REQUEST FOR QUALIFICATIONS

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

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

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

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

City of Malibu Request for Proposal

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

REQUEST FOR PROPOSALS For Design Services for New Fire Station

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

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

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

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

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

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

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

Dakota County Technical College. Pod 6 AHU Replacement

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

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

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

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

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

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

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Disadvantaged Business Enterprise Supportive Services Program

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

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

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

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

CITY OF FLORENCE, SC REQUEST FOR PROPOSALS (RFP) No FLORENCE COMMUNITY BRANDING REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

PIEDMONT TRIAD AIRPORT AUTHORITY

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

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

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

Request for Proposals

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Grant Seeking Grant Writing And Lobbying Services

Agency of Record for Marketing and Advertising

State Universities Retirement System

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

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

REQUEST FOR QUALIFICATIONS for Vancouver Life Sciences Building Pre-Design/Programming Services

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

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

Request for Qualifications Construction Manager

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

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

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

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

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

Tourism Marketing Strategy

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

REQUEST FOR PROPOSAL

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

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

REQUEST FOR PROPOSAL

Social Media Management System

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Redevelopment Authority of Allegheny County

Request for Proposals [RFP]

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

Request for Proposal PROFESSIONAL AUDIT SERVICES

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

REQUEST FOR PROPOSALS

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

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

Bowen Island Municipality

REQUEST FOR PROPOSAL Architectural Services

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

Arizona Department of Education

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

GOODWILL YOUTHBUILD GED/High School Education Instruction

REQUEST FOR QUALIFICATIONS & PROPOSALS FOR AIR SERVICE DEVELOPMENT CONSULTING SERVICES FOR THE

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

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

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

REQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) Summer Youth Employment and Learning Program Sustainability September 15, 2017

Request for Proposal (RFP)

TOWNSHIP OF LAKE OF BAYS R.F.P REQUEST FOR PROPOSAL

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

Attention Design Firms

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Request for Qualifications Construction Manager at Risk Contract

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

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

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

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

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

Transcription:

Cowlitz- Wahkiakum Council of Governments 207 N. 4 th Avenue, Administration Annex Kelso, WA 98626 Phone: (360)577-3041 ~ Fax: (360) 425-7760 REQUEST FOR QUALIFICATIONS Mount St. Helens Broadband Feasibility Study September 2012

REQUEST FOR QUALIFICATIONS Table of Contents Page No I. Introduction 1 II. Description 1 III. Submittal Information and Requirements 2 IV. Proposal Selection Process 7 V. Contract Award 8 VI. Attachments Attachment 1: Scope of Work 10 Attachment 2: Evaluation Criteria 13 Attachment 3: Schedule for Selection Process 15 Attachment 4: MSH Broadband Feasibility Study Map 16 Attachment 5: Page Limitations for Submittals 17 Attachment 6: WSDOC & ARRA Requirements 18 Attachment 7: Certification 39

I. INTRODUCTION The CWCOG is seeking qualified consultants to complete a broadband gaps analysis, a needs assessment and an economic impact analysis, and to develop a list of prioritized projects to facilitate future broadband infrastructure investments. Funding sources are to be identified for each of the projects, which are to be prioritized based on economic vitality, tourism promotion, public safety, and educational and research opportunities. The Scope of Work must be completed by June 30, 2013. II. DESCRIPTION A. Roles and Responsibilities The selected consultant will conduct a gaps analysis, needs analysis and economic impact analysis for expanding broadband capabilities in Cowlitz and Skamania counties around the Mount St. Helens National Monument for economic development, public safety, tourism, research and educational opportunities. The consultant will also develop a prioritization mechanism by either category (tourism, public safety, education, economic development or by cost element) and present to the MSH Committee. The Scope of Work (SOW) developed between the CWCOG and Washington State Department of Commerce is available in Attachment 1. The SOW must be followed as outlined in Attachment 1. The CWCOG will be responsible for the coordination of efforts to review the current gaps and needs of broadband infrastructure along SR 503 and SR 504 in Cowlitz County and Forest Roads 90 and 99 in Skamania County. In addition, the US Forest Service and the Mount St. Helens (MSH) Institute are partnering on the project to assist in identifying future needs for broadband infrastructure. Finally, the Cowlitz Economic Development Council (CEDC) will assist in identifying future economic development opportunities along the routes that would be enhanced by investment in broadband infrastructure. B. Project Location The region proposed for this study includes the communities of Castle Rock and Toutle along State Route 504 in Cowlitz County east of I-5 up to the National Monument s Johnston Ridge Observatory in Skamania County. There are residential communities along the route as well as multiple businesses and visitor centers providing services to the public. Also included in this study are the communities of Woodland, Ariel and Cougar in Cowlitz County along State Route 504 east of I-5, and into Skamania County to the Swift Reservoir Communities on Forest Road 90, which continues along Forest Road 25 to several visitor stops and centers. A map of the project area is available in Attachment 4. 1

