Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Similar documents
Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

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

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

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

Request for Proposal: Independent Audit Services

Request for Proposal for Lease-Purchase Financing of Computer Carts

REQUEST FOR PROPOSAL DOCUMENTS FOR RFP B CONSULTING SERVICES FOR BRANDING AND MARKETING CAMPAIGN FOR CONTINUING EDUCATION AND WORKFORCE TRAINING

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

City of Malibu Request for Proposal

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

City of Gainesville State of Georgia

Request for Proposal for Transportation Routing Software

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

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

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

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

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

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

Request for Proposal Independent Audit Services for Kern Community College District

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

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

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

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

Request for Qualifications Long Range Facility Master Plan Services

Multi-Purpose Paper Bid No. PR10-B14

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

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

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

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

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

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

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

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

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

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

Emergency Medical Services Training Equipment PR-10-B05

Request for Statements of Qualifications Architectural Services

Folsom Cordova Unified School District

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

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

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

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

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

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Automatic License Plate Recognition System for the Police Department

Request for Proposal. NEXT GENERATION RADIO SYSTEM NEEDS ASSESSMENT AND STRATEGIC PLAN Ref #22715RFP911

Housing Authority of Fulton County, Georgia Auditing Services Date of Proposal Announcement / Request Web Post Date

REQUEST FOR PROPOSAL (RFP) NO

Consulting Services for Update of Countywide Impact Fee Study

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

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

Architectural Services

Automated Airport Parking Project

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

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

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

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

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

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No North Orlando Smith Road Oglesby, Illinois Sound System - Proposal # PR11-P04

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

Request for Qualifications Construction Manager

Dakota County Technical College. Pod 6 AHU Replacement

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

REQUEST FOR PROPOSAL INFORMATION SECURITY CONSULTANT FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2013-P03

REQUEST FOR BID PRINTING SUPPLIES FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2015-B02

TOWN AUDITING SERVICES

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS RFP# CAFTB

Issued by: City of Lynwood Community Development Department (CDBG) Division

REQUEST FOR PROPOSALS

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS. Phone# (928)

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Agency of Record for Marketing and Advertising

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Proposals must be clearly marked Request for Proposals Independent Audit Services

INFRASTRUCTURE CABLING Bid # RLUSD Y11 01

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

Request for Proposals

REQUEST FOR PROPOSAL PORTABLE ADVANCED TRAINING SYSTEMS FOR THE MECHATRONICS CURRICULUM FOR ILLINOIS VALLEY COMMUNITY COLLEGE RFP # RFP2014-P03

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

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

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

INSTRUCTIONS TO BIDDERS for ATST Polarization Optics. AURA, Inc. Operating the National Solar Observatory Tucson, Arizona. RFQ Polarization Optics

Redevelopment Authority of Allegheny County

The District is looking for the architectural firm to provide the following (not listed in order of preference):

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Social Media Management System

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

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Transcription:

April 19, 2012 TO: ALL PROSPECTIVE BIDDERS FROM: Re: REQUEST FOR PROPOSAL NO. 12-05 FOR SOLID WASTE FACILITIES Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form, a sample contract and scope of work. Sealed responses are to be received no later than 2:30 PM, PDT, WEDNESDAY, MAY 9, 2012. Please return your Proposal in a sealed envelope with the RFP number and the date and time of RFP opening. Mail or deliver your response by the above date and time to the following address: San Joaquin County Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 **PRE-PROPOSAL CONFERENCE** There will be ONLY ONE pre-bid conference at 9:00 AM PDT on Friday, April 27, 2012. The walk through will begin at the Foothill Landfill Scale House, 6484 N. Waverly Road, Linden CA 95236 and will include three additional sites. This will be your only opportunity for an on-site visit. Not attending this conference does not exclude you from bidding. However, this will be your only opportunity to visit the site. If you have any further questions, please contact me at (209) 468-3142. Sincerely, Julia Padilla Deputy Purchasing Agent JP

