAD, Autodesk Civil 3D format conforming to the New Castle County Department of Special Services AutoCAD standards unless otherwise specified. Final submissions shall consist of two paper 4/7/16 Bid # 17P-003 Page 3 of 15

copies, signed and sealed by a Professional Land Surveyor, registered in the State of Delaware, and one electronic copy of the.dwg file saved in the version as requested by Special Services. Timeliness of Response - Timeliness of response is a key component to the success of this contract. An initial meeting to develop individual work orders/scope of work is required within 3 business days of contact from New Castle County. Upon receipt of the Notice to Proceed/Purchase Order for an individual work order, work shall commence within 1 week, and shall be completed within timeframe established by New Castle County. Notifications All work to be performed on private property shall be preceded by notification to the property owner by the surveyor of the work to be performed. Notifications shall be in writing, and shall be approved by New Castle County prior to issuance. New Castle County Project Manager shall be copied on all notification letters prior to entering property. Organization of Proposal Proposals shall be concise and focused. The proposal must indicate specifically which staff member will be responsible for the work proposed. To aid in the comparative evaluation of proposals, please organize the proposal into the following sections: 1. Introduction a. Name, address, phone, and fax number of firm and office(s) b. Brief background history of the firm c. Principals of firm, number of staff d. Services offered by firm e. Demonstration of Financial Stability, Creditworthiness 2. Survey Team a. Identify the office where the survey team and supporting staff are located. b. Describe the organization and management team for this program. c. Identify each team member for the Program and the function of each team member, including the Professional Land Surveyor(s) licensed in the State of 4/7/16 Bid # 17P-003 Page 4 of 15

Delaware assigned to oversee, and take responsibility for all information provided under this contract. New Castle County require s the manager, professionally licensed team members, and crew chiefs not be replaced without prior consent of the County. Outside associates or consultants are not to be utilized. d. Describe the experience and technical expertise of the team members as it relates to examples of work listed above. e. Provide a resume for all team members, including all relevant certifications, licenses, education, etc. f. Identify other personnel, if any, including engineers, surveyors, and other specialty members employed by the firm who will contribute to the assignments. Proposals must include qualifications and work experience of all staff proposed. g. Provide a list of your electronic survey equipment, including the manufacturer s specifications for accuracy. 3. Related Experience with Similar Public Works Projects a. Type of project b. Dates of completion c. Location d. Size e. Budget versus final cost of survey work f. Names of project team g. Client contact, address, phone number Please be sure to highlight the following experiences: Surveying for pump station design and construction. Surveying within confined spaces. Surveying for gravity sewer and force main design and construction. Horizontal and vertical control for large scale projects with multiple field crews and 4/7/16 Bid # 17P-003 Page 5 of 15

control of the resulting documents. Topographic mapping (aerial and ground based) project as-builts, and GIS. Surveying for easement and property acquisition, including performing deed searches, boundary surveys and/or analysis for the subject parcel & adjoining parcels. Knowledge and ability to perform conventional and/or Global Positioning Surveying, and experience and familiarity with the Application of NAD 83 and NGVD 88 Datum and Delaware State Plane Coordinates. 4. Capacity of the Firm to Provide the Services h. Describe the ability of the firm to provide the requested services in a timely manner, considering the scope and complexity of the potential assignments and the firm s other commitments. General Contract and Proposal Information 1. Revisions to RFP Vendors will be responsible for obtaining any and all addendums on the New Castle County website www.nccde.org/purchasing. 2. Acceptance of Proposal Content The contents of the proposal of the successful firm(s) will become a part of any contract awarded as a result of these specifications. 3. Firm s Responsibilities The selected firm will be required to assume sole responsibility for the complete effort as required by the RFP. 4. Termination of Contract Either part y may reserve the right to terminate for just cause any contract entered into as a result of the RFP providing written notice has been given at least thirty (30) days prior to such proposed termination. 5. Rejection of Proposals The County reserves the right to reject any and all proposals or to award in whole or in part if deemed to be in the best interests of the County to do so. The County reserves the right to extend this contract to include other County locations. The County shall have authority to award orders or contracts to firms best meeting specifications and conditions. 6. Ownership of Materials Ownership of all data, mater ial and documentations 4/7/16 Bid # 17P-003 Page 6 of 15