III. SUBMITTAL INFORMATION AND REQUIREMENTS A. Submittal Requirements: Qualified consultants are invited to submit a single proposal as described in this RFQ. Submittals shall be thorough and concise. The proposal should address the elements specified herein and be presented in the following format: 1. Format i. Language: All information shall be written in the English language using units and measurements in accordance with WSDOT standards. ii. Type Font: All narrative text shall be in the Times Roman font, at a minimum 12- point font size, single-spaced. Tables, figures and schedules may use a 10-point font size. Original document must be printed single-sided; the three (3) additional copies for the Selection Committee may be printed double-sided. The type style and size of headings and figures are not prescribed. iii. Photos: Photos may be provided if they illustrate or demonstrate qualifications within the Scope of Work. iv. PowerPoint: No PowerPoint presentations will be allowed for the oral interviews. v. Page Size: All information, except for charts, exhibits and other illustrative and graphical information shall be printed on 8.5 x 11 inch paper. Charts, exhibits and other illustrative and graphical information may be on 11 x 17 inch paper, but shall be folded to 8.5 x 11 inch and will be counted as one sheet. vi. Page Margins: No text, tables, figures or other substantive content shall be printed within.75 inch of any page edge. vii. Page Limit: Submittals are limited by the specific section requirements and outlined in Attachment 5. The submittal shall only include information required by the RFQ. No other information will be considered in the evaluation of the Proposals but will be counted as part of the page limits. viii. Binding: Each copy of the Proposal including the original and three (3) copies for the Selection Committee shall be bound separately with all pages in a binder sequentially numbered. The original Proposal shall be unbound with all pages sequentially numbered. ix. Front Cover: The Front Cover of each of the Proposals shall be labeled with the Consultant s name, project name, and RFQ due date. x. Professional Liability Insurance: Provide evidence of Professional Liability Insurance. xi. Certifications: Complete, sign and submit a copy of Attachment 7 with your submittal. 2. Letter of Introduction and Availability: Provide an introduction to the consultant or firm, including the year it was established, as well as a statement of interest in the project and an overall understanding of the scope of work. Include complete contact information and signatures of all individuals authorized to make representations for the firm. 3. Outline of Qualifications and Experience: Provide an overview of background, relevant experience, credentials and qualifications as they pertain to the project s scope of 2

