REQUEST FOR PROPOSALS RFP DH Small Boat Harbors Parking Management Consulting Services

Similar documents
REQUEST FOR QUALIFICATIONS (RFQ) Term Contracts for Professional Services MR E17-166

REQUEST FOR PROPOSALS (C2)RFP E LEED REVIEW & ASSISTANCE FOR HARBORVIEW AND GLACIER VALLEY SCHOOLS

Planning, Conceptual Design, and Cost Estimating Services for. Willoughby District Parking and CBJ Parking Management (C3) RFP E15-125

Design Services for Taxiway A Rehabilitation and Taxiway E Realignment at Juneau International Airport (C3)RFP E17-270

Term Contract for Plumbing Work (C3)RFP E17-172

Planning and Environmental Permitting for Taxiway-A Rehabilitation and. Runway Incursion Mitigation (RIM) (C3) RFP E17-040

REQUEST FOR PROPOSALS (C3)RFP E TERM CONTRACT FOR ELECTRICAL WORK

REQUEST FOR PROPOSALS (C3) RFP Integration and Programming Services for Wastewater Utility SCADA System Software Platform Consolidation

REQUEST FOR PROPOSALS (C3) RFP E WASTEWATER TREATMENT FACILITIES OPERATIONS AND MANAGEMENT EVALUATION

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

INTRODUCTION TERMS AND CONDITIONS

City of Loveland, Ohio

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

Staff Report. City Council Sitting as the Local Reuse Authority

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

EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT

CONSULTANT SERVICES AGREEMENT

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

City of Beverly Hills Beverly Hills, CA

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

Independent Contractor Agreement Form

CONTRACT FOR SERVICES RECITALS

CONSULTANT SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

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

Staff Report. City Council Sitting as the Local Reuse Authority

WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT

Staff Report. Scott Conn, Network & Operations Manager (925)

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

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

NORTH CAROLINA CENTRAL UNIVERSITY

PERSONAL SERVICES CONTRACT

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

New Mexico Bidder s Number

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Bid/Proposal

MASTER SERVICES AGREEMENT

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Adair Kennedy Park Tree Removal. RFQ No. E18-239

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

AMERICAN INTERNATIONAL SPECIALTY LINES INSURANCE COMPANY 175 Water Street Group, Inc. New York, NY 10038

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

CITY OF EL PASO DE ROBLES The Pass of the Oaks

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CONSULTING AGREEMENT

AGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) WITNESSETH

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

Request for Proposal

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

PROFESSIONAL SERVICES AGREEMENT

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

BROKERAGE FINANCIAL SERVICES INSPECTIONS INDEPENDENT CONTRACTOR BUSINESS INSPECTION SERVICES AGREEMENT

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

GROUNDS MAINTENANCE AGREEMENT

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

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

the SERVICES in accordance with the time set forth as agreed upon by the CITY and CONTRACTOR. 7. EXTENSIONS, CHANGES, AND AMENDMENTS This Agreement sh

REQUEST FOR PROPOSALS RFP DH14-001

7/14/16. Hendry County Purchase Order Terms and Conditions

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

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

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

CITY OF DELANO REQUEST FOR PROPOSALS

Telemetry Upgrade Project: Phase-3

AIA Document B141 TM 1997 Part

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

Request for Proposal. Electronic Health Records and Practice Management Software

PROFESSIONAL SERVICES CONTRACT

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

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

CITY OF SUGAR HILL Request for Proposals Event Audio Services

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

FORT WAYNE ALLEN COUNTY AIRPORT AUTHORITY REQUEST FOR PROPOSALS Air Service Development Consultant

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Transcription:

File No. Small Boat Harbor Parking Management Docks and Harbors Department REQUEST FOR PROPOSALS RFP DH06-010 Small Boat Harbors Parking Management Consulting Services Issued By: Date: August 26, 2005 John M. Stone P.E., Port Director Small Boat Harbors Parking Management Consulting Services Page 1 RFP No. DH 06-010

