Request for Proposals Drainage Master Plan

Similar documents
Request for Proposals # Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan. Issued February 21, 2018

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

REQUEST FOR PROPOSAL (RFP # ) FOR STORM DRAIN MASTER PLAN AND CAPITAL IMPROVEMENTS PLAN UPDATE

REQUEST FOR QUOTATIONS 1 RTK (REAL-TIME KINEMATIC) GLOBAL POSITIONING SYSTEM

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

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

INSTRUCTIONS TO BIDDERS

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

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

INSTRUCTIONS TO BIDDERS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Request for Bid/Proposal

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

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

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

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

INVESTMENT ADVISORY SERVICES REQUEST FOR PROPOSAL Proposal Due: 4:00 p.m., Tuesday, February 20, 2018

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

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

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

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

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

REQUEST FOR PROPOSALS FEASIBILITY STUDY

REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

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

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Management of Jobing.com Arena

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

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

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSAL For PROFESSIONAL SERVICES. Water & Stormwater Utility Rate Analyses

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

REQUEST FOR PROPOSAL ORGANIZATIONAL REVIEW OF THE VILLAGE OF BURNS LAKE. November 2013

Demolition, Land Clearing and Construction Waste Diversion Study REQUEST FOR PROPOSALS ES-17-14

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

Union County. Request for Proposals # Employee Survey Services

REQUEST FOR PROPOSAL

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

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

REQUEST FOR PROPOSAL. Information Technology Support Services

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

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

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

CITY OF PETALUMA REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

Request for Proposal

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

Pest Control Services

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

City of Albany, New York Traffic Engineering

WEXFORD COUNTY REQUEST FOR PROPOSALS

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

Request for Proposals Waterworks Operations and Maintenance Contract

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT INVITATION FOR BID Equipment Procurement for FTTP Project

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

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

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

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSALS RFP#75-18

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

LEGAL NOTICE REQUEST FOR PROPOSALS FOR CONSULTANT ENGINEERING SERVICES FOR DOWNTOWN HYDROLOGIC & HYDRAULIC STUDY

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

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

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

United Planning Organization REQUEST FOR PROPOSAL (RFP): AUDITING SERVICES RFP #

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. RFP Financial Audit Services. ISSUE DATE: July 15, 2013

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

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

CITY OF PORT ARANSAS, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) ENGINEERING PROFESSIONAL SERVICES NOTICE TO BIDDERS

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

1033 Fifth Street Clovis, CA (559)

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

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

REQUEST FOR PROPOSALS

Request for Proposals (RFP)

REQUEST FOR QUOTATION

RSU # 78 RFP # 1 BASELINE ASSESSMENT OF FACILITY

Transcription:

Request for Proposals 201-15 Drainage Master Plan The City of Dawson Creek invites proposals from qualified professionals or firms to undertake a drainage master plan. This master plan will include an assessment of the current stormwater drainage system, identification of stormwater drainage deficiencies, recommendations for improvements required to satisfy current and future needs and to provide a proposed 10 year capital plan that addresses current and future drainage infrastructure needs. All contract documents are available through the City of Dawson Creek website at www.dawsoncreek.ca. The Proponent is solely responsible for ensuring any addenda are downloaded, reviewed, and included in their proposal. Questions regarding specifications can be directed to Devon Aaroe, Engineering Assistant, at 250.784.321. Quotations will be accepted up to 2:00 p.m. (local time), May 1, 201. Quotations must be sealed in an opaque envelope, clearly marked with the name and the project name/number and will be received by Brenda Ginter, Director of Corporate Administration, at: Regular Mail: Box 150, Dawson Creek, BC V1G 4G4 Physical Address (Courier): 10105 12A Street, Dawson Creek, BC V1G 3V7. It is the sole responsibility of the Proponent to ensure that its Proposal is received at the above location and by the time stipulated. Proposals received after the stipulated time will be rejected and returned to the Proponent unopened. Faxed Proposals are not acceptable and will be rejected. The City reserves the right to accept or reject all or any Proposals and to waive any informality, incompleteness or error in any Proposal. Proponents must refer to the RFP Documents for the terms governing the Proposal process. The City reserves the right to accept or reject all or any Proposals and to waive any informality, incompleteness or error in any Proposal. All costs incurred by proponents in the preparation and presentation of their Proposal will be at their own expense.

