Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Similar documents
REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

SAN DIEGO CONVENTION CENTER CORPORATION

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

NOTICE OF REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. Information Technology Support Services

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

REQUEST FOR PROPOSAL

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

Request for Proposal # Postage Meter Lease & Maintenance Service

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

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

Request for Bid/Proposal

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL:

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

HVAC Remodel Second Floor North Center Building

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

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

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

Sample Request For Proposals

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

REQUEST FOR QUALIFICATIONS DUE: TUESDAY, JANUARY 24, 2017 AT 12:00 P.M. INTERVIEWS: THURSDAY, JANUARY 26, 2017 TUESDAY, JANUARY 24, 2017 AT 2:30 P.M.

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

City of Albany, Oregon

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

Request for Proposal RFP # SUBJECT: Ergotron LX

(e-procurement System)

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

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

UNIVERSITY OF WEST FLORIDA BOARD OF TRUSTEES NOTICE TO PROFESSIONAL CONSULTANTS 13PQS-10JJ Greek Village Design Services

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

INSTRUCTIONS TO BIDDERS

Request for Proposal # Executive Recruitment Services

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

Request for Proposal

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

REQUEST FOR PROPOSAL RFP #14-03

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

ARTICLE 8: BASIC SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

Request for Qualifications

Insurance Brokerage Services

RFP # FACILITIES MANAGEMENT SERVICES

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

Request for Proposals

SOLICITATION/ADVERTISEMENT

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposal

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

Educational Use Only S A M P L E S A M P L E

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

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

Instructions to Bidders Page 1

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

REQUEST FOR PROPOSALS

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

Request for Risk Management and Insurance Broker Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

REQUEST FOR PROPOSAL

PURCHASING DEPARTMENT

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR ACTUARIAL AUDIT OF THE JUNE 30, 2009 TCRS ACTUARIAL VALUATION RFP #

Transcription:

Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m.

Request Proposals ( RFP ) #2018-01 1. GENERAL INFORMATION 1.1 INTRODUCTION The City of Coachella (hereinafter City ) is inviting qualified Consultants to submit a Proposal Response (hereinafter RFP ) or On an as Needed Basis in accordance with the specifications and inmation provided herein. The City intends to create a Qualified Consultants List that the City will rotate through as projects become available. 1.2 RFP Delivery and Schedule of Events RFP responses must be received in the Procurement Division no later than the due date and time specified in the Schedule of Events. All responses must be submitted in a sealed envelope. The envelope and the outermost packaging of the response must be clearly marked with the RFP number, project title, RFP due date, and the Consultant s name. RFP responses received prior to the RFP closing time that are marked properly will be securely kept, unopened until the RFP closing time. Late RFP responses will not be considered. The Consultant is solely responsible ensuring that the full RFP response is received by the Engineering Department accordance with the RFP requirements, prior to the date and time specified in the RFP, and at the place specified. The City shall not be responsible any delays in mail, by common carriers, by transmission errors, or missed delivery. Schedule of Events: Post RFP October 17, 2017 Questions Due October 24, 2017 by 3:00 p.m. Addendum Issued October 25, 2017 RFP Response Due Date November 1, 2017 by 3:00 p.m. Consultant Interviews / Presentation TBD Letter of Intent to Award December 13, 2017 Page 2 of 22

Request Proposals ( RFP ) #2018-01 (The City reserves the right to change schedule of events without prior notice or responsibility to Consultant.) 1.3 DISCREPANCIES OR OMISSIONS Consultants finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing to the applicable Procurement contact identified herein. All questions must be in writing and no responsibility will be accepted oral instructions. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP. 1.4 CONTINGENCIES This RFP should not be considered as a Contract to purchase goods or services, but is a Request Proposal and Statement of Qualifications in accordance with the Terms and Conditions herein and will not necessarily give rise to a Contract. However, RFP responses should be as detailed and complete as possible to facilitate the mation of a Contract based on the RFP response(s) that are pursued should the City decide to do so. Completion of this RFP m and its associated appendices are a requirement. Failure to do so may disqualify your RFP response submittal. Consultants must submit signed, sealed RFP responses by the due date and time as specified herein. Consultants will be considered non-responsive if the above requirements are not submitted as requested. In the event that only one RFP response is received, the City reserves the right to return the RFP to the Consultant unopened. Any Scope of Services, Contingencies, Special Instruction and/or Terms and Conditions applicable to this RFP and any Purchase Order derived thereafter shall be effective as of the issue date of Purchase Order (the Effective Date ), and shall remain in full ce and effect until sixty (60) days after the City has accepted the work in writing and has made final payment, unless sooner terminated by written mutual agreement signed by both parties. 1.5 QUESTIONS AND CLARIFICATIONS All questions or clarification requests must be submitted in writing through the City s bid system on or bee October 24, 2017, by 3:00 p.m. Answers and/or clarifications will be provided in the m of an Addendum and will be posted download from the City s bid system in accordance with the above Schedule of Events. The Consultant is solely responsible ensuring that the full RFP response is received by the Engineering Department accordance with the RFP requirements and it will be the sole responsibility of the Consultant to ensure any Addendums to the RFP is downloaded from the City s website and included within the RFP package. Page 3 of 22

