table of contents · table of contents part i – general ... presentations to attract additional...
TRANSCRIPT
2 | P a g e
TABLE OF CONTENTS
PART I – GENERAL INFORMATION ............................................................................................................. 3
1.0 GENERAL INFORMATION ............................................................................................................. 3
2.0 PROJECT BACKGROUND ............................................................................................................. 3
3.0 SOLICITATION SCHEDULE ........................................................................................................... 3
PART II – SCOPE OF WORK .......................................................................................................................... 4
4.0 SCOPE OF WORK ......................................................................................................................... 4
PART III – PROPOSER MINIMUM QUALIFICATIONS ....................................................................... ……….4
5.0 PROPOSER MINIMUM QUALIFICATIONS………………………………………………………….…4
PART IV – EVALUATION AND SCORING PROCESS .................................................................................... 4
6.0 EVALUATION AND SCORING PROCESS…………………………………………………………….…4
7.0 EVALUATION CRITERIA……………………………………………………………………………………5
PART V – SUBMISSION OF PROPOSAL ................................................................................................ ..….7
8.0 INSTRUCTIONS FOR SUBMISSION…………………………………………………………………..…7
9.0 SUBMISSION REQUIREMENTS……………………………………………………………………….…8
Part VI – SPECIAL CONDITIONS ................................................................................................................... 9
10.0 NO CONTACT PERIOD………………………………………………………………………………….…9
11.0 EQUAL OPPORTUNITY EMPLOYMENT………………………………………………………………..10
12.0 MINORITY AND WOMAN BUSINESS ENTERPRISES (MWBE)……………………………………..10
13.0 PROTESTS………………………………………………………………………………………………….10
PART VII – INSTRUCTIONS TO PROPOSERS............................................................................................. 11
14.0 PRE-PROPOSAL CONFERENCE……………………………………………………………………….11
15.0 LETTER(S) OF CLARIFICATION………………………………………………………………………...11
PART VIII – CITY REQUIRED FORMS .......................................................................................................... 13
16.0 REQUIRED FORMS TO BE SUBMITTED WITH PROPOSAL………………………………………..13
17.0 REQUIRED FORMS SHALL BE SUPPLIED TO THE VENDOR AFTER AWARD………………….13
3 | P a g e
PART I – GENERAL INFORMATION
1.0 General Information 1.1.1 The Houston Airport System (“HAS”) serves the City of Houston and the greater Houston Region—
including the ten counties comprising the Metropolitan Statistical Area of Houston—with a population close to six million.
1.1.2 A department of the City of Houston, HAS owns and operates three airport facilities: George Bush Intercontinental Airport, William P. Hobby Airport and Ellington Airport (“IAH”, “HOU”, and “EFD” respectively). In 2015, HAS handled more than 55 million passengers. It is one of the world’s largest public airport systems and positions Houston as a major international passenger and cargo gateway. Houston enjoys non-stop passenger air service to approximately 100 domestic and 64 international destinations.
2.0 Aviation Consulting Project Background & Description
2.1.1 The Houston Airport System (HAS) Air Service Development (ASD) Team is seeking to establish a new contractual agreement for "Aviation Consulting" professional services.
2.1.2 HAS ASD Team is seeking proposals for non-exclusive aviation consulting services. This RFP process will result in a 5-year contract with a 30-day right of cancellation at the sole discretion of the director.
2.1.3 The successful Proposer (also referred to as "Consultant") will develop business cases, forecasts, market analyses, customer profiles, traffic and route profitability analyses and business case presentations to attract additional scheduled passenger and cargo air service.
2.1.4 Additionally, the Consultant will provide research, information and analyses on various aviation legal, regulatory and policy issues, such as bilateral agreements, DOT/FAA regulations, competition plans, etc.
2.1.5 The Consultant will also provide economic impact studies for new service or projects in the Houston region.
3.0 Solicitation Schedule
3.1.1 Listed below are the important dates for this Request for Proposal (RFP).
EVENT DATE
Date of RFP Issued December 16, 2016
Pre-Proposal Conference December 28, 2016
Questions from Proposers Due to City January 5, 2017
Proposals Due from Proposers January 19, 2017
Notification of Intent to Award (Estimated) March 10, 2017
Council Agenda Date (Estimated) April 19, 2017
Contract Start Date (Estimated) May 4, 2017
4 | P a g e
PART II – SCOPE OF WORK
4.0 Scope of Work 4.1.1 Please find the Scope of Work attached as Attachment IV.
PART III – PROPOSER MINIMUM QUALIFICATIONS 5.0 Proposer Minimum Qualifications
5.1.1 The firm shall possess professional qualifications and experience of at least five (5) years. The firm
shall have a demonstrated ability to provide the services specified in the Scope of Work (Attachment IV) for airports which are of similar size and complexity to that of the Houston Airport System. Complexity, in this respect, speaks to a firm’s ability to serve an airport system like HAS, which has multiple airports.
5.1.2 Minimum of 5 years air service development and regulatory aviation consulting experience at medium and large hub US airports, with at least 1,000,000 international enplanements; minimum annual revenues/billings of $4 MM; at least 10 full-time personnel (not all to be assigned to HAS); a client list consisting of at least two US airports.
PART IV – EVALUATION AND SCORING PROCESS 6.0 Evaluation and Scoring Process
6.1.1 Submission of a Proposal in response to this RFP indicates Respondent’s acceptance of the
evaluation process and the evaluation criteria described herein.
6.1.2 Evaluation committee members shall review the Evaluation Committee Guidelines and sign Nondisclosure Agreements before receipt of proposals or submissions.
6.1.3 The team leader shall review all submittals/proposals to determine if they are responsive and that the
respondent is responsible. If the team leader believes any of the submittals/proposals are not responsive or responsible, he or she shall consult with the Chief Procurement Officer. Any nonresponsive or nonresponsible submittals/proposals shall be withheld from the evaluation committee by the team leader. The team leader shall distribute the proposals/submissions to evaluation committee members along with a scoring matrix for the procurement. Each committee member shall be assigned a letter or a number to use for the scoring form; individual names will not be attributed to the individual scoring forms. Each evaluation committee member shall independently review the proposal/submission and score each criteria (sub-criterion) against the total number of points allocated for that criteria. Only evaluation committee members shall have voting rights; observers shall not vote.
6.1.4 At the evaluation committee meeting, the committee will discuss their scores and the reasons for their
scores, noting strength and weakness of each proposal/submission. Each proposal/submission will be evaluated on its own merits, not compared to others. Committee members may revise their scores—up or down—based on observations made by other members or observers.