REQUEST FOR PROPOSAL RFP # 12-05 FOR SOLID WASTE FACILITIES DUE DATE: 2:30 PM, PDT, WEDNESDAY, MAY 9, 2012 San Joaquin County Purchasing and Support Services 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2931 BUYER: Julia Padilla, Deputy Purchasing Agent / 209.468.3142

CONTENTS KEY ACTION EVENTS AND DATES... 11 INTRODUCTION SHEET... 2 COST... 3-55 MINIMUM REQUIREMENTS... 55 GRADING CRITERIA... 66 GENERAL PROPOSAL REQUIREMENTS... 99 COOPERATIVE / PIGGYBACK CLAUSE... 1414 IDENTIFICATION SHEET... 1515 NON-COLLUSION AFFIDAVIT... 1616 SUBMITTAL OF PROPOSALS... 1717 PROPOSAL AUTHORIZATION... 1818 ATTACHMENTS & EXHIBITS EXHIBIT A Sample Contract (See separate file) EXHIBIT B Scope of Work and Figures (See separate file)

KEY ACTION EVENTS AND DATES Listed below are the events and dates for this RFP. All dates are subject to revision. Event No. Description Date 1. Release of RFP Wednesday, April 18, 2012 2. Pre-Proposal Conference Review of RFP Friday, April 27, 2012 9:00 AM, PDT Site Visit will begin at : Foothill Landfill Scale House 6484 N. Waverly Road Linden CA 95236 And Include 1. North County Recycling Center and Sanitary Landfill 2. Harney Lane Landfill 3. Corral Hollow Landfill Site Rules/Requirements: All visitors are to wear hard hats, safety vests and safety shoes when visiting each site. Visitors may drive around each site at their own risk. A four wheel drive vehicle will be ideal for touring. 3. Last day for Proposers to submit questions Tuesday, May 1, 2012 10:00 AM, PDT 4. Last day for County to answer questions Thursday, May 3, 2012 5:00 PM, PDT 5. Proposal is due no later than 2:30 PM, PDT Wednesday, May 9, 2012 6. ETA Award June/July WEDNESDAY, MAY 9, 2012 Page 1 of 20

INTRODUCTION SHEET PURPOSE: San Joaquin County (COUNTY) seeks a contractor to provide on-call aerial topographic and related services at Solid Waste Facilities managed by the County s Public Works Department Solid Waste Division. ** NON MANDATORY PRE-PROPOSAL CONFERENCE** There will be a NON MANDATORY Pre-Proposal Conference scheduled for SEE KEY ACTION DAYS AND EVENTS. SCOPE OF WORK Please see attached Exhibit B Scope of Work and Figures WEDNESDAY, MAY 9, 2012 Page 2 of 20

COST PROPOSAL (Submit in a separate envelope) RFP 12-05 FOR SOLID WASTE FACILITIES Item Description Unit Estimated Quantity Times Per Year Unit Price Extension 1 Corral Hollow 2 Harney Lane 3 North County Option 1 4 North County Option 2 5 Foothill Landfill Option 1 6 Foothill Landfill Option 2 Aerial Topographic Survey Lump Sum 1 1 Lump Sum 1 1 Lump Sum 1 1 Lump Sum 1 1 Lump Sum 1 1 Lump Sum 1 1 7 Volume Calculation Hours 10 6 Miscellaneous Ground Surveying 8 9 10 11 Mobilization/Demobilization Foothill Landfill Mobilization/Demobilization North County Landfill Mobilization/Demobilization Corral Hollow Landfill Mobilization/Demobilization Harney Lane Landfill 12 Survey Crew Lump Sum Lump Sum Lump Sum Lump Sum Crew Hours 1 4 1 8 1 3 1 3 10 20 TOTAL WEDNESDAY, MAY 9, 2012 Page 3 of 20