Table of Contents 1. General... 3 1.1. Introduction... 3 1.2. Objective/Purpose... 3 1.3. General Terms and Conditions... 3 1.4 Timing... 3 1.5 Budget... 3 2. BACKGROUND... 3 2.1 History... 3 3. REQUIRED FORMAT FOR PROPOSAL SUBMITTAL... 4 3.1 Cover Letter... 4 3.2 Table of Contents... 4 3.3 Approach and Scope of Work... 4 3.4 Insurance/Business License... 4 3.5 Project Team/Key Personnel and Resumes... 4 3. Firm Qualifications/References... 5 3.7 Work Schedule... 5 3.8 Fee Schedule... 5 4. RFP CONDITIONS... 5 4.1 Consultant Selection Methodology... 5 4.2 Acceptance of Proposals... 4.3 Proposal Revisions... 4.4 Pre-Contractual Expenses... 4.5 Disclosure... 4. Additional Information... APPENDIX A - SCOPE OF WORK... 7 APPENDIX b - FLOODPLAIN MAP... 8 APPENDIX c - SAMPLE EVALUATION FORM... 9 APPENDIX D - IDF CURVE... 11

RFP 201-15 Drainage Master Plan Page 3 of 11 1. GENERAL 1.1. Introduction The City of Dawson Creek invites proposals from qualified professionals or firms to undertake a drainage master plan. This master plan will include an assessment of the current stormwater drainage system, identification of storm drainage and retention deficiencies, recommendations for improvements required to satisfy current and future needs and to provide a capital plan to address improvements required for existing and future needs. 1.2 Objective/Purpose To provide a Drainage Master Plan (DMP) for the City of Dawson Creek s stormwater runoff collection, retention and conveyance system that takes into account policy direction from the Official Community Plan Bylaw No. 4042, specifically Chapter 8.0 Green and Integrated Infrastructure and Appendix 2. This plan is to provide a map to identify areas of hydraulic and structural deficiencies, upgrading options and a prioritized phased improvement program over a 10 year term with capital cost estimates. In addition, this plan must include computer modelling of the system to determine system capacity upgrade needs including future growth. 1.3 General Terms and Conditions Accompanying this RFP is Appendix A, which contains the scope of work. Each prospective consultant is expected to review all conditions in Appendix A and acknowledge their acceptance of Appendix A in the Proposal Cover Letter, or list their objections and requested revisions in the contract requirements for the City s consideration. 1.4 Timing The desired date for commencement of the projects is no later than May 31, 201. The project is to be completed by June 30, 2017. 1.5 Budget The budget for this project is $150,000. 2. BACKGROUND 2.1 History For further information please visit our website www.dawsoncreek.ca. The City of Dawson Creek is an older community that has seen the development of new residential subdivisions and commercial development over the past 5 years. Over the past several years, the City s population has grown by approximately 2,000 people. One of the main drivers fueling residential, commercial and industrial growth in and around the City is the oil & gas industry. The surface runoff drainage system is comprised of approximately 5km of pipe, 0 manholes, 107 catchbasins, 59km of ditching and 19 outfalls which flow into the Dawson Creek. All of the City s surface runoff eventually drains into the Dawson Creek by way of this collection and conveyance system. It should be noted that in most of the older developed areas (pre-2011), the weeping tiles and roof drains are tied into the sanitary system. Stormwater retention areas have been developed for large stormwater events in a few locations. Appendix B indicates the 1971 floodplain of the Dawson Creek as shown in the Official Community Plan Bylaw No. 4042 for the

RFP 201-15 Drainage Master Plan Page 4 of 11 proponent s information. There is no pre-existing Drainage Master Plan. The City will provide a database and shape files that list information pertinent to the collection system. Any previous reports will be made available to the successful proponent for review to assist with the master plan. 3. REQUIRED FORMAT FOR PROPOSAL SUBMITTAL 3.1 Cover Letter Provide an executive summary emphasizing the strengths, qualifications and experience of the project team, and information regarding the methods, procedures, quality control, safety, and reporting structure proposed to explain how your firm will develop the Drainage Master Plan. The cover letter must be signed by a person with official authority to bind the company. The letter must include the name, address, telephone number, title and signature of the firm s contact person for this proposal, and state the submittal is valid for 90 days. 3.2 Table of Contents Include a list of all sections and appendices in the proposal response and indicate corresponding page numbers. 3.3 Approach and Scope of Work Provide your approach and a detailed scope of work demonstrating that your firm can complete the Drainage Master Plan, including all items as specified in Appendix A. 3.4 Insurance/Business License The selected Consultant must maintain in force at all times during the performance of this contract the following insurance policies: o Comprehensive General Liability, including contractual liability, products and completed operations and business automobile liability, all of which will include coverage for both bodily and property damage with a combined single limit of $5,000,000. The City must be named as additional insured on all policies required to be furnished. o Professional liability coverage with limits not less than $2,000,000 per occurrence. o Workers Compensation coverage. o The consultant must assume liability for the wrongful or negligent acts, errors and omissions of its officers, agents and employees and subcontractors, and have adequate insurance to cover such negligent acts, errors or omissions with limits of $2,000,000. Proof of the insurances listed above must be submitted with the proposal. The firm must purchase a City of Dawson Creek business license prior to beginning the project. 3.5 Project Team/Key Personnel and Resumes Provide an organization chart showing the names and responsibilities of key personnel. Identify and provide resumes for the following key persons: o Contract Principal-in-Charge (a principal of the firm who will have the ultimate authority and responsibility to bind the Consultant, sign agreements, assign required personnel and resources to the City, and ensure that the services are provided in a cost and time

