To reduce the risk of facility damage, the City is requesting engineering services to design a ballistic glass system along the perimeter of the Emergency Operations Center (EOC). The glass must be at least AR 500 rated and 1/2'' thick. The intent is to furnish the protective system on the interior building side.
The intent of the design is to furnish a system which covers line of sight along the large windows only. Coverage is not required along the upper small windows. The system may be ballistic glazing or suspended plates off the existing glass. The engineer will be required to furnish the most cost-effective approach
The City of Anaheim’s EOC is located at the Anaheim West Tower at 201 S. Anaheim Boulevard. The Emergency Operations Center (EOC) FEMA Grant Program is intended to improve emergency management and preparedness capabilities by supporting flexible, sustainable, secure, strategically located, and fully interoperable EOCs with a focus on addressing identified deficiencies and needs. Fully capable emergency operations facilities at the state and local levels are an essential element of a comprehensive national emergency management system and are necessary to ensure continuity of operations and continuity of government in major disasters or emergencies caused by any hazard.
The consultant shall meet all FEMA federally funding requirements listed below. The chosen consultant shall also ensure their bidding documents will require the contractors meet all FEMA req federally funding requirements.
City will directly pay any applicable permit submission fees.
- Volume 1
- I certify that I, the individual responding to this RFWOP (prospective primary participant), am an Authorized Official with the authority to certify and submit the following legally binding statements in this RFWOP Response on behalf of my company (Contractor). (required)
- Full Name and Title of RESPONDENT’s Authorized Official (required)
- In executing this proposal the bidder certifies being properly licensed and registered to do the work and under penalty of perjury under the laws of the State of California. (required)
- Volume 2 - Contract Documents
- Conflict of Interest —
Please download the below documents, complete, and upload.
- DESIGNATION OF SUB-CONTRACTORS (required) —
Please download the below documents, complete, and upload.
- PROPOSAL (required) —
For the construction of: RFP Engineering Services - AWT - EOC Window Improvement (Re-Bid)
The bidder, declares that it has carefully examined the location of the proposed work above described, examined the Plans and Specifications and General Conditions therefore, read the Instructions to Bidders, and is familiar with all proposal requirements, and hereby proposes and agrees, if the proposal is accepted, to complete the said construction in accordance with the Contract Documents, as defined in the General Provisions, in the time stated herein, for the unit price or lump sum given in the BID ITEMS section of this proposal.
Said amount is to include and cover all taxes, the furnishing of all materials, the performing of all the labor requisite or proper and the providing of all necessary machinery, tools, apparatus, and other means of construction; also the performance and completion of all the work in the manner set forth, described and shown in the Specifications or on the drawings for the work.
The successful bidder shall commence work upon receipt of the "NOTICE TO PROCEED" and instructions by the Construction Contract Administrator, and to prosecute the work to completion before the expiration of ONE HUNDRED AND EIGHTY (180) working days, excluding Saturdays, Sundays and Holidays, after the execution of the NOTICE TO PROCEED.
All bids are to be computed on the basis of the given Estimated Quantities of Work, as indicated in this proposal, multiplied by the unit prices as submitted by the bidders. In case of discrepancy between unit prices and the extension thereof, the unit price shall prevail and bids will be computed as indicated above and compared on the basis of corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids and evaluation only. Bidders are required to perform their own take-offs of the work quantities, as well as the types of work required, from the drawings and specifications. If the plans and/or specifications require items of work be performed that are not listed in the City's estimated bid item list, the missing items and/or quantities believed to be in error shall be reported immediately to the City through the Request for Information (RFI) process, including the proposed cost impact. Contractors acknowledge that the bid item list alone may not include all of the types or quantities of work required by the plans and specifications. By submitting its bid, Contractor herewith certifies acceptance of all of the various work items required to complete the Work. It is understood by Bidder that the City has the right to reject this proposal or to award a contract to the undersigned at the prices stipulated.
- EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATES OF COMPLIANCE (required) —
As used in this Certificate, the word "Contract" shall mean either "Contract", or "Subcontract". The word "Contractor" shall mean either "Contractor" or "Subcontractor".
