request for proposals video marquee project …

15
REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT PROPOSALS MUST BE RECEIVED BY 2:00 PM ON THURSDAY, JULY 22, 2021 City of Chino Hills City Clerk’s Office 14000 City Center Drive Chino Hills, CA 91709

Upload: others

Post on 13-May-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

REQUEST FOR PROPOSALS

VIDEO MARQUEE PROJECT

PROPOSALS MUST BE RECEIVED BY

2:00 PM ON THURSDAY, JULY 22, 2021

City of Chino Hills City Clerk’s Office

14000 City Center Drive Chino Hills, CA 91709

Page 2: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills Request for Proposals Video Marquee Project

Date: June 30, 2021 Department: City Manager’s Office Project Name: Video Marquee Project Proposal Due Date: July 22, 2021 Time: 2:00 P.M. Proposals must be submitted to: City of Chino Hills City Clerk’s Office Attn: Matt Jester 14000 City Center Drive Chino Hills, CA 91709 Due Date and Delivery: Proposals must be for the entire scope of services outlined in this RFP. Incomplete proposals will not be considered. The proposer shall submit a package clearly marked on the outside as “Video Marquee Project” to the City Clerk’s Office. The package shall contain the following:

• Three (3) bound copies and one (1) electronic copy of the proposal (flash drive is the preferred method) Emails are not accepted;

• One (1) original of the cost proposal in a separate sealed envelope clearly marked “Sealed Cost Proposal”.

Proposals must be received by the City Clerk’s Office no later than 2:00 p.m. Thursday, July 22, 2021. Submissions received after this deadline will be rejected. Submissions by facsimile or electronic mail will not be accepted. A. Description of the Government: The City of Chino Hills is a General Law City in the State of California and is located in the Southwestern portion of San Bernardino County. The City was incorporated on December 1, 1991, and operates under a council-manager form of government. The City is a community consisting of approximately 45 square miles with an estimated population of 84,364. The City operates as a "contract city" utilizing contracts with other government entities, private firms and individuals to provide many traditional municipal services to the community. Contracted services include police, city attorney, animal control, and refuse collection.

Page 3: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

1

B. Objective The City of Chino Hills is seeking proposals from qualified firms for the installation of a video marquee monument sign. C. Addendum If it becomes necessary to revise any part of this RFP, an addendum to the RFP will be published and distributed through the City’s website. All addenda shall become a part of the RFP document requiring acknowledgment by the proposer. D. Evaluation and Selection The following is a tentative schedule of this RFP process. While the City will attempt to apply the necessary resources to maintain this schedule, the following dates are merely projections and the City reserves the right to modify this schedule as needed to accommodate the completion of this RFP process. The following is a tentative timeline for the evaluation and RFP selection procedure.

TENTATIVE PROJECT SCHEDULE

RFP Published: Wednesday, June 30, 2021

Questions from Proposers Due: Thursday, July 8, 2021

Questions and Answers Posted: Tuesday, July 13, 2021

Proposals Due: Thursday, July 22, 2021 by 2:00 p.m.

Initial Review of Proposals by Panel: July 26 – July 29, 2021

Anticipated Contract Award: Tuesday, August 10, 2021

E. Questions Please direct any questions or concerns to Matt Jester, IT Manager at [email protected]. Only questions with “Video Marquee Project” in the subject line will be accepted. All inquiries shall be submitted in writing. Questions will not be answered over the phone. Answers to pertinent submitted questions will be posted on the City’s website.

Page 4: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

2

F. Scope of Work: The following Scope of Work is desired by the City. The Contractor’s proposal must address how they will deliver the indicated services. Project tasks shall include, but are not necessarily limited to, those items noted below. If the contractor believes that additional tasks are warranted, they must be clearly identified in the contractor’s proposal as an “Add Alternate”.

