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

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

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

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

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

RE: Request for Proposal Number GCHP081517

This RfP is also available on the CEMCO website under the Community Tab:

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

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

REQUEST FOR PROPOSALS

This request for qualifications seeks the following type of service providers:

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

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

REQUEST FOR QUALIFICATIONS FOR

REQUEST FOR PROPOSALS RFP # December 7, 2010 Proposals Due on January 7, 2011 at 4:00 pm

REQUEST FOR PROPOSALS

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

Redevelopment Authority of Allegheny County

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

REQUEST FOR PROPOSALS

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

Architectural Services

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Request for Qualifications. Architectural Firms

SANTA ROSA CITY SCHOOLS DISTRICT. 211 Ridgway Avenue Santa Rosa, CA Request for Proposals For Architectural Services

Facilities Condition Assessment

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

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

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

LEGAL NOTICE Request for Proposal for Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

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

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

REQUEST FOR PROPOSAL

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

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

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

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

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

January 19, To Whom It May Concern:

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

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

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

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

CITY OF GOLDEN, COLORADO Parks and Recreation Department

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

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

City of Malibu Request for Proposal

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSALS

RFP. Professional Services (As Needed) To Whom it May Concern:

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

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

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

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

Chabot-Las Positas Community College District

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

REQUEST FOR PROPOSAL Milling Services

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

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

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

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

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

REQUEST FOR QUALIFICATIONS (RFQ)

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

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

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

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

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

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

Request for Qualifications

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

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

Design Build Services Lake Shawnee Junior Pond Improvements

REQUEST FOR PROPOSAL

Housing Rehabilitation Program Administration

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

Gainesville City School System

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

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

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

Construction Management (CM) Procedures

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

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

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

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

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

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

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

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS & PROPOSAL G CONTRACTOR OUTREACH CONSULTING SERVICES

Transcription:

Request for Qualifications B13.017 Geotechnical Investigations / Professional Services Firms RFQ Due Date: October 8, 2013 2:00 P.M. Mr. Dale Switzer Senior Director of Facilities Planning, Development and Maintenance Facilities Office Building 88 Grossmont-Cuyamaca Community College District 8800 Grossmont College Drive El Cajon, CA 92020-1799

NOTICE TO RESPONDENTS NOTICE IS HEREBY GIVEN that Grossmont-Cuyamaca Community College District, acting by and through its Governing Board, hereinafter referred to as the DISTRICT, will receive up to, but not later than 2:00 p.m. on October 8, 2013, sealed proposals for the award of the following contract: GROSSMONT-CUYAMACA COMMUNITY COLLEGE DISTRICT Request for Qualifications B13.017 Geotechnical Investigations / Professional Services Such proposals shall be received at the location specified below: Mr. Dale Switzer Senior Director of Facilities Planning, Development and Maintenance Facilities Office Building 88 Grossmont-Cuyamaca Community College District 8800 Grossmont College Drive El Cajon, CA 92020-1799 Each proposal must conform and be responsive to this Notice and all other documents comprising the pertinent Request for Qualifications Documents. Copies of the Request for Qualifications Documents are now available at the District s website (http://www.gcccd.edu/purchasing-contracts/bids-and-proposals.html). The District reserves the right to reject any or all proposals, to accept or reject any one or more items of a proposal, or to waive any irregularities or informalities in the proposals or in the process. No proposal may be withdrawn for a period of sixty (60) days after the due date. Grossmont-Cuyamaca Community College District does not discriminate with regard to race, religious creed, marital status, age, color, sex, national origin, mental or physical disability in the award of contracts. Grossmont-Cuyamaca Community College District encourages responses from minority, small business, disadvantaged business, disabled veteran, and women contractors, consultants and suppliers. Advertising dates: August 20, 2013 August 27, 2013 Page 2 of 10