6.1.5 If oral interviews are held, the expectation is that the firms will explain to the evaluation committee why their team is the best qualified for the project. In preparation for the interview session, the short-listed firms will be provided in advance with a list of questions that will be asked of all short-listed firms. In addition to the standard questions, individual committee members may ask questions specific
5 | P a g e
to a particular submission/proposal. If oral interviews are held, the committee members shall convene and discuss their impressions immediately following each interview, if possible. If the discussion must occur later, it should occur as soon as practicable thereafter. The discussion shall focus on strengths, weakness, and any new observations the committee may have on the particular vendor as applied to the criteria set forth in the solicitation. After discussion, the committee members shall update their scores for each criterion and record their updated scores on the scoring matrix (even if any member does not change the score on any criteria, he or she shall enter the final score on the matrix) based on the firms explanation regarding its qualification for the Project and responses to interview questions (both standard questions and questions specific to the submission/proposal, if any). The team leader shall collect the scoring matrices.
6.1.6 After all scores have been updated, the proposals/submissions shall be ranked in order of the scores from greatest to least. Best and Final Offers may be requested from one or more of the top firms, if the committee so decides.
6.1.7 The team leader shall document the rationale for the committee’s recommendation. The summary of
the process shall be circulated to all committee members for their input and ultimate approval.
6.1.8 The City is not responsible for costs associated with the oral interviews.
7.0 Evaluation Criteria
7.1.1 The award of a contract(s) will be made to the Respondent(s) offering the response which best meets
the needs of HAS. HAS reserves the right to reject any offer if the Response submitted fails to satisfy HAS that the Proposer is properly qualified to provide the services contemplated as specified.
7.1.2 The following criteria will be used in the evaluation to assess the degree to which Proposals submitted meet the requirements contained in the Scope of Work.
Evaluation Criteria Max Score
Expertise/Experience/Qualifications 20
Organization/Staffing 35
Proposed Strategy and Operational Plan 35
Price/Rate Structure 10
Total 100
MWBE Compliance Pass/Fail
Financial Capabilities (Separate Envelope) Pass/Fail
7.1.3 Tab A: Expertise/Experience/Qualifications (20 Points)
7.1.3.1 A brief history of the firm, biographies of company principals, a description of in-house capabilities, organizational framework and number of full-and part-time employees. Proposers should submit the same information for contracted professionals and/or sub-consultants, if any. Also include a list of professional memberships to which the Proposer belongs.
7.1.3.2 A complete description of the firm’s experience as a full service aviation consultancy. Include a current and former client list for the past five (5) years, and a full description of specific projects/efforts the
6 | P a g e
firm (and its sub-consultants) has completed within the last five (5) years, identifying the client, the assigned personnel for such work, the purpose, results and outcomes. Include specific examples/samples of final work products (identify if created in-house or through subcontractors). Redaction of confidential information is acceptable.
7.1.4 Tab B: Organization/Staffing (35 Points)
7.1.4.1 A complete description of the firm’s organization/staffing to be assigned to HAS, including a detailed
list of qualifications for the principal in charge who would be responsible for the day-to-day handling of the HAS account, as well as resumes of in-house personnel responsible for supporting the principal in charge.
7.1.4.2 An organizational chart showing the principal in charge in relation to the support team for this contract.
7.1.4.3 An outline of the personnel’s current workload by listing all the clients to which they are currently assigned and the amount of time per week (expressed as a percentage) they devote to each client, along with the estimated time HAS can expect the employee to devote to the HAS contract (expressed as a percentage).
7.1.4.4 Include a statement signed by someone that has the ability to bind the firm stating that the firm will
seek HAS director (or his/her designee) approval prior to substituting the Account Executive assigned to HAS.
7.1.5 Tab C: Proposed Strategy and Operational Plan (35 Points)
7.1.5.1 Your assessment of HAS’ strengths, weaknesses, opportunities and threats as it relates to the scope
of work desired under this RFP.
7.1.5.2 Outline your firm’s strategic approach to provide HAS with the best quality of information and services that will help HAS to achieve its aviation objectives.
7.1.6 Price/Rate Structure (10 Points) [Separate Envelope]
7.1.6.1 Please provide a rate/fee structure to support the scope of work (hourly rates, lump sum, etc.). For hourly rates, please list the rate charged for each staff member, fully burdened.
7.1.7 Tab D: Financial Capabilities (Pass/Fail) [Separate Envelope]
7.1.7.1 Submit audited financial statements for the last two years. If audited financial statements are not
available, please submit tax returns for the two previous years and two years of unaudited financial statements.
7.1.8 Tab E: MWBE Compliance (Pass/Fail)
7.1.8.1 MWBE Requirements and City required documents are listed as Exhibits and Attachments. Please
include any experience your firm has with outreach programs to attract MWBE firms. Only firms certified by the City of Houston as an MWBE can be utilized towards the MWBE goal.
7 | P a g e
PART V – SUBMISSION OF PROPOSAL
8.0 Instructions for Submission
8.1.1 Number of Copies. Please submit ten (10) copies of the Proposal, including one (1) printed original signed in BLUE ink, and additional ten (10) electronic thumb drives are to be submitted in a sealed envelope bearing the assigned Solicitation Number, located on the first page of the RFP document to:
Devon Tiner, P.E., PMP Interim Procurement Officer Houston Airport System Supply Chain Management 18600 Lee Road Humble, TX 77338
8.1.2 HAS shall bear no responsibility for submitting responses on behalf of any Respondent.
Respondent(s) may submit their Proposal to the Office of the Interim Procurement Officer any time prior to the stated deadline.
8.1.3 Time for submission. Proposals shall be submitted no later than the date and time indicated for submission in this RFP. Late submittals will not be considered and will be returned unopened.
8.1.4 Format. Proposal should be left-bound with information on both sides of the page when appropriate. Material should be organized following the order of the submission requirements separated by labeled tabs. Expensive paper and bindings are discouraged since no materials will be returned.
8.1.5 Complete submission. Proposers are advised to carefully review all the requirements and submit all documents and information as indicated in this RFP. Incomplete proposals may lead to a proposal being deemed non responsive. Non-responsive proposals will not be considered.
8.1.6 Packaging and Labeling. The outside wrapping/envelope shall clearly indicate the RFP Title and date and time for submission. It shall also indicate the name of the proposer. The Price Proposal shall be submitted in a separate sealed envelope. The envelope shall clearly identify the content as “Price Proposal”. All other submission requirements shall be included with the Technical Proposal.