Note: 1. The above bid sheet reflects the County s estimate of work during a fiscal year. Actual work may differ. 2. Unit prices shall include all associated costs, full compensation for labor, fuel, equipment, overhead and insurance. 3. Aerial survey costs shall include mobilization and demobilization 4. Miscellaneous Survey mobilization and demobilization at each site shall include arriving at the site, setting up the GPS survey base station for ground survey in reference to the on-site control points, and removal of the survey base station when work is complete. 5. Additional costs that the Bidder identifies as required items associated with this project that were not identified in this RFP must be listed and submitted with the cost proposal. 6. Contractor s fee schedule shall be included in the envelope with the cost proposal. 7. Proposal pricing shall be valid for 90 days from bid opening date. WEDNESDAY, MAY 9, 2012 Page 4 of 20

COST (Submit in a separate envelope) Having reviewed the contract documents and the site(s) of the work, proposer hereby proposes to furnish all work, labor, materials, transportation, equipment and services necessary, as described in the Cost Information Work Sheet on Page 3, including State of California and local sales or use taxes, license or permit fees, if any, for the (name the project) Project, for the sum of Dollars ($ ). If awarded the contract, work will commence on the first working day following receipt from the County of the Notice to Proceed.. Cost Proposal shall be valid for a minimum of 90 days from date of RFP opening. MINIMUM REQUIREMENTS Contractor shall have a valid California Professional Land Surveys (PLS) license with minimum (3) years experience. As described in Exhibit B Scope of Work WEDNESDAY, MAY 9, 2012 Page 5 of 20

GRADING CRITERIA Following the deadline for receipt of proposals, all proposals submitted will be analyzed and reviewed by a review panel including representative(s) of the Public Works Department Solid Waste Division and Purchasing Department. The RFP process, the County reserves the right to negotiate a contract based on all factors involved in the written proposal without further discussion or interview. Proposals will be evaluated for cost and compliance with all requirements set forth in this RFP, including timely submission and provision of all documents requested. County will evaluate each proposal in the following categories. The maximum points that can be awarded in each category are: Item Grading Category Max Points 1 Statement of Qualifications 10 2 Experience and Qualifications of staff assigned to project 20 3 Client References 20 4 Cost 50 TOTAL 100 1. Cost Proposal: The proposer whose total cost in the bid sheet is the lowest will be awarded the maximum number of points. Points will allocated to other bidders based the following calculation: Proposer Cost. Lowest Cost among Proposers X 50 WEDNESDAY, MAY 9, 2012 Page 6 of 20

For Example, the score for the lowest bidder will be 50. Assuming that the lowest proposer cost is $100,000 and then the score of the proposer with a cost of $120,000.00 is: (100,000/120,000) x 50 = 40 points 2. Statement of Qualifications Statement of qualifications shall present the qualifications of the firm(s) as they relate to the project. Statement of qualifications shall be five pages maximum 3. Experience and Qualifications Contractor shall submit resumes of proposed staff for the project. The County will evaluate the skills of the staff proposed for this project based on education and experience for the scope of work identified in the RFP. 4. Client References 5. Teaming Contractor shall provide VALID references for two (2) aerial topographic surveys within the last three years with a total survey area of at least 800 acres. Deliverables of reference projects shall have been AutoCAD drawings with at least the precision of this project. Reference projects shall be those done by the team proposing on this project. The rolls of team members in the reference projects shall be the same as proposed for this work. References shall have the following information. 1. Client Name 2. Address 3. Phone Number 4. Contact Person 5. E-mail 6. Client Contract Date 7. Name Of the Project 8. Aerial Survey Area: Firms teaming for this work will not be penalized if: 1. No more than two firms are teamed WEDNESDAY, MAY 9, 2012 Page 7 of 20

2. The separation of responsibilities reflect the work, such as, all ground survey by one team member, all aerial work done by the other Provide following information for any subcontractor: 1. Name of Subcontractor : 2. Address 3. Phone Number 4. Contact Person 5. Description of services provided by the Subcontractor The County will evaluate the proposer s performance in similar projects based on conversations with the references. Higher scores will be awarded for positive reviews from reference contacts. NOTE: Ensuring that the references are available and phone numbers and e-mails are current is the responsibility of the proposer. Zero points may be awarded for references that cannot be reached after two phone calls. The County will not seek other phone numbers or other reference contacts. WEDNESDAY, MAY 9, 2012 Page 8 of 20

