REQUEST FOR PROPOSALS

Similar documents
Request for Proposal: City of Claremont Parking Garage Evaluation & Maintenance Program

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Task Contract Design Services

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

VFA SAMPLE RFP (DETAILED FACILITY CONDITION ASSESSMENT)

REQUEST FOR PROPOSALS

IOWA DEPARTMENT OF TRANSPORTATION. Request for Proposal

Career Center Advance Planning/Design Services Code Item 321

PEIRCE ISLAND WASTEWATER TREATMENT FACILITY UPGRADE

City of Kansas City AIRPORT COMMITTEE BRIEFING. New Terminal Evaluation for Kansas City International Airport. March 15, 2016

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

Town of York, Maine Request for Qualifications

Ohio Public Employees Retirement System. Request for Proposal

NISQUALLY RED WIND CASINO REQUEST FOR QUALIFICATIONS / PROPOSAL FOR MASTER PLANNING SERVICES

EXECUTIVE DIRECTOR ELBA/NEW BROCKTON HOUSING AUTHORITY

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

REQUEST FOR PROPOSAL

There are Four areas in the systems transformation process (1) assessment, (2) planning, (3) implementation, and (4) evaluation.

Association of Consulting Engineering Companies British Columbia User Guide to Implementing Qualifications Based Selection

Request for Proposals: Auditing Services. Port of Stockton

External Quality Assurance Review of the Office of the Auditor General Proposed Statement of Work for the Audit Sub- Committee.

REQUEST FOR PROPOSALS

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

MT. PLEASANT, MICHIGAN

Ohio Public Employees Retirement System. Request for Proposal

TABLE OF CONTENTS FOR THE REQUEST FOR STATEMENTS OF QUALIFICATION FOR RIGHT OF WAY SURVEYING SERVICES INTERNATIONAL BRIDE TRADE CORRIDOR

University of Washington. Request for Qualifications. Commissioning Authority Services for

Insert Client Name Request for Proposal for Security Risk Assessment Services Consulting

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR QUALIFICATIONS FOR Design-Build Services for the University of Washington Seismic Improvements

LOWER MANHATTAN DEVELOPMENT CORPORATION

ASSISTANT DIRECTOR OF CONSTRUCTION MANAGEMENT

WELCOME LOS ANGELES CONVENTION CENTER (LACC) EXPANSION AND RENOVATION PLAN B PROJECT

EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID: DISTRICT TWO

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSALS

Management. Construction. Development. WE PROVIDE A complete roster of building services to streamline the construction process

PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Moffat Collection System Siphon 1 River Crossing

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

CITY OF BLUE ASH REQUEST FOR QUALIFICATIONS TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES FOR THE DESIGN OF THE

Alabama State Port Authority

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.

Helpful Hints for Creating Requests for Proposals:

Request For Proposal Of Printing and Design Services. Marketing Department

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR REAL ESTATE BROKERAGE SERVICES FOR THE CITY OF TOLLESON

Request for Proposal For: 2018 American Bar Association Temporary Services

REQUEST FOR STATEMENT OF QUALIFICATIONS SOQ #

EXHIBIT A. TRANSIT AND MULTIMODAL DEVELOPMENT SUPPORT CONTINUING SERVICES SCOPE OF SERVICES FM No

Request For Proposals Information Technology Services IT Health Check

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

Application Guidelines. Request for Proposals (RFP) for Independent Contractor Opportunity for:

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP)

International Airport Expansion Project. Terms of Reference for Legal Advisor

June 20, 2016 REQUEST FOR PROPOSAL STRATEGIC PLANNING CONSULTANT

MTA - NEW YORK CITY TRANSIT 2 BROADWAY NEW YORK, NY DIVISION OF MATERIEL web.mta.info/nyct/procure/nyctproc.htm

Executive Director - Job Description

Request for Proposals for Financial Capability Enhancement Program. January 28, 2016

Request for Proposal Complete Interior Design for 2- Story Historic Building into Collaborative Innovation Space Proposals are due: December 6, 2014

