REQUEST FOR PROPOSAL Professional Engineering, Right of Way & Environmental Services

Similar documents
REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

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

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

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

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

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

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

CITY OF PLACERVILLE Development Services Department ENGINEERING DIVISION

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

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

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR PROPOSALS

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Redevelopment Authority of Allegheny County

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS

QUALIFICATIONS BASED SELECTION (QBS)

REQUEST FOR PROPOSALS (RFP) For Electrical Engineering Design Services City Hall Switchgear Replacement October 28, 2016

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

GOODWILL YOUTHBUILD GED/High School Education Instruction

Request for Qualifications. Architectural Firms

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

Knights Ferry Elementary School District

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

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

January 19, To Whom It May Concern:

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

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

Procedures for Local Public Agency Project Administration (Revised 5/2014)

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

Disadvantaged Business Enterprise Supportive Services Program

RE: Request for Proposal Number GCHP081517

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

RESOLUTION NUMBER 2877

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

City of Malibu Request for Proposal

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Request for Qualifications Construction Manager

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

BRF-009-9(73) IA 9 Black Hawk Bridge

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

SCHOOL BOARD ACTION REPORT

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Below are five basic procurement methods common to most CDBG projects:

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

Request for Proposals For Media and Public Relations Services for the HOUSING AUTHORITY OF THE CITY OF SHREVEPORT

II. DEFINITIONS COUNTY

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Request for Proposals (RFP) to Provide Auditing Services

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION DEPARTMENT CIVIL ENGINEERING DIVISION REQUEST FOR PROPOSALS

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

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

PRE-PROPOSAL CONFERENCE

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

NOTICE OF REQUEST FOR PROPOSALS

FISCAL & COMPLIANCE AUDITS

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

State Project No. XXXXXX City Project No. c401807

Transcription:

FEDERAL AID PROJECT NO. BRLO-5183(007) BUTTERFLY BRIDGE (2C-076) Bridge Replacement City of Dunsmuir 5915 Dunsmuir Ave. Dunsmuir, CA 96025 RFP Deadline: 3:00 p.m., Thursday, December 6, 2018 REQUEST FOR PROPOSAL Professional Engineering, Right of Way & Environmental Services

Table of Contents CONTACT INFORMATION... 1 INTRODUCTION... 2 PROJECT DESCRIPTION... 2 SCOPE OF SERVICES... 3 DISADVANTAGED BUSINESS ENTERPRISE (DBE) POLICY... 5 EVALUATION CRITERIA... 6 CONTRACT REQUIREMENTS... 6 TECHNICAL PROPOSAL REQUIREMENTS... 7 CONSULTANT SELECTION PROCESS... 9 METHOD OF PAYMENT... 10 AUDIT AND REVIEW PROCESS... 10 DISPUTE RESOLUTION... 11 SCHEDULE OF WORK... 12 ATTACHMENTS: ARE ON THE FOLLOWING LINK https://www.co.siskiyou.ca.us/content/public-works-projects A. Feasibility Study B. Sample Contract C. Caltrans LAPM Exhibits (10-01, 10-02, 10-H1, 10-I,10-K, 10-H4) D. Evaluation Criteria

CONTACT INFORMATION Interested firms shall submit three (3) copies and one (1) electronic version, either PDF or Word format, of the Technical Proposal (Proposal) no later than December 6, 2018, to: ATTN: CITY MANAGER RFPs for PROFESSIONAL ENGINEERING, RIGHT OF WAY & ENVIRONMENTAL SERVICES BUTTERFLY BRIDGE REPLACEMENT CITY OF DUNSMUIR 5915 DUNSMUIR AVE. DUNSMUIR, CA 96025 The Technical Proposal shall be in the format identified herein. Any questions regarding this RFP shall be directed to Mark Brannigan via phone at (530) 235-4822, or email at mbrannigan@ci.dunsmuir.ca.us. To be on the document holder list and to be assured of receiving all addenda and Requests for Information (RFI) responses, the following information must be submitted to City of Dunsmuir via email at: mbrannigan@ci.dunsmuir.ca.us. All RFIs must also be submitted via email to this address. Company Name: Mailing Address: Primary Contact Name: Primary Contact email address: Primary Contact phone number: Addenda and RFI responses will be sent via email only to the primary contact submitted above. CITY OF DUNSMUIR 1