Request Proposals ( RFP ) #2018-01 From the issuance date of this RFP until an award has been made, Consultants are not permitted to communicate with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Jonathan Hoy P.E., City Engineer or the designated representative of the City. 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to the RFP will become the property of the City and will be returned only at the City s option and at the expense of the Consultant submitting the RFP response. A copy of the RFP response will be retained official files and become a public record. Any material that a Consultant considers as confidential but does not meet the disclosure exemption requirements of the Calinia Public Records Act should not be included in the Consultant s RFP response as it may be made available to the public. 1.7 KNOWLEDGE OF REQUIREMENTS The Consultant shall carefully review all documents referenced and made a part of the RFP document to ensure that all inmation required to properly respond has been submitted or made available and all requirements are priced in the RFP response. Failure to examine any documents, drawings, specifications, or instructions will be at the Consultant s sole risk. Consultants shall be responsible knowledge of all items and conditions contained in their RFP responses and in this RFP, including any City issued clarifications, modifications, amendments, or addenda. The City will provide notice of any changes and clarifications to perspective Consultants by way of addenda to the City s website; however, it is the Consultant s responsibility to ascertain that the RFP response includes all addenda issued prior to the RFP due date. 1.8 RESERVATION OF RIGHTS The issuance of this RFP does not constitute an agreement by the City that any contract will actually be entered into by the City. The City expressly reserves the right at any time to: Waive or correct any defect or inmality in any response, RFP, or RFP procedure. Reject any or all RFPs. Reissue the RFP. Prior to submission deadline RFPs, modify all or any portion of the selection procedures, including deadlines accepting responses, the specifications or requirements any materials, Page 4 of 22

Request Proposals ( RFP ) #2018-01 equipment or services to be provided under this RFP, or the requirements contents or mat of the RFP. The City recognizes that price is only one of several criteria to be used in judging a product or service, and the City is not legally bound to accept the lowest RFP response. The City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with any or all responsive and responsible Consultants who submit RFP responses. Procure any materials, equipment or services specified in this RFP by any other means. Determine that no project will be pursued. The City reserves the right to inspect the Consultant s place of business prior to award or at any time during the contract term or any extension thereof, to determine the Consultant s capabilities and qualifications. 1.9 CALIFORNIA'S PUBLIC RECORDS ACT The City of Coachella complies with the Calinia Public Records Act, Government Code Section 6253. (a) Public records are open to inspection at all times during the office hours of the state or local agency and every person has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall be available inspection by any person requesting the record after deletion of the portions that are exempted by law. Neither a RFP in its entirety, nor proposed prices shall be considered confidential and proprietary. Notwithstanding the egoing, companies are hereby notified that any and all materials submitted in response to this RFP are subject to Calinia's Public Records Act. The City's receipt, review, evaluation or any other act or omission concerning any such inmation shall not create an acceptance by the City or any obligation or duty to prevent the disclosure of any such inmation except as required by Government Code Section 6253. Companies who submit inmation they believe should be exempt from disclosure under the Public Records Act shall clearly mark each document as confidential, proprietary or exempt, and state the legal basis the exemption with supporting citations to the Calinia Code. Pursuant to Calinia Law, if the inmation is requested under the Public Records Act, the City shall make a final determination if any exemption actually exists the City to deny the request and prevent disclosure. The City will withhold such inmation from public disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so. Page 5 of 22