GENERAL PROPOSAL REQUIREMENTS 1. CONTRACTOR RESPONSIBILITIES: All procedures and services must be in compliance with all Federal, State, and County Local Laws and Regulations. The Contractor will be responsible for the following: 2. BASIS FOR SELECTION AND CONDITIONS Scoring: Each category will be evaluated independently and a score assigned based on how well a proposing firm meets the requirement of the category. The contract will be awarded to the responsive Proposer with the highest total score. Proposers that do not meet the minimum standards will not be scored. The responsiveness, competency and responsibility of Proposer and of their proposed subcontractors will be considered in making the award of contract. Before being awarded a contract, any Proposer may be required to furnish evidence satisfactory to the County that Proposer and their proposed subcontractors have sufficient means and experience in the type of work called for to assure completion of the contract in a satisfactory manner. The County reserves the right to reject the proposal of any Proposer as not responsible and not qualified to do the particular work under consideration who have previously failed to perform properly or to complete on time contracts with the County of a nature similar to this project. Other factors that may be considered by the County to determine a responsible proposal and the overall capability of the Proposer to satisfactorily complete the work under consideration may include, but are not limited to: insufficient experience, experience on other public projects, experience doing the same type of work, length of tenure and capacity with bonding or insurance company, financial stability, and whether a Proposer has been terminated on other projects. A responsive proposal is one that meets all terms, conditions, and scope of work of the RFP. The bid must comply with the content requirements of the RFP documents. The Proposer must perform and do what the RFP documents and contract required and said they must do, whether it be pricing in a certain way, attending a mandatory pre-bid conference, providing bonds, etc. Other examples where a proposal might be declared and found to be non-responsive include: Proposal is substantially incomplete WEDNESDAY, MAY 9, 2012 Page 9 of 20

Proposal is not signed Proposal is delivered late No acknowledgement of critical addenda Significant discrepancies appear in the response A responsive proposal conforms to RFP and scope of work. However, a proposal which substantially conforms, though not strictly responsive, to a call for proposals may be accepted if the variance cannot have affected the amount of the proposal or given a Proposer an advantage or benefit not allowed other Proposers or, in other words, if the variance is inconsequential. The County reserves the right to reject any and all proposals or alternatives and waive any informality or irregularity in the proposals or in the bidding, and to determine responsiveness and responsibility of Proposer, including but not limited to those areas mentioned above. A. The County of San Joaquin has a 5% local vendor preference; however the preference shall not exceed $7,500.00 per bid. Click on the link below to view San Joaquin County s Policy and Procedures. http://www.sjgov.org/supportserv/dynamic.aspx?id=10217 B. SAN JOAQUIN COUNTY GREEN PURCHAISNG POLICY: San Joaquin County has a Green Purchasing Policy; please click on the link to view. http://www.sjgov.org/supportserv/dynamic.aspx?id=10128 3. SUBMITTAL FORMAT A. Forms to be included in your response are listed below: 1) Identification Sheet 2) W-9 3) Licenses / Certifications as required 4) Addendum(s) Vendors are to indicate acknowledgement, sign, and return Addendum(s) with their response. The County reserves the right to reject any responses deemed to be non-responsive. 5) One (1) copy of proposal clearly marked ORIGINAL and three (3) copies clearly marked COPY 4. PROPOSAL ORGANIZATION Proposals shall be spiral bound and shall include a cover page identifying the proposers name, RFP No and title. WEDNESDAY, MAY 9, 2012 Page 10 of 20