INTRODUCTION The City of Dunsmuir (City) is looking for a highly qualified firm with complete knowledge of Caltrans Structure Design procedures, the Caltrans Local Assistance Manual and procedures, and the Federal Highway Administration (FHWA) Local Assistance Highway Bridge Program (HBP). The firm must also have substantial experience in California Environmental Quality Act (CEQA) /National Environmental Policy Act (NEPA) environmental review, documentation and permitting procedures. Experience in replacement of bridges, public outreach, preparation of environmental documents and bridge structure design is required. The City is accepting Technical Proposals for Professional Engineering, Surveying, Right of Way and Environmental Services for the Butterfly Bridge Replacement Project. Consultant selection will utilize the One-Step Request for Proposals (RFP) Method, as described in Section 10.5 of the Caltrans Local Assistance Procedures Manual (LAPM). The tasks required to complete this project may include, but are not limited to: project management, surveying, engineering, right-of-way clearance, environmental documents/studies/reports/permitting, final design, railroad and utility coordination, bid assistance, and construction support services. A more detailed description of the tasks required to complete this project are defined in the Scope of Services section of this Request for Proposals. PROJECT DESCRIPTION The Butterfly Avenue Bridge is an existing single span steel girder bridge that crosses the Sacramento River on Bush Street in the City of Dunsmuir. The original structure, constructed in 1915, was a three span facility approximately 80 feet in length. The original abutments were modified and the bridge was widened and converted to a single span in 1956. Over the past 60+ years, extensive scouring has occurred at the bridge foundation, compromising its veracity and the safety of its users. A Feasibility Study (Study) was completed in 2016 to determine if a full bridge replacement is absolutely necessary, or if less expensive retro fit solution is feasible. The Study performed preliminary structural evaluations, geotechnical assessments, topographic surveys, analysis of the hydraulics and an overview of environmental requirements. After considering several improvement options and their costs, it was recommended that bridge replacement would be the best solution. For additional information please refer to the attached Feasibility Study (Exhibit A). CITY OF DUNSMUIR 2

SCOPE OF SERVICES The following is an outline of anticipated tasks required to complete the engineering, right of way and environmental services. The tasks will include, but not be limited to what is outlined below. Consultants preparing a Technical Proposal should elaborate on these tasks within their Proposal. All work shall be completed under the responsible charge of professionals, appropriately licensed in California for the type of work to be completed. 1. Project Management & Coordination 2. Surveying a. This task will include the Consultant s management of the project and coordination between City staff, subconsultants, and various state and federal agencies as required to complete the tasks defined within the project Scope of Services. The Consultant shall comply with all requirements within the HBP and LAPM. a. The Consultant shall provide permanent survey control to be used for construction staking of the project. b. The Consultant shall perpetuate survey monuments that may be destroyed during construction or other activities. 3. Environmental Documents/Studies/Reports/Permitting a. The Consultant shall prepare all studies/documentation needed to obtain National Environmental Policy Act (NEPA) and California Environmental Quality Act (CEQA) clearance. All documentation required for NEPA clearance prepared by the Consultant shall be provided to the City for submittal to Caltrans for review and approval. b. The Consultant shall coordinate and provide documentation required to obtain NEPA environmental clearance to the City for submittal to Caltrans. It is expected that Caltrans will prepare the NEPA environmental clearance document. c. The City will utilize the various reports and studies required in the Preliminary Environmental Study (PES) to prepare and process any necessary CEQA documentation which will include submittal for public review and response to comments. The Consultant shall coordinate and provide documentation required to obtain CEQA environmental clearance. d. The Consultant shall prepare the necessary environmental permitting packages for the project. Though the City will submit the packages, it is assumed that the Consultant will coordinate with various state and federal agencies in order to obtain all necessary permits. It is anticipated that the following permits will be required: i. Section 404 Permit (U.S. Army Corps of Engineers) ii. Section 401 Water Quality Certification (Regional Water Quality Control Board) CITY OF DUNSMUIR 3

