Develop specifications for clean water retrofit design, permitting and construction oversight to the Overlook Basin/Woodlawn Channel RFP 19-02

Similar documents
COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

West Ridge Park Ballfield Light Pole Structural Assessment

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

Services Agreement for Public Safety Helicopter Support 1

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Master Service Agreement (Updated 9/15/2015)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

RFP GENERAL TERMS AND CONDITIONS

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

City of Beverly Hills Beverly Hills, CA

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

Snow Removal Services Request for Proposals December 1, April 30, 2019

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

BUILDING SERVICES AGREEMENT

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

CITY OF ROMULUS CHAPTER 39: PURCHASING

Request For Proposal (RFP) for

Requests For Proposals

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

WEXFORD COUNTY REQUEST FOR PROPOSALS

Request for Proposal ( RFP ) for Custodial Pension and Limited Management Services. Prepared and Issued by Upper Chichester Township.

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

PROPOSAL LIQUID CALCIUM CHLORIDE

WESTERN STATES CONTRACTING ALLIANCE Tires, Tubes and Services, Utah Contract #MA210

REQUEST FOR PROPOSALS

AGREEMENT FOR SERVICES

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal Data Network Cabling

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Request for Proposal Records Management and Storage September 1, 2017

Professional and Technical Services Contract State of Minnesota

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR PROPOSALS

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

GENERAL TERMS AND CONDITIONS

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

REQUISITION & PROPOSAL

MIDDLESEX COUNTY UTILITIES AUTHORITY

Harbor Department Agreement City of Los Angeles

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Lower Township Municipal Utilities Authority. ( Authority or LTMUA )

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUISITION & PROPOSAL

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

INVITATION TO BID (ITB)

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

CITY OF NAPLES, FLORIDA

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

REQUISITION & PROPOSAL

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

City of La Palma Agenda Item No. 5

MANDATORY GENERAL TERMS AND CONDITIONS:

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Transcription:

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 1 of 8 Develop specifications for clean water retrofit design, permitting and construction oversight to the Overlook Basin/Woodlawn Channel RFP 19-02 Michael P. Harakal, Jr. Mayor Jack Meyers Deputy Mayor John Rackus Public Works Bureau Chief Mary Ann Miller, CPPO Purchasing Agent Pre-Bid Date: January 17, 2018 12.26.18 MM Whitehall Township * 3219 MacArthur Rd. Whitehall, PA 18052 * 610-437-5524 * www.whitehalltownship.org

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 2 of 8 WHITEHALL TOWNSHIP NOTICE TO BIDDERS The Township of Whitehall is soliciting Sealed Proposals for: RFP No. 19-02 Develop specifications for clean water retrofit design, permitting and construction oversight to the Overlook Basin/Woodlawn Channel per the PRP developed by Center for Watershed Protection, INC. Proposals will be accepted on or before, January 30, 2019, 3:00 p.m. and opened Thursday, January 31, 2019, 3:00 p.m. Proposals will be publicly opened and read aloud at the Whitehall Township Municipal Building, 3219 MacArthur Road, Whitehall, PA 18052. A Pre-Proposal meeting will be held at the Whitehall Township Municipal Building, on January 17, 2019 at 11:00 a.m. Attendance is highly recommended. Bid documents can be obtained at the Municipal Building or call 610-437-5524. They are also available online: www.whitehalltownship.org, under administration, then purchasing tab. MARY ANN MILLER, CPPO Purchasing Agent MM/mkd LEGAL AD: Whitehall-Coplay Press 012/27/18 & 01/03/19 cc: Board of Commissioners Michael P. Harakal Jr., Mayor John D. Meyers, Deputy Mayor Debi Bowman, Finance Officer Diane Lindeman, Accounts Payable Clerk John F. Rackus, Bureau Chief of Public Works Gary Weaver, Engineer Liaison Lobby Bulletin Board File