Proposals shall be organized into four sections. The sections shall be clearly labeled as: 1. Statement of Qualifications 2. Experience and Qualifications of staff assigned to project 3. Client References 4. Cost. Proposers shall submit the cost proposal in a sealed envelope. The sealed envelope shall be labeled with the proposer s name, RFP title and number, and the notation Cost Sheet. 5. PROVIDED BY SAN JOAQUIN COUNTY: San Joaquin County will provide AutoCAD files from previous years as needed to allow calculation of fill and cut volumes. 6. SCOPE OF WORK CHANGES: The County may, during the proposal period, advise the Proposer in writing of additions, omissions, or alterations in the scope of work. Changes shall be included in the RFP and become part of the scope of work as if originally submitted. 7. AMENDMENTS: No one is authorized to amend this proposal in any respect, by an oral statement, or to make any representation or interpretation in conflict with the provisions of this RFP. If necessary, supplementary information in addendum form will be prepared and posted on the Purchasing Open Bids website. It is the Proposer s responsibility to obtain, sign and submit all addendum(s) for the RFP at: http://www.sjgov.org/supportserv/control/purchasingbids.asp Failure of Proposer to not submit signed addendum(s) with their proposal shall be cause for rejection. Any exceptions taken to this RFP shall be clearly stated in writing. 8. RFP WITHDRAWAL: Any Proposer may withdraw their proposal, either personally or by written request, at any time prior to the date and time due. WEDNESDAY, MAY 9, 2012 Page 11 of 20

9. RIGHT TO REJECT PROPOSALS: San Joaquin County reserves the right to reject any and all proposals, or any part of a proposal; to waive minor defects or technicalities; or to solicit new proposals on the same project or modified project, which may include portions of the original RFP document, as the County may deem necessary and in its best interest. False, incomplete or unresponsive statements in connection with a submitted proposal may be sufficient cause for rejection. The County will be the sole judge in making such determinations. 10. EXAMINE SCOPE OF WORK: Proposer shall thoroughly examine and be familiar with the scope of work herein. Failure or omission of any Proposer to receive or examine any form, instrument, addendum or other document, or become acquainted with existing conditions, shall in no way relieve Proposer from any obligations with respect to Proposer s offer or to the contract. Submission of a proposal shall be taken as prima facie evidence of compliance with this section. 11. SITE INSPECTION: Proposers shall have the opportunity to examine the work sites during the scheduled non-mandatory site visit, and shall be responsible for having acquired full knowledge of the job and of all issues affecting it. No variations or allowances from the contract sum will be made because of lack of such examination. 12. ALL RFP DOCUMENTS PART OF FINAL CONTRACT: Any RFP documents, letters and materials submitted by the Proposer shall be binding and included as part of the final contract. Unauthorized conditions, limitations or provisions attached to proposals may cause its rejection. 13. EXCEPTIONS: Any exceptions to this RFP must be stated in your proposal. It is otherwise assumed that the wording within this document is acceptable and agreed to by the Proposer. WEDNESDAY, MAY 9, 2012 Page 12 of 20

14. RESULTING CONTRACT: Contract period will be for three years with the option to renew for three one-year extensions for a total possible contract time of six years. The Cost Proposal will be the basis for an annual budget. It is possible that portions of an annual budget will remain unused at the end of a fiscal year. If so, that remaining portion will be carried into the next fiscal year, and added to the annual budget for that year. Through the RFP process, the County reserves the right to negotiate a contract based on all factors involved in the written proposal without further discussion or interview. The performance of the contract resulting from this proposal shall be governed, construed and interpreted according to the laws of the State of California. Terms and Conditions of a resulting contract shall be those of Exhibit A Sample Contract. Any contentions must be submitted with your RFP. 15.NOTICE: Any notice, demand, request, consent approval or communication that either party desires or is required to give the other party shall be in writing and either serviced personally or sent by pre-paid first-class mail or the equivalent thereof by private carrier. Any such writing shall be addressed to County of San Joaquin, Purchasing Department, 44 N. San Joaquin Street, Suite 540 Stockton, CA, 95202-2931, Attention: Julia Padilla and RFP #12-05 WEDNESDAY, MAY 9, 2012 Page 13 of 20