iii. Section 1600 Lake or Streambed Alteration Agreement (California Department of Fish and Wildlife) e. The City will work with the Consultant to provide an encroachment permit, if needed, at no cost to the Consultant. Additional costs for permits needed from City departments other than Planning and Public Works Agency will need to be paid by the Consultant and/or subconsultant. 4. Design and Engineering Services a. The Consultant shall provide project plans, specifications, and estimates (PS&E) at 65% and 95% for City review and comment. The progress plans shall include all proposed civil and structural sheets that comply with Caltrans requirements and City standards. Progress specifications at the 65% may include technical specifications only; the 95% specifications should be as complete as possible. Progress estimates shall be itemized and include quantities and unit costs. The unit costs should reflect prevailing wage construction costs and current materials costs. b. The Consultant will provide a third-party independent peer review of the bridge design following the 65% PS&E submittal for QA/QC. c. The Consultant shall provide to the City constructability review, bridge design calculations, and bridge quantity calculations. Plans, specifications, and estimates shall be designed and prepared in accordance with the current Caltrans Procedures Manual, Standard Specifications and Plans, and Caltrans Bridge Design documents. d. The final design shall include an itemized engineer s estimate, complete project specifications, and all civil and structural plan sheets. The PS&E package shall comply with Caltrans and City standards. The complete PS&E package shall be a biddable package. Final PS&E shall be provided to the City as a single hard copy set and in PDF format for reproduction and electronic distribution. 5. Railroad and Utility Coordination a. The Consultant will coordinate and prepare all correspondence with Union Pacific Railroad and utility companies that have facilities in the project area during the preliminary and final design process. The Consultant will coordinate the relocation (if required) and protection of the existing utilities based on the information obtained from the affected utilities. b. The Consultant shall provide all necessary exhibits and drawings needed for coordination with the utility companies. The Consultant will include adequate openings in their design to accommodate the addition of utilities in the Bridge, if necessary. 6. Right-of-Way Clearance a. The Consultant will be responsible for obtaining any needed agreements from property owners for easements and/or right-of-way needed to accomplish the work associated with this project, including appraisal costs. The Consultant shall prepare the legal descriptions, plats, deeds, and Record of Surveys, should any or all be required for agreements with property owners. CITY OF DUNSMUIR 4

b. The Consultant shall provide the City any required electronic data files used to prepare the legal descriptions and plats. 7. Bid Assistance and Construction Support Services a. The City will administer the contract bid process. The Consultant shall assist the City with the following items: i. Clarification and information about the PS&E package during the contract bid process and construction process; ii. Assist in answering questions regarding the Bridge design that may arise during the contract bid process; iii. Assist in the preparation of any addenda to the PS&E during the contract bid period; and iv. Provide engineering support services during the period of construction which may include, but not be limited to the following: review of submittals related to design and specialized materials, change orders, shop drawings, false work plans, post tensioning calculations and material testing, engineering support for design changes and periodic field review. b. Consultant shall prepare all bid documents necessary to comply with City of Dunsmuir, Caltrans Local Assistance, and FHWA requirements to award a construction contract. City will provide boilerplate bid documents to Consultant, and Consultant shall be responsible for preparing all technical specifications and melding them with the City boilerplate to create the overall project bid documents. c. Consultant shall be responsible for resolving any errors in the design which are identified during construction at no additional cost and in a timely manner to ensure construction delays are avoided or minimized. d. The Consultant shall attend the project pre-bid and pre-construction meetings. e. Consultant shall coordinate with the selected Contractor, and City to obtain as- Built information, and shall prepare/provide reproducible record drawings of asconstructed conditions upon completion of construction. 8. City Provided Services a. The City will complete all necessary documents required by the LAPM including authorization requests, permits, finance letters, and scope/cost/schedule change request, except as noted herein. b. The City will reproduce final plans and specifications, advertise the project, and distribute plans and specifications to prospective bidders. DISADVANTAGED BUSINESS ENTERPRISE (DBE) POLICY Submitters are advised that, as required by federal law, the City of Dunsmuir is implementing Disadvantaged Business Enterprise (DBE) requirements. This Contract has a DBE goal of 9%, CITY OF DUNSMUIR 5

