REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FOR DESIGN OF SEWER SCALPING INTERCONNECTION WITH THE CITY OF RIVERSIDE

Similar documents
REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

City of Malibu Request for Proposal

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Request for Proposals (RFP) to Provide Auditing Services

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Request for Proposal: NETWORK FIREWALL

REQUEST FOR BID SCHICK 33 SIZE 1 AND SIZE 2 DIGITAL SENSORS FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B01

Request for Proposals

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

REQUEST FOR QUALIFICATIONS -ENGINEERING DESIGN SERVICES -

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL After Hours Answering Services

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Dakota County Technical College. Pod 6 AHU Replacement

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

Architectural Services

REQUEST FOR QUALIFICATIONS WASTEWATER FACILITY PLAN

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Navajo Division of Transportation

REQUEST FOR PROPOSALS

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

Monroe County Water Authority

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Social Media Management System

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Request for Proposal: Alton Middle School NETWORK CABLING

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Describe the City s requirements and desired outcomes within a written specification;

General Contractor Services - Small Projects

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Bowen Island Municipality

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

1 INTERNAL AUDIT SERVICES RFP

INVITATION TO BID (Request for Proposal)

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

Request for Proposal for Strategic Plan for Transportation Services

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Request for Proposal: Wireless Access Points

Request for Proposals (RFP) for Professional Design and Engineering Services

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

Amalgamation Study Consultant

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

Automated Airport Parking Project

SECOND REQUEST FOR PROPOSALS. for

New England Telehealth Consortium

REQUEST FOR PROPOSAL

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

Transcription:

REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FOR DESIGN OF SEWER SCALPING INTERCONNECTION WITH THE CITY OF RIVERSIDE Issue Date: July 5, 2016 Submission Deadline: August 8, 2016, 2:00 PM P a g e 1

Table of Contents Introduction... 3 Background... 4 Scope of Work... 4 Proposal Submission... 6 Selection Process... 6 Questions Regarding RFP... 7 Clarification Statements... 7 Required Elements for Response... 8 Addenda to Proposal... 10 Withdrawal of Proposal... 10 Late Responses... 10 Evaluation of Proposals... 10 Rejection of Proposals... 11 Award of Contract... 11 Contract Documents... 12 Cancellation... 12 Signature Sheet... 13 P a g e 2

Introduction The City of Riverside (City) and Western have executed an agreement to divert sewer flows from the City s Orangecrest service area via the City s existing Meridian Parkway 15- inch sewer gravity line to Western s Meridian Unit 2 Lift Station. Sewer flows will be scalped from the City s collection system and metered before entering the District s facilities. The flow will be combined with Western s existing lift station influent then be pumped to the WWRF via an existing 8 forcemain,18-inch sewer gravity line beginning at Cactus Avenue, then to an existing 15-inch sewer gravity line via the existing Van Buren Lift Station. The slope, condition, and capacity of existing 15-inch sewer gravity line are not known; however, flow testing in 2014 confirmed a capacity of 1 MGD at that time. In the future, a 24-inch sewer gravity line is proposed to replace the 15-inch sewer gravity main and the Van Buren Lift Station allowing gravity flow directly to the WWRF. Proposals will be accepted by Western until 2:00 p.m. on August 8, 2016. Any changes to this Request for Proposal (RFP) are invalid unless specifically modified by Western and issued as a separate addendum document. Should there be any question as to changes to the content of this document, the Western copy shall prevail. The submission should be prepared simply and economically, providing straightforward, concise description of your firm s capabilities to satisfy the requirement of this RFP. Emphasis should be on organization, completeness, and clarity. To ensure consideration, all proposals shall follow the required elements provided in this RFP or as directed. To facilitate the evaluation process, email electronic copy of the proposal in PDF format. Proposals are to be emailed to: Sonia Huff shuff@wmwd.com And Derek Kawaii dkawaii@wmwd.com P a g e 3