SECTION 1 - GENERAL INFORMATION 1.1 INTRODUCTION 1.1.1 The Grossmont-Cuyamaca Community College District (GCCCD) is seeking to select one or more firms to provide Geotechnical Investigations/Materials Testing Services. Services for potential projects may include, but are not limited to: Geotechnical engineering including subsurface exploration, fault hazard assessment, laboratory testing, geotechnical engineering evaluation, structure seismic loading geotechnical report preparation. 1.1.2 Consultants shall be selected, on the basis of written responses to this Request for Qualifications (RFQ) and an interview. Term of this agreement will be one year with potential for four subsequent one-year renewals, not to exceed a total of five years. 1.1.3 Because the scope and number of projects and tasks will be unknown at the time of Agreement execution, the contract issued as a result of the RFQ award will be referred to as Master Agreement. Consultant will be specifically authorized on a project by project basis. GCCCD and Consultant agree that no specific quantity of work is guaranteed to be provided to Consultant under the terms and conditions of this Agreement. GCCCD does not guarantee that Consultant will be assigned a project within the program during the term of the Agreement. 1.1.4 Consultant shall provide all services required by, and in accordance with, each project specific Task Order and such other necessary and incidental services that are required to provide professional services for the project(s). 1.2 TYPE OF PROFESSIONAL SERVICES 1.2.1 The consultants must demonstrate the ability to produce studies, reports or other required documents and products. The consultants are to demonstrate a familiarity with the Division of State Architect s (DSA s) application and certification processes. Consultants must also coordinate with other team members (including other design professionals, such as architects and construction managers) as required for a successful project. (Refer to Section 3.1 Minimum Requirements) 1.3 RFQ ISSUING OFFICE 1.3.1 RFQ is issued by the Grossmont-Cuyamaca Community College District. A copy of this RFQ may be obtained by downloading it from GCCCD s website at (http://www.gcccd.edu/purchasing-contracts/bids-and-proposals.html). Page 3 of 10

1.3.2 All questions concerning this RFQ shall be submitted in writing by e-mail to kwright@gafcon.com on or before September 10, 2013. Indicate the RFQ number and title in the subject line. Answers to questions will be posted on the GCCCD website. 1.3.3 All notices, clarifications, and addenda to this RFQ will be posted on the GCCCD website. GCCCD is not responsible for sending individual notification of changes or updates. It is the sole responsibility of the proposing Consultants to remain apprised of changes to this RFQ as shown on the GCCCD website. 1.4 SELECTION SCHEDULE 1.4.1 Schedule: a. Issue RFQ: August 20, 2013 b. Deadline for questions: September 10, 2013 c. RFQ Response Due Date: October 8, 2013 d. Interviews: Week of October 28, 2013 1.4.2 Delivery: Sealed RFQ responses will be accepted no later than 2 p.m. on October 8, 2013. Delivery Grossmont-Cuyamaca Community College District Facilities Trailer Building 88 8800 Grossmont College Dr., El Cajon, Ca. 92020 Parking Lot 4a Attn: Dale Switzer Senior Director of Facilities Planning, Development and Maintenance Note: GCCCD will not accept emailed or fax responses. RFQ response must be received at the above address by the deadline indicated. 1.4.3 RFQ response received after the deadline shall be rejected and returned to proposing Consultant unopened via U.S. Mail. 1.5 REJECTION OF RFQ 1.5.1 GCCCD reserves the right to reject any or all RFQ responses received or to terminate the selection proceedings at any time, if it determines such action is in the best interest of GCCCD. 1.6 AWARDS OF MASTER AGREEMENTS 1.6.1 Awards of Master Agreements, if made, will be in accordance with this RFQ to responsible Consultants submitting an RFQ response compliant with all the requirements of this RFQ and any addenda thereto. Page 4 of 10

SECTION 2 - SCOPE OF WORK 2.1 LOCATIONS AND DESCRIPTIONS OF POTENTIAL PROJECTS 2.1.1 Various potential projects are located throughout GCCCD and are shown on the GCCCD website. 2.2 PROJECTED TIMETABLE 2.2.1 Individual projects will be scheduled throughout the funding life of the projects. Contract negotiations for individual projects will include time constraints for the specific project in question. 2.3 DETAILED SCOPE OF WORK 2.3.1 All firms will be required to comply with all applicable codes. The scope of work in complexity and scope of services may include the following: A. Perform site soils investigations and create an initial and final project Geotechnical Report as needed for submission to the State reviewing agency (Division of the State Architect) and adequate to fulfill the technical data needs of the Architectural/Structural design team and development of Construction Drawings and Specifications. GCCCD will include the report as a construction bid package exhibit as well. B. In addition, consultant may be asked to perform the following, but not limited to: Review existing soils reports from nearby projects. Address any special subgrade treatments required. Address any special issues associated with major utility relocations. Identify groundwater levels and bedrock elevations. Determine allowable soil bearing pressure and lateral resistance. Determine areas of undocumented fill versus undisturbed native soils. Define the parameters for controlled fill, backfill, subgrade preparations, over-excavation and re-compact, scarifications and re-compact, proof-rolling, dewatering, compaction, utility trenches, etc. Make recommendations for asphalt paving sections, concrete paving sections, concrete SOG section, concrete flatwork, concrete swales, curb and gutter. Specify minimum parameters for rebar, mesh, dowelling, joint spacing, aggregate sub-base, concrete psi, cement type, admixtures, footings, etc. Page 5 of 10