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 3 of 8 TABLE OF CONTENTS Page COVER PAGE 1 NOTICE TO BIDDERS 2 TABLE OF CONTENTS 3 INTRODUCTION SPECIFICATIONS 1.0 Intent 2.0 Proposal and Format 3.0 Factors for Award 4.0 Insurance 5.0 Hold Harmless Clause 6.0 Exclusive Jurisdiction 7.0 Federal Excise and PA State Sales Tax 8.0 Public Information and Sunshine Laws Requests 9.0 PRP provided by the Center for Watershed Protection DIRECT INQUIRIES TO: BIDDING PROCEDURES - MARY ANN MILLER, CPPO 610-437-5524 EXT. 136 Purchasing Agent mmiller@whitehalltownship.com TECHNICAL QUESTIONS - JOHN RACKUS 610-437-5524 EXT. 140 Public Works Bureau Chief rackus@whitehalltownship.com GIS QUESTIONS - GARY WEAVER 610-437-5524 EXT. 162 Engineer Liaison gweaver@whitehalltownship.com

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 4 of 8 1.0 INTENT: 1.1 Whitehall Township is soliciting proposals from a qualified firm to develop specifications to implement a clean water retrofit design, permitting and provide construction oversight per the PRP provided by the Center for Watershed Protection, INC. The Township plans to issue a separate RFP for a construction contractor who will be responsible for implementation of final designs produced under this RFP. 1.2 The following tasks are anticipated in the scope of work: 1.2.1 Design: Develop the construction plans, specifications, contract documents and cost estimates based upon the finding in the Pre-Design Phase. 1.2.2 Bidding: Assist with publishing the bid documents and plans. Participate in a prebid conference, review bids, and assist with making recommendations for award. 1.2.3 Permitting: Determine, prepare, submit all necessary permit applications and pay all permit fees. 1.2.4 Construction Oversight: Provide all necessary personnel, materials, and services that may be required to verify construction contractor s rigid adherence to the purpose and intent of the contract documents from the pre-construction conference through final acceptance. Provide construction oversight, including review and recommendation of implementation strategy and sequences, verify adherence to design drawings, insuring the implementation strategy and sequences are followed, coordinate sampling and testing of construction materials, review and recommend change orders, monitor progress of construction schedule, and provide construction survey staking. Consultant shall also prepare final as-built drawings. 1.2.5 Conduct a public hearing on the design and prepare response(s) to public comments. 1.2.5.1 Public Meeting to be held at 3219 MacArthur Rd., Whitehall, PA. 18052 1.2.5.2 Township will advertise meeting. 2.0 SCHEDULE OF EVENTS: 2.1 The proposed schedule for Proposal processing, selection, negotiation and contract initiation is as follows: 2.1.1 Issue Advertisement December 27 and January 03, 2019 2.1.2 Pre-Bid Meeting January 17, 2019 @ 11:00 a.m. 2.1.3 Last Day for Written Questions February 5, 2019 2.1.4 Bids due January 30, 2019 @ 3:00 p.m. 2.1.5 Bids Opened January 31, 2019 @ 3:00 p.m. 2.1.6 Board Approval/Award Date March 11, 2019 2.1.7 Estimated Contract Start Date April 15, 2019 2.1.8 Completion Date 18 months from Start date

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 5 of 8 3.0 PROPOSAL FORMAT AND CONTENT: 3.1 LETTER OF TRANSMITTAL MUST INCLUDE: A statement indicating your understanding of the work to be performed. Describe how your personnel, equipment and services will be utilized. Provide details of resources (labor, supplies and equipment) that will or can be dedicated to this contract. An affirmation of the firm's qualifications for professionally and expertly conducting the work as understood. State the names and qualifications of all persons to be assigned major project involvement. List names, addresses and contact numbers of any sub-contractors you intend to use. 3.2 PROFILE OF FIRM: This should be a brief statement indicating the firm's experience in conducting work of the nature sought by this RFP. Advertising brochures on the firm may be submitted as a part of this profile as long as the brochures specifically address the experience of the firm related to the work to be performed. Additionally, this profile should include: The location of the firm's office that will provide the proposed services. A brief reference list of other municipalities served by the firm should be provided with telephone numbers and names of contact persons. Any other information describing the office may be included if it relates to the capabilities and expertise of the firm in doing comparable work. Provide a project schedule 2.4 COST: Provide a detailed estimate of your proposed fee required to accomplish the Scope of Work. 4.0 FACTORS FOR AWARD: 4.1 Whitehall Township will evaluate each written proposal, determine whether oral discussions are necessary, then based on the content of the written proposal and oral discussion, select the firm best qualified for the assignment and which is most advantageous to the Township, cost and all other factors considered. 4.2 Whitehall Township reserves the right to reject any or all respondents. 4.3 Any firm who has demonstrated poor performance during either a current or previous agreement with the Township may be considered as an unqualified source and their proposal may be rejected. The Township reserves the right to exercise the option as is deemed proper and/or necessary.