8.1.7 Timely delivery of Proposals. Proposals must be delivered by hand or sent to the City of Houston Chief Procurement Officer through U.S. Mail or other available courier services to the address shown on the cover sheet of this RFP. Include the RFP number on any package delivered or sent to the Chief Procurement Officer and on any correspondence related to the Proposal. If using an express delivery service, the package must be delivered to the designated building. Packages delivered by express mail services to other locations might not be re-delivered in time to be considered.
8.1.8 Late Proposals. The proposer remains responsible for ensuring that its Proposal is received at the time, date, place, and office specified. The City assumes no responsibility for any Proposal not so received, regardless of whether the delay is caused by the U.S. Postal Service, the courier delivery service, or some other act or circumstance.
8.1.9 Extensions. HAS reserves the right to extend the due date for this Proposal as deemed necessary and in its best interests. Any postponement of the due date will be issued as a Letter of Clarification (LOC) to this RFP. The submission of a Proposal does not in any way commit HAS to enter into an agreement with that Respondent or any other Respondent.
8 | P a g e
8.1.10 HAS reserves the right to cancel this RFP, accept or reject, in whole or in part, any all or Proposals received in the best interest of the HAS.
9.0 Submission Requirements
9.1.1 Cover letter. The cover letter shall be signed by an authorized representative of the Proposer. The letter should indicate the Proposer’s commitment to provide the services proposed. Also, the cover letter shall identify the members of the team that comprise the Proposer. Indicate the organizational relationship of the team members.
9.1.2 Executive Summary. The executive summary should include a brief overview of the solution proposed, the overall strategy for implementation, the key personnel who will be responsible for seeing the project through completion, and a rationale for proposing the software for implementation at the City. The executive summary shall also include the timeline for implementation and highlight any other requirements that are noted in the detailed proposed plan. Attach a proposed organization chart for the project.
9.1.3 Proposed Plan of Action. Provide a detailed proposed plan of action describing the proposed system and indicating how all requirements will be met. Submit a matrix summarizing how each of the requirements will be met and indicating the resources that the City must commit to ascertain successful implementation.
9.1.3.1.1 Schedule. In addition, the proposed plan of action shall include a detailed implementation schedule,
including any critical path actions that may cause delay if the schedule is not met. Also, please indicate the ability to implement the system by modules and the flexibility of altering the order of implementation of each module.
9.1.3.1.2 Implementation Strategy. Please describe the project management support to be provided by Proposer during the implementation. Also, please describe how the project will be phased during implementation. Describe the implementation strategy in detail. Please describe any rapid deployment solutions that the proposer plans to use. Please describe in detail if the proposer plans to use the City-owned application or proposes the use of another third party application.
9.1.4 Qualifications of the Proposer. Include a brief description of the organization’s track record,
including history, number of employees, number of years in business, and a list of projects relevant to this RFP. Provide a list of references where a similar solution was implemented. Include the name of the contact person, name of the organization, dollar value of the project, address, telephone number and email address. Please provide at least three (3) references. The City is primarily interested in clients with similar needs and comparable size. Please complete Form 2 for each of the projects.
9.1.5 Qualifications of Key Personnel. Provide chronological resumes of the key personnel that will be assigned to the project. Please provide at least three (3) references of projects where key personnel performed in a similar role as that proposed for this project. Please complete Form 2 for each reference and Form 3 to depict all key personnel and their availability.
9.1.6 M/WBE Participation. Proposer shall identify the M/WBE participation level and the role that each M/WBE firm will have in the project implementation. Since M/WBEs proposed are considered part of the team, the Proposer shall include all relevant information necessary to effectively perform the
evaluation of the proposal as it relates to the submission requirements listed in this section. The M/WBE goal for this contract is 15%.
9 | P a g e
9.1.7 Financial Stability. Provide the audited financial statements or Federal Tax Forms Filed to the
Internal Revenue Service (IRS) for the past two fiscal years. At a minimum, include the letter of opinion, balance sheet, schedules, and related auditor’s notes.
9.1.8 Exceptions to Terms and Conditions. All short-listed proposers must submit any exceptions to the standard contract by redlining the standard contract electronically in unlocked, fully editable Microsoft Word format (in addition to any other hard copy delivery requirements). Short-listed proposers must include the rationale for taking the exception in the redlined contract (using the Comments feature, as needed) and by summarizing the exception in the attached Contract Exception Chart (Exhibit VII). Such exceptions will be considered when evaluating the short-listed proposer’s response to this RFP. If a short-listed proposer takes exception to the contract language (more than simply a deletion), it must include its proposed alternative language for the City’s consideration. Redlines and the Contract Exception Chart will be due at the date and time set forth in the notice inviting the short-listed proposers to an interview, which due date will be on or before the date and time of the proposer’s interview.
9.1.9 Legal Actions. Provide a list of any pending litigation and include a brief description of the reason for legal action.
9.1.10 Conflict of Interest. Provide information regarding any real or potential conflict of interest. Failure to address any potential conflict of interest upfront may be cause for rejection of the proposal.
9.1.11 Other. Submit any information the Proposer deems pertinent to demonstrating its qualifications to perform the services being requested such as memberships in any professional associations, documents, examples, and others.
9.1.12 Forms and Certifications: Complete all forms and certifications attached, as appropriate.
9.1.13 Contract: Submit two (2) originals of the completed and signed Contract if no exceptions are noted. 9.1.14 Each Contract submitted must bear an original signature and date.
9.1.15 Include copy of license agreement(s) that Proposer would want to include in the contract.
9.1.16 Price Proposal: Please submit price proposal.
Part VI – SPECIAL CONDITIONS 10.0 No Contact Period
Neither Proposer(s) nor any person acting on Proposer(s)'s behalf shall attempt to influence the
outcome of the award by the offer, presentation or promise of gratuities, favors, or anything of value
to any appointed or elected official or employee of the City of Houston, their families or staff
members. All inquiries regarding the solicitation are to be directed to the designated City
Representative identified on the first page of the solicitation. Upon issuance of the solicitation through
the pre-award phase and up to the date the City Secretary publicly posts notice of any City Council
agenda containing the applicable award, aside from Proposer's formal response to the solicitation,
through the pre-award phase, written requests for clarification during the period officially designated
for such purpose by the City Representative, neither Proposer(s) nor persons acting on their behalf
shall communicate with any appointed or elected official or employee of the City of Houston, their
families or staff through written or oral means in an attempt to persuade or influence the outcome of
the award or to obtain or deliver information intended to or which could reasonably result in an
10 | P a g e
advantage to any Proposer. However, nothing in this paragraph shall prevent a Proposer from making
public statements to the City Council convened for a regularly scheduled session after the official
selection has been made and placed on the City Council agenda for action, or to a City Council
committee convened to discuss a recommendation regarding the solicitation.