New York State Contract Reporter NYS' official source of contracting opportunities Bringing business and government together

REQUEST FOR PROPOSALS TULSA BIKE SHARE SYSTEM

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. RFP Strategic Planning Consultant. ISSUE DATE: July 31, 2015

DESIGN AND DEVELOPMENT COMPETITION

REQUEST FOR PROPOSAL. Commissioning Services College of Pharmacy Building Construct New Facility University of Iowa #

REQUEST FOR QUALIFICATIONS

Lease-Leaseback Project Delivery Method

SOURCE SELECTION PLAN. {Insert if Phase I or Phase II} {Insert Project Name} {Insert Project Acronym} SOLICITATION XXXXXX-xx-R-xxxx

LEVEL I PREQUALIFICATION DOCUMENTS

Telecommunications Project Professional Services Request for Information:

RFP Restructuring Advisory Committee: Water and Sewer Question and Answer. Question Cut-Off 2/13/17

Quality Counts! Qualifications Based Selection (QBS)

FACILITIES MANAGEMENT

Architectural Services

DISTRICT OF TOFINO REQUEST FOR QUOTES

City of Jacksonville Beach

STATE OF NEW JERSEY Honorable Jon S. Corzine, Governor

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

REQUEST FOR PROPOSALS

Position Description

REQUEST FOR PROPOSALS (RFP) MUNICIPAL TRAFFIC ENGINEERING SERVICES. Borough of Phoenixville. May 17, 2016

GROUND RULES AND PRICING INSTRUCTIONS:

Addendum #02 New County Office Building Responses to RFP Questions

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

JOB OPENING POWER SUPPLY CONTRACTS MANAGER TIER II $77,833 - $96,657/YEAR*

Scope of Services Traffic Signal Retiming Contract FM NO Florida Department of Transportation District Four

PROFESSIONAL TECHNICAL ADVISORY BOARD

Request for Proposals and Bids for Civil Engineering Services for Off-site Improvements for a Residential Neighborhood

Closing Date/Time: Wed. 04/13/16 11:59 PM Pacific Time

Alfa Financial Software Holdings PLC Terms of Reference of The Audit and Risk Committee of The Board of Directors of The Company

Request for Qualifications Research & Analytical Consultant(s) RELEASE DATE» January 2018

Request for Proposals for Design and Development of Online Homebuyer Tool. August 2017

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATION OF ON-DEMAND TAXICAB AND FOR-HIRE VEHICLE SERVICES

Transcription:

I. INTRODUCTION The Port of Oakland Aviation Division requests proposals from qualified consultants to perform technical evaluations for existing Terminal 1 buildings at Oakland International Airport (OAK). The Port intends to hire a consultant (or team) to provide these services under the direction of the Aviation Planning and Development staff. All consultants must be located within the Local Impact Area (Alameda, Emeryville, Oakland, and San Leandro). This Request for Proposals (RFP) is available on the Port of Oakland s web site www.portofoakland.com. It is anticipated that the total fee for services described in this RFP will be approximately $350,000. The Port will accept proposals until 3:00 p.m. local time on Wednesday, February 1, 2006. Seven copies should be delivered to the following address: Port Of Oakland Aviation Division Attention: Kristi McKenney 530 Water Street, 6 th Floor Oakland, CA 94607 A mandatory pre-proposal conference will be held Thursday, January 12, 2006. II. BACKGROUND The Port of Oakland is an independent department of the City of Oakland, with responsibility for developing and managing about 19 miles of shoreline stretching from San Leandro to Emeryville. The Port owns and operates Oakland International Airport. The Port of Oakland Aviation Planning and Development department is responsible for all aviation facility planning and development activities to accommodate airline passengers, air cargo, and aircraft operations at Oakland International Airport. OAK currently serves 14.4 million air passengers annually; demand is forecasted to continue increasing to approximately 18 million passengers annually in 2010. The Port is currently constructing $300 million of improvements to Terminal 2 and the Airport roadway system. Earlier plans to replace Terminal 1 were revised when United Airlines vacated its Oakland maintenance facility in 2003, opening up additional area for future passenger terminal development. As a result of that opportunity, the Port decided to keep the existing Terminal 1 facilities in service indefinitely. Therefore, substantial renovations are now needed to bring Terminal 1 up to current codes, improve its level of service, prolong its service life and improve life cycle costs. To define the renovation and retrofit program, the Port will undertake a set of integrated facility studies using a combination of staff, on-call consultants and consultants selected from this RFP process. Based on the prioritized consultant recommendations, the Port will select projects for implementation in the Port Capital Improvement Program (CIP). Subsequent design and