work and deliverables. Introduce and provide background information and related experience of staff who will be involved in the project. If the use of sub-consultants is proposed, similar information shall be provided for each of the sub-consultants. 4. Examples of Similar Projects: Provide examples of previously completed Gaps and Needs Analysis or Market Impact Studies that have similar deliverables and elements in common with the goals of the project. With each example, include the top three successes within the project, top three challenges, how they were handled, and the end result. 5. Writing Samples: Include a minimum of three examples which demonstrate written experience in Gaps Analysis, Needs Analysis, or Market Impact Studies. 6. Methodology: Outline the proposed approach to the project and describe the method to: i. Survey residents and business owners regarding their use of broadband services for home and/or work including availability, type, speed, reliability, security and cost. ii. Complete a SWOT analysis with stakeholders including business owners, residents, city, county, state and federal agencies and departments (public works, state parks, Forest Service, Sheriff s office, port offices, etc.). SWOT to also include public safety, research and education needs. iii. Assess services within proposed area and compare to Washington State Broadband information working with local service providers. iv. Complete a gap and needs analysis of broadband infrastructure along proposed routes. 1. Needs analysis to include a list of specific locations to upgrade services or expand services. 2. Needs assessment to include information pertaining to the coverage and utility use of broadband at specific locations along the proposed routes including educational and research needs at Coldwater Ridge, Johnston Ridge, Pine Creek Visitors Center, and Windy Ridge Visitors Center. 3. Gap analysis to include, based on current broadband infrastructure, a list of gaps in actual service or blackout areas, reliable and secure service and full service. Blackout areas to be assessed based on public safety/law enforcement coverage and commercial coverage. v. Complete an economic impact analysis, based on information obtained with the survey, data obtained from service providers, the gap and needs analysis and current infrastructure data. Also provide a list of future investment projects needed to maximize economic development opportunities. Develop a mechanism to prioritize future investment needs. Consultant will base analysis using the following categories: 1. Economic Development 3

a. Current usage of residents and commercial customers and effectiveness of services to conduct personal and/or commercial business. b. Limitations to grow business along route due to limited or lack of broadband. c. Access of visitors and tourists to obtain regional information and resources at key locations (visitor s centers, restaurants, gas stations, campgrounds, rest stops, etc). 2. Infrastructure Needs: a. Current infrastructure capacity. b. Minimal upgrades (less than $50,000) to broadband infrastructure to improve and extend service. c. Extensive upgrades (over $50,000) to broadband infrastructure to improve or extend service. v. Complete a report to stakeholders on findings and analysis in May 31, 2013. 7. Timeline: Include a list of any on-going contracts/projects with current status and projected completion dates. State in the affirmative or negative whether or not the firm can perform the deliverables applicable to the project addressed in the proposal within the time specified and with the identified staff. If the firm cannot complete the deliverables within the timeline specified in Attachment 3, provide a proposed schedule for the deliverables illustrated by a timeline and flowchart. 8. Project Budget: CWCOG has a maximum budget for the consultant of $60,000 to complete the proposed Scope of Work. The chosen Consultant and CWCOG will negotiate a specific budget. 9. Professional References: Provide contact information for the most recent project and three relevant professional references. 10. Conflict of Interest: The firm shall disclose any financial, business or other relationship with the CWCOG, Cowlitz, or Skamania counties, US Forest Service and the Mount St. Helens Institute that may have an impact upon the outcome of this contract procurement process. The firm shall also list current clients who may have a financial interest in the outcome of this contract. 11. Ambiguous Statements: All responses to the RFQ should be stated as concisely as possible. Ambiguous statements, such as All reasonable effort to provide, and the like, may be grounds to declare the proposal non-responsive. 12. Multiple Proposal Copies: To be considered, submissions in response to this RFQ must include three (3) copies of the proposal and a single flash drive with the proposal in PDF form. 4

