REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES



Similar documents
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

How To Work For A City Of Germany Project

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Attachment 4: Insurance Requirements

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS

Insurance Requirements for Contractors (Without Construction Risks)

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

Attachment 4. Contractor Insurance Requirements

ADDENDUM A1. Subcontractor Insurance Requirements

Memorandum of Understanding

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Attachment 04 Contractor s Insurance Requirements

Appendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements:

ARTICLE 11. INSURANCE AND BONDS

SAMPLE SERVICES CONTRACT

EXHIBIT B. Insurance Requirements for Construction Contracts

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

GENERAL INSTRUCTIONS AND REQUIREMENTS

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Sidewalk Rehabilitation Program

GENERAL INSTRUCTIONS AND REQUIREMENTS

PREQUALIFICATION APPLICATION REQUIREMENTS

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

SECTION INSURANCE REQUIREMENTS

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

COC-Insurance Requirements Page 1 of 9

Schedule Q (Revised 1/5/15)

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

Vendor Insurance Requirements Revised

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

CITY of DALY CITY INSURANCE REQUIREMENTS

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

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

Appendix J Contractor s Insurance Requirements

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

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Request for Statements of Qualifications # for Electric Motor Repair

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

INSURANCE REQUIREMENTS

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Hillsborough County Aviation Authority Standard Procedure S Contractual Insurance Terms and Conditions

Gordon L. Mountjoy & Associates, Inc.

EXHIBIT B CITY OF PHILADELPHIA AND PHILADELPHIA HOUSING DEVELOPMENT CORPORATION INSURANCE REQUIREMENTS

CITY OF LEAWOOD. Independent Contractor Agreement

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

REQUEST FOR QUALIFICATIONS (RFQ) NO. PS FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES

REQUEST FOR PROPOSAL. Design Services

CHECKLIST FOR INSURANCE REVIEWS

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

Attachment A Terms and Conditions

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Request for Proposals for Upgraded or Replacement Phone System

INSURANCE REQUIREMENTS FOR VENDORS

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

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

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

Risk Management Department NOTICE TO CONTRACTORS / VENDORS / FACILITY USERS

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

CONTRACT INSURANCE REQUIREMENTS

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

How To Insure Construction Contracts In Northern California Schools Insurance Group

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For


1. Applicants must provide information requested in the section titled Required Information.

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

Transcription:

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities Department is requesting Statements of Qualifications (SOQ) from qualified firms for Division of the State Architect (DSA) Inspector of Record (IOR) services for various modernization and new construction public school projects. The District may be using a variety of construction delivery methods which could include design bid build, design build, and lease leaseback. Construction durations for these projects could range from three to thirty months, starting in August 2012. Any firm hired by the District as a result of this RFQ will be an independent contractor that will provide services for specific projects and will not be an employee of the District. 2. NUMBER OF SUBMISSIONS, DUE DATE AND TIME In order to be considered, one original and five copies of the SOQ must be received at the address indicated in paragraph 3 below by personal delivery or mail no later than the following date and time: June 25, 2012, 2:00 p.m. The District encourages submittal of the SOQ prior to this date and will reject any SOQ received after the dead line indicated above. 3. ADDRESS FOR SUBMISSIONS Interested, qualified candidates must submit their SOQ to the following address in a sealed envelope, clearly marked with the name and address of the firm in the upper left corner: San Bernardino Community College District (DSA IOR STATEMENT OF QUALIFICATIONS) Attention: Scott Stark, Facilities Project Manager 114 South Del Rosa Drive, San Bernardino, CA 92408 (909) 382 4032 4. QUESTIONS ABOUT THE RFQ OR THE DISTRICT S PROGRAM Formal questions about the RFQ must be directed to the following contact via e mail: Scott Stark, Facilities Project Manager sstark@sbccd.cc.ca.us (909) 382 4032

