REQUEST FOR PROPOSALS (RFP)



Similar documents
SAINT LOUIS COUNTY GOVERNMENT PARKS & RECREATION DEPARTMENT REQUEST FOR PROPOSAL (RFP)

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

ST LOUIS COUNTY EMERGENCY COMMUNICATIONS COMMISSION. Request for Proposals. For. Computer-Assisted Dispatch/Fire Station Alerting Consulting Services

1. Provide advice and opinions regarding workers compensation issues, as needed;

BENTON COUNTY PERSONAL SERVICES CONTRACT

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

COUNTY OF UNION, NEW JERSEY

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

PURCHASE ORDER TERMS AND CONDITIONS

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

COUNTY ADMINISTRATOR 220 NORTH MAIN STREET, P.O. BOX 8645 ANN ARBOR, MICHIGAN (734) FAX (734)

City of Royal Oak. Request for Proposal (RFP) Building Energy Efficiency Retrofits. on a Performance Contracting Basis

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Request for Proposal Hewlett Packard Network Switches and Peripherals

TOWNSHIP OF BERKELEY HEIGHTS

BOROUGH OF KENILWORTH

LIVINGSTON COUNTY MICHIGAN

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

AGENDA BOARD OF SUPERVISORS October 21, Delinquent Tax Attorney RFP

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

2. Compensation: Compensation as agreed upon and approved by the Commissioners shall be the basis of payment for services rendered.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSAL. Employee Benefits Brokerage and Consulting Services. Duckett Creek Sanitary District

PRINCETON, NEW JERSEY REQUEST FOR PROPOSAL MUNICIPAL LEGAL SERVICES

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

CONTRACT BETWEEN WASHTENAW COMMUNITY HEALTH ORGANIZATION (WCHO) AND NAME OF CONTRACTOR

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

THIS IS A SAMPLE CONTRACT FORM ONLY. THE ACTUAL CONTRACT MAY OR MAY NOT CONTAIN THE PROVISIONS HEREIN, DEPENDING ON THE SCOPE OF WORK.

ARCHITECT/ENGINEER CONTRACT Table of Contents

REQUEST FOR PROPOSALS ADVERTISING SERVICES

5. Preparation of the State and Federal Single Audit Reports.

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Puget Sound Regional Council

Puget Sound Regional Council

Insurance Market Solutions Group, LLC Sub-Producer Agreement

CITY OF WABASHA REQUEST FOR PROPOSALS FOR LEGAL SERVICES

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY Tara Rowley, RMC Municipal Clerk

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015

REQUEST FOR PROPOSALS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

RECITALS. WHEREAS, VENDOR is a company and a provider of technology services for business, government and education;

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

COUNTY OF UNION, NEW JERSEY

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

-AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C.

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No KMC

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

City of Kirkland, WA - Contract For Aircraft Industry

NPSA GENERAL PROVISIONS

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Request for Proposal PLUMBING INSPECTOR SERVICES

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

Information Concerning Specifications: Contact: Torri Martin (770)

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # FAC

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES

Creative Residencies Program Sponsored Projects Listen In

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

AIA Document A312 - Electronic Format. Performance Bond

ii. sold, licensed, transferred or assigned to no other party for a period of thirty (30) days;

Proposal Writing - A Cover Letter of Compliance

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

Exclusive Right To Sell Listing Agreement

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # CMO

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

Western Virginia Water Authority. Roanoke, Virginia

INSURANCE AGENT AGREEMENT

SAMPLE SERVICES CONTRACT

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

FY and ongoing Mental Health Crisis Evaluation Services

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

Transcription:

I. GENERAL: A. RFP NUMBER: 15-0914-SLC-PWCE B. DATE ISSUED: September 14, 2015 C. DATE DUE: November 16, 2015 D. TIME DUE: 12:00 PM CT E. DELIVER HARD COPIES AND PDF COPY TO: Attn: Fran Mahacek St. Louis County 41. South Central Avenue, 6 th Floor Clayton, Missouri 63105 FMahacek@stlouisco.com F. OWNER: St. Louis County ( County ) II. SCOPE OF WORK: A. PROJECT: The County requests qualified Vendors to submit proposals for testing services related to Plumbing Licensing. The Vendor shall prepare, proctor and grade the exams of testing candidates. Vendor may provide or coordinate review classes subject to the requirements of this RFP. It is preferred that the Vendor be independent from any company/entity that provides the review classes. Funds to provide testing services shall come exclusively from the test fees collected from the test applicants. B. TEST DESCRIPTIONS: 1. Open Book Written Exam: based on the Plumbing Code and Ordinance. 2. Drawing Section (Plumbing): draw and properly size a DWV System utilizing the code book for use of tables. 3. Plumbing Hands-On Project Section: a) Copper Project and test. b) PVC Project and test c) No-Hub Cast Iron Project 4. Tests shall be written for the following Plumbing subjects and fields: 1 of 12 9/15/2015