13. Signature: The proposal shall provide the following: names, titles, addresses, telephone numbers and email addresses of individuals with the authority to negotiate and contractually bind the company. 14. Women and Minority Owned Firms are encouraged to apply. 15. Time and Place of Submission: To be considered, the consultant s proposal and three (3) copies along with the flash drive must be submitted to CWCOG by 12:00 P.M. PST on September 24, 2012. Submittals shall be addressed as follows: Cowlitz-Wahkiakum Council of Governments MSH Broadband Study ATTN: Jennifer Keene, Project Manager 207 N. 4 th Avenue, Administration Annex Kelso, WA 98632 B. Late Submittals: Submittals received after the specified time shall not be considered and will be returned unopened to the submitter. C. Modification or Withdrawal of Submittals: Any proposal received prior to the date and time specified above for receipt may be withdrawn or modified by written request of the consultant prior to the submittal deadline. Any modifications shall follow the guidelines when resubmitting. D. Intellectual Property Rights: Proposals received become the property of the Cowlitz- Wahkiakum Council of Governments and all rights to the contents therein become those of the CWCOG. E. Confidentiality: Before awarding the contract, all submittals will be designated confidential. All members of the Selection Committee will remain confidential until the time of the in-person interviews. Proposers attention is directed to the organizational conflict of interest rules found in 23 CFR S 636, Subpart A, including 23 CFR s 636.116, which apply to this procurement. Proposers are advised that 23 CFR Section 636.116(a)(2) may preclude certain firms, their sub-consultants and affiliates from participating on a Proposer team. Organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the owner, or the person s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. By submitting its proposal and signing and submitting Appendix 4, each Proposer agrees that, if an organizational conflict of interest is thereafter discovered, the Proposer must make an immediate and full disclosure to CWCOG that includes a description of the action that the Proposer has taken or proposes to take to avoid or mitigate such conflicts. If an organizational 5

conflict of interest is determined to exist, CWCOG may, at its sole discretion, cancel the procurement, disqualify the Proposer with a conflict, or take other action as necessary to mitigate the conflict. If the Proposer was aware of said conflict, CWCOG may pursue remedies including termination of the Contract, for default. F. Amendments to Request for Qualifications: The CWCOG reserves the right to amend this RFQ by addendum before the final proposal due date. Addendums to the Mount St. Helens Broadband Feasibility Study will be made public on the CWCOG website (www.cwcog.org). Consultants should check the website for any Addenda changes that will be made public on or after September 5, 2012. G. Background Investigation: By submitting a proposal in response to this Request for Qualifications, you are giving permission to the CWCOG to investigate your company/agency and background with regard to any matter bearing on the desirability of the CWCOG doing business with you. The results of the investigation may be taken into consideration by the CWCOG and the MSH Broadband Committee, in making its decision. H. Inquiries: Inquiries concerning this RFQ should be directed in writing to the project manager (no phone calls will be accepted). Proposers shall be responsible for reviewing this RFQ and any Addenda issued by CWCOG prior to the Proposal Due Date and for requesting written clarification or interpretation of any perceived discrepancy, deficiency, ambiguity, error or omission contained therein, or if any provision which Proposer fails to understand. Failure of the Proposer to so examine and inform itself shall be at its sole risk and no relief or error or omission will be provided by CWCOG. Proposers shall submit and CWCOG will respond to written requests for clarification in accordance with this Section. To the extent written responses are provided, they will be considered part of the Contract Documents. CWCOG will only consider comments or questions regarding this RFQ, including requests for clarification and requests to correct errors, if submitted by a Proposer s Project Manager to the CWCOG s Authorized Representative by hard copy, fax, email or other electronic transmission in the prescribed format. Such comments or questions may be submitted at any time prior to the applicable last date specified in Attachment 2 or such later date as may be specified in any addendum. Questions and comments, including requests for clarification or interpretation, shall be in written form either by mail, fax or email to the following: Jennifer Keene, MSH Broadband Study Project Manager Cowlitz-Wahkiakum Council of Governments Email: jkeene@cwcog.org FAX: (360) 425-7760 207 N. 4 th Avenue Annex, Kelso, WA 98626 6