implementation of these projects will be a separate effort and is not contemplated as part of this programming phase. The integrated consultant studies will likely include: (subject of this RFP) Structural/Seismic Mechanical/Plumbing Electrical Systems Special Systems Outbound Baggage Screening System The recommendations of all the above Terminal 1 studies must be fully integrated and sequenced to serve as the foundation for the Port s Terminal 1 Renovation & Retrofit Program. III. SCOPE OF SERVICES The Port of Oakland is seeking professional services from a consultant (or team) to assist with the evaluation of existing conditions in Terminal 1 buildings M-101, M-102, M-103, M-104, and M- 114 ( Terminal 1 ), as well as recommendations of retrofit/upgrade alternatives to prolong the life of the facility. Consultants must be located in the Local Impact Area, LIA (Alameda, Emeryville, Oakland, or San Leandro see Attachment I). Under the direction of Aviation Planning and Development staff, consultants should have the capability to perform the following scope of services: Evaluation of and recommendations for improvement of major building components, including roofing, storefronts, inbound baggage systems, and conveyance systems (and excluding those covered by other consultants). Architectural evaluation of Terminal 1, including life safety, ADA, building codes, finishes (excluding flooring), circulation and options for building expansion to accommodate circulation, concessions, restrooms, etc. The scope shall also include the responsibility for managing the work products of all consultants working on the collaborative study program. The Architectural Consultant shall assume the lead in organizing and conducting a series of meetings with the other consultants and/or airport stakeholders, from which the end product will be an integrated set of recommendations for facility renovation and retrofits. Proposers must demonstrate high competence in complex stakeholder and consultant coordination in order to be considered for short-listing. Subject to negotiation and agreement, it is planned that the other consultants that the Architectural Consultant will be responsible for coordinating include: TBD Structural/Seismic Study (RFP process) Rumsey Engineers (on-call consultant) Mechanical/Plumbing Study Damatt (on-call consultant) Electrical Study Acex Technologies (on-call consultant) Special Systems Study Leigh Fisher (on-call consultant) Outbound Baggage System Study The Architectural Consultant shall be responsible for organizing and conducting a series of meetings throughout the process of the collaborative study process. The Architectural Consultant Page 2 of 9