originated and prepared for the County pursuant to this contract shall be transferred to the County upon completion of the contract. 7. Advertisement No firm may use the name of the County in any advertisement without the written consent of the Chief Administrative Officer of New Castle County. 8. Licensing The successful firm must comply with appropriate Delaware law to conduct business in this State. 9. Non-Collusion No firm shall directly or indirectly enter into any agreement, participate in any collusion, or otherwise take any action in restraint of free competition for this contract. 10. Confidentiality All work performed under this contract shall be considered confidential in nature. INDEMNITY Vendor shall indemnify, defend, and hold harmless New Castle County from and against any and all claims, demands, suits, judgments, costs, and expenses asserted by a person or persons, including agents, employees, or volunteers of vendor, by reason of death or injury to persons, or loss or damage to property, resulting from operations hereunder, or sustained in or upon the premises of the County. FUNDING OUT The continuation of this contract is contingent upon funding appropriated by New Castle County Council. MULTI-AWARD Pursuant to New Castle County Code section 2.05.502 B.8.; New Castle County may multiaward this contract. LENGTH OF CONTRACT 4/7/16 Bid # 17P-003 Page 7 of 15

This contract shall be from date of award through June 30, 2017. The contract may be extended for a period of five (5) years, one (1) year at a time, by mutual agreement of both parties. STATE OF DELAWARE BUSINESS LICENSE Within seven (7) days from receiving a notice of award, the successful vendor shall either furnish the County with proof of a Delaware Business Licensure or initiate the process of application where required. An application may be requested in writing to: Division of Revenue, Carvel State Building, PO Box 8750, 820 N. French Street, Wilmington, DE 19899 or by telephone to (302) 577-8200. CONTRACT ACCESSIBILITY This contract shall be accessible to State agencies, political subdivisions, school districts, and volunteer fire companies. CONFIDENTIALITY All documents submitted as part of the vendor s bid/proposal will be deemed confidential during the evaluation process. Vendor proposals will not be available for review by anyone other than New Castle County s Evaluation Committee or its designated agents. There shall be no disclosure of any vendor s information to a competing vendor prior to award of the contract. New Castle County is a public agency and is subject to the Freedom of Information Act (FOIA). Firms must designate those items that are considered trade secrets as defined in the Delaware State Code Title 29, Chapter 100. Vendor(s) are advised that once a proposal/bid is received by NCCo and a decision on contract award is made, its contents will become public record and nothing contained in the proposal will be deemed to be confidential except those proprietary items marked as trade secrets. MSDS If required by State or Federal regulations, the successful vendor must provide the M.S.D.S sheets to the Risk Management Division and to the requesting department. NOTE 4/7/16 Bid # 17P-003 Page 8 of 15

It is the intent of New Castle County that minority-owned businesses shall have the maximum feasible opportunity to participate in the performance of contracts in the capacity of prime vendor. DELAWARE LABOR New Castle County encourages the use of Delaware Labor. Please specify the office location(s) and percentage of the primary and sub-consultant (if applicable) that will be provided by each office. SUPPLIER DIVERSITY New Castle County encourages supplier diversity among firms. Please provide information on your firm s effort to encourage supplier diversity in your workforce and in the selection of subcontractors. INSURANCE Workers Compensation & Employer s Liability Insurance Vendor shall purchase and keep in force and effect workers compensation insurance that will provide the applicable statutory benefits for all of the vendor s employees who may or do suffer covered injuries or diseases while involved in the performance of their work for the Vendor; and, even if permitted to do so by statute, Vendor shall not reject any workers s compensation insurance option that, in the absence of such a rejection, would be applicable to any of the said employees. The policy providing the workers compensation insurance shall include: (1) broad form all-states coverage; (2) an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Vendor shall purchase, and keep in force and effect, Employers Liability insurance with maximum limits for each employee of $1,000,000 for each bodily injury by accident, or occupational disease, and $1,000,000 aggregate maximum limits for all bodily injuries by 4/7/16 Bid # 17P-003 Page 9 of 15