The Contractor hereby acknowledges that before submitting a bid for these services, the Contractor has visited the proposed installation site, and informed themselves fully as to all conditions that might affect the work specified. The Contractor shall not be relieved of liability under this Contract, nor the City be held liable for any loss sustained by the Contractor as a result of any variance between conditions, as referred to in the Specifications, and the actual conditions revealed during the examination of the locations of the proposed work.

1. Display Units: Contractor shall furnish and install one double face 10mm RGB full

color LED outdoor video display unit in according with the minimum specifications listed below:

a. The proposed site plan and screen display platform design guidance and rendering is shown in “Exhibit A”.

b. Pixel Matrix will be 144x264 or higher. c. Virtual Pixel Matrix not accepted. d. Pixel Pitch: 10mm (True 10mm DIP) e. LED Pixel Configuration: DIP 1 Red, 1 Green, 1 Blue f. Physical Cabinet Dimensions: 4’-8 11/16” (H) x 8’-7 15/16” (W) g. Physical Active Display Area: Same as Cabinet Dimensions h. Physical Cabinet Border: Borderless i. Electrical Power per Face: 240 Volts, Maximum load allowed: 5 amps, Typical

Load: 1.5 Amps j. Color Capability: Minimum 281 Trillion Colors k. Brightness: Minimum 10,000 Nits, manually or automatically adjustable. l. Refresh Rate: Minimum 1200 Hz variable m. Frame Rate: Minimum 60 fps (frames per second) n. Viewing Angle: 160 degrees horizontal, 90 degrees vertical o. Internal Controller: Full video capable controller with Solid State Hard Drive p. Service Access: Front service with quick release half turn latch system to remove

LED modules. q. Must include temperature sensor for real time display of temperature or must be

able to be displayed on LED display using real time data from a RSS internet feed. r. Communications: TCP/IP Ethernet Direct, Wireless Ethernet, Cellular or Fiber

Optic Communications. s. Software: Fully web-based (online) system supporting multiple users, scheduling,

content creation editor, mobile or tablet access, iPad app, integrated automatic alerts tied directly to IPAWS, time/temperature objects and RSS feeds.

t. Content Creation: Minimum seven (7) year custom professional content creation service integrated with web-based (online) system. Must include a minimum of 60 video/animations or 120 still images.

u. 4G cellular wireless data plan provided and configured by display manufacturer using the Verizon network. Display manufacturer to include a Lifetime data plan

Page 5: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

3

which will provide cellular data to the display for the life of the display. Security to include password based authentication & SSL encryption.

v. Warranty: seven (7) year parts, seven (7) year onsite service. w. Display manufacturer is to provide an in-person on-site training session at a

mutually agreed upon time. A follow-up onsite training session will be provided by display manufacturer at a later date at no additional charge. Assistance with training by phone and by webinar must be available for the life of the display.

x. Phone technical support, troubleshooting and basic display operation support must be provided for the entirety of the display life (15 years minimum).

y. Manufacturer-employed technician must be present for the display installation and initial start-up. Technician will setup all communication interfaces.

z. LED sign software will have the capability to run an On-Demand sign diagnostics report that will detect hardware issues. Internal LED sign modules & controller will have the capability to enroll in an Automated Sign Diagnostic Service which will immediately detect hardware issues and notify the client by e-mail of a sign display issue.

2. Support and Documentation a. Fully supported in California, USA to provide the best quality control and access

to parts and support. US based factory support personnel available by phone or email to ensure timely resolution of support or customer service needs.

b. Factory technical training available via phone, web, or onsite to execute initial installation and setup. Additional support and training provided at no charge to maintain long term support of the system.

c. Clear documentation in proper English provided for cabinet, structural supports, internal components, external accessories, communication devices, software and installation specific to the system ordered to ensure a smooth installation and long term support of the system.