Background Western was established in 1954 to provide water to agencies and residents of western Riverside County. Western s mission is to provide water supply reliability, wastewater and water resource management to the public in a safe, reliable, environmentally sensitive and financially responsible manner. Western has the distinction of being both a wholesale and retail water provider. The wholesale division provides water and leadership to 13 wholesale customers in a 527- square mile area of Riverside County. Nine of the wholesale customers receive imported water from Metropolitan Water District, as well as local water from the Arlington and Chino Desalters. Western s retail division provides water to businesses, industrial users, and more than 86,000 residents to three retail areas: Riverside service area: includes a portion of the city of Riverside and unincorporated portions of Riverside County; Murrieta service area: 6.5 square miles within the city of Murrieta; and Rainbow service area: an area south of the city of Temecula in an unincorporated part of Riverside County. WMWD s potable and recycled water system includes 128 pumps, 621 miles of pipeline ranging from 4 to 60 inches, and 38 water storage reservoirs. WMWD s wastewater system includes approximately 8,000 service connections, 24 lift stations and two wastewater treatment plants. Scope of Work A detailed work plan will be developed by the selected consultant in cooperation with WMWD subsequent to award of the contract. The following are a minimum set of primary tasks expected for the design. They are not intended to limit the creativity of the Consultant. Consultant is encouraged to identify any additional work that is not specified in this Scope of Work that would be, in its opinion, necessary to complete the Project. If identified, the Additional Work of Services must be included in the proposal but separated out in the Consultant s Fee Schedule. The Consultant must provide justification for proposed Additional Work or Services. The goal of the project is to install a connection between the City of Riverside s sewer and Western s sewer systems to allow up to 0.5 MGD to be scaled to flow into the Western Water Recycling Facility (WWRF) for treatment and conversion to recycled P a g e 4 13

water. The two sewer systems run parallel to each other in Meridian Parkway. A location next to Western s Meridian Unit 2 Lift Station has been identified as a potential location for this scalping connection. Sewage currently flows from the Meridian Unit 2 Lift Station to the Van Buren Temporary Lift Station. The Van Buren Temporary Lift Station has a capacity of 1.4 MGD. Sewage flows via a 15 gravity main from Van Buren to the WWRF. The Meridian Unit 2 Lift Station design shows a future connection to the City s Orangecrest service area. However, the existing submersible sewage pumps (470 gpm @ 53 feet) may not convey anticipated peak flows with the typical pumping unit redundancy required in lift stations. Options for the lift station capacity are to limit scalping of City peak flows to 470 gpm, increase the pumping unit capacity to meet predicted flows, or operate two pumps during peak flow events. Wet well control volume should also be adjusted accordingly to prevent excessive motor starts per hour. A capacity analysis of the existing and proposed sewer service areas will need to be done to develop system head curves considering peak and average day influent flows using diurnal flow patterns for both the Meridian Unit 2 Lift Station and the Van Buren Lift Station and develop options to appropriately operate the diversion structure and lift station. For the Meridian Unit 2 Lift Station, selected consultant will: Design the diversion structure capable of both diverting and limiting the flows into the Meridian Unit 2 lift station for scalping from the City. Provide detailed design of the slide gates or stops within the diversion structure based on the selected operational approach. Design a flow meter for the diverted flows along with the required electrical changes necessary to support the flow meter. For the Van Buren Lift Station, selected consultant will: Determine capacity and condition of the existing 15-inch Van Buren gravity sewer line which may limit flows to be scalped from the City as well. Determine requirements to clean and inspect the existing 15-in gravity pipeline which will need to be developed and coordinated with District staff to bid this work to a select list of sewer maintenance contractors. Evaluate the results and recommend operating limits for the system. Review the capacity of the temporary Van Buren Lift Station and make any recommendations to change its operation. P a g e 5 13

Coordinate with the proposed 24-inch sewer line design consultant to understand the timing, proposed design and capacity limitations, if any, for the proposed facility. If, for the approach selected, changes are required to the electrical system or pumps for either of the two lift stations or additional analysis is required, we recommend setting up a contingency in the budget to account for this extra work effort. Proposal Submission Award of the contract resulting from this RFP will be based upon the most responsive, responsible firm whose offer will be the most beneficial to Western in terms of cost, functionality, and other factors as specified elsewhere in this RFP. An original signature must be included on the document submitted with each copy. The form is included at the end of this RFP. Western reserves the right to: Reject any or all offers and discontinue this RFP process without obligation or liability to any potential consultant. Accept other than lowest price offered. Award a contract on the basis of initial offers received, without discussions or requests for best and final offers. Each firm s proposal must be submitted in several parts as set forth in section, Required Elements for Response. Each firm will confine its submission to those matters sufficient to define its proposal and to provide an adequate basis for Western s evaluation of the firm s proposal. Selection Process Proposals will be evaluated by a selection committee comprised Western s staff. The proposal shall be of such scope and depth to sufficiently describe and demonstrate the consultant s understanding of approach to the project. Submittal of incomplete or vague responses to any section of this RFP my result in rejection of the proposal. Proposals will be evaluated and ranked based on criteria including understanding of the purpose of the work, project approach, relevant project, scope-of-work, experience, project team members qualifications, and project schedule. This is not a competitive P a g e 6 13