TABLE OF CONTENTS 1.0 GENERAL INFORMATION 1.1 Purpose 1.2 Background 1.3 Scope of Services 1.4 Minimum Qualifications 1.5 Schedule and Pay 1.6 Questions 1.7 Proposal Deadline 1.8 Standard Professional Services Contract Language 1.9 Duty to Examine RFP and Addenda 1.10 Proposal Disposition 1.11 Exclusion 2.0 PROPOSAL REQUIREMENTS 3.0 EVALUATION OF PROPOSALS 4.0 SELECTION AND AWARD 5.0 INSURANCE REQUIREMENTS 6.0 JUNEAU BUSINESS SALES TAX AND PERSONAL PROPERTY TAX EVALUATION/RANKING FORM ATTACHMENT 1 Small Boat Harbor Locations ATTACHMENT 2 Douglas Boat Harbor ATTACHMENT 3 Harris Boat Harbor ATTACHMENT 4 Aurora Harbor Office ATTACHMENT 5 Aurora Harbor ATTACHMENT 6 Example Professional Services Contract Small Boat Harbors Parking Management Consulting Services Page 2 RFP No. DH 06-010

1.0 GENERAL INFORMATION 1.1 Purpose The purpose of this document is to solicit proposals from consultants to assist the City and Borough of Juneau Docks and Harbors Board (the Board) with the development of a plan for managing parking lots that are associated with, and adjacent to, the Douglas Small Boat Harbor and Launch Ramp, Harris Small Boat Harbor, the Aurora Harbor Office, and Aurora Boat Harbor in Downtown Juneau, Alaska. 1.2 Background The Board is responsible for managing the docks and harbors facilities under the jurisdiction of the City and Borough of Juneau (CBJ). The Board is appointed by the CBJ Assembly and derives its authority from the Assembly pursuant to CBJ ordinance. The Board oversees a Port Director who is the chief executive of a Docks and Harbors Department that oversees the day-to-day operation of the small boat harbors. CBJ owns and operates several small boat harbors. The small boat harbors serve a variety of pleasure, commercial, and fishing vessels with lengths up to 100 feet. Each harbor is collocated with parking facilities for harbor patrons. Up to this point in time, CBJ has employed a lassie-faire approach to management of these parking facilities. This approach has resulted in a variety of problems and abuses, causing a high-level of frustration to harbor patrons. The Board wants to change this system of management to eliminate the problems and abuses and to better meet the needs of the harbor patrons. 1.3 Scope of Services In general, the scope of services under this RFP is to assist the Board with developing a plan to manage the small boat harbor parking facilities. These facilities are shown in Attachments 1-5. The Board s primary objective is to develop and implement a management system that best meets the needs of the harbor patrons as a whole. In specific, the Board believes the following tasks are necessary to accomplish this goal: Compile as-builts of the parking facilities adequate for planning-level discussions. Establish current parking needs at each of the facilities. Generate recommendations for changing the facilities to meet the current parking needs, including recommendations for complying with applicable ADA requirements. Designate use areas within each parking facility and develop operating parameters for each area. Obtain Board input on recommendations Compile final plan with PDF maps incorporating Board input The Board does not have funding at this time to make major capital investment in the parking facilities. Their intent is to make the best of what we currently have. They do not want this analysis to include capital-intensive redesign of the facilities. The Board is interested in recommendations related to how other harbor jurisdictions have successfully managed their parking facilities, such as registration programs, time Small Boat Harbors Parking Management Consulting Services Page 3 RFP No. DH 06-010