2.4 SCOPE OF BASIC SERVICES Address surface drainage, foundation drainage, waterproofing of retaining walls and planters, waterstops, etc. Address soil corrosion, soil soluble chlorides, and soil soluble sulfides. Address and specifically analyze the predicted horizontal and vertical movements between structures as it relates to seismic forces and differential settlement. 2.4.1 The scope of basic services required by this RFQ shall include some or all of, but is not limited to, the following: A. Consultant shall provide all necessary expertise and services to professionally and diligently prosecute the work authorized to be issued by GCCCD. Consultant shall: 1. Contract for or employ at Consultant s expense, Sub Consultants or personnel to the extent deemed necessary for the work. GCCCD reserves the right to reject the use of any Sub Consultant. 2. Consult, as necessary, with normal and customary employees, agencies, and/or representatives of GCCCD regarding the work assigned. 3. Attend meetings with GCCCD, other professionals employed by GCCCD and local and regional agencies, as needed, and directed by GCCCD to perform the work. 4. Cooperate with other professionals employed by GCCCD. 5. Abide by all regulations imposed by funding sources, such as auditing requirements and payroll affidavits. 6. Be responsible for the professional quality, technical accuracy and the coordination of Consultant s entire work product and provide a professional level of review of all deliverables to assure quality and technical accuracy of all documents furnished by Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors in its documents and other services. B. Provision of the Work: Work shall be provided in accordance with a notice to proceed to be issued under each Master Agreement resulting from this RFQ, and shall be subject to the provisions of the Master Agreement including any additional provisions specified in each assignment with regard to schedule, key personnel, and Sub Consultants. 2.5 PROJECT AUTHORIZATION 2.5.1 GCCCD shall authorize Consultant to perform work on a specific project by issuing to Consultant a project specific notice to proceed (NTP). Each NTP will identify the campus and project name(s), the project-specific scope of services, the schedule for providing the services and the required deliverables. Page 6 of 10

2.5.2 NTPs will be primarily based upon fixed fees negotiated for the specific project, including but not limited to, cost of travel and all incidentals necessary to complete the project scope of work. GCCCD may, at its discretion, negotiate either hourly fee rates or fixed fees for the described services. 2.5.3 Consultant shall submit an estimated cost breakdown based upon the project specific scope which shall include all necessary hours to perform the project specific scope of services, all estimated hours of labor and the corresponding hourly rate, along with any other estimated additional costs for services, including but not limited to, and Sub Consultants, research, travel time, mileage and per diem, etc. 2.5.4 GCCCD will review Consultant s cost and negotiate as needed. If Consultant s estimated cost is reasonable, GCCCD may issue an NTP authorizing the start of work. 2.5.5 GCCCD, at its discretion, may combine two (2) or more projects to be handled as a single Project assignment. If a Project assignment includes multiple projects, Consultant shall provide a separate invoice for each individual project for which services are provided under the single Task Order. Page 7 of 10

3.1 MINIMUM REQUIREMENTS SECTION 3 - RESPONDING TO THE RFQ 3.1.1 Request of Qualifications Response. Consultant s RFQ response shall clearly and accurately demonstrate specialized knowledge and experience required for consideration. The RFQ response shall not exceed ten (10) pages in length and ten (10) copies are to be submitted. 3.1.2 A complete response shall provide the following documents: A. Cover letter (Letter of Interest) signed by an authorized representative of Consultant and which includes the following information: Legal name Address (mailing & street, if different) Telephone number Fax number Federal tax identification number Name, title and email address of Consultant s contact person for the RFQ. B. A written statement of Consultant s qualifications that is responsive to the selection criteria described in 3.2 Selection Criteria. Consultant shall include examples of successful projects within budget and client contact information. Consultant shall include a listing of proposed key personnel by name. In the event that the Consultant is selected, Consultant must provide the key personnel put forth. The failure to do so may result, at GCCCD s discretion, in consideration of the RFQ response as non-responsive. C. Schedule of Rates. Provide a Schedule of Rates for the principal firm (or firms if there is a joint venture or association) and Sub Consultants. The schedule of rates shall consist of a list of project staff by title with hourly billing rates. It shall also indicate: (a) whether support services are billed as direct costs or are included in overhead: and (b) if handling charges or profit are added to other direct costs (e.g., Sub Consultants costs, reimbursables). The hourly rates shall be subject to a yearly escalation based on Consumer Price Index. One copy of the rate schedule should be submitted in a separate sealed envelopment with the RFQ response. This is not a Fee Proposal. D. A written explanation of what controls the firm would use to conform to a project budget and schedule. E. A written statement of how the firm would approach the potential project types listed in Sections 1.1.1 and 2.1.1. F. Address firm s ability to provide staff and resources to selected projects within typical time Page 8 of 10