RFP 201-15 Drainage Master Plan Page 5 of 11 efficient manner. o Senior Staff Member (primary contact) It is imperative that the key personnel preparing the Drainage Master Plan have the background, experience and qualifications to complete the project. After the contract is signed, the consultant may not replace key staff unless their employment is terminated or agreed upon by the City. The City must approve replacement staff before a substitute person is assigned to the project. The City reserves the rights to request that the consultant replace a staff person assigned to the contract should the City consider such a replacement to be in the best interest of the City. 3. Firm Qualifications/References Provide your firm s service capabilities, qualifications and experience and three (3) public agency references for similar assignments. 3.7 Work Schedule Provide a project work schedule demonstrating completion of key milestones and overall project completion by no later than June 30, 2017. 3.8 Fee Schedule Provide a proposed fee schedule including a detailed breakdown of each element or phase of the project and an estimated number of hours required for completion of the project and an hourly rate for each type of service provided. A total estimated project fee is to be included. Proponent must state pricing to include all expenses and disbursements. Proponent must also include a price per hour /day for any extra work over and above that is negotiated in the contract. All of this information must be provided for the lead consultant and any sub-consultants. The fees should also detail all individual team members, their hourly billable rate, and the hours allocated for the project. 4. RFP CONDITIONS 4.1 Consultant Selection Methodology The City will select the most qualified consultant for the negotiation. Negotiations regarding a fair and reasonable price will occur subsequent to consultant selection. Should the City be unable to obtain a fair and reasonable price through negotiations with the selected consultant, the City will enter into negotiation with the next higher qualified proponent and may award the contract if the parties are able to arrive at a fair and reasonable price. If that is unattainable, the City may enter into negotiations with the next highest qualified proponent in sequence until an agreement is reached. The submittals will be evaluated based upon several factors. Evaluation criteria used to evaluate proposals fall into the following categories: o Methodology / concept innovation / functionality

RFP 201-15 Drainage Master Plan Page of 11 o Delivery plan / schedule o Project management / organization plan o Availability o Price Attached is Appendix C Sample Evaluation Form. 4.2 Acceptance of Proposals The highest rated, lowest priced, or any proposal will not necessarily be accepted. The City reserves the right to reject any or all proposals, to waive informality or irregularity in any Proposal received, and to be the sole judge of merits of the Proposals received. 4.3 Proposal Revisions Proposal revisions must be received prior to the RFP submission / closing date and time. 4.4 Pre-Contractual Expenses The City will not be liable for any pre-contractual expenses incurred by any proponent or by a selected consultant. Each proponent must protect, defend, indemnify, and hold harmless the City from any and all liability, claims, or expenses whosoever incurred by, or on behalf of, the entity participating in the preparation of its response to this Request for Proposal. Pre-contractual expenses are defined as expenses incurred by proponents and the selected consultant, if any, in: o o o o Preparing and submitting information in response to the Request for Proposal Negotiations with the City on any matter related to this procurement Costs associated with interviews, meetings, travel or presentations All other expenses incurred by a proponent/consultant prior to the date of award and a formal notice to proceed The City reserves the right to amend, withdraw and cancel this request. The City reserves the right to reject all responses to this request at any time prior to contract execution. The City reserves the right to request or obtain additional information about any and all proposals. 4.5 Disclosure All proponents are aware that their Proposals are deemed public records and may be subject to disclosure upon request. 4. Additional Information Any additional information made available to proponents prior to the RFP submission / closing date and time by the Owner or representative of the Owner, such as mapping or GIS data sets, which is not expressly included in Appendices A thru D, is not included in the Request for Proposals. Such additional information is made available only for the assistance of proponents who must make their own judgment about its reliability, accuracy, completeness and relevance to the RFP, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant.