limits, and fees. The Board is also interested in recommendations for generating revenues from use of the facilities, such as fees for long-term storage. 1.4 Minimum Qualifications The minimum qualifications for proposers are professional design experience in parking lot design for small boat harbors. 1.5 Schedule and Pay This RFP requires that a preliminary plan be submitted to the Board within 60 days following the notice to proceed. The Board will review the preliminary plan and provide input on the report within 30 days of receiving the preliminary plan. A final plan must be submitted within two weeks after receiving the Board s comments on the preliminary plan. The Board will pay the consultant in accordance with the schedule set forth in the contract that will be developed with the successful proposer. 1.6 Questions Questions regarding this RFP will be answered by: John M. Stone, P.E. Port Director City and Borough of Juneau Docks and Harbors Department 155 S. Seward Street Juneau, Alaska 99801 Telephone: (907) 586-0294 Fax: (907) 586-0295 Email: John_Stone@ci.juneau.ak.us Office Location: 2 nd floor of the Seadrome Building, Juneau, Alaska Office hours are 8:00 a.m. to 5:00 p.m. local time, Monday through Friday. 1.7 Proposal Deadline Proposals will be accepted until 2:00 p.m. on September 30, 2005. The proposals may be mailed to the City and Borough of Juneau, Docks and Harbors Department, 155 S. Seward Street, Juneau, Alaska 99801 or hand-delivered to the Port Director s Office, 2 nd Floor of the Seadrome Building, Juneau, Alaska. A pre-proposal meeting on this RFP will be held on September 15, 2005 at 200 PM in the Port Director s Office. 1.8 Standard Professional Services Contract Language The successful proposer will be required to enter into a contract with the Board. Attachment 6 contains a typical professional services contract. 1.9 Duty to Examine the RFP and Addenda Proposers should carefully examine the entire RFP and any addenda thereto, and all related materials and data referenced in the RFP. Proposers should become fully aware of the nature of the services requested and the conditions likely to be encountered in Small Boat Harbors Parking Management Consulting Services Page 4 RFP No. DH 06-010

performing the services. 1.10 Proposal Disposition The content of proposals will be kept confidential until the selection of the consultant is publicly announced. All materials submitted in response to this RFP will become the property of the CBJ. The proposal will be retained for the official files of the Port Director s Office and will become public record after announcement of the successful proposer. The Board will not return proposals. The Board reserves the right to reject any or all proposals for cause. 1.11 Exclusion This solicitation does not commit Board to select any consultant(s) for the requested services. All costs associated with the respondent's preparations and submission shall be the responsibility of the proposer. 2.0 PROPOSAL REQUIREMENTS All proposals must be signed by a representative authorized to sign contracts on the proposer s behalf. The name and title of the individual(s) signing the proposal must be clearly shown immediately below the signature. Proposals must contain the following information: The subject of the RFP, the name of the consultant, address, telephone and fax numbers, name of a contact person and date of submission. A description of the consultant s experience and qualifications related to establishing parking needs of small boat harbors and designing parking lots to fulfill identified needs. A detailed description of the consultant s plan and schedule for performing the work required by this RFP. The hourly rates of all staff who will be working on the project and a fee proposal for performing the work required by this RFP in accordance with the consultant s plan. Specific acknowledgement of addenda, if applicable. 3.0 EVALUATION OF PROPOSALS The proposals will be evaluated using the criteria listed below. 1. Consultant's Experience with Similar Projects Evaluation will include assessment of the proposer s qualifications and experience related to human resource and personnel management for public sector organizations. 2. Plan and Schedule Small Boat Harbors Parking Management Consulting Services Page 5 RFP No. DH 06-010

Evaluation will include an assessment of the proposer s plan to perform the desired services within the established schedule. 3. Local Proposer s Preference A 5% local proposer preference will be given to Proposers meeting the criteria of CBJ's Purchasing Ordinance 53.50, section 53.50.010. CBJ Ordinance 53.50 can be viewed electronically at the following internet address: http://www.juneau.org/law/code/purchasing.pdf. A paper copy of the CBJ Purchasing Ordinance is available upon request from the Port Director. 4.0 SELECTION AND AWARD The Port Director, Port Engineer, and Harbormaster will individually score the proposals in accordance with the scoring sheet contained in this document. The Port Director will recommend an award to the Docks and Harbors Board. Pending approval of the Board, the Port Director will offer the project to the proposer with the highest total score within one calendar days of the approval date, although all offers must be complete and irrevocable for 60 days following the submission date. 5.0 INSURANCE REQUIREMENTS There are no insurance requirements for this project. 6.0 JUNEAU BUSINESS SALES TAX AND PERSONAL PROPERTY TAX Vendors/merchants conducting business within CBJ are required by law to register with CBJ for sales and property taxes. Vendors/Merchants must be in good standing for all amounts owed to the CBJ prior to award and prior to all contract renewals, but in any event no later than five business days following notification by the CBJ of intent to award. Failure to meet these requirements, if so subject, shall be cause for your bid to be rejected. To determine if your business is subject to these requirements, or for further information, contact the CBJ Finance Department, Sales Tax Division, at (907) 586-5265 concerning sales tax and the Assessor Division at (907) 586-5268 concerning business personal property and real property tax. Small Boat Harbors Parking Management Consulting Services Page 6 RFP No. DH 06-010