accidents and occupational diseases within the coverage period, regardless of the number of employees who may sustain bodily injuries by accident or occupational disease. Automobile and General Liability Insurance Vendor shall purchase: (1) motor vehicle liability coverage, for owned, hired and nonowned vehicles, covering any and all claims for bodily injury and property damage that arise out of Vendor s performance of work for New Castle County, (2) comprehensive Commercial General Liability (CGL) insurance with limits of no less than $1,000,000 each occurrence and $2,000,000 annual aggregate. The CGL policy shall be extended by endorsement or otherwise to also include (a) coverage for Contractual Liability assumed by Vendor, with defense provided in addition to and separate from policy limits for indemnities of the named insured, (b) coverage for Independent Contractor Liability providing coverage in connection with such portion of the Services being subcontracted prior to any of the Services being subcontracted, in accordance with the terms and conditions of this Agreement, (c) coverage for Broad Form Property Damage Liability, (d) coverage for Personal Injury and Advertisers Liability, (e) products and completed operations. (X) Professional Liability Insurance (applicable if checked) Each vendor of professional services for whom this provision is applicable shall provide professional liability insurance with limits of at least $1,000,000 per occurrence and $3,000,000 annual aggregate. All insurance required under this contract except workers compensation, employers liability, and professional liability (if applicable) shall be provided on a policy(s) that specifically names New Castle County, its officials and employees as additional insureds. Each policy shall provide an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Each policy shall be endorsed to require the insurer to give New Castle County at least thirty (30) days advance written notice of the insurer s intention to cancel, refuse to renew, or otherwise terminate the policy, suspend or terminate any coverage under the 4/7/16 Bid # 17P-003 Page 10 of 15

policy, or reduce any policy limits, increase any policy deductibles, or otherwise modify or alter any terms or conditions of the policy or renewal issued by the same insurer. Each policy shall be written by a carrier licensed by the State of Delaware to do insurance business of the type involved in the State of Delaware, and which has, and maintains for the life of this contract, at least an A rating from the A.M. Best Agency with Stable outlook. Any change in this rating or outlook must be related to New Castle County by the Vendor or insurance carrier as soon as possible upon learning of same, and the Vendor shall use due diligence with its insurance broker or carrier to keep track of same. All insurance required under this contract except workers compensation, employer s liability and professional liability shall expressly provide that such insurance shall be primary insurance; and any similar insurance in the name of Vendor shall be excess and non-contributing. Deductibles for insurance provided under this contract shall not exceed five percent (5%) of policy limits. 4/7/16 Bid # 17P-003 Page 11 of 15

EVALUATION PROCEDURE Based on the criteria established pursuant to the New Castle County Code, an evaluation committee will be selected to read, screen, and rank all proposals. The New Castle County Chief of Administrative Services may request a presentation from the highest ranked interested parties. Presentations may result in a change of rank. Award will be made to the overall highest ranked firm. If a satisfactory contract cannot be negotiated with the selected respondent, negotiations will be formally terminated. Negotiations may then be undertaken with the remaining firms by order of ranking. The Chief of Administrative Services may require the firm receiving the award to provide a truth-in-negotiation certificate stating that the wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. 4/7/16 Bid # 17P-003 Page 12 of 15

EVALUATION CRITERIA Submitted proposals will be evaluated on proposal sections identified below. A weighted average formula will be utilized. 1. Experience, reputation and stability of the firm.....(0 10) 2. Educational and individual credentials of proposed staff... (0 10) 3. Survey expertise and experience, complexity of work, record of performance, familiarity with New Castle County government and its requirements...(0 50) 4. Capacity to perform the work.. (0 15) 5. Distribution of Work - List any current work you have performed for New Castle County over the past five (5) years. Firms who have not had any work with New Castle County will be afforded the full value of points for this criteria (0-05) 6. Location of firm.(0-10) SIGNATURE PAGE 4/7/16 Bid # 17P-003 Page 13 of 15

Name of Company Address Telephone No. Fax No. Signature Federal Tax I.D. No. Printed Name Email (REQUIRED) Date NEW CASTLE COUNTY, DELAWARE PROCUREMENT AFFIDAVIT 4/7/16 Bid # 17P-003 Page 14 of 15

AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title), and I am duly authorized to represent and bind (business) (the Business ), and that I possess the legal authority to make this Affidavit on behalf of myself and the Business for which I am acting. I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the Business, nor any of its officers, directors, partners, members, affiliates, or any of its employees directly involved in obtaining or performing contracts with public bodies has been excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and non-financial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency s codification of the Common Rule for non-procurement suspension and debarment. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF, AFTER DILIGENT INQUIRY. Date: By: Name: Title: (Authorized Representative and Affiant) 4/7/16 Bid # 17P-003 Page 15 of 15