Table 1 Table 2 Testing Fields * REQUEST FOR PROPOSALS (RFP) # of Total TEST SUBJECTS * Questions in Pool 1. Plumbing General Knowledge 400 2. Safety Code of Federal Regulations 200 3. Backflow Prevention 150 4. Drainage Systems 150 5. Fire Sprinkler Design / Installation 400 6. Septic Tanks Codes and Regulations 200 7. Refrigeration and Air Conditioning 200 8. Fuel Gas Systems 150 9. Lawn Irrigation Design / Installation 200 10. Welding 100 11. Engineering Design Elevation Transit Level 100 Total test questions: 2250 * The County may submit other subject areas it believes are relevant to the specific discipline to the Vendor in writing, as a result of changes in industry or codes. 1. Business and Law (Max. Time Allowed = 4 hours) a. Business Organization i. Business Plan ii. Business Structure iii. Risk Management iv. Marketing Sales # of Total Questions on Test # of Total Questions in Pool 4 to 10 50 b. Project Management 8 to 16 100 c. Field Fundamentals i. Bidding and Estimating ii. Contract Management iii. Scheduling and Project Management iv. Employee Management d. Financial Management 8 to 12 10 to 22 50 100 e. Office Administration Employee Management i. Tax Laws/ Lien Laws ii. Key Employment Laws iii. Fair Labor Standards Act f. Insurance and Bonding 20 to 30 5 to 12 100 50 g. Licensing 15 to 25 50 h. OSHA/ Environment Factors 8 to 16 50 Total Test Questions: 120 2. Plumber Master (Max. Time Allowed = 6 hours) a. Plumbing Ordinance 15 to 30 50 2 of 12 9/15/2015

b. Basic Principles 1 to 4 50 c. Definitions 3 to 7 50 d. General Regulations 10 to 15 50 e. Materials 1 to 5 50 f. Joints and Connections 1 to 5 50 g. Traps 1 to 5 50 h. Cleanouts 1 to 5 50 i. Interceptors 5 to 10 50 j. Plumbing Fixtures 5 to 10 50 k. Hangers and Supports 1 to 5 50 l. Indirect Wastes 5 to 10 50 m. Water Supply & Distribution 8 to 12 50 n. Drainage Systems 5 to 10 50 o. Vents & Venting 5 to 10 50 p. Storm Drains 1 to 4 50 q. Backflow Prevention 3 to 7 50 r. General Knowledge 20 to 35 100 s. Development Length 10 to 30 100 t. Drainage Calculations 10 to 30 100 u. Vent Calculations 10 to 30 100 v. Safety- Code of Federal Regulations 10 to 15 100 w.isometric Analysis 10 to 15 300 Total Test Questions 150 3. Plumber Journeyman (Max. Time Allowed = 6 hours total) Written Test (33%) (Max. Time Allowed = 1 hour 30 min.) a. Administration 10 to 20 75 b. Basic Principles 15 to 30 75 c. Definitions 15 to 30 100 d. General Knowledge (Code) 15 to 30 100 e. Plumbing Ordinance 15 to 30 100 Total Test Questions 75 Drawing Test (33%) (Max. Time Allowed = 1 hour 30 min.) a. Create and Size Isometric Drawing of DWV System 1 Isometric Drawing Hands-On Projects (33%) (Max. Time Allowed = 3 hours) a. Copper Project 1 Project b. PVC Project 1 Project c. Cast Iron, No-Hub Project 1 Project 4. Drainlayer Master (Max. Time Allowed = 6 hours) a. Plumbing- Drainage System 20 to 35 100 b. Septic Tanks Codes and Regulations 20 to 30 100 c. Safety Codes of Federal Regulations 20 to 30 100 d. Miscellaneous Engineering Design Elevations 10 to 15 100 e. Plumbing Developed Length 20 to 30 100 f. Plumbing General Knowledge 20 to 35 100 Total Test Questions: 120 3 of 12 9/15/2015