PROPOSER: SCORED BY: DATE: EVALUATION/RANKING WEIGHT X RANK 1 = SCORE 1. Qualifications and Experience 47.5/# proposals 2. Plan and Schedule 47.5/# proposals SUBTOTAL SCORE (1+2) 3. Meets the definition of Juneau Proposer (5 points) TOTAL SCORE (Subtotal Score + 3) INDIVIDUAL RANKING 2 1 Determined by ranking the proposals against each other. The proposer with the best experience, plan and schedule is assigned a rank equivalent to the # of proposals received. The proposer with the next best experience, plan and schedule is assigned a rank equivalent to the # of proposals received minus one, etc. 2 Based on total score. The proposal with the highest total score wins.

ATTACHMENT 6 PROFESSIONAL SERVICES CONTRACT Small Boat Harbor Parking Management Consulting Services Contract No. RFP DH06-010 This Agreement is entered into by and between the City and Borough of Juneau, Alaska ("City"), and whose address is phone & fax ("Consultant"). Witnesseth: Whereas, the City desires to engage the Consultant for the purpose of rendering certain professional services, and Whereas, the Consultant represents that it is in all respects licensed and qualified to perform such services; Now, Therefore, the parties agree as follows: 1. CONTRACTUAL RELATIONSHIP. The parties intend that an independent Consultant/City relationship will be created by this Contract. City is interested only in the results to be achieved, and the conduct and control of the work will lie solely with the Consultant. Consultant is not considered to be an agent or employee of City for any purpose, and the employees of Consultant are not entitled to any benefits that City provides for City's employees. It is understood that the City does not agree to use the Consultant exclusively. It is further understood that the Consultant is free to contract for similar services to be performed for others while it is under contract with the City. 2. SCOPE OF SERVICE. The Consultant shall carry out in a professional and prudent manner all of the services required by the Contract. These services include all of the services described in Appendix A. Consultant will diligently proceed with the Scope of Services, and will provide such services in a timely manner. 3. PERSONNEL, EQUIPMENT, SUPPLIES, AND LICENSES. (A) Except as noted in Appendix A, the Consultant represents that it has or will secure at its own expense all personnel, equipment, and supplies required in performing the services under this Contract. (B) All of the services required hereunder will be performed by the Consultant or under its supervision. (C) None of the work or services covered by this Contract shall be subcontracted without prior written approval of the City. (D) Consultant warrants that it is fully licensed under all applicable local, state, and federal laws to perform the services to be provided hereunder. Attachment 6- Sample Contract Page 1 of 7

4. TIME OF PERFORMANCE. The services of the Consultant are to commence as soon as practicable after the execution of the Contract and issuance of Notice to Proceed, and shall be completed no later than the time specified in Appendix A. 5. REPORTING. Except as authorized within Appendix A, the City's primary representative for this Contract shall be John Stone. The City shall not be liable for Consultant's expenses incurred in reliance on directions received from any other municipal officer or employee. The Consultant's representative shall be. Reliance by the City on representations by any other person shall be at the City's own risk. 6. COMPENSATION. The City agrees to pay the Consultant according to the schedule attached as Appendix B. 7. TERMINATION OF CONTRACT FOR CAUSE. If, through any cause, except causes beyond the control of the Consultant, the Consultant shall fail to fulfill in a timely and proper manner its obligations under this Contract; or if the Consultant shall violate any of the covenants, agreements, or stipulations of this Contract, the City shall have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least ten days before the effective date of such termination. In that event, all finished or unfinished documents, or other data, in whatever form, prepared by the Consultant under this Contract shall, at the option of the City, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and materials, not to exceed the Contract amount. 8. TERMINATION FOR CONVENIENCE OF CITY. The City may terminate this Contract at any time by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least thirty days before the effective day of such termination. In that event, all finished or unfinished documents and other materials as described in paragraph 7 above shall, at the option of the City become its property, and the Consultant will be paid an amount not to exceed the sum set forth in Appendix B for work satisfactorily completed on or before the date of termination, less payments of compensation previously made. 9. CONTRACT AGREEMENT. All parties participated in the drafting of this Contract, and the Contract should not be construed in favor of or against any party. This Contract contains the entire agreement between the parties; there are no other promises, terms, conditions, or obligations other than those contained herein; and this Contract shall supersede all previous communications, representations or agreements, either oral or written, between the parties. 10. CHANGES. The City may, from time to time, require changes in the scope of services to be performed under this Contract. Such changes, including any increase or decrease in the amount of the Consultant's compensation, must be mutually agreed upon in writing before they will be regarded as part of this Contract. 11. EQUAL EMPLOYMENT OPPORTUNITY. The Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. 12. CONFLICTS OF INTEREST. Consultant agrees that no officer of the City who has exercised or will exercise any authority over the specifications, procurement, supervision or payment for this Contract, and no member of his or her immediate family, has had or will have any direct or indirect financial interest in this Contract. If the Consultant learns of any such interest, the Consultant shall without delay inform the City Attorney or one of the officers Attachment 6- Sample Contract Page 2 of 7