I. Funding Source: This project is supported by Grant No. 53-50-M09018N awarded by the U.S. Department of Commerce, National Telecommunications and Information Administration. Points of view in this document are those of the author and do not necessarily represent the official position or policies of the U.S. Department of Commerce, National Telecommunication and Information Administration. Grant funds are administered by the Broadband Local Technology Planning Team Grant Program, Washington State Department of Commerce. IV. PROPOSAL SELECTION PROCESS A. Process: A two-phase process shall be used for selecting the best qualified proposal for the project. The first phase of the process is Submittal Review during which CWCOG staff determines whether a submitted proposal will be rejected due to non-responsiveness. All proposals that are not rejected shall move to phase two of the selection process, which is Submittal Evaluation. Phase two involves ranking proposals based on stated criteria. Interviews will occur if only if there is a tie. Please review the details of each phase below as well as Attachment 3, entitled Schedule for Selection Process. B. Submittal Review: CWCOG Project Manager and two additional CWCOG staff will review all timely submittals, in order to determine whether they meet all other requirements of Section IV.A. Submittal Requirements. Failure to meet these requirements may be cause for rejection of the submittal. Similarly, the CWCOG may reject any submittal if it is conditional, incomplete, or contains irregularities. The CWCOG may waive any immaterial deviation in a proposal; however, the absence of information pertinent to the evaluation criteria will be evaluated accordingly. Waiver of an immaterial deviation shall in no way modify the RFQ documents or excuse the selected consultant from full compliance with the contract terms and requirements. C. Submittal Evaluation: The Selection Committee will score each criterion on a point basis and rank each project proposal based on the total points awarded according to the application project. D. Interview: The Selection Committee will conduct oral interviews of the top ranked consultants for the project if there is a tie. The interview provides further opportunity for the CWCOG to evaluate the credentials and qualifications of the consultants, and for both parties to determine the potential to work together effectively on the project. Notification regarding interviews will be communicated on September 21, 2012. Please ensure that the Project Manager and appropriate staff are available to attend the interview. 7

E. Proposal Selection: Any contracts awarded shall be made to the best qualified firm based on the selection process, as outlined above. The CWCOG will notify the author of the proposal selected by distributing a Notice of Intent to Award the contract. F. Bid Protest Selection: A bid protest period shall commence immediately upon distribution of the Notice of Intent to Award the contract, during which time any interested person or entity may file a protest in accordance with the directions below with respect to the selected proposal, and/or with respect to the qualifications or responsibility of the selected firm or any other firm. Firms who wish to lodge a protest as to the award of the contract must do so before 4:30 PM PDT of the 5 th business day following the Notice of Intent to Award the contract. Protests must be received in writing to the Director of the CWCOG, Steve Harvey, and include the following: 1) the name of the person or entity making the protest; 2) a complete statement of all legal and factual grounds of the protest; 3) any documentation supporting the protestor s grounds for the protest; and 4) the form of relief requested and the legal basis for such relief. If a valid protest is timely filed, the Director shall investigate the protest. The protested Firm shall have three (3) business days to respond to the Director and to provide any information requested by the Director. The Director shall respond to the protesting party, stating its findings within five (5) business days. The Director shall make a recommendation to the MSH Broadband Committee regarding the bid protest. Failure to timely file a written protest shall constitute a waiver of the right to protest. Untimely protests will not be accepted or considered. V. CONTRACT AWARD A. Non-Commitment: This RFQ does not commit the CWCOG to award a contract, to pay any costs incurred in preparation for this request, or to procure or contract for services. The CWCOG reserves the right to accept or reject any or all submittals received as a result of this request or to modify or cancel in part or in its entirety the RFQ if it is in the best interest of the CWCOG and MSH Broadband project to do so. B. Recommendations, Approval and Execution: The MSH Broadband Committee will recommend to the CWCOG Project Manager and Director to award the contract to the selected consultant. The prospective consultant is advised that the award of any contract is subject to the approval of the CWCOG Board of Directors. Should this RFQ result in the award of the contract, the contract will not be in force until it is fully-executed by the CWCOG Director and Consulting Firm. C. Independent Contractor: It is specifically understood and agreed by and between the parties hereto that the Bidder is an independent Contractor and not an agent or employee of the CWCOG. The Bidder shall have the sole obligation to employ, direct, control, supervise, 8