10.1.1 Guidance
Interested parties should always contact the designated City Representative regarding the substantive of this procurement. It is permissible to also contact the following, based on the specific circumstances:
i. Questions regarding programs administered by the Office of Business Opportunity (OBO) may be submitted directly to OBO without going through the City Representative for this procurement.
ii. Questions regarding the process in general or that the City Representative may not be able to answer may be submitted to the Chief Procurement Officer.
iii. Communications with the city legal department regarding contract terms after notification of intent to award are permissible.
11.0 Equal Opportunity Employment
11.1.1 The City of Houston Ordinance Section 15-17 establishes Equal Employment Opportunity Contract
Compliance requirements for all City of Houston contracts involving the expenditure of Fifty Thousand Dollars ($50,000) or more. Any contract for professional services that results from this RFP will provide that the failure to carry out the requirements set forth in the City of Houston Equal Employment Opportunity Program shall constitute a breach of contract and may result in termination of the agreement or contract. In addition, the City may take any such additional remedy as deemed appropriate.
12.0 Minority and Woman Business Enterprises (MWBE)
12.1.1 Contactor shall comply with the City’s Minority and Women Business Enterprise (“MWBE”) programs
as set out in Chapter 15, Article V of the City of Houston Code of Ordinances. Contractor shall make good faith efforts to award subcontracts or supply agreements in at least the value stated in this Agreement to MWBE’s. Contractor acknowledges that it has reviewed the requirements for good faith efforts on file with the City’s Office of Business Opportunity (OBO) and will comply with them.
13.0 Protests
13.1.1 An interested party may file a protest on the basis that the City has failed to comply with applicable
federal or state law or with City ordinances. The subject of the protest shall be limited to fraud, corruption, or illegal acts undermining the objectivity and integrity of the procurement process. A protest must be filed in accordance with the timing requirements set forth herein and must include:
13.1.1.1 The name, address, telephone number, and email address of the protestor.
13.1.1.2 The number of the solicitation.
13.1.1.3 Information confirming that the protestor is an interested party.
13.1.1.4 A written statement of the grounds for the protest and the law or ordinance alleged to have been violated. The statement shall be accompanied by relevant supporting documentation and the relief requested.
11 | P a g e
13.1.1.5 The signature of the protestor.
13.1.2 Protests shall be submitted to: Chief Procurement Officer, City of Houston, 901 Bagby B300, Houston,
TX 77002.
13.1.3 The City recognizes three types of protests:
13.1.3.1 Protests regarding solicitation (Pre-Submission Protest)
13.1.3.1.1 Any Pre-Submission Protest regarding a solicitation published by the City shall be filed no later than five days before the opening of bids (if a competitive bid) or due date for submittals or proposals (if an RFP/RFQ), as applicable.
13.1.3.2 Protests regarding the evaluation or rejection of bids, qualifications, or proposals (Pre-Award Protest)
13.1.3.2.1 Any Pre-Award Protest regarding the evaluation of bids, qualifications, or proposals by the City must be filed no later than five business days prior to the City Council meeting at which the award appears on the agenda.
13.1.3.3 Protests made after City Council’s decision to award a contract (Post-Award Protest)
13.1.3.3.1 Any protest regarding the award of a contract must be submitted no later than five calendar days after the date of the award.
13.1.3.4 Any protest received after the applicable deadline will not be considered.
PART VII – INSTRUCTIONS TO PROPOSERS 14.0 Pre-Proposal Conference 14.1.1 A Pre-Proposal Conference will be held at the date, time, and location as indicated on the first page
of the RFP document. Interested Proposer(s) should plan to attend. It will be assumed that potential Proposer(s) attending this meeting have reviewed the RFP in detail, and are prepared to bring up any substantive questions not already addressed by the City.
14.2 Additional Information and Specification Changes 14.2.1 Requests for additional information and questions should be addressed to the Houston Airport
System, Supply Chain Management, BJ Hubbard, 281.230.8014 or email at [email protected] (preferred method) no later than January 5, 2017 at 4:00 P.M., CST. The City of Houston shall provide written responses to all questions received in writing before the submittal deadline. Questions received from all Proposer(s) shall be answered and sent to all Proposer(s) who are listed as having obtained the RFP. Proposer(s) shall be notified in writing of any changes in the specifications contained in this RFP.
15.0 Letter(s) of Clarification 15.1.1 All Letters of Clarification and interpretations to this Solicitation shall be in writing. Any Letter of
Clarification(s) or interpretation that is not in writing shall not legally bind the City of Houston. Only information supplied by the City of Houston in writing or in this RFP should be used in preparing
12 | P a g e
Proposal responses.
15.1.2 The City does not assume responsibility for the receipt of any Letters of Clarification sent to Proposer(s).
15.2 Examination of Documents and Requirements 15.2.1 Each Proposer shall carefully examine all RFP documents and thoroughly familiarize themselves with
all requirements prior to submitting a Proposal to ensure that the Proposal meets the intent of this RFP.
15.2.2 Before submitting a Proposal, each Proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and affecting the requirements of this RFP. Failure to make such investigations and examinations shall not relieve the Proposer from obligation to comply, in every detail, with all provisions and requirements of the RFP.
15.3 Post-Proposal Discussions with Proposer(s) 15.3.1 It is the City’s intent to commence final negotiation with the Proposer(s) deemed most advantageous
to the City. The City reserves the right to conduct post-Proposal discussions with any Proposer(s).
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
13 | P a g e
PART VIII – CITY REQUIRED FORMS
16.0 Required forms to be submitted with proposal.
A. Offer and Submittal, List of References and List of Proposed Subcontractors (Exhibit I) B. Signed M/WBE Forms: Attachment “A” Schedule of M/WBE Participation, Attachment “B”, Notice of
Intent, Attachment “C”, Certified M/WBE Subcontract Terms, Attachment “D” Office of Business Opportunity and Contract Compliance M/WBE Utilization Report (Exhibit II)
C. Ownership Information Forms (Exhibit III)
D. Anti-Collusion Statement (Exhibit IV)
E. Conflict of Interest Questionnaire (Exhibit V) F. Contract and Contract Exception Chart (Exhibit VI) G. Price Summary Sheet [Separate envelope] (Attachment II)
17.0 Required forms shall be supplied to the vendor after award.
A. Drug Compliance Agreement Attachment “A”, Drug Policy Compliance Declaration Attachment “B” and Contractor’s Certification of No Safety Impact Positions Attachment “C” and “D” (Exhibit IX)
B. City Contractors’ Pay or Play Acknowledgement Form and Pay or Play Certificate Agreement, Play
or Pay Program Acknowledgment Form “1” (Exhibit X) C. Hire Houston First Affidavit (Download Copy at http://www.houstontx.gov/obo/hirehoustonfirst.html
and submit to Office of Business Opportunity, Houston Business Solutions Center via e-mail to [email protected] or fax to 832-393-0650 or submit copy with proposal.