specified in Paragraph 6. 13. ASSIGNABILITY. The Consultant shall not assign any interest in this Contract and shall not transfer any interest in the same without the prior written consent of the City; however, claims for money due or to become due to the Consultant from the City under this Contract may be assigned to a bank, trust company, or other financial institution without approval. Notice of any such assignment or transfer shall be furnished promptly to the City. 14. FINDINGS CONFIDENTIAL. Any information given to or prepared by the Consultant under this Contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. 15. IDENTIFICATION OF DOCUMENTS. All reports, maps, and other documents completed as a part of this Contract, other than documents exclusively for internal use within the City, shall carry a City notation or logo as directed by the City. 16. PUBLICATION, REPRODUCTION, AND USE OF MATERIALS. No services, information, computer program elements, reports or other deliverables which may have a potential patent or copyright value produced in whole or in part under this Contract shall be subject to copyright in the United States or any other country. If a copyright applies by law to the work produced under this Contract, that copyright will either be signed over to the City or the City will be given unrestricted license to the copyright. The City shall have unrestricted license to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, or other materials prepared under this Contract. If this Contract includes architectural and/or engineering design services, any use of the design features or details produced under this Contract on other City facilities will be at the City s risk. 17. RECORDS. During performance and after termination of this Contract, each party shall make available to the other party for inspection and copying, all records, whether external or internal, having any relevance to this Contract. 18. INDEMNIFICATION AGREEMENT. Consultant agrees to defend, indemnify, and hold harmless City, its employees, volunteers, consultants and insurers with respect to any action, claim or lawsuit arising out of the Consultant's performance of this contract but only to the extent such action, claim or lawsuit is caused or alleged to have been caused by Consultant's negligence. This agreement to indemnify and hold harmless is expressly subject to the foregoing limitation as to the amount of fees and as to any damages resulting from settlement, judgment or verdict including the award of attorney's fees even if in excess of Alaska Civil Rule 82. The obligations of Consultant arise upon reasonable notice by the City to the Consultant of such action, claim or lawsuit. City agrees to provide Consultant written notice of any action, claim or lawsuit in a timely manner. The parties agree to seek to maintain or obtain venue in Alaska and will not agree or advocate for venue outside Alaska without the other party s written consent. Attachment 6- Sample Contract Page 3 of 7

20. CHOICE OF LAW; JURISDICTION. This Contract shall be governed by the laws of the State of Alaska. Jurisdiction shall be in the State of Alaska, First Judicial District. 21. SUCCESSORS. This Contract shall be binding upon the successors and assigns of the parties. 22. PRECEDENCE OF DOCUMENTS. In the event of a conflict between the provisions of this document and its appendices, the order of precedence shall be this document, Appendix A, Appendix B and Appendix C. In Witness Whereof the parties have affixed their signatures the date first above set out: CITY AND BOROUGH OF JUNEAU John M. Stone, P.E. Port Director Date Company name name rank email Date Funding Available Coding: John M. Stone, P.E. Date Port Director Attachment 6- Sample Contract Page 4 of 7