3. Internal Components a. All Internal Electronic Components: Must be designed to withstand environmental

factors including moisture and temperature variations to ensure maximum uptime and long term operation of the sign.

b. Internal Controller: Must be a full video capable controller. Must utilize non-mechanical solid state hard drive to maximize the lifetime of the system and avoid failures due to mechanical parts.

c. Power Supplies: Internal power supply PCB (Printed Circuit board) must be conformally coated to extend the operational lifetime and minimize failures due to environmental factors.

d. Internal components must be easily removed and/or serviced with standard and readily available tools.

e. Data cable routing and connections must be simple and mapped out in the documentation to minimize diagnosis and solution time frames.

f. Internal fans must be thermostatically controlled to avoid unnecessary power usage.

4. Access a. Access to the internal components must be a quick release latch based system

with no more than two half turn latches per LED module to provide quick and easy access to the system components, electrical connections, and data connections.

Page 6: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

4

b. The LED modules, and other internal components must be easily removable with standard tools from the front to decrease long term service time and cost.

5. External Components a. LED modules must be designed and manufactured to withstand the elements

without fading, cracking, water intrusion, or overheating. b. LED modules must use a matte black finish to increase the contrast ratio of the

sign face and avoid glare. c. LED modules must incorporate louvers, designed to shade each individual row

of LEDs from direct sunlight. In addition to the main louvers, the module face should have mini louvers to refract the light from the surface of the module to provide a better contrast ratio.

6. Performance a. Pixel Matrix: All pixel resolution (or pixel matrix) specifications must be presented

in physical pixels to avoid inaccurate representation of the display capabilities of the product. References to the virtual resolution may be made, but must be secondary to the physical pixel specification.

b. Pixel Pitch: All pixel pitch specifications must be presented using the millimeter measurements from center point to center point on physical pixels to avoid inaccurate representation of the display capabilities and actual pixel pitch.

c. Brightness Level: Brightness levels must be easily adjusted and scheduled manually, or by an automatic brightness sensor to ensure proper light levels at readability at night.

d. Brightness: The LED brightness specification must be greater than 7,500 NITS to provide sufficient display brightness in sunlight. Brightness levels must not be achieved by overdriving the LEDs.

e. Ventilation: The LED sign cabinet ventilation and forced air system must be designed to ventilate the internal components without the need for additional electric fans separate from the LED sign itself to avoid added complexity and long term overheating issues.

f. Colors: The LED sign must support at least 281 trillion colors. g. Refresh Rate: The refresh or scanning rate must be a minimum of 1200 Hz

variable. h. Frame Rate: The frame rate of the display must be a minimum of 60 FPS (frames

per second). i. Viewing Angle: The viewing angle specifications must be at least 160 degrees

horizontal, 90 degrees vertical.

7. Communications a. The LED controller system must support multiple communication options including

Wireless, Cellular, Fiber Optic, and standard TCP/IP network interfaces to allow greater flexibility according to site specific needs.

b. The LED controller must accept direct connections via Cat5/6 network cable using standard TCP/IP network protocol to ensure network communications can be established and secured using standard network security practices.

c. Any communication hardware or devices offered with the system must include full warranties equal to, or greater than the sign warranty period to ensure long term communication reliability with the sign.

Page 7: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

5

d. Communication device(s) must ship fully secured from the factory, with the ability to customize security settings for site specific needs to provide safe and secure data transmission.

8. Software and Operation a. LED control software must be supported in the USA to ensure a quality end-user

experience and long term support. b. All software documentation must be written completely in proper english with an

easy to read layout to improve education for new users and provide accurate reference material for existing users.

c. LED control software must support standard file types, including .bmp, .gif, .jpg, .jpeg, .lbm, .miff, .pct, .pict, .png, .px, .pxr, .raw, .tga, .tiff,.xbm, .flv, .3gp, .wmv, .avi, .m1v, .m2v, .fla, .m4v, .mkv, .wrap, .mng,.mov, .mpeg, .mpg, .mpe, .nsv, .rm, .mp4, .swf.

d. LED control software must support the ability to schedule and retain brightness levels on the display to ensure the sign is readable at night and does not distract the public.

e. LED control software must be able to send content, brightness, and other data to the sign to be stored locally in the sign controller to allow operation of the sign regardless of the local computer’s communication status.