5. Lawn Irrigation Master (Max. Time Allowed = 5 hours) a. Lawn Irrigation General 20 to 25 100 b. Lawn Irrigation Pumps 10 to 20 100 c. Lawn Irrigation Electrical 10 to 15 100 d. Lawn Irrigation System Design 20 to 30 100 e. Lawn Irrigation Troubleshooting 15 to 20 100 f. Plumbing Backflow Prevention 10 to 20 100 Total Test Questions: 110 6. Lawn Irrigation Journeyman (Max. Time Allowed = 5 hours) a. Lawn Irrigation General 20 to 35 100 b. Lawn Irrigation Pumps 10 to 15 100 c. Lawn Irrigation Electrical 5 to 15 100 d. Lawn Irrigation System Design 5 to 15 100 e. Lawn Irrigation Troubleshooting 15 to 25 100 f. Plumbing Backflow Prevention 10 to 20 100 Total Test Questions: 100 7. Pipefitter Master (Max. Time Allowed = 5 hours) a. Refrigeration and Air Conditioning 8 to 12 100 b. Code Compliance 10 to 20 100 c. Piping 12 to 18 100 d. Welding 5 to 10 100 e. Safety Code of Federal Regulations 10 to 18 100 f. Fuel Gas Systems 12 to 18 100 g. High and Low Pressure Boilers 12 to 18 100 h. Plumbing Backflow Prevention 12 to 18 100 Total Test Questions: 100 8. Pipefitter Journeyman (Max. Time Allowed = 5 hours) a. Refrigeration and Air Conditioning 8 to 12 100 b. Code Compliance 10 to 20 100 c. Piping 12 to 18 100 d. Welding 5 to 10 100 e. Safety Code of Federal Regulations 10 to 18 100 f. Fuel Gas Systems 12 to 18 100 g. High and Low Pressure Boilers 12 to 18 100 h. Plumbing Backflow Prevention 12 to 18 100 Total Test Questions: 100 9. Sprinkler fitter Master (Max. Time Allowed = 5 hours) a. Code Compliance 10 to 15 50 b. Plumbing Backflow Prevention 5 to 15 50 c. Piping 5 to 15 50 d. Fire Sprinkler Testing & Inspections 20 to 30 100 e. Safety Code of Federal Regulations 15 to 20 100 f. Fire Sprinkler Design 5 to 10 50 g. Fire Sprinkler - Installation 10 to 15 50 Total Test Questions: 100 4 of 12 9/15/2015

10. Sprinkler fitter Journeyman (Max. Time Allowed = 5 hours) a. Code Compliance 5 to 10 50 b. Plumbing Backflow Prevention 10 to 15 50 c. Piping 5 to 10 50 d. Fire Sprinkler Testing & Inspections 10 to 15 50 e. Safety Code of Federal Regulations 5 to 10 50 f. Fire Sprinkler Design 20 to 30 100 g. Fire Sprinkler - Installation 15 to 20 100 Total Test Questions: 100 C. The tests supplied for the above disciplines shall conform to the differentiations in work as described in the Licensing Provisions of the St. Louis County Plumbing Code (Chapter 1103, attached). D. TEST DOCUMENTS: 1. Vendors shall draft test questions using Vendor suggested, Board approved book lists by recognized industry sources such as NFPA-54, 2015 IFGC, 2015 UPC, etc. (not provided) and cite references to the St. Louis County Plumbing Code for the plumbing field in which the applicant is testing. 2. Vendor shall provide a list of text references used to develop tests for each field, to be used by applicants to prepare for testing. 3. Each test shall contain questions as indicated in Tables 1 and 2. a) Each test shall be unique and consist of a different set of questions from the total pool of questions. The number of questions from each Test Subject for each Testing Field is defined in Tables 1 and 2. 4. Vendor shall compose a pool of questions available for each Test Subject in each Testing Field (see Tables 1 and 2). 5. The Vendor shall provide the proposed method(s) to generate the random tests. 6. The pool of test questions shall be updated in response to changes and/or amendments to the currently adopted code, the 2015 Uniform Plumbing Code (UPC), as amended. 7. The passing score for each of the testing fields shall be 75%. E. FEES FOR TESTING 1. Although fees shall be paid by the applicant, the vendor shall specify the cost of taking each test throughout the term of the contract. The approximate annual number of testing applicants by each Testing Field (not guaranteed) is: a) Master Plumber: 90 b) Journeyman Plumber: 150 c) Master Sprinkler Fitter: 10 d) Journeyman Sprinkler Fitter: 5 e) Master Lawn Irrigation Installer: 20 f) Journeyman Lawn Irrigation Installer: 40 g) Master Pipefitter: 5 h) Journeyman Pipefitter: 5 i) Master Drainlayer: 50 j) Business and Law: 50 F. TESTING 1. The Vendor shall identify the following: a) The proposed testing location b) The procedures for test security c) Test proctoring procedures 5 of 12 9/15/2015