manage, discharge and compensate all of its employees and subcontractors, and the CWCOG shall have no control of or supervision over the employees of the Bidder or any of the Bidder s subcontractors. D. Non-Discrimination: CWCOG, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all proposers that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantage business enterprises as defined by 49 CFR Part 26 will be afforded full opportunity to respond to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. E. Payment: The Successful Consultant will be paid no more than once per month for authorized and satisfactorily completed work and services as rendered under the Project Contract. Such payment shall be full compensation for all eligible work and services rendered that are performed satisfactorily; and for all other eligible costs. Following the Washington State Department of Commerce requirements under the American Recovery and Reinvestment Act (ARRA) all expenses shall be detailed on invoices submitted by the Consultant to CWCOG. Fees for services provided shall be detailed by date, type of service provided, name and job title of provider, hours per type of service, hours per day, hourly rate and total per day. Reimbursable expenses shall be itemized and supported with copies of all invoices and receipts for all non-travel and travel reimbursable expenses. An original invoice, with supporting documentation, must be received by the first of the month to be paid by the last working day of the month. Invoices must be addressed to Jennifer Keene, CWCOG, Administration Annex, 207 N 4 th Ave., Kelso, WA 98626. A project expense report noting both the current and cumulative charges of the Consultant and subcontractors detailed by date, type of service provided, name and job title of provider, hours per type of service, hours per day, and hourly rate shall be provided with each project payment request. A progress report with a task breakdown and cost occurred shall also be included in the report. F. Performance of Work: It is the intent of the CWCOG to have the selected consulting firm begin work on or about November 1, 2012 dependent on contract negotiations. Consulting services shall be procured and performed in accordance with the Federal Requirements outlined in Attachment 6. All work must be completed by June 30, 2013. 9

Attachment 1: Scope of Work Goal Action Deliverable Timeline/ Deadline 1. Increase broadband high speed service and access along the following two routes: 1a. Identify current broadband services along routes and speed connections for a wide range of uses including residential, 1a1. Survey of broadband service providers listing available services by type, speed and cost. 1a1. November - December 2012 a) SR 504 from Castle Rock to Johnston Ridge Observatory; and business for visitors (tourists), commercial/ retail, and research/educational. 1b. Survey customers and community 1a2. Map of service area to compare with Washington State Broadband information. 1a2. November- November 2012 b) SR 503 from Woodland along Lewis River Road to Pine Creek Visitor s Center. members regarding current broadband connections, concerns, problems, and barriers for accessing service (SWOT analysis). 1c. Break down SWOT analysis by residential vs. business; type of service; and limitations. 1a3. SWOT analysis 1a3. November November 2012 1b. Research needs; complete an assessment showing gaps in current services, limitations, and infrastructure services; and list future growth access and limitations using current services. Also, develop cost analysis of conducting business under current broadband limitations compared to those businesses in comparative markets that have higher speed access. 1b1. Economic Impact analysis including Future Requirements Analysis of further tourism development along routes (i.e. hospitality, campgrounds, lodge, restaurants, retail shops, etc.) 1c2. Use SWOT analysis and survey of services by providers as well as other pertinent information to develop a Needs Analysis for current service providers and customers. 1c3.Broadband Infrastructure Analysis for both counties to use for future investment as well as for service and utility providers and the USFS. Hiring of consultant for 1b1-1c3. September 2012 1b1-1c3. November 2012-April 2013 2. Enhance business opportunities for locating new businesses and services along routes. 2a. Expand broadband services along SR 503/504 allowing more opportunities for businesses (current and future growth) to access services. 2b. Work with service providers to identify 2a1. Identify a list of specific locations to upgrade services or expand services that will further the reach of fiber optic options. 2b. List future investment projects by 2a1. November- December 2012 2b. February 2013 10