shall prepare minutes of the meetings and collect and coordinate the work products of all consultants. The meetings are further described in the Proposed Study Process and Preliminary Schedule section below. The scope shall include all necessary field investigation and testing, and recommendations for retrofits/upgrades with construction and life-cycle cost estimations. Constructability and sequencing of recommended retrofits/upgrades must be fully integrated and coordinated among all of the Terminal 1 studies. The anticipated deliverables shall be draft and final technical reports and 10% design drawings, and cost estimates sufficient for determining the most appropriate retrofit/upgrade options. The Architectural Consultant's responsibility for overall Terminal 1 study management includes facilitating coordination and collaboration among different disciplines, organizing meetings and exchange of information, meeting management, cost estimating, and advising the Port regarding the integration of the work product of the various disciplines. These duties, however, will not: (a) impose upon Consultant liability for the negligence of other design professionals in performing work while under contract to the Port, and (b) diminish the responsibility of the other design professionals under contract to the Port. ASSUMPTIONS Aviation Planning and Development staff will provide consultants with: Passenger Demand: Terminal 1 passenger occupancy assumptions for base year 2005 and future planning year 2010: Peak-Hour Enplaning, Deplaning and Combined Passenger Demand; Average Day Peak Month (ADPM) demand. Ongoing Terminal 2 Expansion: Relevant data, diagrams and planning information regarding the Terminal 2 Extension (T2X), Terminal 2 Renovation(T2R), Terminal 2 Mechanical Building (T2MB) and proposed new terminal complex north of Terminal 1. Affect of these plans on/relationship to the existing Central Plant (M-104). Terminal 1 Renovation Program Budget Parameters: Overall range of funding expected to be available for implementing recommendations (rough order or magnitude hard cost and soft cost). Preliminary Facility Evaluations: Data developed to date by Port staff regarding known or perceived upgrade requirements for all Terminal 1 buildings. Terminal 1 Flooring Study: Evaluation of flooring within the public areas of Terminal 1 and recommendations for improving its maintainability and aesthetics. PROPOSED STUDY PROCESS AND PRELIMINARY SCHEDULE The following proposed study process and preliminary schedule are intended as guidelines for consultant scope submittals and are subject to revision by the Port either independently or in consultation/negotiation with selected consultants. The proposed process is iterative and assumes a high level of collaboration among the consultants and Port staff as well as airlines and other tenants. Page 3 of 9

Phase 1: CONDITIONS AND ISSUES Key Meetings/Workshops: These will be organized and facilitated by the Architectural Consultant in partnership with the Aviation project manager. Consultant/Port Team Kick-off (Coordination Meeting). Port Stakeholder Kick-off (Staff Workshop): Study approach and schedule; preliminary information-sharing and data-gathering. Additional meetings as needed with Port staff and/or other consultants. Major Tasks: Data and Facilities Inventory review relevant existing data and documentation; undertake site visits; meet with appropriate stakeholders; compile findings. Issues Assessment analyze/evaluate existing conditions; identify problems and areas for potential improvement/optimization. Key Deliverables: Meeting/workshop facilitation and documentation agendas, minutes, agreed action items (by Architectural Consultant). Draft and Final Technical Memorandum: Conditions and Issues (prepared by each consultant). Draft and Final Working Paper #1, Conditions and Issues Report (Executive Summary of all Technical Memoranda, prepared by Architectural Consultant). Preliminary Phase 1 Schedule: Notice-To-Proceed + 4-6 weeks. Phase 2: REQUIREMENTS, OPPORTUNITIES AND CONSTRAINTS Key Meetings/Workshops: These will be organized and facilitated by the Architectural Consultant in partnership with the Aviation project manager. Consultant Team Coordination Meeting(s). Port Stakeholder Workshop(s) as needed. Tenant Workshop(s) as needed Additional meetings as needed with Port staff and/or other consultants. Major Tasks: Presentation and Discussion of Working Paper #1, Conditions and Issues Report, at Stakeholder and Tenant Workshops (led by Architectural Consultant). Identify additional issues; collectively brainstorm baseline renovation requirements, opportunities, constraints, potential solutions. Consultant technical investigations and analysis. Key Deliverables: Meeting/workshop facilitation and documentation agendas, minutes, agreed action items (by Architectural Consultant). Draft and Final Technical Memorandum: Requirements, Opportunities and Constraints (by each consultant). Draft and Final Working Paper #2, Requirements, Opportunities and Constraints Report (Executive Summary of all Technical Memoranda, prepared by Architectural Consultant). Preliminary Phase 2 Schedule: Phase 1 Completion + 8 weeks. Page 4 of 9