bid process. The most highly ranked proposals may be interviewed and rated by the selection committee. After selection of the prospective Consultant deemed most qualified, Western will initiate negotiations. If an acceptable contract cannot be reached with the prospective Consultant deemed most qualified, Western may then negotiate with the next highest-rated proposer. Once negotiation with a proposer are terminated, the District will not renegotiate with that proposer. It is anticipated the level of effort for this project is less than $80,000. Western reserves the right, after opening the proposals, to reject any or all proposals, or to accept proposal(s) that in its sole judgement are in the best interest for Western. Prospective Consultant are responsible for ensuring that proposals are received at the specified location by the specified time. Questions Regarding RFP Any questions or requests for interpretation or clarification, either administrative or technical, about this RFP must be submitted via email to Sonia Huff, shuff@wmwd.com (please also send cc to Derek Kawaii dkawaii@wmwd.com) prior to 3:00 pm on August 1, 2016. Western will compile all questions and requests, and provide responses in electronic format to all firms on August 4th. Oral statements concerning the meaning or intent of the contents of this RFP by any person other than the persons identified herein are unauthorized and invalid. Western will not be responsible for any other explanation or interpretation of this RFP, or for any oral instructions. Any contact with Western personnel other than identified above regarding this RFP may disqualify a proposer. Clarification Statements For clarification purposes, the words Contractor, Company, Proposer, Vendor, and Bidder shall be read to be one and the same. The words Contract and Agreement shall be read to be one and the same. The words Bid and Proposal shall be read to be one and the same., Western, and District shall be read to be one and the same. Request for Proposal and RFP shall be read to be one and the same. P a g e 7 13

Required Elements for Response Consulting firms responding to this RFP will provide the following information in their proposals: Brief Company Overview and Qualifications Scope, Approach, and Methodology RFP Signature Page Detailed and Itemized Costs Deliverables Exclusions Schedule Company Overview and Staffing Please provide the following: 1. Official registered name, address, and telephone number. 2. Identify the name, title, address, phone, fax number, email address of the primary contact person. 3. Provide a brief overview of your company including the number of years in business, number of employees, nature of business, and description of clients. 4. Qualifications - satisfactory evidence of experience in similar services and working knowledge of Western s sewer system, infrastructure. The proposal should identify specific staff to perform each task, including an organizational chart. Each staff person should have an identified role and link to relevant experience. The proposal should also state the level of involvement of individuals, ability to be onsite versus offsite, as well as commitments of that individual to this project. The project manager and staff with a high level of involvement should discuss their roles on similar projects. Scope, Approach, and Methodology Include detailed procedures and trade expertise. The proposal should reflect: Clear Scope of Services Methodology to complete the design P a g e 8 13

If the firm uses any specific tools, measurements/metrics, or unique means of ensuring process improvements, quality, speed, and/or efficiency, they should be described in sufficient detail for evaluation. RFP Signature Page The RFP signature page is included at the end of this document and must be included in each proposal. Detailed and Itemized Costs Hourly rates and other expenses with an estimate of the time required to complete the project. All costs must be good from the date of the proposal through completion of the project. Costs must also include: Project management costs and meetings Field Survey and Base mapping Utility research and field visits Review of relevant agreements with City and Developer to incorporate into design Sewer Cleaning and Inspection Capacity Analysis Preliminary design concept (10 scale plan) Design and cost estimate Encroachment Permit and Traffic Control Plans CEQA Documentation Bidding Support Design Contingencies Deliverables 1. Preliminary / 50% Plans This submittal to include all right-of-way mapping, field topography/mapping, proposed alignment, phasing plan and preliminary connection schematics. 2. 90% Plans This submittal to include all plans, specifications and cost estimate, all ready for final check by Western. P a g e 9 13

3. 100% Plans and Specification This submittal to include wet signed plans and specifications addressing Western s final comments, an engineer s estimate of probable construction costs and a CD with electronic copies of the specification documents and engineer s estimate. Exclusions Any noted exclusions not included in scope Schedule Project schedule assuming typical review timeframes Addenda to Proposal Western may modify this RFP, any of its key actions, dates, or any of its attachments, prior to the date fixed for submission of proposals by issuance of an electronic Addendum to all proposers. Such Addendum will also be posted on Western s website. Proposer will acknowledge receipt of all Addenda in their proposal. Any Addenda issued during the time for submission of proposals will be made part of the Agreement. Withdrawal of Proposal A proposal may be withdrawn after its submission by written request signed by the proposer or authorized representative prior to the time and date specified for proposal submission. Proposals may be withdrawn and resubmitted in the same manner if done so before the proposal submission deadline. Withdrawal or modification offered in any other manner will not be considered. Late Responses While late responses are usually rejected, Western retains the right to accept or reject late responses for any reason. Evaluation of Proposals A committee of at least two Western staff will evaluate and rate proposals based on best value to Western, not based on price alone. All proposals will be reviewed to verify that the proposer has met the minimum requirements as stated in this RFP. Proposals P a g e 10 13