f. Web-Based Option: Must provide the ability to fully control and manage all aspects of the sign’s schedule and content securely over the internet by using integrated web-based software specifically for LED signs. The Web-based software must include the following:

i. Access to web-based software must be secured using standard security protocols like https and passwords to ensure the safety of the schedules and content.

ii. A fully integrated Automatic Emergency Alert feature. When enabled, this feature must be fully functional and integrated directly within the web-based portal and connected directly to the IPAWS (Integrated Public Alert and Warning System) to display Amber, Silver, Public Safety, Weather, and Other local and national alerts automatically, without manual input by the user. Alerts must automatically stop playing when the alert period is over.

iii. A professional custom content creation service that provides custom content and animations created specifically for the end-user through the Web-based software.

iv. A fully integrated message editor that supports content creation with colored text, backgrounds, images, animations, rss feeds, time and temperature objects.

v. The ability to create, remove and manage multiple users with custom permissions to improve collaboration on the LED sign content and schedules securely.

vi. The ability to schedule at least 5 years in advance and support day-parting to allow content to be played on specific days at specific times over a period of time.

vii. Support playlists that allow more than one media file to be assigned to a single scheduled time period.

viii. Support rotation options that allow media to be played one file at a time, or play an entire list of media files in a group back to back.

Page 8: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

6

ix. A fully integrated media library to safely upload and store all media files in the cloud for use on the sign, providing a safe and secure location for sign content that is not dependent on a local system.

9. Durability and Environment a. LED cabinet must have the option to be protected by standard powder coating,

or preferably a ruggedized coating that is flexible to weather changes, rust proof, fade resistant and scratch resistant.

10. Safety and Structure a. The LED sign and manufacturer must be specifically certified by a Nationally

Recognized Testing Laboratory (NRTL) like Underwriters Laboratory (UL), Intertek (formerly ETL), MET or other NRTL’s that are authorized to certify electronic message signs. This ensures that the sign will be safe and has been manufactured according to OSHA standards.

11. Warranty a. The LED sign must include a minimum seven (7) year parts warranty that

guarantees replacement or factory repair of defective components and includes standard shipping costs for these parts to and from the factory.

b. The sign must include the option of a minimum seven (7) year labor warranty, that covers the physical replacement or repair of the parts at the LED sign, to minimize any long-term service and maintenance costs to the end-user.

c. The warranty must be backed and insured by a third party to ensure availability of parts and service throughout the warranty period.

12. Electrical

a. Contractor shall excavate a 30-inch-deep electrical service trench approximately 282 feet from the sign location to the electrical service cabinet.

b. Contractor shall survey the site and identify any utility conflicts, existing conduit and irrigation lines when preparing their excavation bid.

c. Any damage to existing City infrastructure shall be repaired at the contractor’s expense.

d. Any disruptions to City infrastructure shall be restored or repaired promptly, as directed by the City, at the contractor’s expense.

e. Contractor shall install approximately 282 feet of 2 inch schedule 40 PVC conduit from the sign location to the electrical cabinet.

f. Contractor shall install all pertinent electrical connections, conductors as well as a future pull string within the conduit.

g. All electrical connections shall be made per the manufacturer’s installation instructions and the 2019 California Electrical Code.

13. Installation a. Installer shall review all site conditions and determine that all aspects are

acceptable for installation of marquee signage. b. Installation and wiring shall be in accordance with the manufacturer’s

specifications. c. Installers shall be pre-approved by the manufacturer prior to commencing work. d. Designer shall design the structural components for the support of the video

screen and this will include the columns, beams, footings, etc. complete to support

Page 9: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

7

the video screen. Additionally, the design shall provide sufficient details and design for the architectural finishes per Exhibit A. A structural design complete is required.

e. Installer will provide paint and paint the structure per Exhibit A f. Designer shall have knowledge of vegetation and irrigation sufficient to address

any irrigation and landscaping to be replaced.

14. Maintenance a. Contractor will provide maintenance options to the City beyond the initial warranty

period.