Request Proposals ( RFP ) #2018-01 2. MINIMUM REQUIREMENTS 2.1 BUSINESS LICENSE The selected Consultant awarded a Contract shall be required to obtain a Coachella Business License and provide proof of license or application prior to being issued a Purchase Order. The required documentation must be provided to Gordon Fisher, Construction Project Coordinator, via email gfisher@coachella.org no later than five (5) business days from notification of award. Awarded Consultant must possess and maintain all appropriate licenses/certifications necessary in the permance of duties required under this RFP and will provide copies of licenses/certifications immediately upon request throughout the term of the Contract. Consultants shall be responsible knowledge of all items and conditions contained in their RFP responses and in this RFP, including any City issued clarifications, modifications, amendments, or addenda. The City will provide notice of any changes and clarifications to prospective Bidders by way of addenda to the City website; however, it is the Consultant s responsibility to ascertain that the RFP includes all addenda issued prior to the RFP due date. 2.2 PREVAILING WAGES Where labor is required public work as a part of any requirement covered by this RFP, pursuant to the provisions of the Labor Code of the State of Calinia, Consultant(s) shall pay no less than those minimum wages. Proof of prevailing wage will be required prior to the issuance of a Contract. 2.3 REPRESENTATIVES Should the awarded Consultant require the services of a third-party to complete the Scope of Services indicated in this RFP, the awarded Consultant will not assign, transfer, convey or otherwise dispose of the contract or its right, title or interest in or to the same, or any part thereof. Any attempt by the awarded Consultant to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. The awarded Consultant shall be solely responsible the satisfactory work permance of all personnel engaged in perming the Services including Consultants subcontractor. All Services shall be permed by the awarded Consultant or under the awarded Consultant s direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by state and local law to perm such services. The awarded Consultant shall be responsible payment of all employees and subcontractors wages and benefits, and shall comply with all requirements pertaining to employer s liability, workers Page 6 of 22

Request Proposals ( RFP ) #2018-01 compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Consultant certifies that it is aware of the provisions of Section 3700 of the Calinia Labor Code that require every employer to be insured against liability Worker's Compensation or to undertake selfinsurance in accordance with the provisions of that Code, and agrees to comply with such provisions bee commencing the permance of the services. In case of default by the Consultant, the City may take the following actions which shall include but not be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and may deduct from unpaid balance due to the Consultant, or may bill excess costs so paid, and the prices paid by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or Consultants delivery, which do not meet specifications, will be from the account of the Consultant. City Representative: For the purposes of this Agreement, the contract administrator and City s representative shall be Gordon Fisher, Construction Project Coordinator, or such other person as designated in writing by City ( City Engineer ). It shall be the Consultant s responsibility to assure that City s Representative is kept inmed of the progress of the permance of the services, and the Consultant shall refer any decisions that must be made by City to City Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. Consultant s Representative: For the purposes of this Agreement, is hereby designated as the representative of the successful Consultant authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith ( Consultant s Representative ). It is expressly understood that the experience, knowledge, capability and reputation of the Consultant s Representative were a substantial inducement City to enter into this Agreement. Theree, the Consultant s Representative shall be responsible during the term of this Agreement directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The successful Consultant may not change the Consultant s Representative without the prior written approval of City s Representative. 2.4 EMPLOYEE CONDUCT All Consultant personnel must observe all City regulations in effect at the location where the Services are being conducted. While on City property, the Consultant s personnel shall be subject to oversight by City Page 7 of 22

Request Proposals ( RFP ) #2018-01 staff. Under no circumstances shall the Consultant s or Consultant s sub-contractor personnel be deemed as employees of the City. Consultant or Consultant s subcontractor personnel shall not represent themselves to be employees of the City. Consultant's personnel will at all times make their best efts to be responsive, polite, and cooperative when interacting with representatives of the City, or any other City employees. The Consultant's personnel shall be required to work in a pleasant and professional manner with City employees, outside Consultants and the public. Nothing contained in this RFP shall be construed as granting the Consultant the sole right to supply personal or contractual services required by the City or without the proper City approval and the issuance of a Purchase Order. 3. RFP FORMAT AND SUBMISSION REQUIREMENTS In order to be considered responsive, and evaluate RFP responses fairly and completely Consultants must comply with the mat and submission requirements set out in this RFP, and provide all inmation requested. Failure to comply with this instruction will deem said RFP response as nonresponsive and will not receive further consideration in the evaluation process. RFP responses must include the following inmation and in the exact order and mat as shown: Consultants shall provide one (1) original and two (2) copies of their RFP submittals. RFP responses should be prepared simply and economically, providing a straightward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content. A detailed index with tabbed sections, either in a loose sheet fastened with a binder clip fashion, stapled, or a three-hole folder with fasteners is highly suggested. 3.1 COVER LETTER / INTRODUCTION RFP responses must include the complete name and address of Consultant and the name, mailing address, and telephone number of the contact person regarding the RFP response. A signature by an authorized representative must be included on each RFP response. Said signature will be considered confirmation of the Consultants ability and willingness to comply with all provisions stated herein. Page 8 of 22