d) The proposed testing schedule (monthly), established at least three (3) months in advance 2. If the Vendor also plans to provide or coordinate review classes, identify the following: a) The proposed review classes, schedule of classes, class locations, times, cost to the applicant, and facilitators/facilitating vendors, including identification of any affiliation or relationship to Vendor G. REPORTING 1. The Vendor shall provide monthly written summary reports to the County including the following items: a) A list of all testing dates occurring during the reporting period b) Names, addresses, license numbers and the Testing Fields taken by all testing applicants during that period c) A list of dates for review classes conducted during the reporting period and names of individuals that took the review classes (if the Vendor also provides or coordinates review classes) d) Testing fees collected e) Pass/Fail results of all applicants H. CONTRACT: The Contract resulting from this RFP shall be a base term of three (3) years with two one-year renewal options upon written agreement of the parties. III. VENDOR INFORMATION / QUALIFICATIONS: A. ORGANIZATION INFORMATION 1. Name: 2. Contact: 3. Address: 4. Phone: B. BUSINESS TYPE: [ ] Corporation [ ] Partnership [ ] Sole Proprietorship [ ] LLC 1. If Vendor is a corporation, provide the following: a) Date of incorporation b) State of incorporation c) President's name d) Vice-president's name(s) e) Secretary's name f) Treasurer's name 2. If Vendor is a partnership, provide the following: a) Date Partnership was formed b) Type of partnership (if applicable) c) Name(s) of general partner(s) 3. If Vendor is individually owned, provide the following: a) Date Vendor was formed b) Name of Owner 4. If Vendor is a Limited Liability Company (LLC), provide the following: a) Date Limited Liability Company was formed b) State of Limited Liability Company 6 of 12 9/15/2015

c) Member name(s) C. EXPERIENCE 1. The Vendor shall be professionally accredited by an independent organization (scoring item). a) Priority shall be given to Vendors that provide testing independent of any subject matter review classes. b) Provide the name, address, contact information and certificates of the independent accrediting organization(s). 2. The Vendor shall provide a list of at least two (2) similar projects that the Vendor has completed in the past two years, with names and telephone numbers of contacts with whom the Vendor s previous performance can be discussed. 3. The Vendor shall identify the Vendor s project team members, their roles and expertise, and include the following information: a) Identify a full-time employee with sufficient plumbing technical abilities to verify the validity of the testing. This is important to ensure that an individual passing the test will have demonstrated the level of knowledge required to be a Journeyman in their particular classification to the Licensing Board. b) The name and title of the person that would be authorized to sign a contract with the County c) If subcontractors are to be used, identify any proposed subcontractors, including the names, addresses, descriptions of relevant experience and past performance and the percentages of work that will be performed by the Vendor and by each subcontractor. 4. The number of years the Vendor has been in business as a testing organization. 5. The number of years the Vendor has been in business under its present business name. 6. Any other names or former names the Vendor has operated under (if any). D. CLAIMS AND SUITS 1. If the Vendor has ever failed to complete any work awarded to it, attach details. 2. If there are any judgments, claims, arbitration proceedings or suits pending or outstanding against the Vendor or its officers, attach details. E. TESTING, COSTS & EXPENSES 1. Provide a total cost of the proposed applicant testing costs. F. TEST SAMPLES 1. Provide a total of 100 sample questions and answers including each Testing Field (10 total See Table 2) and each Testing Subject (11 total Table 1; some Testing Fields have less Test Subjects see Table 2). 2. Specify the Testing Field and Test Subject that the question is intended to cover. 3. Sample questions will be reviewed for completeness, accuracy, clarity and difficulty. IV. SUBMITTAL REQUIREMENTS: A. REQUIREMENTS 1. The Vendor shall submit items requested under Section III VENDOR INFORMATION / QUALIFICATIONS. 2. Submit six (6) hard copies and one PDF copy of Vendor proposal. V. ESTIMATED PROJECT SCHEDULE: A. The following is a general outline of the project schedule, and specific dates are subject to change: 7 of 12 9/15/2015