15. Contractor’s Non-Compliance If the City determines that there are deficiencies in the performance of this contract, the City will provide a written notice to the Contractor to correct the deficiencies within the specified time frames. Said specified time frames shall be reasonable, as determined by the City, in order to correct the specified deficiencies. Should the Contractor fail to correct deficiencies within the specified time frames, the City may contract the work or may perform the work utilizing City employees and/or contract labor. The City will deduct from the Contractor’s monthly payment any cost that the City incurs correcting a deficiency of the Contractor. This action shall not be construed as a penalty but as an adjustment of payment to the Contractor for the purpose of recovering the costs incurred by the City due to the failure of the Contractor to comply with the provision of this contract. If it becomes necessary for the City to provide personnel to assist or complete a task that was not completed by the Contractor, or not completed in an acceptable manner, the Contractor will be charged the blended hourly rate as established by the City, plus the cost of materials, supplies and equipment. Except as otherwise provided herein, if the City determines that there are deficiencies in the performance of the contract and the City agrees that it is impractical to fix the extent of actual damages resulting from the deficiency, $500.00 of liquidated damages will be deducted from the Contractor’s monthly payment. In the event of a failure to correct a deficiency or for any other breach of this contract by the Contractor, this contract may be terminated by the City upon thirty (30) calendar days written notice by the City at its sole discretion. In the event of such termination, the Contractor shall only be paid for services rendered and expenses necessarily incurred prior to the effective date of termination.

16. Contractor’s Liability All damages that, in the City’s opinion, are due to the Contractor’s operation shall be repaired at the Contractor’s expense. All such repairs or replacements shall be completed within the time limits as designated by the City.

Page 10: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

8

17. Safety The Contractor agrees to perform all work outlined in this Scope of Work in such a manner as to meet all accepted standards for safe practices during maintenance operations and to safely maintain and operate all equipment, machines, materials, and chemicals consequential or related to the work; and is solely responsible for complying at all times with all local, County, State Federal or other legal requirements including OSHA Safety Orders, so as to protect all persons, including the Contractor’s employees, agents of the City, vendors, members of the public, and others from foreseeable injury to themselves or damage to their property. It shall be the Contractor’s responsibility to inspect and identify any practices and conditions that render any portion of the maintained facilities unsafe. The City shall be notified immediately of any unsafe condition that requires correction. The Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises. The Contractor shall clearly post signs in all entry areas prior to any potentially hazardous situations.

18. Construction Hours Construction hours shall be 7:30 AM – 3:30 PM, Monday-Friday. Periodic exceptions to this requirement shall be requested by the contractor and approved by the City in writing.

19. Contractor’s Staff The Contractor shall require each of their employees to wear safe working attire. This shall include proper steel-toe work shoes and other clothing and gear required by Federal and State Safety Regulations.

20. Signs/Improvements The Contractor shall not post advertising signs within the work areas.

21. Non-Interference The Contractor shall respect the peace and quiet of the areas where construction is being performed. The Contractor shall perform services with the least possible obstruction and inconvenience to the public so as to not interfere with the use of the facilities. The City understands that the effects of this project will have some disruption to pedestrian traffic; however, the contractor will be required to have a plan to safely route pedestrians around the construction area, as required.

22. Maintenance, Repairs and Replacements Due to Extraordinary Incidents

Any extraordinary incident, such as vandalism, acts of God, and third-party negligence which has or will affect the City’s property and is within the scope of the Contractor’s responsibilities, shall be documented by the Contractor by phone call, photographs,

Page 11: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

9

and/or written statement, and documentation shall be given to the City within eight (8) hours of discovery. The Contractor shall submit a written estimate for the cost of performing vandalism repair work to the City. The City may, upon review and approval of such estimate, authorize the Contractor to perform said work by the issuance of a written work order.

23. Meetings

The Contractor and any of its staff shall be available to meet daily, or as directed by the City, with City staff at a mutually agreed upon time and City facility to review construction activities, operational and timing activities, pending work, estimates, work quality, and any items related to the Contractor’s work under the contract.