Request Proposals ( RFP ) #2018-01 3.2 TABLE OF CONTENTS The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This section must include a clear definition of the material, exhibits and supplemental inmation identified by sequential page numbers and by section reference numbers. 3.3 EXECUTIVE SUMMARY The Executive Summary shall condense and highlight the contents of the Consultant s RFP response to provide the Evaluation Committee with a broad understanding of the Consultant s approach. Consultants shall include a statement describing the Consultant s interest in developing a partnership with the City. 3.4 EXPERIENCE The Consultant shall provide a concise statement demonstrating the Consultant s experience, expertise and capability to perm the requirements of this RFP. Provide a brief history of your company, including; The number of years in business (the firm must have 10 years of demonstrated experience) The firms service commitment to customers An overview of the Consultants organization and services and capabilities Whether or not the firm is involved in any pending litigation that may affect its ability to provide its proposed solution or ongoing maintenance or support of its products and services. State whether your firm is an individual proprietorship, partnership, corporation, or private nonprofit firm, and the date your company was med or incorporated. 3.5 THIRD-PARTY / SUBCONTRACTORS (N/A) No third-party subcontracting will be allowed. Page 9 of 22

Request Proposals ( RFP ) #2018-01 3.6 STAFF BIOGRAPHIES Submit the resumes of the individuals who will be perming the services the City. Resumes shall be matted in the following order: Position with the Company Length of time with the Company Licenses, registrations and certifications as required by law to perm the Scope of Work described herein Educational background Role in the Project 3.7 NON-DISCLOSURE CONFLICT OF INTEREST Specify any possible conflicts of interest with your current clients or staff members and the City. A signed Conflict of Interest and Non-Disclosure Agreement, Exhibit A included herein must be submitted under the Non-Disclosure tab. 3.8 COMPANY REFERENCES Provide a minimum of four (4) references that demonstrate the respondent s ability to successfully conduct the Scope of Services identified herein. Complete Exhibit B, Consultant References, References must be work permed or completed in the past three (3) years. 3.9 PROFESSIONAL SERVICE AGREEMENT In addition to the acceptance of the City s Terms and Conditions, the successful Consultant will be required to enter into a Professional Services Agreement ( PSA ) with the City. All requirements of said PSA must be completed by the successful Consultant and signed by both applicable parties prior to any services being rendered. This RFP sets th some of the general provisions which may be included in the final PSA. In submitting a response to this RFP, Consultant will be deemed to have agreed to each clause unless otherwise indicated and the City agrees to either, accept the objection or deviation, or change the PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception Summary shall be included under this section of the RFP response. Page 10 of 22