1. RFP Submittal Deadline: November 16, 2015 2. Short List Announcement: December 16, 2015 3. Interview Short List Candidates (Phone): January 15, 2016 4. Announce Selected Vendor: January 29, 2016 5. Request for Legislation from County Council: February 22, 2015 6. Contract Execution and Notice to Proceed by: May 23, 2016 7. Begin Testing: September 1, 2016 VI. PROJECT OPENING, EVALUATION AND CONTRACTING PROCESS: A. Proposals may be opened by the County at any time after the submittal deadline. All proposals satisfying the requirements of this RFP will be evaluated to establish which of the Vendors best fulfills the needs of the County for this project. B. The Selection Committee will evaluate each Proposal in its entirety using the following criteria: 1. Experience, qualifications, and technical competence of the Vendor relative to comparable projects for which the Vendor had significant involvement (10 pts) a) Professional accreditations (10 pts) 2. Experience, qualifications, and technical competence of the Vendor s Key Individual(s) designated in part III. C. 3 (10 pts) 3. Capability and capacity of the Vendor to staff the project and perform the work within the project schedule (10 pts) 4. Sample test questions reviewed for completeness, accuracy, clarity and difficulty (15 pts) 5. Past record of Vendor s performance with regard to quality of work and responsiveness (10 pts) a) St. Louis County may verify client satisfaction with references; therefore, the Vendor shall check reference names and contact information for accuracy prior to submittal of their Proposal Response 6. Percent of work that will be performed in Missouri offices located within the St. Louis Metro area (5 pts) Total: 70 points 7. The top three Vendors in the Proposal Response scoring (above) will participate in a phone interview with the County (30 pts) C. The County anticipates entering into a contract with a Vendor to execute the proposed work. This RFP process, does not commit the County to award a contract, to pay any costs incurred in the preparation of a proposal or to contract for the goods and/or services offered. The County reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with all qualified Vendors or to cancel this RFP. The decision of the County shall be final. D. OWNERSHIP OF DOCUMENTS 1. Any and all licensing tests, or portions thereof, that the Vendor develops for the County, either solely or jointly with any other persons or organizations, at any time during the term of the Agreement, shall belong to and be the Vendor s sole and exclusive property. a) The County shall pay a stipend sum of $10,000 to customize the tests for local code/ordinance modifications. This stipend is intended to offset the test preparation costs and reduce testing fees. The County reserves the right to review any and all questions developed for the tests. 8 of 12 9/15/2015

VII. CONTRACTUAL REQUIREMENTS A. The following contractual terms, in addition to requirements and services identified herein, must be included in the contract entered into by the County and the successful Vendor. B. A response to each of the Contract Requirements (items 1-17) is required. Vendor shall acknowledge acceptance of the contract terms or state Take Exception to each specific term and offer an alternative. Vendor shall specifically list any exceptions taken (by number) in Attachment 1. If no exceptions are taken, Vendor may acknowledge acceptance of the contract terms by stating such position on Attachment 1. C. For purposes of this section, Vendor refers to the successful Vendor selected through the RFP process. 1) Term of Contract: The term of the contract resulting from this solicitation will be for a base term of three (3) years with two one-year renewal options upon written agreement of the parties. The base term shall commence May 23, 2016. 2) Permits, Software Licensing and/or Related Fees: Vendor shall be responsible for obtaining any and all permits, required software licensing and/or related fees. 3) Independent Vendor: The relationship of the Vendor to the County shall be that of independent Vendor and no principal agent or employer-employee relationship is created by the contract. 4) Conflict of Interest: The Vendor shall not employ as a director, officer, employee, agent, or subcontractor any elected or appointed official of the County or any member of a County official s immediate family. 5) Non-Discrimination of Employment: The Vendor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, gender identity, sexual orientation, marital status, national origin or disability. Vendor shall take affirmative action to insure that applicants are employed and that employees are treated during their employment without regard to race, religion, color, sex, age, gender identity, sexual orientation, marital status, national origin or disability. Such action shall include, but not be limited to, the following: employment upgrading, demotion or transfer, rates of pay or other forms of compensation, and selection for training including apprenticeship. In the event of Vendor s noncompliance with the provisions of this paragraph, the contract may be terminated or suspended in whole or in part and Vendor may be declare ineligible for further County contracts. 6) Subcontracts: The Vendor agrees to be responsible for the accuracy and timeliness of the work completed by Vendor and any of its subcontractors and submitted in the fulfillment of Vendor s responsibilities under this contract. 7) Assignment of Contract: The Vendor agrees not to assign, transfer, convey, sublet, or otherwise dispose of the contract or any rights, title, or interest created by the contract without the prior consent and written approval of the St. Louis County Department of Public Works. 8) Changes in Contract: The Contract may be changed only upon the written agreement of the parties. 9 of 12 9/15/2015