RFP 201-15 Drainage Master Plan Page 7 of 11 APPENDIX A - SCOPE OF WORK The Consultant will provide the following consulting services and deliverables: 1. Develop a Drainage Master Plan (DMP) for the City of Dawson Creek s stormwater runoff collection and conveyance system. This plan is to provide a map to identify areas of hydraulic and structural deficiencies, upgrading options and a prioritized phased improvement program over a 10 year term with capital cost estimates 2. Develop a program in ArcMap that hyperlinks future as-built drawings and the video records corresponding to the existing pipes. 3. Conduct manhole and catchbasin inspections, produce reports on these inspections and develop a manhole/catchbasin inspection program for the trunk main areas only. 4. Conduct a flow monitoring program to obtain current flows data for the trunk main areas only. 5. Provide a per metre unit cost to flush and video inspect storm mains. Priority and quantity of mains to be completed shall be determined by the City.. Conduct GPS survey of the City s entire stormwater runoff collection system, including manhole rim elevations and inverts, to an accuracy of +/- 25mm. Create a map of the collection system with the data collected from the GPS and identify manhole and catchbasin details. 7. Asses the existing retention areas within the City 8. Compare GPS data with existing as-built drawings and identify corrections. 9. Develop a drainage model for analysis of system capacity needs for existing and future development and expansion for the next 10 years. This model must be validated to reflect existing conditions. Software to be approved by the City. 10. Assess the capacity of the existing system based on a 100-Year storm event. (Appendix D - IDF Curve) 11. Assess the condition of the existing infrastructure and provide a plan for a continued CCTV condition assessment program. 12. Develop a 10 Year Capital Plan for the City using a phased approach for short, medium and long term projects that are considerate of the City s annual budget for drainage works; 13. Provide recommendations for maintenance and safety procedures. 14. Prepare a draft of the plan and submit three (3) copies to the City for review and comments, no later than May 31, 2017. 15. Present the plan to Council for adoption with Power Point presentation summarizing the findings and recommendations of the plan one month prior to the completion date of June 30, 2017. 1. Submit five (5) colour, bound copies of the final Drainage Master Plan to the City by June 30, 2017.

RFP 201-15 Drainage Master Plan Page 8 of 11 APPENDIX B - FLOODPLAIN MAP

RFP 201-15 Drainage Master Plan Page 9 of 11 Vendor: Evaluator Date: APPENDIX C - SAMPLE EVALUATION FORM CRITERIA 0-1 Minimally addressed requirements/2-4 Meets requirements/5- Exceeds requirements VENDOR CAPABILITIES: (30% of total points) Experience with commercial corporations or government clients: Does the proponent demonstrate experience with clients similar to the size and scope required in the RFP? How clearly does the proponent detail this information? To what extent do the references reflect ability? Did the proponent provide sufficient detail to determine ability? Reference checks? Years of experience (Minimum 3-consecutive years): Experience relates to the amount of time in providing the RFP service requirements, not necessarily the time the business has been in operation. Project personnel qualifications: Are key personnel roles, responsibilities and resumes identified and provided? Did they clearly identify personnel? Does the organization chart support the level of service required? Does the proponent clearly explain any subcontractor roles, responsibility and qualifications? Professional memberships and certification: Does the proponent provide information on current professional memberships and certifications? Possible Points 0- pts. Total Points Given Total Vendor Capability Points (A) 30

RFP 201-15 Drainage Master Plan Page 10 of 11 CRITERIA 0-1 Minimally addressed requirements/2-4 Meets requirements/5- Exceeds requirements Possible Points Total Points Given WORK PLAN: (30% of Total Points) 0- Completeness of descriptive narrative work plan: Did the narrative sufficiently explain how work will be performed, identifies staff, time lines, equipment, supplies, subcontract supervision, strategies, reporting, overall quality of the work plan? Was the plan well organized and presented in a clear, concise and logical manner? Acceptability of proposed plan: Did the proponent provide sufficient detail and insight to the responsibilities? Is work plan clearly and explicitly defined? Was the plan well organized and presented in a clear concise and logical manner? Does the work plan explicitly explain how services are to be provided? To what extent? Did the work plan explain in detail how each aspect of the contract services would be provided? Extent of quality control, emergency procedures and thoroughness: Did the proponent reflect quality standards to be utilized and describe policies or procedures for implementation? Did the proponent clearly outline and discuss their emergency contingency plans? Management information reports, capabilities and examples: Did the vendor clearly and concisely explain their report capabilities for management reports and provide examples? Total Work Plan Points (B) 30 Cost (40% of total points) (Low bid/this bid) x total maximum points for cost = points (C) 40 GRAND TOTAL WORKSHEET POINTS (A+B+C) = D (D) 100

RFP 201-15 Drainage Master Plan Page 11 of 11 APPENDIX D - IDF CURVE