Consultants need to comply with requirements of the California Department of Transportation (Caltrans) Regulations and Policies regarding DBE. The Consultant must complete and submit the form titled Exhibit 10-O1 Local Agency Proposer DBE Commitment (Consultant Contracts) with their Technical Proposal. Additionally, the Consultant s attention is directed to the most current version of Exhibit 10-I Notice to Proposers DBE Information of the Caltrans LAPM. At the conclusion of cost negotiations, the successful Consultant shall provide the City with Caltrans Exhibit 10-O2 for inclusion in the final agreement. EVALUATION CRITERIA The Technical Proposal for Professional Engineering, Right of Way and Environmental Services submitted in response to this Request for Proposals will be used as a basis for selecting the Consultant for this project. The Consultant s Proposal will be evaluated and ranked according to the criteria provided in Attachment D. CONTRACT REQUIREMENTS The top-ranked Consultant will receive written notification of the selection. Negotiations for contract agreement and payment will commence after notification. The final contract will need to be approved as to form by City of Dunsmuir Counsel and an authorized representative of the Consultant. A sample agreement has been attached to this RFP for reference (Attachment B). The Consultant shall adhere to the provisions of this agreement and advise the City of Dunsmuir in the Technical Proposal of any provisions for which they have alternative wording, or any provisions which they cannot accept. Should it be awarded a contract, the Consultant shall not discriminate against any person who performs any work thereunder because of age, race, color, sex, religion, creed, national origin, marital status, political affiliation, or disability. If a subcontract for work or services to be performed exceeds $25,000, the subcontract must contain all required provisions of the prime contract. Prevailing wages will apply as specified by the California Department of Industrial Relations (DIR). California State Prevailing Wage information is available through the California DIR websites below: DIR FAQ: http://www.dir.ca.gov/oprl/faq_prevailingwage.html DIR Wage Determination: http://www.dir.ca.gov/oprl/dprewagedetermination.htm CITY OF DUNSMUIR 6

TECHNICAL PROPOSAL REQUIREMENTS Due Date December 6, 2018 Required Copies Three (3) copies and one (1) electronic version, either in PDF or Word format Submit To Attn: City Manager RFPs for Professional Engineering, Right of Way & Environmental Services Butterfly Bridge Replacement City of Dunsmuir 5915 Dunsmuir Ave. Dunsmuir, Ca 96025 Submittal Identification The submittal package shall be clearly marked Professional Engineering, Right of Way & Environmental Services for Butterfly Bridge Replacement (2C-076) These guidelines are provided for standardizing the preparation and submission of Technical Proposals by all Consultants. The intent of these guidelines is to assist Consultants in the preparation of their Proposal, to simplify the review process by the City of Dunsmuir, and to provide standards for the evaluation of all Technical Proposals. Technical Proposals shall be a maximum of thirty (30) single-sided or fifteen (15) double-sided bound pages, including the introductory letter and resumes. Paper size shall be Letter (8.5 x 11 ) and a minimum font size of 11 shall be utilized. Required Caltrans LAPM exhibits do not count towards the page count. Drawings sized 11 x 17 are acceptable provided they are folded to 8.5 x 11 size and included in the bound Proposal. Technical Proposals shall contain the following information in the order listed: 1. Introductory Letter The Introductory (or transmittal) letter shall be addressed to: Mark Brannigan Dunsmuir City Manager 5915 Dunsmuir Ave. Dunsmuir, CA 96025 The introductory letter shall include the Consultant s primary contact name, mailing address, telephone number, facsimile number, and email address. The letter shall address the Consultant s understanding of the project and any other information deemed pertinent by the Consultant. The letter should also indicate any conflicts or non-acceptability of the terms and conditions of the contract agreement, which is attached to this RFP. Proposed deviations and modifications to the contract agreement should be clearly noted and supporting reasons provided. Changes to the agreement will not be considered by the City of Dunsmuir once Consultant selection has been completed. CITY OF DUNSMUIR 7