Phase 3: PRELIMINARY RECOMMENDATIONS AND PRIORITIES Key Meetings/Workshops: These will be organized and facilitated by the Architectural Consultant in partnership with the Aviation project manager. Consultant Team Coordination Meeting(s). Port Stakeholder Workshop(s) as needed. Tenant Workshop(s) as needed Additional meetings as needed with Port staff and/or other consultants. Major Tasks: Presentation and Discussion of Working Paper #2, Requirements, Opportunities and Constraints Report, at Stakeholder and Tenant Workshops (led by Architectural Consultant). Collectively brainstorm additional solutions, priorities, constructability and potential project sequencing. Consultant technical investigations and analysis, including rough order of magnitude construction and life-cycle cost estimates and preliminary construction phasing/schedules. Key Deliverables: Meeting/workshop facilitation and documentation agendas, minutes, agreed action items (by Architectural Consultant). Draft and Final Technical Memorandum: Preliminary Recommendations and Priorities (by each consultant). Draft and Final Working Paper #3, Preliminary Recommendations Report (Executive Summary of all Technical Memoranda, prepared by Architectural Consultant). Preliminary Phase 3 Schedule: Phase 2 Completion + 8 weeks. Phase 4: FINAL RECOMMENDATIONS AND REPORT Key Meetings/Workshops: These will be organized and facilitated by the Architectural Consultant in partnership with the Aviation project manager. Consultant Team Coordination Meeting(s). Port Stakeholder Workshop(s) as needed. Tenant Workshop(s) as needed Additional meetings as needed with Port staff and/or other consultants. Major Tasks: Presentation and Discussion of Working Paper #3, Preliminary Recommendations Report, at Stakeholder and Tenant Workshops (led by Architectural Consultant). Collectively brainstorm alternative renovation program recommendations. Consultant technical investigations and analysis to develop prioritized, sequenced renovation program recommendation with options where appropriate. Key Deliverables: Meeting/workshop facilitation and documentation agendas, minutes, agreed action items (by Architectural Consultant). Draft and Final Technical Memorandum: Final Recommendations (by each consultant). Draft and Final Overall Report (prepared by Architectural Consultant). Page 5 of 9

Preliminary Phase 4 Schedule: Phase 3 Completion + 4 weeks. IV. PROPOSAL FORMAT AND REQUIRED CONTENTS All submittals must follow the outline format below and contain at least the information requested. Submittals are limited to 12 double-sided or 24 single-sided 8½ x 11 pages (not including items F, G and H), font size shall not be less than 11 points, and margins not less than one inch. Any cover letter should be included in Section A of your proposal (and counted towards the page limit above). Section dividers are encouraged and do not count towards the page limit above, provided they do not contain marketing materials. 11 x 17 pages will be counted as two 8½ x 11 pages per side. A. Introduction/Summary 1. Summary of the scope of work as perceived by the consultant s review of this RFP. 2. Statement that the proposer (and any subconsultants) meet the minimum qualifications (at least five years of professional experience in the applicable field and participation in at least two airport projects). 3. See Section VII.. B. Proposed Scope of Work Provide a document, up to two pages in length, describing the consultant s understanding of the scope of services for this study and the approach to the work including major tasks, coordination with stakeholders, methods of integrating findings and recommendations of all the Terminal 1 studies, deliverables, and preliminary schedule. Include an estimate of hours by staff by task. The final price and scope will be negotiated. C. Project Manager Provide the name of the proposed project manager and a brief summary of his/her professional experience. Also describe other projects this project manager is currently managing and availability for this project. Provide information regarding the anticipated staffing requirements required to complete the scope of work. D. Qualifications and Experience Consultants (and any team members) must have at least five years of professional experience in their field of expertise. 1. Provide a brief description the firm(s), including the following required information: (1) general background, capabilities, and resources, (2) years in business, and (3) total number of staff and number of staff in the proposed office. 2. Provide a list of key consultant staff that could be assigned to work on assignments for the Port, including the following required information: (1) a brief summary of their expertise and experience, and (2) number of years they have been with the firm. Page 6 of 9