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 6 of 8 4.4 Employment category rate schedules, administrative function fees and associated unit costs may be considered as factors in determining contract award. All other factors will be equally considered. 4.5 Prior experience and reputation of the proposer in comprehensive plan preparation and reference checks of clients, past and present. 4.6 Overall qualifications, skills and experience of the consultants and the personnel to be assigned to this project. 4.7 The Township Purchasing Agent will issue an "Intent to Award" letter to the selected firm. Final award is contingent on approval by Whitehall s Board of Commissioners. 5.0 INSURANCE: 5.1 The selected firm shall, at its sole cost and expense, procure and maintain in full force and effect covering the performance of the services rendered under this agreement, insurance in the types and limits specified below. In addition to the insurance coverage and limits listed herein, the selected firm shall obtain any other insurance coverage as may be required by law. 5.1.1 General Liability Insurance: 5.1.1.1 Limits of Liability: $1,000,000 in the aggregate and per occurrence. 5.1.1.2 Coverage: Premise operations, blanket contractual liability, personal injury liability (employee exclusion deleted), products and completed operations, independent contractors, employees and volunteers as additional insureds, joint liability, and broad form property damage (including completed operations). 5.1.2 Workers' Compensation and Employers' Liability Insurance: 5.1.2.1 Limits of Liability: Workers' Compensation - Statutory Limits. Employers' Liability - Statutory Limits. 5.1.2.2. Other States' coverage and Pennsylvania endorsement. 5.1.3 Automobile Liability: 5.1.3.1 Limit of Liability: $1,000,000 per occurrence combined single limit for bodily injury (including death) and property damage liability. 5.1.3.2 Coverage: Owner, non-owned and hired vehicles. 5.1.4 Professional Liability Insurance: 5.1.4.1 Limit of Liability: $1,000,000 by claim and $2,000,000 in the aggregate. 5.1.4.2 Coverage for occurrences happening during the performance of services required under this agreement shall be maintained in full force and effect under the policy. The policy shall include a "tail coverage" if a one (1) or two (2) year period of exposure exists.

