Request for Proposals (RFP)

Similar documents
TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

SECTION IV CONTRACT BID NUMBER

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

Cherokee Nation

Cherokee Nation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS RFP#75-18

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS RENOVATION

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

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

PENINSULA AIRPORT COMMISSION REQUEST FOR PROPOSALS #63017 LEGAL SERVICES FOR PENINSULA AIRPORT COMMISSION

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

REQUEST FOR BIDS MODERNIZATION

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Cherokee Nation

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR BIDS MINOR REPAIRS

CONSTRUCTION AGREEMENT

REQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

Cherokee Nation

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

Request for Qualifications Number 1470 General Construction Services

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

IRFQ #R15-04: FRIDAY NIGHT LIVE

Town of Lee Septic Tank Pumping Services

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

INVITATION TO BID U Directional Boring Utility Department

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

Request for Proposals: Environmental Site Assessment for Single Property

APPENDIX B MISSOURI SERVICE-DISABLED VETERAN BUSINESS PREFERENCE (Applies to non-federal funded projects)

PROPOSAL REQUEST. Sumner County Emergency Medical Service

Annual Fuel Bid - #01-09

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

Cherokee Nation

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

Request for Quotes (RFQ) For Graphic design services

BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey (TEL) (FAX)

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

TCL&P Facilities HVAC Improvements (specifications attached)

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

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

Invitation to Bid ROBOTIC CAMERA SYSTEM

Macomb County Department of Roads

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018

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

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Invitation to Bid IN-CAR CAMERA S

Annual Fuel Bid - #01-08

PROPOSAL REQUEST. Sumner County Sheriff s Office

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works

January 18, Request for Proposals. for

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

PROPOSAL LIQUID CALCIUM CHLORIDE

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF MCKINNEY, TEXAS

REQUEST FOR PROPOSALS RFP#74-18

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

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

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

REQUEST FOR PROPOSALS

Request for Bid/Proposal

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

City of Bowie Private Property Exterior Home Repair Services

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

construction plans must be approved for construction by the City PBZ department.

City of Albany, New York Traffic Engineering

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CHEROKEE NATION REQUEST FOR SEALED PROPOSAL DATA BASE SOFTWARE, TRAINING & CONSULTATION

THE SUMNER COUNTY REGISTER OF DEEDS

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

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

External Website Hosting Services

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

Transcription:

Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with support from the Department of Public Works and Engineering, and the Planning and Economic Development Department, is requesting the submittal of proposals from qualified civil engineering consulting firms to conduct review services for subdivision and site plans submitted to the Planning Board for consideration. Background The Town of Londonderry is among the top 10 fastest growing communities in the State of New Hampshire. As the fourth largest town, Londonderry (2010 Census population of 24,129) is a combination of a bedroom community to metro-areas of Boston and Manchester, NH. Londonderry is a co-host of Manchester-Boston Regional Airport, home of a recognized superb school system, and a community replete with stone walls and white church steeples in addition to modern eco-industrial/business parks. Formerly recognized as an agricultural community hosting a large concentration of family-owned apple orchards and farms, Londonderry has carefully developed a mix of traditional New England community characteristics with the assets and benefits of a vibrant business/industrial sector in order to achieve a balance, accented by the town s brand, Business is good. Life is better. In 2013, the Planning Board adopted an updated Comprehensive Master Plan and is currently underway with implementing plan recommendations, including an audit of the zoning ordinance and related land development regulations. On September 11, 2013, the Planning Board approved the Woodmont Commons Planned Unit Development (PUD) Master Plan. Three years in the making, the PUD Master Plan provides the regulatory framework by which the 600+ acre development area will be built out over a twenty year period as a sustainable, multi-phased, mixed-use commercial, business and residential PUD. The Town also approved a TIF district for the Pettengill Road area, generating renewed interest in the development of over 800 acres of prime business land adjacent to the Manchester Boston Regional Airport. 1