9) Governing Law: This Contract is made and entered into in St. Louis County, Missouri, and the laws of the State of Missouri shall govern the construction of this contract and any action or causes of action arising out of this contract. Any and all claims or causes of action arising out of this contract shall be litigated in the Twenty-First Judicial Circuit Court of the State of Missouri. 10) Termination: The County shall have the right to terminate the contract immediately in the exercise of its absolute and sole discretion, upon written notice to the Vendor. After receipt of such notice, the contract shall automatically terminate without further obligation of the parties. Vendor must provide 90 days written notice to County of intent to terminate this contract. 11) Intellectual Property Software Ownership: All information, data, programs, publications and media created specifically for the County or as a result of the work identified in this contract is the property of the Vendor unless otherwise noted, copyright protected, or defined or agreed to by both parties to this contract. 12) Funding Out: This contract shall terminate at such time, if any, that the County Council fails to appropriate sufficient sums in the budget year for which the contract applies to pay the amount due. 13) Vendor Merger or Acquisition: In the event that the Vendor is merged or acquired, the acquiring entity shall honor all of the terms of the existing contract for 12 months or until the end of the present contract term, whichever is longer. 14) Wording Conflicts: Should there be a conflict in wording between the contract and the Vendor s RFP response, the contract shall prevail. The Vendor s RFP response shall be attached and incorporated into the contract. 15) Parking: Vendor assumes responsibility for parking for its employees. 16) Indemnification: Vendor agrees to defend, indemnify and hold harmless the County, its elected and appointed officials, employees and volunteers from and against any and all liability for damage arising from injuries to persons or damage to property occasioned by any acts or omission of the Vendor, subcontractor, agents, servants or employees. 17) Contingent Fee: Contractor warrants that no agreement has been made with any person or agency to solicit or secure this Agreement upon an understanding for a gratuity, percentage, brokerage or contingent fee in any form to any person excepting bona fide employees or contractor or bona fide established commercial or sales agencies. For breach of this warranty County may by written notice terminate the right of the contractor to proceed under this Agreement, and will be entitled to pursue the same remedies against the contractor as it could pursue in the event of a breach of this Agreement. D. SCHEDULE: Subject to any limitations stated in this RFP, the Licensing Test Prototypes shall be delivered to the County within 30 calendar days after written authorization to proceed is received, barring circumstances beyond the Vendor s control that force a delay. In such instance, the Vendor will inform the County of the cause of the delay. Testing shall commence within ninety (90) days of issuance of a notice to proceed by County. E. TEST COSTS & EXPENSES 1. All development, preparation and testing expenses in excess of the stipend sum of $10,000.00 shall be paid by the Vendor. 2. All test preparation work, testing, and testing facilities shall be performed and located in the United States. All documents shall be in English. 10 of 12 9/15/2015

F. POINT OF CONTACT:Mr. Dan Dreisewerd, P.E., Division Manager at (314) 615-8190, e-mail: DDreisewerd@stlouisco.com VIII. PROPOSAL AUTHORIZATION by Vendor By signing this document, the Vendor represents that all appropriate attachments and additions have been made and that any proposed deviations from the requirements of the County's request have been clearly identified. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. Vendor Signature Dated at this day of, 2015 Vendor Name: By: (Signature) Printed name: Title: 11 of 12 9/15/2015

No exceptions are taken. REQUEST FOR PROPOSALS (RFP) Attachment 1 Exceptions Form Section of the RFP Explanation of the basis for the exception 12 of 12 9/15/2015