D. Requested Information Outlined in the Scope of Work and Other Additional Relevant/Supporting
Information or Alternate Proposals. E. Certificate of Interested Parties. In accordance with Texas Gov’t Code §2252.908, the successful
bidder must complete Form 1295, Certificate of Interested Parties. Form 1295 is available for downloading on the Texas Ethics Commission’s (TEC) website: https://www.ethics.state.tx.us/forms/1295.pdf. The successful bidder must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. No later than 30 days after the contract’s effective date, the City will upload the successful bidder’s completed Form 1295. The TEC will post the Contractor’s completed Form 1295 within seven business days of receipt. (Exhibit XI)
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
14 | P a g e
EXHIBIT I OFFER AND SUBMITTAL
NOTE: PROPOSAL MUST BE SIGNED AND NOTARIZED BY AN AUTHORIZED REPRESENTATIVE(S) OF THE PROPOSER, WHICH MUST BE THE ACTUAL LEGAL ENTITY THAT WILL PERFORM THE CONTRACT IF AWARDED AND THE TOTAL FIXED PRICE CONTAINED THEREIN SHALL REMAIN FIRM FOR A PERIOD OF ONE-HUNDRED EIGHTY (180) DAYS. "THE RESPONDENT WARRANTS THAT NO PERSON OR SELLING AGENCY HAS BEEN EMPLOYED OR RETAINED TO SOLICIT OR SECURE THIS CONTRACT UPON AN AGREEMENT OR UNDERSTANDING FOR A COMMISSION, PERCENTAGE, BROKERAGE, OR CONTINGENT FEE, EXCEPTING BONA FIDE EMPLOYEES. FOR BREACH OR VIOLATION OF THIS WARRANTY, THE CITY SHALL HAVE THE RIGHT TO ANNUL THIS AGREEMENT WITHOUT LIABILITY OR, AT ITS DISCRETION, TO DEDUCT FROM THE CONTRACT PRICES OR CONSIDERATION, OR OTHERWISE RECOVER THE FULL AMOUNT OF SUCH COMMISSION, PERCENTAGE, BROKERAGE OR CONTINGENT FEE." Respectfully Submitted:
_______________________________________________________________________________________
(Print or Type Name of Contractor – Full Company Name)
City of Houston Vendor No. (If already doing business with City): __________________________________________ Federal Identification Number: _____________________________________________________________________ By: ____________________________________________________________________________________
(Signature of Authorized Officer or Agent)
Printed Name: ___________________________________________________________________________
Title: ___________________________________________________________________________
Date: ___________________________________________________________________________
Address of Contractor: _____________________________________________________________________
Street Address or P.O. Box
_____________________________________________________________________
City – State – Zip Code
Telephone No. of Contractor: (_____) __________________________________________________________
Signature, Name and title of Affiant: ____________________________________________________________
_______________________________________________________________________________________
(Notary Public in and for)
____________________________________________________________________________ County, Texas
15 | P a g e
My Commission Expires: ______________ day of _____________________________________ 20_________
EXHIBIT I REFERENCES
LIST OF PREVIOUS CUSTOMERS
1. Name: ___________________________________ Phone No.: _________________
Address: __________________________________________________________________
Contract Award Date: ________________ Contract Completion Date: _______________
Contract Name/Title: ________________________________________________________
Email: ________________________________________________________
System Description: _________________________________________________________
__________________________________________________________________________
2. Name: ___________________________________ Phone No.: _________________
Address: __________________________________________________________________
Contract Award Date: ________________ Contract Completion Date: _______________
Contract Name/Title: ________________________________________________________
Email: ________________________________________________________
System Description: _________________________________________________________
__________________________________________________________________________
3. Name: ___________________________________ Phone No.: _________________
Address: __________________________________________________________________
Contract Award Date: ________________ Contract Completion Date: _______________
Contract Name/Title: ________________________________________________________
Email: ________________________________________________________
System Description: _________________________________________________________
__________________________________________________________________________
4. Name: ___________________________________ Phone No.: _________________
Address: __________________________________________________________________
Contract Award Date: ________________ Contract Completion Date: _______________
Contract Name/Title: ________________________________________________________
16 | P a g e
Email: ________________________________________________________
System Description: _________________________________________________________
17 | P a g e
EXHIBIT I LIST OF SUBCONTRACTOR(S)
The following is a list of Subcontractors we propose to engage on the following items of Work. Any item of Work which does not designate a Subcontractor will be done by the firm submitting the Proposal.
SEGREGATED PART OF WORK SUBCONTRACTOR/SUPPLIER ________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
________________________________ __________________________________
18 | P a g e
EXHIBIT II ATTACHMENT “A”
SCHEDULE OF M/WBE PARTICIPATION
DATE OF REPORT: _________________________________ BID NO.: __________________________________________ FORMAL BID TITLE: ________________________________
NAME OF MINORITY/WOMEN SUBCONTRACTOR
OFFICE OF BUSINESS OPPORTUNITY
CERTIFICATION NO.
STREET ADDRESS AND CITY, STATE, ZIP CODE
TELEPHONE NO.
SCOPE OF WORK
AGREED PRICE
TOTAL. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . M/WBE PARTICIPATION AMOUNT. . . . . . . . . . . . . . . . . . TOTAL BID AMOUNT. . . . . . . . . . . . . . . . . . . . . . . . . . . . ..
$___________ $__________% $___________
19 | P a g e
IF YOU HAVE USED YOUR BEST EFFORTS TO CARRY OUT THE CITY’S M/WBE POLICY BY SEEKING SUBCONTRACTS AND SUPPLY AGREEMENTS WITH MINORITY AND WOMEN BUSINESS ENTERPRISES, YET FAILED TO MEET THE STATED PERCENTAGE GOAL OF THIS BID DOCUMENT, LIST BELOW YOUR GOOD FAITH EFFORTS FOR COMPLIANCE (DEFINITION OF REQUIREMENTS CAN BE OBTAINED THROUGH THE OFFICE OF BUSINESS OPPORTUNITY AT (713) 837-9000).
