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

Similar documents
REQUEST FOR PROPOSALS For On-Call Surveying Services 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

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

1033 Fifth Street Clovis, CA (559)

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

Real Estate Acquisition Services For Neighborhood Stabilization Program

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

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

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

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

CITY OF ROMULUS CHAPTER 39: PURCHASING

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

Request for Qualifications

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

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

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

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

LONE TREE SCHOOL BELL SYSTEM

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

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

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

Real Estate Services For Neighborhood Stabilization Program 3

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

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

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

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

Service Providers for Agency Marketing and Outreach Campaigns

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

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

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

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

Westwood Village Farmers Market Request for Proposals May 14, 2012

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

Request for Proposals

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

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

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

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

Mobile and Stationary Security Patrol Services

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

INVITATION TO BID LANDSCAPE SERVICES

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

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

ENCROACHMENT PERMIT PACKAGE

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

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

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

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

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

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

LONE TREE SCHOOL FLOORING REPLACEMENT

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

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

OREGON STATE UNIVERSITY

Telemetry Upgrade Project: Phase-3

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

Request for Proposal Public Entity Risk Management & Loss Control Services. (Proposal Due Date Extended to March 15, 2019)

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

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

Butte County Board of Supervisors Agenda Transmittal

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

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

TRAFFIC SIGN INVENTORY PROJECT CITY PROJECT NO

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

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

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

MCGOUGH STANDARD INSURANCE REQUIREMENTS

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

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

City of Daly City. REQUEST FOR PROPOSALS for DALY CITY SYSTEMIC SAFETY ANALYSIS REPORT

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

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

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

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.

CONSULTANT SERVICES AGREEMENT

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

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

CITY OF DELANO REQUEST FOR PROPOSALS

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSALS

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

Request for Proposal. Marina Coast Water District

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

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

RFP GENERAL TERMS AND CONDITIONS

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

Transcription:

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for Geotechnical Investigation and Materials Testing 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 November 23, 2016. Each proposer shall submit six (6) bound sets of the proposal in accordance with Section V, "PROPOSAL," of this notice. I. BACKGROUND The City of San Mateo utilizes a Pavement Management Program (PMP) to maintain the integrity of the overall street network. In order to optimize the life of the existing pavement, street rehabilitation is determined based on the evaluation of the Pavement Condition Index (PCI) of the network. The primary role of the consultant will be to obtain surface conditions at given selected streets in order to evaluate the geotechnical aspects of the subgrade. The evaluation will be conducted through field exploration, laboratory testing, and engineering analyses. Laboratory testing will include, but is not limited to, moisture-density and R-value tests. Engineering analyses will use Traffic Indexes (TI) of 6.0, 6.5, 7.0. The consultant will be responsible for providing a report to the City summarizing the results along with recommendations for replacing the requested failed pavement sections. II. SCOPE OF WORK The scope of work will include the following tasks: Review any information the City has on file with respect to design conditions for the existing road and any maintenance records, and location of any utilities. Prepare a traffic control plan (prepared by a licensed engineer) and submit to the City along with an encroachment permit. Mark out boring locations and contact Underground Services Alert (USA) to clear the locations from any utility conflicts. In case of conflicts mark out additional boring locations. Collect boring samples (quantity to be determined by consultant) to explore the subgrade conditions of the subject street segment. All boring activities will be within the public rightof-way. Street segments will be roughly 500 feet in length at various locations throughout the City of San Mateo. Subsurface drilling permit applications and fees for boring activities shall be obtained from the County of San Mateo. For budget estimating purposes, the

Consultant shall provide cost proposal with itemized breakdown of engineering tasks and field work that consists of mobilization, single bore unit price (based on one (1) mile of multiple street segments in various location with a minimum of four (4) boring samples per 1,000-foot for budget purpose), and laboratory work. The City reserves the right to add or subtract the bore quantities based on site condition and the Consultant s recommendations. Conduct laboratory testing (moisture-density tests and R-value tests) of samples to evaluate the onsite subgrade. Backfill boreholes with lean cement grout in accordance with San Mateo County Environmental Health requirements. Prepare a report that summarizes the findings and provide recommendations for new pavement sections using Traffic Indexes (TI) of 6.0, 6.5, and 7.0. The recommendations will include options for complete pavement removal and reconstruction, partial removal and reconstruction, overlay, or subgrade mitigation. A. CONSULTANT (CONTRACTOR) RESPONSIBILITY The consultant chosen for this project shall be responsible for the following tasks. 1. Project Management and Coordination a. 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. Deliverables: Project schedule MS-Project a. Research and coordinate with other agencies, such as Caltrans, PG&E, water company, etc. 2. Project Report electronic format a. The Consultant shall prepare a comprehensive report that summarizes findings and provides comprehensive recommendations. Deliverables: Project Report B. CITY RESPONSIBILITY 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. Environmental review. 4. Failed streets location map. 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 may elect to stop work at any time in the contract and will pay for work completed to that point on a time and material basis. The City reserves the right to modify or reject any or all proposals. Proposals shall remain effective for 90 days beyond the submitted date. 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 includit 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 copy of the standard hourly rate and fee schedule shall be included as part of the proposal. 7. After the project is defined and the priority list is given to the selected consultant, a project schedule will be established. VI. LIABILITY INSURANCE 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 VII. 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. 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 11/3/16 "Notice Inviting Proposals" sent out. 11/23/16 Responses from interested firms due at the Public Works Department no later than 5:00 p.m. 12/9/16 City to prioritize and select 2 to 3 firms for interviews, notifying finalists. 12/15/16 Consultant interviews. Jan 2017 Jan 2017 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