3. Enhance public safety through more reliable broadband service for public safety officers and general public 4. Increase business access to internet services barriers preventing reliable service along routes for customers. 2c. Identify locations for fiber optic connections along SR 504 to reach Coldwater Center which will expand research capabilities with the Mount St. Helens Institute. 2d. Expand capacity for current businesses and visitor centers to provide internet to their customers (i.e. EcoPark, Hoffstadt Bluffs, Weyerhaeuser Learning Center); to provide live feed, and a high speed connection for conferences, thus enhancing the location. 2e. Identify fiber placement along routes 503 and 504 that would give visitors access to the internet where they can buy permits online, check weather and road closure information, and receive general tourism information on linking QR codes seen on visitor signage to websites listing cultural and historical information. 3a. Identify barriers of public safety officers, i.e. County Sheriff, State Patrol, Search and Rescue, and Fire to increase response time, location determination and communications throughout the region. 3b. Increase visitor access to internet through smart phones or cell service to reach 911 services in case of emergency. 4a. Create maps in pdf for posting on the web and for printing that show services and providers for residents and businesses new to the area. 4b. The CWCOG GIS would receive information through partnership with service providers to annually update maps. 4c. Provide maps to chambers of commerce, economic development councils, ports and service providers based on a prioritization mechanism. 2c. Map of fiber optic and copper wire connections to main facilities. 2d. Options of current services to increase speed, security and reliability until funding opportunities occur. 2e. Develop standards for information to be available to tourists/business owners using the internet to access important information via QR codes; research opportunities for e-government options for permits to access State and Federal lands. 3a. Map service blackout areas identified by public safety (may be within same map of deliverables in #1a2). 3b. SWOT survey of public safety providers (may be included within SWOT analysis in #1c2). 4a. Residential Map of Services and Business Map of Services 4b. Agreement with service providers to provide updated GIS data to CWCOG so maps can be updated. 2c. November - December 2012 2d. February 2013- March 2013 2e. November 2012- April 2013 3a. August 2012- November 2012 3b. October 2012 4a. April 2013 4b. November 2012- January 2013 11

5. Enhance local scientific research with Mount St. Helens Institute and their partners at the site rather than in outlying cities. cities along routes for posting online and for making printed versions available in offices. 5a. Work with the Institute and partners regarding the needs of those conducting scientific research at MSH. 5b. Work with the MSH Institute and their partners to increase broadband capacity, specifically at Coldwater Ridge, in order to access high speed internet for conducting research, educational courses and conferences. 5a. Identify, through SWOT analysis, needs of the MSH Institute and partnering entities including universities and research organizations, to enable them to conduct site research and study. Identify broadband accessibility infrastructure needs as part of the project list. 5a. November 2012- April 2013 12

Attachment 2: Evaluation Criteria Submitted proposals will be reviewed and assessed by a Selection Committee comprised of members of the regional partners and the CWCOG. In assessing the proposals, the Selection Committee will evaluate the following criteria: EVALUATION CRITERIA Criteria Maximum Points Ranking 1. Demonstrated understanding of the goals of the project, the scope of work and deliverables 10 Points 2. Knowledge and understanding of the MSH region or rural communities; relevant experience in rural broadband infrastructure, marketing research, analysis of economic, tourist, public safety, and/or educational components of a gaps and/or needs analysis 10 Points 3. Familiarity with or understanding of Broadband Infrastructure 5 Points 4. Firm's past experience and success in performing similar kinds of work, documented by references 20 Points 5. Project team's professional qualifications and experience, commitment to teamwork and client services 20 Points 6. Experience and success with facilitation, public outreach, intergovernmental coordination, data collection and analysis 10 Points 7. Thoroughness of the approach to the Scope of Work, novel approaches, detailed marketing schemes, and technical detail to accomplish approach outlined Total Points Available 25 Points 100 Points 13

Superior Response (90-100%): A Superior response will be a highly comprehensive, excellent reply that meets all of the requirements of the areas within the specific criteria. In addition, the response covers areas not originally addressed within the evaluation criteria and includes additional information and recommendations that would prove both valuable and beneficial to the Mount St Helens Broadband Feasibility Study. The response demonstrates the Consultant s authoritative knowledge and understanding of the project. Good Response (80-89%): A good response will provide useful information while showing experience and knowledge within the evaluation criteria. The response is well thought out and addresses all requirements set forth in the RFQ. The consultant provides insight into its expertise, knowledge and understanding of the subject matter outlined in the criteria. Fair Response (70-79%): A fair response meets all the requirements of the RFQ and has demonstrated in a clear and concise manner a thorough knowledge and understanding of the subject matter outlined in the criteria. The response demonstrates an above-average performance with minimal deficiencies noted. Poor Response (60-69%): A poor response minimally meets most requirements of the RFQ. The consultant has demonstrated limited knowledge of the subject matter only as outlined in the criteria. Inadequate Response (0-59%): An inadequate response does not meet the requirements of the RFQ. The Consultant has not demonstrated knowledge of the subject matter outlined in the RFQ and its response is considered inadequate. 14