The Contractor certifies the following to the City of Anaheim:
- COMPLIANCE REPORTS:
That if the Contractor has participated in a previous Contract subject to the rules and regulations on Equal Opportunity set forth in 41 Code of Federal Regulations Part 60-1, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance of the United States Department of Labor, the appropriate Government Agencies or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements, or if he has not he agrees to do so promptly and before any Contract is awarded. - NON-DISCRIMINATION:
During the performance of any Contract placed with him by the City of Anaheim, the Contractor agrees as follows:- The Contractor will not discriminate against any employee or applicant for employment because of, race, religion, sex, creed, color, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, creed, color, or national origins. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff of termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.
- The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, sex, creed, color or national origin.
- The Contractor will send to each labor union or representative of workers with which he has a Collective Bargaining Agreement or other Contract or understanding, a notice advising the labor union or worker's representative of the Contractors commitments under Section 202 of Executive Order Number 11246 of September 24, 1965, as amended, and shall post copies of the notices in conspicuous places available to employees and to applicants for employment.
- The Contractor will comply with all provisions of Executive Order Number 11246 of September 24, 1965, as amended, and with the rules, regulations, and relevant orders of the Secretary of Labor.
- The Contractor will furnish all information and reports required by Executive Order Number 11246 of September 24, 1965, as amended, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Contracting Agency and the Secretary of Labor for purposes of investigations to ascertain compliance with such rules, regulations, and orders.
- In the event of the Contractor's non-compliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further City Executive Order Number 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order Number 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
- AFFIRMATIVE ACTION PROGRAM:
Contractor's attention is directed to Section 60-1.40 of title 41 of the Code of Federal Relations, related to Affirmative Action Compliance Programs, and applying to each Subcontractor with a Subcontract of $50,000 or more and 50 or more employees.
Contractor certifies that he has developed and has on file at each of his establishments a written Affirmative Action Compliance Program, as is called for in section 60-1.40 of and pursuant to part 60-2 of Title 41 of the code of Federal Regulations, and that such Affirmative Action Compliance Program is current, or if it is not, within 120 days after receipt of any order, the undersigned firm agrees to develop and maintain a written Affirmative Action Compliance Program, for each of his facilities unless such firm is not required by law or regulation to develop such program. - CERTIFICATION OF NON-SEGREGATED FACILITIES:
The Contractor certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any locations, under its control, where segregated facilities are maintained. The bidder, offerer, applicant, or Subcontractor agrees that a breach of this Certification is a violation of the Equal Opportunity Clause of any Contract placed with it. As used in this Certification, the term "Segregated Facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, which are segregated by explicit directive or in fact segregated on the basis of race, religion, sex, creed, color, or national origin because of habit, local custom or otherwise.
Contractor further certifies that it will obtain identical certifications from proposed Subcontractors prior to the award of Subcontracts exceeding $10,000 covering the procurement if personal property and non-personal services (including construction).
- Non-Disclosure Agreement (NDA) (required) —
Please download the below documents, complete, and upload.
- NON-COLLUSION DECLARATION (required) —
I, the Authorized Official, represent the party (“Respondent”) making the foregoing bid (“Bid”) and declare as follows:
- The Bid is not made in the interest of or on the behalf of any undisclosed person, partnership, company, association, organization, or corporation;
- The Bid is genuine and not collusive or a sham;
- The Respondent has not directly or indirectly induced or solicited any other respondent to put in a false or sham Bid and has not directly or indirectly colluded, conspired, connived, or agreed with any other respondent or anyone else to put in a sham Bid or withhold from submitting a Bid;
- The Respondent has not in any manner directly or indirectly sought by agreement, communication, or conference with anyone to fix the Bid price of the Respondent or of any other respondent or to fix any overhead profit or cost element of the Bid price, or of that of any other respondent, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; and
- All statements contained in the Bid are true, and further, that Respondent has not directly or indirectly submitted its Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to any person or persons as have a partnership or other financial interest with Respondent in the general business.
- BID ITEMS (required) —
Confirm that the Bidder has input all bid item pricing in the BID ITEMS section.