that have not followed the rules, do not meet minimum content or quality standards, do not provide references, or take unacceptable exceptions to the RFP, will be rejected as non-responsive. Proposals will be evaluated on the following criteria, not necessarily in order of priority: Cost: The cost is reasonable for the effort proposed, is of sufficient detail to explain the cost drivers, and sufficient mechanisms are in place to control costs through the project. Team member availability: The proposal will demonstrate the team member availability for this project (i.e., identification that they are not over committed to other projects and, therefore, have adequate time for this project). Experience: The proposer shows relevant experience on similar projects and knowledge of Western s demand and service areas. References (references will be checked and results will be evaluated) Approach: The proposer shows a solid understanding of scope and provides unique tools, methods, and other approaches to ensuring the quality and timeliness for the design. The most qualified firm(s) may be asked to participate in an oral interview to discuss in greater detail the content of their proposals. Western will notify finalists, if interviews are conducted, of the date and time of such interview(s). Rejection of Proposals Western may reject any or all proposals and may waive any immaterial deviation in a proposal. Western s waiver of an immaterial defect shall no way modify this RFP or excuse the proposer from full compliance with this RFP and/or the Contract documents if awarded the contract. Proposals that include terms and conditions other than Western s terms and conditions may be rejected as non-responsive. Western may make investigations as deemed necessary to determine the ability of the proposer to perform the services, and the proposer shall furnish to Western all such information and data for the purpose as requested by Western. Western reserves the right to reject any proposal if the evidence submitted by, or investigation of, such proposer fails to satisfy Western that the proposer is properly qualified to carry out the obligations of the agreement and to complete the work described therein. Award of Contract Award of Contract or rejection of proposals will be made by Western within fourteen (14) calendar days following the proposal due date. Western reserves the right to modify P a g e 11 13

the Award of Contract or rejection date to best meet the needs of the District. Western reserves the right to reject any or all proposals in response to this RFP in the best interest of the District. Western further reserves the right to waive any informalities or irregularities in the proposals. Western shall not be liable for any cost incurred in connection with the preparation and submittal of any proposals. Award, if any, will be to the proposer whose proposal best complies with all of the requirements of this RFP. Contract Documents In submitting a proposal, the firm agrees to enter into an agreement with Western utilizing a Purchase Order. The firm s proposal in response to this RFP will be incorporated into the final agreement between and the selected firm. The agreement to be executed by the successful proposer will generally conform to the terms of the Purchase Order, however, Western reserves the right to update the agreement to its current standards at the time Western makes an award. Proposers are advised that the indemnification and insurance provisions are mandatory and not subject to revision. Properly executed policies or Certificates of Insurance for: Commercial General Liability Insurance* Automobile Liability Insurance* Workers Compensation / Employer s Liability Insurance Professional Errors and Omissions Insurance After contract award, and receipt of the below documents, a Purchase Order will be issued to the awarded proposer. Failure to execute the Terms of the Purchase Order and furnish the required documentation and insurance within the required time period shall be just cause for the disqualification of the award. If the successful proposer refuses or fails to execute the Terms of the Purchase Order, Western may award the project to the next qualified proposer. *Including an Additional Insured Endorsement for each policy Cancellation Western retains the right to cancel the RFP at any time should it be deemed to be in the best interest of the District. No obligation, either expressed or implied, exists on the part of Western to make an award based on the submission of any proposal. P a g e 12 13

Signature Sheet My signature certifies that the Proposal, as submitted, complies with all terms and conditions as set forth in this RFP. My signature certifies that this firm has no business or personal relationships with any other companies or persons that could be considered a conflict of interest or potential conflict of interest to, pertaining to any and all work or services to be performed as a result of this request and any resulting contract with Western. The Proposer hereby certifies that it has: Read each and every clause of this RFP. Included all costs necessary to complete the specified services/work in its proposed prices. Agreed that, if it is awarded the Contract, it will make no claim against Western based upon ignorance of local conditions or misunderstanding of any provision of the contract. Should conditions turn out otherwise than anticipated by it, the Proposer agrees to assume all risks incident thereto. I hereby certify that I am authorized to sign as a Representative for the firm: Name of Firm: Address: Fed ID No.: Signature: Name (type/print): Title: Telephone ( ) Email: Fax No. ( ) Date: To receive consideration for award, this signature sheet must be returned as part of the Proposal. P a g e 13 13