Attachment 3: Schedule for Selection Process ACTION DATE TIME RFQ Issued Tuesday, September 4, 2012 Advertisement of RFQ in Trades Wednesday, September 5, 2012 Written Questions Concerning RFQ from Consultants Due by Monday, September 10, 2012 5:00 PM Responses to Written Questions for RFQ issued Tuesday, September 11, 2012 RFQ Due Monday, September 24, 2012 12:00 PM RFQ Proposals Opened Wednesday, September 26, 2012 9:00 AM Technical Review for Responsiveness Thursday, September 27, 2012 MSH Steering Committee to Receive Complete Proposals Friday, September 28, 2012 MSH Steering Committee RFQ Proposal Review/Scoring (the week of) Monday, October 1, 2012 MSH Steering Committee RFQ Proposal Scores Due to Project Manager Friday, October 5, 2012 12:00 PM MSH Steering Committee Selection Friday, October 5, 2012 Contract Negotiations Begin Monday, October 8, 2012 Anticipated Contract Awarded by Monday, October 15, 2012 Anticipated Start Date Thursday, November 1, 2012 Completion Date Required Friday, May 31, 2013 15

Attachment 4: MSH Broadband Feasibility Study Map 16

Attachment 5: Page Limitations for Submittals Submittal Section Page Limitation Letter of Introduction & Availability 2 Qualifications & Experience 10 Project Examples 5 Writing Samples No limit Methodology 10 Timeline 1 Professional References 1 17

Attachment 6: Washington State Department of Commerce & ARRA Requirements 18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

Attachment 7: Certifications RESPONSE TO REQUEST FOR QUALIFICAITONS COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS TO: DUE: Jennifer Keene, Project Manager October 24, 2012 by 12 PM Cowlitz-Wahkiakum Council of Governments MSH Broadband Study 207 4 th Avenue North, Administration Annex Kelso, WA 98626 From: Entity or Individual Submitting Proposal: Mailing Address: Response Prepared By: Title: Contact Person(s): Telephone Number: Email address: The undersigned, as a Bidder, declares that he/she/they/it have carefully examined all terms and conditions of the Request for Qualifications and hereby propose to provide the services requested as outlined in the response. The Bidder, by signature below, further represents as follows: 1) The undersigned declares that, consistent with the proposal submitted with this Reponses Form, he/she/they/it desires to enter into an agreement with Cowlitz-Wahkiakum Council of Governments for services to be rendered. 2) The undersigned is duly authorized to submit the enclosed proposal on behalf of the above named Bidder. 3) That no director, officer, or employee of Cowlitz-Wahkiakum Council of Governments is personally interested directly or indirectly in this work or the compensation to be paid hereunder, and that no representation, 39

statement or statements, oral or in writing, of the CWCOG, its Director, officers, agents, or employees had induced them to enter into this contract and the papers made a part hereof by its terms. 4) That this proposal is made without connection with any person, firm or corporation making a bid for the same property, and is in all respects, fair and without collusion or fraud. 5) I, the undersigned on behalf of the Bidder declare(s) under penalty of perjury under the law of the United States and the State of Washington that this Bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this proposal. (If Sole Proprietor or Partnership) In witness hereto, the undersigned has set his (its) hand this day of, 2012. Name of Firm Signature of Bidder (If Corporation) In witness whereof the undersigned corporation has caused this instrument to be executed by its duly authorized officers this day of, 2012. Name of Corporation By (Typed Name) Title Signature 40