THE UNDERSIGNED WILL ENTER INTO A FORMAL AGREEMENT WITH THE MINORITY AND/OR WOMEN SUBCONTRACTORS AND SUPPLIERS LISTED IN THIS SCHEDULE CONDITIONED UPON AWARD OF A CONTRACT FROM THE CITY. NOTE: ALL FIRMS LISTED ABOVE MUST BE CERTIFIED (OR ELIGIBLE FOR CERTIFICATION) BY THE OFFICE OF BUSINESS OPPORTUNITY. THIS SCHEDULE OF M/WBE PARTICIPATION SHOULD BE RETURNED, IN DUPLICATE, WITH THE BID FORM.
______________________________________________________________ PROPOSER COMPANY NAME ______________________________________________________________ SIGNATURE OF AUTHORIZED OFFICER OR AGENT OF PROPOSER ______________________________________________________________ NAME (TYPE OR PRINT) ______________________________________________________________ TITLE
20 | P a g e
EXHIBIT II ATTACHMENT “B”
OFFICE OF BUSINESS OPPORTUNITY AND CONTRACT COMPLIANCE M/WBE UTILIZATION REPORT
NOTICE OF INTENT
THIS AGREEMENT IS SUBJECT TO MEDIATION AND CAN BE INITIATED BY THE COMPANIES SIGNED BELOW OR THE OFFICE OF BUSINESS OPPORTUNITY. To: City of Houston Date: Administering Department Project Name and Number Bid Amount: M/W/SBE Goal: , agrees to enter into a contractual agreement with Prime Contractor _______________________________, who will provide the following goods/services in connection MWSBE Subcontractor
with the above-referenced contract:
_______________
for an estimated amount of $ or % of the total contract value. is currently certified with the City of Houston’s Office of Business (M/W/SBE Subcontractor) Opportunity to function in the aforementioned capacity. Intend to
Prime Contractor M/W/SBE Subcontractor
work on the above-named contract in accordance with the M/W/DBE Participation Section of the City of Houston Bid Provisions, contingent upon award of the contract to the aforementioned Prime Contractor. Signed (Prime Contactor) Signed (M/W/SBE Subcontractor) Printed Signature Printed Signature Title Date Title Date
21 | P a g e
EXHIBIT II ATTACHMENT “C”
CERTIFIED M/WBE SUBCONTRACT TERMS
CITY OF HOUSTON CERTIFIED MWSBE SUBCONTRACT TERMS Contractor shall ensure that all subcontracts with M/WSBE subcontractors and suppliers are clearly labeled “THIS CONTRACT IS SUBJECT TO MEDIATION” and contain the following terms:
1. _______________________(M/WSBE subcontractor) shall not delegate or subcontract more than 50% of the work under this subcontract to any other subcontractor or supplier without the express written consent of the City of Houston’s Office of Business Opportunity Director (“the Director”).
2. _______________________(M/WSBE subcontractor) shall permit representatives of the City of
Houston, at all reasonable times, to perform 1) audits of the books and records of the subcontractor, and 2) inspections of all places where work is to be undertaken in connection with this subcontract. Subcontractor shall keep such books and records available for such purpose for at least four (4) years after the end of its performance under this subcontract. Nothing in this provision shall affect the time for bringing a cause of action or the applicable statute of limitations.
3. Within five (5) business days of execution of this subcontract, Contractor (prime contractor) and
Subcontractor shall designate in writing to the Director an agent for receiving any notice required or permitted to be given pursuant to Chapter 15 of the Houston City Code of Ordinances, along with the street and mailing address and phone number of such agent.
These provisions apply to goal-oriented contracts. A goal-oriented contract means any contract for the supply of goods or non-professional services in excess of $100,000.00 for which competitive proposals are required by law; not within the scope of the MBE/WBE/SBE program of the United States Environmental Protection Agency or the United States Department of Transportation; and which the City Chief Procurement Officer has determined to have significant MWSBE subcontracting potential in fields which there are an adequate number of known MBEs , WBE’s, and or SBE’s (if applicable) to compete for City contracts. The MWSBE policy of the City of Houston will be discussed during the pre-proposal conference. For information, assistance, and/or to receive a copy of the City’s Affirmative Action Policy and/or Ordinance, contact the Office of Business Opportunity Division at 832.393.0600, 611 Walker Street, 7th Floor, Houston, Texas 77002.
22 | P a g e
EXHIBIT II ATTACHMENT “D”
OFFICE OF BUSINESS OPPORTUNITY AND CONTRACT COMPLIANCE M/WBE UTILIZATION REPORT
Report Period: _____________________ PROJECT NAME & NUMBER: ___________________________________ AWARD DATE:_____________________________ PRIME CONTRACTOR: ________________________________________ CONTRACT NO.: ___________________________ ADDRESS: __________________________________________________ CONTRACT AMOUNT: ______________________ LIAISON/PHONE NO.: _________________________________________ M/WBE GOAL: ____________________________
M/WBE SUB/VENDOR NAME
DATE OF OBO CERTIFICATION
DATE OF SUBCONTRACT
SUBCONTRACT AMOUNT
% OF TOTAL CONTRACT
AMOUNT PAID TO DATE
% OF CONTRACT TO DATE
Use additional pages if needed. Submit by the 15th day of the following month. Office of Business Opportunity Provide support documentation on all revenues paid to end of the report period to: ATTN: Carlecia Wright 713-837-9000 M/WBE’s to reflect up/down variances on Contract amount. 611 Walker, 7th Floor Houston, Texas 77002
23 | P a g e
EXHIBIT III – Ownership Information Forms
SOLICITATION NO.: HBH-FCEB-2016-034
CITY OF HOUSTON OWNERSHIP INFORMATION FORM
The City of Houston Ownership Information Form is used to gather information to comply with:
a. The City of Houston Contractor Ownership Disclosure Ordinance (Chapter 15 of the Code of
Ordinances, Article VIII: City Contracts; Indebtedness to City);
b. The City of Houston Acknowledgement of Applicable Provisions of the City of Houston Ethics
Ordinance (Chapter 18 of the Code of Ordinances, Ethics and Financial Disclosure); and,
c. The State of Texas Statement of Residency Requirements (Tex. Govt. Code Chapter 2252, “Contracts
with Governmental Entity”). Please complete the form, in its entirety, and submit it with the Official Bid or Proposal Form. Failure to provide this information may be just cause for rejection of your bid or proposal.