2. Office Location Where Work will be performed Include the office(s) where work will be conducted by the Consultant and subconsultant(s). 3. Qualifications and Experience Identify key staff and subconsultants proposed for the project team and their availability. Describe the responsibilities of the staff and extent of involvement with the project. Any changes in key personnel and subconsultants after the award of contract must be requested in writing, and approved by the City of Dunsmuir before the change is made. Three (3) references are to be listed for each subconsultant. References may be contacted as part of the selection process. The Technical Proposal must clearly describe the Consultant s ability for undertaking and performing the scope of work. It must list projects of similar work performed by the proposed project team. These projects must illustrate the quality and past performances of the project team. A discussion of challenges faced, and solutions developed are recommended. Contact names and current telephone numbers are to be provided for each referenced project. The projects listed should include the names of staff and other team members involved in the work. Supportive information and references in support of the Consultant s qualifications may include graphs, organizational charts, photographs, resumes, etc., and is at the Consultant s discretion. The Consultant is reminded that their Technical Proposal should be specific and concise. 4. Work Plan and Project Schedule The Technical Proposal shall address the requested services listed in this RFP and any other services which the Consultant believes are applicable to the project. Functions carried out by subconsultants should be clearly indicated. The Proposal shall include a Work Plan which clearly identifies the tasks, benchmarks, and time required for each phase of the work. 5. Federal and State Requirements Consultant and subconsultants must meet all federal and state requirements, as may be applicable. The Consultant should address such requirements in the Technical Proposal. 6. Supporting Information The Consultant may include resumes, brochures, and other supporting information in this section. 7. Fee Proposal (by shortlist firms only) If requested by the City, the Consultant shall provide a separate, individually sealed Fee Proposal with an estimated budget for each of the tasks included in the Scope of Services. Each task budget will include labor and expenses, including subconsultant costs. Labor budgets will be computed by multiplying the planned labor hours by the billing rates of each staff member or labor classification. The Fee Proposal shall depict the tasks in the left column and each of the labor classifications, rates, expenses and subconsultant costs in the top row. Total task budgets and the total fee shall be shown in the right column. Examples from the LAPM Exhibit 10-H are attached to this RFP for your use. The contract fee proposal must identify all key employees and/or classifications. CITY OF DUNSMUIR 8