Request Proposals ( RFP ) #2018-01 3.10 INSURANCE Proposers must meet all insurance requirements as outlined in the Professional Services Agreement. Ability to comply with said requirements must be indicated with signature of the Acknowledgement of Insurance Requirements and Certification of Ability to Provide Coverage s Specified, Exhibit D, which must be submitted with the Bid under the Insurance tab. The awarded Consultant will be responsible providing the required Certificates of Insurance and must be the Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded Consultant, will not be accepted. 3.11 ADDENDUM ACKNOWLEDGEMENT The Consultant shall hereby acknowledge they have received all posted Addendums, if any. The Consultant understands failure to acknowledge any addenda issued may cause the response to be considered non- responsive. It is the Consultant s responsibility to log into the Bid System to identify and download the number of addenda that have been posted. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP Consultants must indicate their acknowledgement of any Addendums by way of signature on the Addendum Acknowledgement Form, Exhibit E and must be included under this section of the RFP response. 3.12 Consultant Certification Consultants must verify by way of signature to Exhibit F, Consultant Certification Form that Consultant is not currently under suspension or debarment by any state or federal government agency, and that neither Consultant not any of its proposed subcontractors are tax delinquent with the State of Calinia. The signed exhibit must be included under this section of the RFP response. 3.14 SCHEDULE OF FEES In combination with the RFP response, Consultants shall also submit Exhibit H, Schedule of Fees. Provide a Schedule of Fees based on the specifications and inmation identified herein. Failure to provide the required Schedule of Fees will cause Consultants submittal to be non-responsive and be eliminated from any further consideration. 3.15 SIGNATURE OF AUTHORITY Completion of this RFP m and its associated Exhibits are a requirement. Failure to do so may disqualify your RFP response submittal. Consultants must submit one (1) original and two (2) copies of signed, sealed RFP responses by the due date and time as specified herein. Consultants will be considered non-responsive if the above requirements are not submitted as requested. In the event that only one RFP response is received, the City reserves the right to return the RFP to the Consultant. Exhibit I, Signature of Authority must be included with the Consultant RFP response. Page 11 of 22

Request Proposals ( RFP ) #2018-01 4.0 SCOPE OF SERVICES INSPECTION OF PUBLIC WORKS PROJECTS 4.1 Term Propose to provide part time/full time Construction Inspectors with duties in accordance with the City of Coachella Engineering Department policies and procedures. The Inspectors shall be able to operate independently 2-3 projects within the City and duties as assigned by the City Engineer and/or Project Manager. The Inspector will work under the direction of the Public Works Project Coordinator or their designee within the City Inspection staff. Inspection of public works improvement projects bee, during and/or after construction to insure conmance with Federal, State and City statutes, regulations, ordinances, guidelines, applicable standards, specifications, plans, laws and accepted standard construction practices. This includes, but is not limited to inspections, diaries, records, reports and documentation, the presentation, both oral and in writing, of such inspections, observations, reports and documents to City as required. The keeping of proper inspection records and reports, photographs and videos, including but not limited to, all load tickets, weight tickets, certifications of compliance, submittals, shop drawings, materials reports, daily reports and other related documents received. And on a daily basis deliver documents to the City when generated, prepared or received. Daily Reports shall be kept on the City s computer system as a digital copy. Provide to the City a person or persons fully qualified to perm the services required. Attend any meetings that the City deems necessary. The initial contract period after the award of the contract by the City Council will commence from date of acceptance through June 30, 2018. The contract may be extended additional one-year periods, with mutual agreement of both parties. 4.3 Payments The services will be paid in accordance with Consultant s hourly rate(s) as shown on the Schedule of Fees and said hourly rate(s). 5. EVALUATION AND CONSULTANT SELECTION PROCESS 5.1 Initial Screening All RFP responses will undergo an initial review to determine responsiveness to the instructions herein. Those RFP responses initially determined to be responsive will proceed to the next phase of the evaluation process. Page 12 of 22

Request Proposals ( RFP ) #2018-01 5.2 Evaluation Activities RFP responses deemed as having met the standard RFP requirements as indicated herein are then evaluated by an Evaluation Committee. The RFP submittals are scored and assigned a ranking of one (1) through ten (10), ten being the highest possible score, based upon but not limited to the following evaluation criteria factors; Depth of Proposer s understanding of the City s Scope of Work/Technical Specifications and overall quality of work plan; logic, clarity and specificity of work plan, Firms competence to perm the required services, as indicated by the technical training, education and experience of the firm s personnel who would be assigned to perm the services Proposed solution that will provide the best value to the City, Past permance with City or other government entity of previous clients with respect to factors such as control of costs, quality of work, and meeting of deadlines The evaluator s scores are then provided to the City Engineer by means of a weighted spreadsheet that calculates an average score each criteria. 5.3 REFERENCE CHECKS Reference checks are conducted by the Engineering Department. The reference checks may be conducted by phone with the inmation being scribed or by a written m, submitted to the Consultant s reference contact. It is imperative that Consultants provide up to date and accurate inmation regarding contact inmation reference checks. All scores are then tabulated into the final Consultant ranking. 5.4 DEMONSTRATIONS/ INTERVIEWS Upon completion of the RFP evaluations and data analysis, and only if necessary, a short list of Consultants will be selected to interview and conduct a demonstration or presentation to further expand on their RFP response. Consultant interviews/demonstrations are scored (as described above the RFP evaluation) and assigned a ranking of one (1) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as stated within the RFP. 5.6 BEST AND FINAL OFFER Upon completion of Consultant presentations and interview the City reserves the right to conduct preaward discussions and/or pre-contract negotiations with all or only top ranked Consultants. At which time the City may request a Best and Final Offer to be submitted from one or all finalists. Page 13 of 22