NOTICE OF AFFIRMATIVE ACCEPTANCE OF THE CITY OF HOUSTON FAIR CAMPAIGN ORDINANCE
By submitting a bid or proposal to the City of Houston for a Contract in excess of $50,000 or for which a request is presented to City Council for approval, all respondents agree to comply with the Chapter 18 of the Code of Ordinances. Further, it shall be unlawful either for any person who submits a bid or proposal to contribute or offer any contribution to a candidate or for any candidate to solicit or accept any contribution from such person for a period commencing at the time of posting of the City Council Meeting Agenda including an item for the award of the Contract and ending upon the 30th day after the award of the Contract by City Council.
INSTRUCTIONS
1. Please type or legibly print in dark ink responses. Individuals and entities should disclose their full,
legal names (not initials) and all required corporate letters (“Inc”, “LLP”, etc.).
a. If a firm is operating under an assumed name, the following format is recommended:
Corporate/Legal Name DBA Assumed Name.
2. Full addresses are required, including street types (“St”, “Rd”, etc.) and unit number.
3. Individuals or entities with 10% or more ownership of the corporation, partnership, or joint venture
(including persons who own 100%) are required to be disclosed with their full name and full address.
All officers and directors are also required to be disclosed with their full name and full address.
Revised: 06/24/2016
23 | P a g e
EXHIBIT III – Ownership Information Forms
CITY OF HOUSTON OWNERSHIP INFORMATION FORM
PROJECT AND BID/PROPOSAL PREPARER INFORMATION
Project or Matter Being Bid:
Bidder’s complete firm/company business information
Name:
Business Address [No./Street] City
/ State / Zip Code Telephone
Number
Bidder’s email address
Email Address:
STATEMENT OF RESIDENCY
Texas Government Code §2252.001(4) defines a "Resident bidder" as a bidder whose principal place of business* is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state.
Texas Government Code §2252.001(3) defines a "Nonresident bidder" as a bidder who is not a resident in this state.
* Principal Place of Business in Texas means that the business entity:
has at least one permanent office located within the State of Texas, from which business
activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted; and
has at least one employee who works in the Texas office.
Based on the definitions above, your business is a:
TEXAS RESIDENT BIDDER
NONRESIDENT BIDDER
If you are a Nonresident Bidder, does your home state have a statute giving preference to resident bidders? If so, you must attach a copy of the most recent edition of the statute to this Document.
A copy of the State of statute is attached.
NOTE: The state of residency of a bidder is not used in the decision-making criteria for the award of contracts
for projects receiving federal funding, whether in whole or in part.
24 | P a g e
EXHIBIT III – Ownership Information Forms
CITY OF HOUSTON OWNERSHIP INFORMATION FORM
CONTRACTING ENTITY ORGANIZATIONAL ENTITY TYPE
FOR PROFIT ENTITY: NON-PROFIT ENTITY:
SOLE PROPRIETORSHIP NON-PROFIT CORPORATION
CORPORATION UNINCORPORATED ASSOCAITION
PARTNERSHIP
LIMITED PARTNERSHIP
JOINT VENTURE
LIMITED LIABILITY COMPANY
OTHER (specify in space below)
LISTING OF OFFICERS
LIST ALL OFFICERS OF THE ENTITY, REGARDLESS OF THE AMOUNT OF OWNERSHIP (IF NONE STATE “NONE”)
Name
Officer Address
Name
Officer Address
Name
Officer Address
Name
Officer Address
Name
Officer Address
25 | P a g e
LISTING OF DIRECTORS OR MEMBERS
LIST ALL DIRECTORS OF THE ENTITY, REGARDLESS OF THE AMOUNT OF OWNERSHIP (IF NONE STATE “NONE”)
Name
Director or Member Address
Name
Director or Member Address
Name
Director or Member Address
Name
Director or Member Address
Name
Director or Member Address
DISCLOSURE OF OWNERSHIP (OR, NON-PROFIT OFFICERS)
Bidders are required to disclose all owners of 10% or more of the Contracting Entity. For non-profit entities, please provide the complete information for the President, Vice-President, Secretary, and Treasurer.
IN ALL CASES, USE FULL NAMES, LOCAL BUSINESS AND RESIDENCE ADDRESSES, AND TELEPHONE NUMBERS. DO NOT USE POST OFFICE BOXES FOR ANY ADDRESS. INCLUSION OF E-MAIL ADDRESSES IS OPTIONAL, BUT RECOMMENDED.
ATTACH ADDITIONAL SHEETS AS NEEDED.
Name:
Contracting Entity:
26 | P a g e
Business Address [No./Street]
City / State / Zip Code
Telephone Number
Email Address:
EXHIBIT III – Ownership Information Forms
CITY OF HOUSTON OWNERSHIP INFORMATION FORM
DISCLOSURE OF OWNERSHIP (OR, NON-PROFIT OFFICERS) continued.
10% Owner(s) or More (IF NONE, STATE “NONE.”):
Name:
Business Address [No./Street]
City / State / Zip Code Telephone
Number
Email Address:
Residence Address [No./Street]
City / State / Zip Code
10% Owner(s) or More (IF NONE, STATE “NONE.”):
Name:
Business Address [No./Street]
City / State / Zip Code Telephone
Number
Email Address:
Residence Address [No./Street]
City / State / Zip Code
27 | P a g e
ATTACH ADDITIONAL SHEETS AS NEEDED.
EXHIBIT III – Ownership Information Forms
CITY OF HOUSTON OWNERSHIP INFORMATION FORM
OPTIONAL: TAX APPEAL INFORMATION
If the firm/company or an owner/officer is actively protesting, challenging, or appealing the accuracy and/or amount of taxes levied with a tax appraisal district, please provide the following information:
Debtor (Firm or Owner Name):
Tax Account Nos.:
Case or File Nos.:
Attorney/Agent Name:
Attorney/Agent Phone No.:
Tax Years:
Status of Appeal [DESCRIBE]:
If an appeal of taxes has been filed on behalf of your company, please include a copy of the official form receipted by the appropriate agency.
REQUIRED: UNSWORN DECLARATION
I certify that I am duly authorized to submit this form on behalf of the firm, that I am associated with the firm in the capacity noted below, and that I have personal knowledge of the accuracy of the information provided herein. I affirm that all the information contained herein is true and correct to the best of my knowledge. I understand that failure to submit accurate information with my submission may result in my submission being considered non-responsive and non-responsible.
Preparer’s Signature Date
28 | P a g e
Printed name
Title
NOTE: This form constitutes a governmental record, as defined by Section 37.01 of the Texas Penal Code. Submission of a false government and falsification of a governmental record are crimes, punishable as provided in Section 37.10 of the Texas Penal Code.