New key employees and/or classifications must be approved before they incur work on the contract or the costs can be disallowed at City s sole discretion. The Fee Proposal, if requested by the City, shall include a completed contract cost and financial management system certification form (Exhibit 10-K). An Exhibit 10-K is also required for subconsultants. 8. Caltrans LAPM exhibits To be completed by all bidders: Exhibit 10-O1 Consultant Proposal DBE Commitment To be completed upon request by shortlisted bidders only: Exhibit 10-H Sample Cost Proposal Exhibit 10-K Consultant Certification of Contract Costs and Financial Management System Following the submittal of a Technical Proposal, it may be withdrawn or modified by written request of the submitter. However, the modified Proposal must be received prior to the original submittal deadline, as shown in the Schedule of Work below. Technical Proposals received after the submittal deadline will not be considered and will be returned to the submitter. CONSULTANT SELECTION PROCESS After the period has closed for receipt of Technical Proposals, each Proposal will be opened and examined to determine compliance with the requirements specified in this RFP. Any Proposal that does not meet the format requirements will be eliminated from competition and returned to the Consultant. The City of Dunsmuir may reject any Technical Proposal if it is conditional, incomplete, or contains irregularities. The City of Dunsmuir may waive an immaterial deviation in a Proposal; however, the waiver shall in no way modify the RFP documents or excuse the Consultant from full compliance with the contract requirements if awarded the contract. The selection panel will review each Technical Proposal that meets the format requirements. Panel members will individually evaluate each Proposal in accordance with the evaluation criteria shown herein. The panel members will meet to tally and average scores for each Technical Proposal, then the Proposals will be ranked based on the scores. Based on the rankings, the City of Dunsmuir will establish a shortlist and interview the top firms on this list, if the City determines a need for interviews. The City of Dunsmuir will request a sealed Fee Proposal from all Consultants on the shortlist and enter into negotiations with the top-ranked Consultant. If agreement on a final Fee Proposal is reached with the City the top-ranked firm will be recommended for award subject to approval by the City Council. If agreement cannot be reached with the top-ranked firm, the City of Dunsmuir will close negotiations and enter into negotiations with the second-ranked firm. The successful Consultant will be subject to verification of non-fraud and for listing on the debarred Contractors/Consultants list, per federal funding requirements. CITY OF DUNSMUIR 9

This RFP does not commit the City of Dunsmuir to award a contract, to pay any costs incurred in the preparation of a Technical Proposal for this request, or to procure or contract for services. The City of Dunsmuir reserves the right to accept or reject any or all Proposals received as a result of this request, to negotiate with any qualified firm, or to modify or cancel in part or in its entirety this Request for Proposals if it is in the best interest of the City of Dunsmuir to do so. All products used or developed in the execution of any contract resulting from this Request for Proposals will remain in the public domain at the completion of the contract. Upon approval of the selected Consultant by City of Dunsmuir and agreement of a mutually acceptable price, a written Agreement will be prepared, executed by the Consultant, and reviewed by the City of Dunsmuir for approval and execution. The Consultant will begin work immediately upon receipt of the Notice to Proceed by the City of Dunsmuir. Unsigned Proposals, or Proposals signed by an individual not authorized to bind the prospective Consultant will be rejected. Proof of authorization may be required. METHOD OF PAYMENT Contract payments will be made on the basis of satisfactory performance by the Consultant as determined by the City. Final payment to the Consultant will only be made when the City finds that the work performed by the Consultant is satisfactory and the final work product and documents submitted meet all of the tasks of the contract and is accepted by the City. 1. Specified Rates of Compensation The Consultant is paid at an agreed and supported specific fixed hourly, daily, weekly or monthly rate, for each class of employee engaged directly in the work up to a maximum not-to-exceed contract amount. Such rates of pay include the Consultant s estimated costs and net fee (profit). Federal regulations require that profit be separately negotiated from contract costs. The specific rates of compensation, except for an individual acting as a sole proprietor, are to include an hourly breakdown, direct salary costs, fringe benefits, indirect costs, and net fee. Other direct costs may be included, such as travel and equipment rentals, if not already captured in the indirect cost rate. AUDIT AND REVIEW PROCESS State and federal requirements as well as specific contract requirements, serve as the standards for audits and reviews performed. The local agencies, Consultants, and subconsultants are responsible for complying with state, federal, and specific contract requirements. The City reserves the right to audit any contract. Applicable standards include, but are not limited to: Caltrans Local Assistance Procedures Manual (LAPM); Project Program Supplemental Agreements; 23 CFR, Chapter 1, Part 172 Administration of Engineering and Design Related Service Contracts; 48 CFR, Federal Acquisitions Regulation Systems (FAR), Chapter 1 FAR, Part 31- Contract Cost Principles and Procedures; 48 CFR, Chapter 99 Cost Accounting Standards, Subpart 9900; CITY OF DUNSMUIR 10