3. Provide a description of five to ten relevant projects by the lead Architectural firm including two at medium- or large-hub airports that demonstrate the firm s capabilities in performing the services. Provide a description of two to three relevant projects by each subconsultant firm(s) that demonstrate the firms capabilities in performing the services. Projects described here must have been undertaken by the proposed firm, and not the staff who may have the experience from prior affiliations. Only list projects that the staff in Number 2 above have participated. 4. Provide names, addresses, and telephone numbers of three clients familiar with the firms services. E. Fees Include copies of your proposed billing rates and material costs. Indicate subconsultant billing rates/schedules and price markup for subcontractors, if any. The Port prefers no markups on subconsultants and materials but if included, such markups may not exceed 10%. F. Resumes of Assigned Staff Provide full resumes of the professional staff listed in Section IV-D-2 above. G. Non-Discrimination/Local Business Policy and Work Force Report See Attachment I. Include all forms required by Attachment I in this section. H. Insurance The selected consultant will be expected to enroll in the Port s Owner-Controlled Insurance Program (OCIP), which provides professional liability insurance on behalf of consultants. Consultants, however, will be expected to provide other types of insurance, as outlined in Appendix E of Attachment II (waivers may be requested and approved at the sole discretion of the Port s Risk Manager and/or OCIP Administrator). No forms are required to be submitted at this time. V. SELECTION PROCESS A. Technical Review and Screening Port staff will evaluate proposals received by the deadline established in this RFP. Consultants will be selected for interviewing principally on the basis of technical excellence, assessing (1) each team s qualifications, including qualifications of subconsultants, if any, (2) relevant experience of the key project team members, especially the proposed project manager, (3) responsiveness and clarity of the submittal, (4) consulting fees/rate schedules, (5) responsiveness to the Port s non-discrimination and local business utilization policy, and (6) references. The most qualified consultants, based on rank considering the previous six items, will be asked to interview with Port staff. Page 7 of 9

B. Consultant Interviews The most qualified consultants will be asked to interview with Port staff. At the interviews, consultants will be asked to highlight their expertise and include examples of prior work. Further information will be provided to consultants selected to interview with Port staff. Based on proposals and the interview with Port staff, the Port s selection panel will recommend the most qualified consultant (or team) to perform the services. Selections will be based on experience, technical expertise, and communication skills, considering the quality of both the proposals and interview. This evaluation will be based on 85 points (with 15 points reserved for Non-Discrimination/Local Business Policy). The selection panel will make its recommendations to the Director of Aviation. The Director of Aviation will present the recommendation to the Aviation Committee of the Board of Port Commissioners and then the full Board of Port Commissioners, who will select the consultant (or team) to perform the work. By Resolution, the Board of Port Commissioners will authorize the Executive Director to enter into a professional services agreement with the selected firm. If agreement is not reached with the first-ranked consultant, staff will negotiate with the next consultant on the list. C. Non-Discrimination/Local Business Policy A summary of the policy is included as Attachment I. VI. SCHEDULE FOR CONSULTANT SELECTION The schedule for the consultant selection process is as follows (please note that all dates after the Proposals due deadline are subject to change): RFP available Pre-proposal conference January 12, 2006 Proposals due February 1, 2006 (3 p.m. local time) Short list of qualified teams February 8, 2006 Interviews February 16, 2006 Aviation Committee review February 27, 2006 Board review and selection March 7, 2006 Contract preparation and execution Approximately 4 to 6 weeks VII. CONSULTANT AGREEMENT AND DISCLOSURE The selected consultant will be expected to sign a professional services agreement with substantially identical terms to the standard agreement that is attached to this RFP as Attachment II. In Section A of your proposal (Section IV-A-3 of this RFP), please indicate affirmatively that such contractual terms are acceptable. All responses to this RFP and information provided by the selected consultant firms/teams during the course of the consultant agreement may be a public record and subject to disclosure under California law. Page 8 of 9

VIII. LIST OF ATTACHMENTS Attachment I: Non-Discrimination and Small Local Business Utilization Policy including Progress Payment Form, Chart for Submitting Data Regarding Local Participation, EEO-1 Work Force Report, and Local Community Participation Questionnaire Attachment II: Standard Professional Services Agreement including Insurance Requirements Page 9 of 9