24. Pricing

The Contractor shall provide line-item pricing for each task mentioned herein. Said pricing shall account for all of the required services mentioned in the Scope of Services. The City reserves the right to negotiate final pricing as well as additions or deletions of any aspects of the Scope of Work.

G. Deliverables: The successful proposer shall provide:

1. Cover Letter

The Cover Letter shall be addressed to Matt Jester, IT Manager, and at minimum, must contain the following:

a. Identification of firm, including name, address, and telephone number. b. California Secretary of State Entity Number. c. Name, title, address, and telephone number of contact person during period of

proposal evaluation. d. Statement to the effect that the proposal shall remain valid for a period of not less

than 120 calendar days from the date of submittal. e. Signature of a person authorized to bind the firm to the terms of the proposal.

2. Executive Summary

In a brief narrative, describe the proposed solution by setting forth the overall approach and plans to meet the requirements of the RFP. The intent of this narrative is to convey to the City that the firm understands the objective of the requested service, the nature of the work, and the level of effort necessary to successfully provide the defined services. The narrative should stipulate how the firm’s approach and plans to provide the services are appropriate to the tasks involved.

3. Scope of Work / Methodology

Provide a detailed description of the approach and methodology to be used to accomplish the Scope of Work of this RFP. The methodology shall include:

Page 12: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

10

a. Describe the firm’s approach to managing the project, including an implementation

plan that describes in detail the specific plans to manage, control, and supervise the project in order to ensure satisfactory provision of services.

b. Provide a project timeline designed to meet the requirements of the City, as well as

scheduling and control methodology that will be used to ensure the schedule will be met. The timeline should include key milestone dates and a detailed description of key project steps.

c. Provide a description of the implementation plan considerations, including estimated timeframes and deliverables for various stages of the project.

d. Provide a detailed description of the specific tasks you will require from City staff.

Explain what the respective roles of City staff and your staff would be to complete the tasks specified in the Scope of Work.

e. Provide a detailed description and/or examples of your quality control procedures that

ensures all work products delivered to the City (i.e., drafts and final versions) are of high-quality, accurate and have been thoroughly reviewed prior to delivery to the City.

f. Demonstrate the ability to create ad-hoc reports as needed (such as image counter). g. Provide a materials and labor rate sheet for extra work.

4. References

Provide at least three (3) public agency references, past and present, using the same services of equivalent or greater scope as being proposed. Indicate the scope of work, date, contract amount, and the name, email address, and telephone number of the client contact. Also, provide a complete list of other public agencies in California utilizing your services over the past five (5) years.

5. Required Statements

a. A statement that all charges for services will be a “Not-To-Exceed” fee, as submitted

with and made part of said contractor’s quote. b. A copy of the contractor’s hourly rate schedule and a written statement that said hourly

rate schedule is part of the contractor’s quote for use in invoicing for progress payments and for extra work incurred that is not part of this RFP.

c. A written statement by the contractor that all federal laws and regulations shall be

adhered to notwithstanding any state or local laws and regulations. In case of conflict between federal, state, or local laws or regulations, the strictest shall be adhered to.

d. A written statement by the contractor shall allow all authorized federal, state, county,

and the City official’s access to place of work, books, documents, papers, fiscal, payroll materials, and other relevant contract records pertinent to this project. All relevant records shall be retained for at least three (3) years.

Page 13: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

11

e. A written statement that the contractor will not discriminate against any employee or

applicant for employment because of race, color, religion, sex, or national origin. f. A written statement that the contractor shall comply with the California Labor Code,

pursuant to said regulations entitled: Federal Labor Standards provisions; Federal Prevailing Wage Decision; and State of California Prevailing Wage Rates, respectively.

g. A written statement that the contractor shall comply with the Copeland Anti-kickback

Act (18 USC 874 C) and the implementation regulation (29 CFR 3) issued pursuant thereto, and any amendments thereof.