Request Proposals ( RFP ) #2018-01 5.7 Consultant Selection The final Consultant(s) selected award will be based on Consultant(s) that are the most responsive, meeting the City s requirements, offering the best value at the most competitive price. The City is not obligated to award to the lowest price proposal. The awarded Consultant will be required to review their proposal response with the City Engineer. Review and any applicable changes will be made prior to execution of an agreement and will become part of the final contract. The City may conduct negotiations with several Consultants simultaneously. The City may also negotiate contract terms with the selected Firms prior to award. The City, at its sole discretion, reserves the right, unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or as a whole, or to waive any inmality and to split or make the award in any manner determined to be in the best interest of the City. 5.8 LETTER OF INTENT TO AWARD Negotiations shall be confidential and not subject to disclosure to competing Consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, City may negotiate a contract with the next highest scoring Consultant or withdraw the RFP entirely. Page 14 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT A CITY OF COACHELLA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT It is the policy of the City of Coachella to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts Professional Services Agreements ( PSA ) with potential Consultants. I do not have specific knowledge of confidential inmation in regards to RFP responses received in response to the Request Proposals ( RFP ) 2018-01 On An As Needed Basis I agree not to disclose or otherwise divulge any inmation pertaining to the contents, status, or ranking of any RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. (Print Name) (Relationship to the City) (Relationship to the Consultant) (Signature) (Date) Must be included in final RFP submittal. Page 15 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT B REFERENCES WORKSHEET The following References Worksheet must be complete, failure to do so the required inmation will disqualify your RFP response. Provide a minimum of four (4) clients that are similar in size to the City of Coachella /that your company has conducted comparable or like services. Preferred references should be government agencies and be a current customer within the past three (3) years. Please verify accuracy of contact inmation. Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Reference 1 Reference 2 Page 16 of 22

Request Proposals ( RFP ) #2018-01 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Reference 3 Reference 4 Must be included in final RFP submittal. Page 17 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT D ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED I,, the (President, Secretary, Manager, Owner or Representative) of (Name of Company, Corporation or Owner), certify that the Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), the Purchase Contract designated Request Proposals ( RFP ) 2018-01 On An As Needed Basis have been read and understood and that our Consultant is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to finalize the PSA prior to award shall be sufficient cause immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. Signature Printed Name Title Date Must be included in final RFP submittal. Page 18 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT E ADDENDUM ACKNOWLEDGEMENT The Consultant hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any. Consultant understands failure to acknowledge any addenda issued may cause the RFP response to be considered non-responsive. It is the Consultant s responsibility to log into the Bid System to identify and download the number of addenda that have been posted. Signature Printed Name Title Date Must be included in final RFP submittal. Page 19 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT F CONSULTANT CERTIFICATION FORM I certify that neither (Consultant) nor any of its proposed subcontractors are currently under suspension or debarment by any state or federal government agency, and that neither Consultant nor any of its proposed subcontractors are tax delinquent with the State of Calinia. I acknowledge that if Consultant or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Consultant or any of its subcontractors subsequently become delinquent in Calinia taxes, our Proposal may be disqualified. Signature Printed Name Title Date Must be included in final RFP submittal. Page 20 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT I SCHEDULE OF FEES Consultants must submit a copy of their Schedule of Fees based off of the specifications and instructions herein, failure to comply may disqualify your response. Page 21 of 22

Request Proposals ( RFP ) #2018-01 EXHIBIT I SIGNATURE OF AUTHORITY The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in accordance with the specifications and instructions, in the time and manner therein prescribed the unit cost amounts set th in the following RFP response. THE CONSULTANT IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street, Su. # City, State, Zip) Telephone #: Fax #: E-mail address: Web Address: Authorized Representative: (print) Title: Signature: Date: Must be included in final RFP submittal. Page 22 of 22