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 7 of 8 5.2 All insurance provided for in this section shall be obtained under valid and enforceable policies issued by insurers of recognized responsibility which are licensed to do business in the Commonwealth of Pennsylvania. The Township requires that Certificates of Insurance evidencing the existence of such insurance shall be submitted to the Township at least 10 calendar days before work is begun. If the term of this contract coincides with the term of the selected firm's insurance coverage, a Certificate from the expiring policy will be accepted, but a Certificate evidencing renewed coverage of a new policy must be presented to the Township no later than 30 days after the effective date of the policy. 5.3 With the exception of the Professional Liability Insurance Policy and Automobile Insurance Policy, each policy and Certificate of Insurance shall contain an endorsement naming the Township as additional insured party thereunder; and a provision that at least 30 calendar days prior written notice be given to the Township in the event coverage is canceled or nonrenewed or coverage reduced. 5.4 If the selected firm desires to self-insure any or all of the coverages listed in this section, it shall provide to the Township documentation that such self-insurance has received all the approvals required by law or regulations, as well as the most recent audited financial statement of the selected firm's insurance. Any coverage which is self-insured shall provide the same coverage limits and benefits as the coverages listed in this section. 5.5 The Township reserves the right to review categories and levels of insurance coverage held by the selected firm in an ongoing program of risk management. The selected firm will be notified, in writing, of coverage requirements as determined by this review and the firm agrees to secure such requested coverage. 5.6 If the selected firm fails to obtain or maintain the required insurance, the Township shall have the right to treat such failure as a material breach of the contract and to exercise all appropriate rights and remedies. 5.7 The selected firm shall include all subcontractors as insureds under its policies or shall furnish separate Certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated in this agreement. 6.0 HOLD HARMLESS CLAUSE: 6.1 Vendor shall be an independent contractor in respect to its performance under the contract, and shall assume all risks and responsibilities for losses of every description in connection with the service that can be attributed either directly or indirectly to the Vendor. The Vendor agrees to indemnify, defend and hold harmless the County, its agents and employees for or on account of any damages, loss or injury including the cost of litigation or legal counsel resulting from, but not limited to, the actions of the Vendor or Vendor's employees, volunteers or contractors, in fulfilling the terms of the Contract.

RFP 19-02 Develop specs for Clean Water Retrofit to Overlook Basin/Woodlawn Channel Page 8 of 8 7.0 EXCLUSIVE JURISDICTION: 7.1 The parties agree that any dispute, controversy or claim arising under or in connection with the resulting Agreement or its performance by either party shall be decided exclusively by and in the Court of Common Pleas of Lehigh County, Pennsylvania. For such purpose, each party hereby submits to the personal jurisdiction of the Lehigh Court sitting in Allentown, Pennsylvania, and agrees that service of process may be completed and shall be effective and binding upon the party served if mailed by certified mail, return receipt requested, postage prepaid and properly addressed to the party as set forth elsewhere in the resulting Agreement. Each party waives any objection to the personal jurisdiction of such court and agrees that it shall be barred from asserting any such objection, as long as any process is served in accordance with the foregoing. In the event that a party refuses to accept delivery of such process, then process may be served upon the Secretary of the Commonwealth of Pennsylvania in the same fashion, whereupon such service shall be deemed to have been made upon the refusing party as fully as if process had been accepted. Each party hereby agrees to and does hereby waive any right to assert or move for transfer of venue to any court outside the Commonwealth of Pennsylvania, based upon the doctrine of forum nonconveniens or otherwise. Each party may assert its customary appeal rights in the appellate courts of the Commonwealth of Pennsylvania from a final determination of the Lehigh County Court of Common Pleas. Each party further acknowledges and agrees that this paragraph has been negotiated at arms length with the assistance of counsel and the legal effect fully explained, and that it is a knowing and voluntary agreement. 8.0 FEDERAL EXCISE AND PA SALES TAX: 8.1 Whitehall Township is exempt from Federal Excise Taxes and Pennsylvania Sales Taxes, as a political subdivision of the Commonwealth of Pennsylvania. Net prices as shown in the proposal shall exclude such Federal and State Tax amounts. 8.2 This provision shall not apply to construction, repair and/or maintenance contracts where the bidder purchases supplies, materials and/or equipment for the performance of the contract and includes the costs thereof in computation of the proposal. 9.0 PUBLIC INFORMATION AND SUNSHINE LAWS REQUESTS: 9.1 Under Pennsylvania s Right to Know laws, (65 P.L. 390, sec. 66.1, 66.2, 66.3, 21 June 1957), the public is provided access, at any reasonable time, to any contract dealing with the receipt or disbursement of funds by an agency or its acquisition, use or disposal of services or of supplies, material, equipment or other property. The public is to have access to these public records to have the right to take extracts or make copies of public records and to make photographs of the same while such records are in the possession, custody and control of the lawful custodian of such records. 9.2 The Township will make available, by appointment, all public records of proposals, contracts, etc. at the Office of Purchasing, after award of the contract. Copies may be made in the Office of Purchasing of said public records at the cost of the requesting party for a fee.