- DEBARMENT/SUSPENSION CERTIFICATE —
INSTRUCTIONS ON CERTIFICATION REGARDING DEBARMENT AND SUSPENSION
- By signing and/or electronically certifying and submitting this proposal, the prospective primary participant is providing the certification set out below.
- The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction.
- The certification in this clause is any material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.
- The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
- The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations.
- The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.
- The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions.
- A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List.
- Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
- Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.
- Certification (required) —
- The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from a covered transaction by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.
- Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall include an explanation with this proposal.
- Volume 4 Technical Proposal
- Cover Letter (required) —
Proposals shall include a letter signed by a principal or authorized representative who can make legally binding commitments for the entity. Include address, telephone, email address, and type of business entity.
- Firm and Experience (required) —
Proposals shall include a profile of the firm’s experience. Include resumes of project team/sub-consultants that outline their engineering and project management experience. At a minimum, this should include the project manager/principal agent, associates in charge when project manager/principal agent is unavailable, key personnel, firm size, and an organization chart identifying only those who will perform work for the proposed work and the percentage of each individual’s time devoted to this project. The project manager/principal agent shall be the primary contact person to represent your firm. Provide a demonstrated record of success by the Consultant on similar work previously performed for the City, other municipalities, or other enterprises.
The Consultant’s organization and all associated Consultants and subconsultants must be identified at the time of the proposal. If the Consultant wishes to use a subconsultant not specified in the proposal, prior written approval must be obtained from the City. The subcontract must contain all required provisions of the prime contract.
- Understanding of Need (required) —
Proposals shall include an outline which demonstrates the firm’s understanding of the scope of work. This outline shall include an anticipated approach, tasks necessary for successful completion, and suggestions or special concerns that the City should be made aware of.
- Relevant Project Experience (required) —
Proposals shall include a list of similar projects which your firm or personnel have completed within the last 5 years, including significant work with public agencies. Project information should include project description, year completed, and client name, along with a person to contact, a telephone number, and email address.
- Project Controls (required) —
Describe your firm’s ability to control costs and provide accurate and timely invoices through internal control measures; to monitor and stay within budget; to monitor schedules and review times and describe the techniques used to complete projects within the proposed time frames. Provide a description of your firm’s QA/QC process/procedures and explain how it will ensure quality work and an on-time product delivery.
- Consultant Fee Schedule (required) —
FEE SCHEDULE:
The Consultant shall include the firm’s and sub-consultants Standard Hourly Fee Schedule including any reprographic & reimbursable expenses with the Proposals.
SCOPE OF SERVICES & SCHEDULE
The proposal shall detail typical work phases to be completed, the tasks to be accomplished and the deliverables to be provided in order to satisfy the Scope of Work in Appendix 1. Consultants may itemize those additional services which are further required but are not noted in this RFP as requirements. Consultants shall title this section as ADDITIONAL SERVICES.
In addition, provide a detailed schedule using the typical project milestones in the RFP. The detailed schedule shall identify all pertinent tasks, time required to complete each task, milestones, time for City review (use 14 calendar days for each review), time for revising drafts, and a completion date to complete each of the design milestones. Key RFP Dates are listed on the title page. Consultant shall provide an explanation if the submitted schedule deviates from the Key RFP Dates. The completion date in the schedule shall be the basis for Liquidated Damages upon agreement of the schedule by the City and Consultant.
Work Performed as a Consultant:
The proposal costs must be summarized by task, the services to be provided by the Consultant, the product of each task and the cost for each task. A list of fees and expenses, including all incidental printing, photocopying and miscellaneous costs estimated to be accrued during the life of the contract must be provided in the reimbursable costs. A complete Work Breakdown Structure (WBS) and Earned Value Analysis shall be provided by the Consultant and used to monitor monthly progress payments. The schedule of fees will remain in effect for the duration of the project
- Project Location (required) —
Please enter the project location below, or reference an attachment where this information will be located (example pre-entered: See Site Map.).
- The Master Agreement for Facility Maintenance, Repair, Replacement, and Immediate Response Services was Approved by City Council on: (required) —
Modify as needed
- Required Contractors License (required) —
Modify as needed
- Work Days (required) —
Contractor shall prosecute the work to completion before the expiration of: (Modify as needed).