5. SELECTION PROCESS AND SCHEDULE The District intends to establish a shortlist of qualified inspection firms eligible to provide necessary IOR services for various construction projects as determined by the District. Subsequent to establishment of the shortlist, the District will, as deemed necessary by and at the sole discretion of the District, enter into negotiation with the top ranked firm(s). The District may enter into agreements with more than one firm. Upon execution of the agreements and as needs arise for IOR services, the District will assign projects to firms at its sole Discretion. The District may require an informal Request for Proposal to assign specific projects. The following dates have been TENTATIVELY assigned to the completion of this evaluation: 6/6/12 RFQ Issued 7/17/12 Finalize Selections 6/25/12 Consultant Proposals Due 7/18/12 Notice of Intent to Award 6/26/12 Screening Complete; Shortlist 7/25/12 Finalize Contracts to Consultants of Firms Selected 8/9/12 Board Approval of Contract 7/10/12 Interviews, Presentations 8/10/12 Notice to Proceed 6. DISTRICT POLICIES REGARDING SOQ SUBMISSIONS 6.1 No Stipend. The District will not reimburse candidates for costs they may incure in preparing their SOQs. 6.2 Right to Request Additional Information. The District reserves the right, at the District s sole discretion, to request additional information from any candidate in order to make a more fully informed decision regarding the SOQ. 6.3 Right to Reject. The District specifically reserves the right, at the District s sole discretion, to reject any or all SOQs. 7. REQUIRED SOQ FORMAT AND CONTENT 7.1 Prescribed SOQ Format. SOQs submitted in formats other than that prescribed below may, at the sole discretion of the District, be rejected. All Sections identified in paragraph 8.3 below must be included for the SOQ to be considered complete. 7.2 SOQ Format Requirements. Submissions shall be delivered in a sealed box or envelope, addressed to the contact person and address indicated in Section 4 with the legible name and address of the consultant in the upper, left corner. Submission to be 8 ½ x 11 white bond paper, black and white only no photographs, no plastic, no tabs. Original is to be single sided, bound with a single paper clip. Copies are to be printed on both sides and bound with single staple in upper left corner. 2

7.3 Content and Order of SOQ. The SOQ must contain the following sections in the order presented below. Candidates are instructed to note page limits and numerical scoring. Section Title Page Limit Points Section A: Letter of Interest & Philosophical Approach 1 10 Section B: Resumes of Inspection Staff 3 20 Section C: Fee Schedule 2 30 Section D: Capacity 2 10 Section E: Litigation History 1 5 Section F: References 4 25 Total 100 Section Requirements Section A: Letter of Interest The SOQ should be introduced with a Letter of Interest that presents a statement of interest with a brief description of the firm including qualifications for providing the requested services. Include all of the following: i) Firm name with address, telephone/fax numbers, email address ii) Contact name and title iii) Years in business iv) Number of current employees v) Type of business organization Section B: Résumés of Employee Inspection Staff Submit résumés for all employees proposed to provide service to SBCCD, including specific qualifications and recent related experience providing similar services. Include the following data and any other relevant information for the District to evaluate: i) DSA Class, Education, Training & Professional Certifications ii) Whether or not individual is currently a direct employee of the firm iii) Project experience with focus on community college district qualifications (include school or community college district, project name, construction value, project type Modernization vs. New School, and duration of inspection assignment) with a list of references and contact names and phone numbers on at least three of the listed projects 3

Section C: Fee Schedule Submit a proposed fee schedule including fully burdened hourly rates and DSA Class. The fee schedule must include the following: i) Base fee (hourly rate) for the following classifications of inspectors: DSA Class I, Class II, and Class III, fully burdened with insurance requirements (See Exhibit A, Insurance Requirements) ii) Show up fee and/or minimum number of hours, if any iii) Weekend/overtime hourly rate fees iv) Other reimbursable expenses, if any Section D: Capacity Indicate the firm s proximity to the District and availability to accomplish the work. List the proposed inspection staff s current and anticipated availability over the next 12 24 months. Section E: Litigation History List all construction related litigation in the last five years, filed either by an owner, owner s consultant, or contractor, against the firm. Section F: References List all public school and community college districts that your firm has contracted with in the last five years. Include the name of the district, contact person and phone number, scope of services provided, and name of construction management firm and construction manager (if applicable). 4