COOPERATIVE / PIGGYBACK CLAUSE For the term of the Contract and any mutually agreed extensions pursuant to this request for bids/proposals, at the option of the vendor, other public agencies or public corporations, including any county, city, town, school district, community college, public utility district or other public corporation or agency within the State of California, may purchase, lease-purchase, or rent the identical items(s) at the same price and upon the same terms and conditions pursuant to any applicable Public Contract or other relative legal Code. San Joaquin County waives its right to require such other districts and offices to draw their warrants in the favor of the County and agreements, orders, and payments may be made directly between the vendor and the public agency/corporation. Acceptance or rejection of this clause will not affect the outcome of the bid/proposal. Piggyback option granted Piggyback option not granted (Vendor please initial) WEDNESDAY, MAY 9, 2012 Page 14 of 20

IDENTIFICATION SHEET RESPONDENT TO COMPLETE AND RETURN WITH PROPOSAL Type or print the following information: Company: Address: (City) (State) (Zip) Name: Title: E-mail: Telephone: ( ) Fax: ( ) Years in business: Number of employees: Name of Insurance carriers: Public Liability: Workers Compensation: Expires: Expires: WEDNESDAY, MAY 9, 2012 Page 15 of 20

NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) In accordance with Title 23, United States Code Section 112, and Public Contract Code 7106, the bidder declares that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other proposer to submit a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the Proposer or any other proposer, or to fix any overhead, profit or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and further, that the Proposer has not, directly or indirectly, submitted their proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. NOTE: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Proposer s Signature Date WEDNESDAY, MAY 9, 2012 Page 16 of 20

Submittal of Proposals Sealed Proposals will be received at the Office of the Purchasing Agent at 44 N. San Joaquin Street, Suite 540, Stockton, CA 95202-2930, until: Wednesday, May 9, 2012 at 2:30 PM, PDT. ALL PROPOSALS SHALL BE ADDRESSED AS FOLLOWS: Request for Proposal 12-05 Purchasing Agent County of San Joaquin 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202-2931 The Proposal envelope shall have stated thereon the name and address of the submitting Contractor. PROPOSALS WILL NOT BE ACCEPTED AFTER: Wednesday, May 9, 2012 at 2:30 PM, PDT. ALL PROPOSALS RECEIVED AFTER SAID TIME AND DATE WILL BE TIME- STAMPED AND RETURNED UNOPENED TO THE SUBMITTER. THE COUNTY WILL NOT ACCEPT PROPOSAL RESPONSES SUBMITTED BY FAX OR EMAIL. WEDNESDAY, MAY 9, 2012 Page 17 of 20

PROPOSAL AUTHORIZATION SIGNATURE PAGE The undersigned, having carefully read and examined this RFP, and being familiar with (1) all the conditions applicable to the work for which this proposal is submitted; (2) with availability of the required equipment, materials and labor hereby agrees to provide everything necessary to complete the work for which this proposal is submitted in accordance with the proposal documents for the amounts quoted herein and further agrees that if this proposal is accepted, within five (5) days after the contract is presented for acceptance, will execute, and mail a signed contract to the County of San Joaquin Purchasing Agent. In addition, by submission of a proposal, Proposer attest to having possession of a duly issued valid contractor s license issued by the State of California. Such license authorizes a Proposer to contract to perform type of work required by the scope of work. Should the Proposer fail to provide the number and classification of Proposer s State of California Contractor s License, the County may reject your Proposal. This Signature/Authorization page must be in Section 1 of your Proposal. Signature of Authorized Agent Date Printed Name of Authorized Agent WEDNESDAY, MAY 9, 2012 Page 18 of 20

EXHIBIT A SAMPLE CONTRACT PROFESSIONAL SERVICES CONTRACT TEMPLATE WEDNESDAY, MAY 9, 2012 Page 19 of 20

EXHIBIT B SCOPE OF WORK AND FIGURES WEDNESDAY, MAY 9, 2012 Page 20 of 20