EXHIBIT IV
ANTI-COLLUSION STATEMENT Anti-Collusion Statement The undersigned, as Proposer, certifies that the only person or parties interested in this Proposal as principals
are those named herein; that the Proposer has not, either directly or indirectly entered into any Agreement,
participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection
with the award of this Contract.
__________________________ __________________________________ Date Proposer Signature
29 | P a g e
EXHIBIT V CONFLICT OF INTEREST QUESTIONNAIRE
CONFLICT OF INTEREST QUESTIONNAIRE: Chapter 176.006 of the Local Government Code (“the code”) requires a Vendor/Contractor to file a Conflict of Interest Questionnaire (CIQ) with the City. NOTE: Vendors/Contractors or Agents should not complete the CIQ if a conflict, as described below, does not exist. Only Vendors/Contractors or Agents that actually have a conflict, as described below, must file a CIQ. Who must file a CIQ? A Vendor/Contractor or Agent of a Vendor/Contractor does not have to file a CIQ unless they intend to enter or is considering entering into a contract with the City or:
1. has an employment or other business relationship with the Local Government Officer/Family Member; or
2. has given the Local Government Officer/Family Member one or more gifts with the aggregate value exceeding $250.00.
When must the Vendor/Contractor or Agent file a CIQ? The completed CIQ must be filed with the City Chief Procurement Officer not later than the 7th business day after the date the Vendor/Contractor or Agent:
1. begins discussions or negotiations to enter into a contract with the City; 2. submits an application to the City in response to a request for proposals or bids, correspondence, or
any other writing related to a potential contract with the City; 3. becomes aware of an employment or other business relations with the Local Government
Officer/Family Member; 4. becomes aware that he/she has given one or more gifts to the Local Government Officer/Family
Member that exceeds $250.00; or 5. an event that would make the CIQ incomplete or inaccurate.
What is a business relationship? Under Chapter 176, business relationship means a connection between two or more parties based on the commercial activity of one of the parties. The term does not include:
1. a transaction that is subject to a rate or fee regulation by a governmental entity; 2. a transaction conducted at a price and subject to terms available to the public; or 3. a purchase or lease of goods or services from a person who is chartered by a state or federal agency
and is subject to regular examination and reporting to that agency. The Conflict of Interest Questionnaire is available for downloading from the Texas Ethics Commission’s website at http://www.ethics.state.tx.us/forms/CIQ.pdf . The Original Conflict of Interest Questionnaire shall be filed with the Administration and Regulatory Affairs Department’s Record Administration (Lourdes Coss, City Chief Procurement Officer, 901 Bagby, Concourse Level, Houston, Texas 77002). Vendors and Contractors required to file shall include a copy of the form as part of the BID/Proposal package. Any questions about filling out this form should be directed to your attorney.
30 | P a g e
EXHIBIT V
CONFLICT OF INTEREST QUESTIONNAIRE
31 | P a g e
Exhibit VI
Contract and Contract Exception Chart
This Contract Exception Chart MUST be included with the proposal response or the proposal will not be considered. Below, is an example Exception Chart, which is included for illustrative purposes only.
ITEM
NO.
CONTRACT
SECTION CONTRACT LANGUAGE1 REVISED LANGUAGE IN RED-LINE FORMAT2
EXPLANATION
1 Monthly Invoices Contractor shall submit weekly invoices to the
City for Products and Services in accordance with
the requirements specified in this Section.
Contractor shall submit monthly invoices
to the City for Products and Services in
accordance with the requirements
specified in this Section.
Proposer’s system
is set up to bill on a
monthly basis.
2 Contract Term This Agreement is effective on the
Countersignature Date and remains in effect for 2
years unless sooner terminated under this
Agreement (“Initial Term”).
This Agreement is effective on the
Countersignature Date and remains in
effect for 3 years unless sooner
terminated under this Agreement (“Initial
Term”).
Proposer’s
proposal will
require 3 years to
complete
Unless a Proposer agrees with and can fulfill all of the conditions and requirements in a contract clause, Proposer must state the exceptions to the clause in this chart and suggest proposed modifications to the specific contract language with which the Proposer disagrees or for which Proposer is unable to satisfy the condition or requirement, including an explanation of the revision (if any). If Proposer does not list an item as a contract exception on this chart, the City reserves the right to hold the Proposer accountable to perform in strict compliance with the proposed contract, if awarded to Proposer.
Explanation Box: Proposer should include an explanation to accompany the exception (e.g. the revised language), unless the revision is self-explanatory. Explanations may address a variety of matters, including, but not limited to:
Distinguishing attributes or benefits associated with the response; Rationale for Proposer’s revisions; Limitations, special conditions or deviations requested by Proposer; Additional descriptive information; Suggestions for services or features in addition to those requested by City of Houston; and Any matter that Proposer believes would be helpful to the City in reviewing the exception.
1 Note that this language is merely illustrative and does not necessarily represent any actual language in the RFP or Terms and Conditions related to the RFP. Proposer shall include the exact language from the RFP or the Terms and Conditions in this column. 2 The examples of redlined language are merely illustrative and do not indicate language that the City would or would not accept or be willing to agree to.
32 | P a g e
Attachment I – Sample Contract
ATTACHED AS SEPARATE DOWNLOADABLE DOCUMENT
33 | P a g e
Attachment II
Price Summary Sheet Program Assumptions: Term: Five year term Hourly Price for Consultant Service Solely for the purpose of evaluating the Proposal, please indicate the estimated number of hours and pricing that will be assigned for each staff member (prime and subcontractor) that will be engaged to provide the requested consultant services. In the event of any additional services associated with this project, the rates charged shall not exceed those indicated below. On the indicated lines, please provide your Payroll Rate and Billable Rate for each category. The Payroll Rate is defined as the actual hourly rate your company pays each employee or contractor. The Billable Rate is the rate your company charges the City for services.
Hourly Price for Consultant Service
Description Position/Title
Est. No. of Hours Assigned
Payroll Hourly Rate
Billable Rate Extension
Account Manager
Field Manager
Customer Service Mgr.
Proposed Service Fee
Description Hours Fee
Account Manager
Field Manager
Customer Service Manager
TOTAL
34 | P a g e
Attachment III
Proposal Checklist
The following must be completed and submitted with each Proposal
Item # REQUIRED SUBMITTAL Check (√)
Exhibit I Offer and Submittal, List of References and List of Proposed Subcontractors
Exhibit II Signed M/WBE Forms: Attachments A,B,C, and D
Exhibit III Ownership Information Forms
Exhibit IV Anti-Collusion Statement
Exhibit V Conflict of Interest Questionnaire
Exhibit VI Contract and Contract Exception Chart
Attachment II Price Summary Sheet (Separate Envelope)