H. Administrative Elements:

1. The contractor shall assign a responsible representative and an alternate to perform the assigned tasks. Both staff members shall be identified in the proposal. The contractor’s representative will be responsible for all duties from contract negotiations through project completion. If the primary representative is unable to continue with the project, then the alternate representative will become the primary representative. Any other changes in responsible representative must be approved, in advance, by the City. The City will have the right to reject other proposed changes in personnel and may consider any other changes in responsible personnel a breach of contract.

2. The contractor shall provide all necessary personnel, instruments, equipment, and materials to perform the described services.

3. The City reserves the right to accept or reject any or all proposals or to waive any defects or irregularities in the proposals or selection process.

4. Proposals will be evaluated on the basis of the response to all provisions of this RFP. Since this solicitation is an RFP as opposed to a Bid, pricing alone will not constitute the entire selection criteria. The City may use some or all of the following criteria and corresponding percentages in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The City reserves the right to modify the evaluation criteria and percentage of score as deemed appropriate prior to the commencement of evaluation.

5. After selecting the highest qualified scorer, the City and highest proposer will negotiate the final agreement terms. If the City and the Proposer are unable to come to mutual terms, the City reserves the right to negotiate with the next highest scorer(s), or re-issue the RFP.

Page 14: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

12

POTENTIAL PROPOSAL EVALUATION CRITERIA

EVALUATION CRITERIA PERCENTAGE OF SCORE

Approach to the work including task breakdown as related to the scope of work described in this RFP.

25%

Demonstrated quality of materials, warranty, service options and ease of maintenance.

25%

Proposer’s experience and technical competence, understanding of the project, and subject matter expertise on similar projects of equal complexity.

10%

Reference lists(s), and the Proposer’s willingness to agree to all terms of the Maintenance Services Agreement, and available resources to perform the requested services.

15%

Total cost proposal for project. 25% I. Agreement for Construction Services: The City has provided a copy of the Agreement for Construction Services. Please review this agreement and provide the City with a written statement of your firm’s willingness to accept the terms of the agreement. Please specifically identify each and every term of the agreement which your firm is unwilling to accept and the reason therefore (Attachment 1). Please provide proposed Compensation and Scope of Work Exhibits with your proposal. J. Insurance: Within three (3) business days of successful selection, contractor must provide the City with Certificates of Insurance providing coverage as outlined in Section IV of the Agreement for Construction Services naming the City, its agents and officers as additional insureds by written endorsement. K. Business License:

The successful contractor(s) and any sub-contractors are required to obtain a City Business License prior to award of Contract, and to maintain the license for the entire term of the Agreement. The Business License is not a prerequisite for submission of a proposal.

L. Qualifications:

The Contractor shall possess a valid Class A or Class C12 Contractor's license at the time of submitting bids.

Page 15: REQUEST FOR PROPOSALS VIDEO MARQUEE PROJECT …

City of Chino Hills RFP FOR VIDEO MARQUEE PROJECT

13

M. Subcontracting: The Proposer may utilize the services of specialty subcontractors on those parts of the work that, under normal contracting practices, are performed by specialty subcontractors. Subcontractors that are utilized by the proposer may not be responsible for more than 50 percent of the total work on any given project. Unless a specific subcontractor is listed by Proposer, Proposer is representing to City that Proposer has all appropriate licenses, certifications, and registrations to perform the work hereunder. After submission of their proposal, the Proposer shall not award work to any unlisted subcontractors(s) without prior written approval of the City. The Proposer shall be fully responsible to the City for the performance of their subcontractors and of persons either directly or indirectly employed by them. Nothing contained herein shall create any contractual relation between any subcontractors and the City. N. Public Information: All materials received relative to this RFP will become public information and be available for inspection after the award of contract. The City reserves the right to retain all proposals submitted, whether or not the proposal was selected or judged to be responsive. O. Attachments:

Exhibit A: Site Map & Specifications Attachment 1: Construction Agreement