49 CFR, Transportation, Subtitle A, Office of the Secretary of Transportation, Volume 1, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Government; 49 CFR, Part 18.20 Standards for Financial Management Systems; 23 USC, Part 112 Letting of Contracts; United States Government Accountability Office, Government Auditing Standards (GAS); Proposed contract terms and conditions. Dollar thresholds for audits or reviews are stratified as follows: Less than $150,000 no audit or review is required, but is optional; $150,000 and above (See Section 10.3 of Caltrans Local Assistance Procedures Manual). Contracts shall not be awarded to a Consultant without an adequate financial management and accounting system as required by 48 CFR Part 16.301-3, 49 CFR Part 18 and 48 CFR Part 31. For consultant contracts exceeding $150,000, all documentation required pursuant to LAPM chapter 10.3, Financial Review Performed Prior to Contract Execution," shall be provided to the City for audit purposes. DISPUTE RESOLUTION Should any Consultant dispute the City of Dunsmuir s determinations and findings during the One- Step RFP process, such Consultant shall give the City of Dunsmuir written notice of the matter in dispute within five (5) days of Consultant s first knowledge of the decision or determination. The Consultant shall thereafter, within ten (10) days of Consultant s first knowledge of the City of Dunsmuir s decision or determination in dispute, provide the City of Dunsmuir with a complete and comprehensive Statement of Dispute that discusses all the reasons why the Consultant disputes the City of Dunsmuir s determination or decision and submit all documentary evidence relied on by the Consultant. The Statement of Dispute must meet the following conditions and requirements: 1. Provide a complete statement of the factual and legal basis for the protest. 2. Refer to the specific portions of the RFP which form the basis for the protest, and all documentary evidence relied upon. 3. Include the name, address, and telephone number of the person representing the protesting party. 4. The party filing the Statement of Dispute must concurrently transmit a copy of the initial protest document and any attached documentation to all other parties with a direct financial interest, which may be adversely affected by the outcome of the protest. Such parties shall include all other Consultants, who shall have seven (7) calendar days to respond to the Statement of Dispute. 5. The Statement of Dispute must be submitted by mail to the City of Dunsmuir, Attn: Mark Brannigan, 5915 Dunsmuir Ave. Dunsmuir CA 96025. The City of Dunsmuir will review the Statement of Dispute, and may elect to hold an administrative hearing thereon, and may request Consultant to produce further evidence as the City of Dunsmuir deems material to a decision on the issue, after which time, the City of Dunsmuir will issue a CITY OF DUNSMUIR 11

determination which shall be final. The procedure and time limits set forth in this paragraph are mandatory and are the Consultant s sole and exclusive remedy in the event of protest. Failure to comply with these procedures shall constitute a waiver of any right to further pursue the protest, including filing a Government Code Claim or legal proceedings. Failure to strictly follow this procedure shall waive any further rights to dispute the City of Dunsmuir s decisions and determinations made during the RFP process. SCHEDULE OF WORK An anticipated selection process schedule is shown below. No. Item of Work Date 1 RFP Release 11/8/2018 2 Deadline for submission of written questions 11/28/2018 3 Technical Proposals due 12/6/2018 4 Evaluation of Technical Proposals Week of December 10th 5 Interviews/Negotiations Week of January 7th 6 City Council approval of selected Consultant 1/17/2019 7 Notice of Contract award 1/23/2019 ADDITIONAL INFORMATION The City of Dunsmuir is an equal opportunity employer (EOE) and Disadvantaged Business Enterprises (DBEs) are encouraged to participate. The goal for DBE participation for this contract is 9%. For additional Technical Proposal submittal or technical information, please contact Mark Brannigan at (530) 235-4822 or mbrannigan@ci.dunsmuir.ca.us. Sincerely, Mark Brannigan City Manager CITY OF DUNSMUIR 12