constraints of potential project types listed in Sections 1.1.1 and 2.1.1. Provide an example of at least one successful fast-tracked project that the proposed project team members have worked on. G. Has your firm ever been terminated or replaced by another firm during a project? If so, explain in detail and provide results of any litigation/claims on the project. H. Has your firm been party to a lawsuit? If yes, please explain. 3.1.3 Costs incurred for developing the RFQ response and in anticipation of award of the agreement are entirely the responsibility of Consultant and shall not be charged to GCCCD and/or the State of California. All submittals become the property of GCCCD upon receipt and will not be returned to Consultant except as described in Paragraph 1.4.3. 3.2 SELECTION CRITERIA 3.2.1. The selection committee will be appointed by GCCCD s Senior Director of Facilities Planning and Development. The selection criteria to be used by GCCCD s committee members for determining the best-qualified firm to provide professional services for Projects will include: Firms shall respond in writing indicating how they believe their experience fulfills the requirements of these criteria. Criteria is listed below. Total Possible Points Selection Criteria 25 Professional experience of the firm in performing services of a similar nature and scope. GCCCD expects that the submitting firm has in-house professional expertise to perform the work 10 Staffing capability and the ability to meet schedules 10 Reliability, continuity, and location of firm in proximity to GCCCD 20 Quality and relevance of recently completed or ongoing work 15 Education and experience of key personnel to be assigned 20 Knowledge of applicable standards, regulations, codes and technology 100 Total Possible Points Page 9 of 10

3.3 EVALUATION AND SELECTION PROCESS 3.3.1 The GCCCD Selection Committee Members will review, evaluate and score each RFQ response based on the above selection criteria. 3.3.2 At any time, GCCCD may contact a Consultant s previous clients and/or project owners to verify the experience and performance of the prospective Consultant, its key personnel, and its Sub Consultants. 3.3.3 At least three (3) Consultants with the highest scores will be selected for the Short List. Short listed firms will be invited for an interview regarding their qualifications and experience. Consultants not selected for the Short List will be notified in writing. SECTION 4 - ADMINISTRATIVE PROCESS AND REQUIREMENTS 4.1 MASTER AGREEMENT FOR SERVICES 4.1.1 The selected firm(s) (Consultant) will be notified in writing and be provided information for entering into the Master Agreement. 4.1.2 GCCCD will attempt to enter into negotiations with the selected Consultant(s) for a satisfactory Agreement and reasonable fee for the services needed. 4.1.3 If a satisfactory contractual agreement on services and compensation cannot be reached between GCCCD and the selected Consultant(s), GCCCD reserves the right to terminate negotiations with the selected Consultant(s) and attempt to reach satisfactory contractual agreement with the remaining qualified Consultant(s). 4.1.4 The selected Consultant(s), with which GCCCD successfully negotiates, shall be required to execute a Master Agreement. The Standard Agreement shall include the agreement terms and conditions of this RFQ. Consultant shall execute the required number of copies of the Agreement documents and return them within seven (7) calendar days after Consultant has received Agreement documents for signature. GCCCD reserves the right to modify or update the Standard Agreement in the interest of GCCCD, in whole or in part, at any time up to the issuance of the Agreement by GCCCD. By submitting for this RFQ, the prospective Consultant and its key Sub Consultants acknowledge that a) the project team will provide the services required in the Agreement, and b) the project team has no objection to the Standard Agreement. 4.1.5 GCCCD will determine on a project-by-project basis, the services required. As a project becomes available, Consultant shall be notified and provided written instructions for negotiations. Negotiations will follow at which time Consultant will be asked to submit a detailed fee schedule for the project specific work. GCCCD will attempt to negotiate a satisfactory and reasonable fee for the services needed. 4.2 INSURANCE REQUIREMENTS 4.2.1 Consultant shall be required to furnish evidence of insurance. Page 10 of 10