EXHIBIT A INSURANCE REQUIREMENTS IOR shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Inspector, his agents, representatives, employees and sub consultants. A. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. Commercial General Liability coverage. 2. Commercial Automobile Liability, any auto. 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Professional Liability Insurance. 5. Valuable Documents or Valuable Papers Insurance. B. Minimum Limits of Insurance: 1. Within ten (10) days of signing of this Agreement the Inspector shall maintain limits no less than: a. Commercial General Liability: Two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, blanket contractual, products/completed operations and broad form property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be $5,000,000. b. Automobile Liability: One million dollars ($1,000,000) per accident for bodily injury and property damage. c. Workers Compensation and Employer's Liability: One million dollars ($1,000,000) per accident for bodily injury or disease. d. Professional Liability: Inspector shall provide insurance covering the Inspector and its sub consultants for three million dollars ($3,000,000) aggregate limit subject to no more than fifty thousand dollars ($50,000) per claim deductible. Such insurance shall be maintained during the term of this Agreement and renewed for a period of at least five (5) years thereafter and/or at rates consistent with the time of execution of this Agreement adjusted for inflation. Failure to maintain professional liability insurance is a material breach of this Agreement and grounds for immediate termination. e. Valuable Document or Papers Insurance: The Inspector shall carry adequate insurance on all drawings and specifications as may be required to protect the District in the amount of its full equity in those 5

drawings and specifications, and shall file with the District a certificate of that insurance. The cost of that insurance shall be paid by the Inspector, and the District shall be named as an additional insured. 2. The District reserves the right to modify the limits and coverages described herein, with appropriate credits or changes to be negotiated for such changes. C. Deductibles and Self Insured Retention: Any deductibles or self insured retention must be declared to and approved by the District. At the option of the District and at District expense, either: the insurer shall reduce or eliminate such deductibles or selfinsured retention as respects the District, its officers, officials, employees or the Inspector shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions: The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The San Bernardino Community College District, Kitchell/BRj/Seville, consultants, trustees, officers, officials, employees, and agents, ( Additional Insureds ) are to be covered as Additional Insureds as respects liability arising out of activities performed by or on behalf of the Inspector; instruments of service and completed operations of the Inspector; premises owned, occupied or used by the Inspector; or automobiles owned, leased, hired or borrowed by the Inspector. The coverage shall contain no special limitations on the scope of protection afforded to the Additional Insureds and shall be evidenced by endorsements. 2. For any claims related to this project, the Inspector s insurance coverage shall be primary insurance as respects the Additional Insureds. Any insurance or self insurance maintained by the Additional Insureds shall be in excess of the Inspector s insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the Additional Insureds. 4. Each insurance policy required by this clause shall waive all rights of subrogation, and shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice, except ten (10) days for nonpayment of premium, by certified mail, return receipt requested, has been given to the District. E. Acceptability of Insurers: Insurance is to be placed with insurers admitted in California with a current A.M. Best's rating of no less than A:VII. 6

F. Verification of Coverage: Inspector shall furnish the District with: 1. Certificates of insurance showing maintenance of the required insurance coverage; 2. Original endorsements affecting general liability and automobile liability coverage. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the District before work commences. Summary of Insurance Requirements: GENERAL LIABILITY 2,000,000 Aggregate 1,000,000 Per Occurrence 1,000,000 Project Specific Aggregate 2,000,000 Products & Complete Operations 1,000,000 Personal & Advertising Injury Limit AUTO LIABILITY 1,000,000 Any auto or truck vehicle owned, leased, hired or borrowed 1,000,000 Material Hoist 1,000,000 Explosion, Collapse, & underground EXCESS LIABILITY 2,000,000 In contracts under $500,000 5,000,000 In contracts over $500,000 PROFESSIONAL LIABILITY 3,000,000 Per claim/occurrence 3,000,000 Aggregate limit Maximum $50,000 per claim deductible WORKMEN'S COMP 1,000,000 ADDITIONAL INSUREDS The San Bernardino Community College District Kitchell/BRj/Seville CERTIFICATE OF INSURANCE HOLDER San Bernardino Community College District C/O Kitchell/BRj/Seville 114 So. Del Rosa Drive San Bernardino, CA 92408 7