APPENDIX A: SCOPE OF SERVICES and SCHEDULE Small Boat Harbor Parking Management Consulting Services Contract No. RFP DH06-010 The Consultant will accomplish the following objectives: 1. Compile as-builts of the parking facilities adequate for planning-level discussions. 2. Establish current parking needs at each of the facilities. 3. Generate recommendations for changing the facilities to meet the current parking needs, including recommendations for complying with applicable ADA requirements. 4. Obtain Board input on recommendations PERSONNEL: The Consultant s primary personnel for this work will be [LIST THE PEOPLE AND THEIR TITLE]. CONTRACT TIME: Preliminary report submitted to the Board within 60 days following notice to proceed. Final report submitted within 14 days after receipt of the Board s comments on the preliminary report. Attachment 6- Sample Contract Page 5 of 7

APPENDIX B: COMPENSATION Small Boat Harbor Parking Management Consulting Services Contract No. RFP DH06-010 To be negotiated with successful proposer. Amount of Payment Compensation Based on Time and Materials If compensation is based on time and materials, the following shall apply: 1. Compensation shall be computed based on the hourly billing rates, approved by the CBJ Project Manager, times the actual number of hours spent in the performance of services. The hourly billing rate for each employee is the amount to be paid to the Consultant, and is full compensation for all salary, benefits, taxes, overhead and profit. There shall be no change in rates during the term of this Agreement and no additional compensation for overtime, weekend, or holiday work. 2. Compensation for subconsultants shall be equal to the amounts actually paid to subconsultants hereunder who have been retained after the written approval by the CBJ Project Manager of: a) the sub-consultant, b) the compensation to be paid the sub-consultant, and c) the terms and conditions of the subcontract. 3. Compensation for expenses shall be an amount equal to reimbursable expenses approved in advance by the CBJ Project Manager, necessary and reasonably incurred and actually paid by the Consultant in the performance of the services hereunder. Reimbursable expenses are expenses that are unique to the performance of the services under the Contract and generally contemplate the purchase of outside ancillary services, such as mailing and delivery charges for submittal of drawings, specifications and reports, long distance telephone calls, rentals of equipment, travel and local transportation, meals and lodging on overnight trips. Reimbursable expenses do not include expenses that are usually and customarily included as part of the Consultant's overhead. For the purposes of this Agreement reimbursable expenses do not include amounts for typing, utilization of computer systems, computer aided design and drafting (CADD), cameras, recording or measuring devices, flashlights and other small, portable equipment, safety supplies, phones, telephone calls, electronic messaging including FAX, Telex and telegrams, or expendable office supplies. Unless otherwise indicated, required insurance is not a reimbursable expense. The Consultant shall obtain the CBJ Project Manager s written approval prior to making expenditures for reimbursable expenses in excess of $500 per specific expenditure and for all overnight trips which are reimbursable expenditures as set forth above. The Consultant shall substantiate all billings for reimbursable expenses in excess of $25 with receipted bills and provide said receipts with the appropriate billing. The Consultant shall keep, and cause any sub-consultants to keep, daily records of the time spent in the performance of services hereunder by all persons whose billing rates will be the basis for compensation as well as records and receipts of reimbursable expenditures hereunder. Failure to do so shall be a conclusive waiver of any right to compensation for such Attachment 6- Sample Contract Page 6 of 7

services or expenses as are otherwise compensable hereunder. The CBJ shall have the right to inspect all records of the Consultant, and of any subconsultants, pertaining to this project. Records shall be maintained by the Consultant and subconsultants for a period of three years after completion of services. When travel is necessary as part of the professional services to be provided, the following shall be followed: Airline tickets should be purchased at the 21 day advanced purchase price. The CBJ will not pay for First Class travel. Any deviation shall be approved in writing in advance by the CBJ Project Manager. Per diem meal allowance shall be: $40.00 ($10.00 for breakfast, $10.00 for lunch and $20.00 for dinner). The Consultant shall stay at the hotel with a daily rate not to exceed $100.00. Travel agent fees, tips, alcohol or bar tabs shall not be paid by the CBJ. Car rental, parking, and taxi fees shall be reasonable and not excessive. This reimbursement is for services in Juneau only. Parking fees, etc. outside of Juneau will not be reimbursed. Attachment 6- Sample Contract Page 7 of 7