SCOPE OF SERVICES: The Town is soliciting proposals from multi-disciplined firms or joint ventures that possess the array of planning and engineering expertise needed for a comprehensive review of Londonderry s varied development projects in a professional, yet cost effective, manner. The Town has professional Planning and Engineering staff and is looking for two (2) firms to assist with the following specific service areas: 1. Review of subdivision plans, site plans and other related projects, including the preparation of written reports that set forth compliance with municipal ordinances, checklists, and accepted planning and engineering design practices. 2. Participate in staff meetings as necessary to review the consultant s comments on active or pending projects. 3. Provide a written technical review to Staff of said site plan or subdivision plan not more than fifteen (15) business days after receipt of said plan. (Written engineering reviews shall be transmitted in electronic format via e-mail to the Planning & Economic Development Manager, Assistant Public Works and Engineering Director and Associate Planner.) 4. Provide recommendations of projects for such items as: general engineering practice and design, including stormwater design, soils and subsurface investigations, erosion and sediment control, other environmental issues, street and parking lot design, sanitary sewer design, traffic reports, all required permits and cost estimates. 5. Attend such Planning Board meetings and Development Review Committee meetings as requested by the Planning Board, Assistant Public Works and Engineering Director or Planning & Economic Development Manager. 6. Maintain all documents and other material related to the duties and function of the review consultant. 7. Perform reviews with consideration of planning, architecture, urban design, and planned unit developments (PUD s) practices, including new urbanism concepts, as appropriate. 8. Perform other related engineering services as requested. 2

The selected firms shall each consist of a team of qualified professionals who can review subdivision and site plans on a regular and timely basis and perform all other duties as defined under the scope of services. The Town will expect the firm to work with other Town consultants as directed by the Town and staff as necessary. All engineering reviews shall be completed by a professional engineer registered in the state of New Hampshire. The method of distributing project tasks to each review firm shall be determined by the Town and administered by the Planning and Economic Development Department. Contract Duration: The duration of the contract shall be for one (1) year after the award. The Town reserves the right to review the program at the end of the one-year contract period, and either offer a contract extension for up to two additional years for one or both plan review consultants, make changes to the terms, or terminate the two-firm review process. Any plan review already underway at the end of the contract date will be completed at the expiring contract s rate of compensation. RFP submittal material should include: 1. The name and address of the firm, name of primary contact person, and the names and addresses of all partners, officers, and directors, and any other person with an ownership interest greater than 5%. 2. Names of any Town officials or employees who are related to, or engaged in business activities with, any of the partners, officials or directors of the firm, or have any ownership interest in the firm. 3. A brief resume of the firm s experience with respect to providing civil engineering plan reviews for municipalities. Include a list of recent projects reviewed and/or inspected. Particular attention should be paid to the last 5 years experience. 4. A brief discussion about the firm s capabilities with respect to addressing the following project review items: roadways, storm water, environmental, traffic signals, traffic impacts and mitigation, structural/geotechnical review, municipal and private utilities, planning, architecture, urban design, planned unit developments (PUD) including experience with new urbanism concepts, cost containment methods, and compliance with state and federal regulations. 5. Examples from previous review projects that encompass, at a minimum, 3

the review of the roadway and stormwater management components of the project(s). Sample engineering review letters are acceptable documentation. 6. An overview of the firm s approach to performing design reviews, including review timetable. 7. Demonstration of the firm s experience with planning, architecture, urban design, and planned unit developments (PUD), including experience with new urbanism concepts. 8. Names and qualifications of key personnel who will be responsible for conducting plan reviews as well as the point of contact, including registrations and certifications. 9. List of references from clients for whom the firm has provided engineering review services. 10. A statement confirming that the firm can accommodate the anticipated variable work load. 11. A listing of all subcontractor firm names to be used for the project (if not on staff), such as traffic consultants or wetland scientists. 12. The applicant shall fully and completely identify any personal, business, contractual or other engagements, arrangements or other dealings it has or had within the last five years with any project proponents, partners and associates who currently have or previously had a site plan, subdivision plan or development application submitted to the Town of Londonderry for consideration. The applicant also agrees to immediately notify the Town of Londonderry if, at any time while a candidate for selection for this RFP or after having been selected as a consultant pursuant to this RFP, the applicant becomes involved in, enters into, or otherwise becomes engaged related to, a contract with any project proponents, partners and associates who seek to submit, or already have submitted, a site plan, subdivision plan or development application to the Town of Londonderry for consideration. 13. A fee schedule/ hourly rate for all personnel/positions who may be assigned to this contract, as well as, travel time and other anticipated incidental fees. 14. The signed proposal shall state that it is a firm offer and the signatory is authorized to bind the firm submitting the proposal to the terms contained within the proposal for a period of ninety (90) days from the date of submission. 4

Liability & Indemnification The selected firms will hold harmless and indemnify the Town against all suits, claims, judgments, awards, loss, cost or expense (including without limitation attorney fees) arising in any way out of the Consultant s performance or non-performance of its obligations under this Contract. Consultant will defend all such actions with counsel satisfactory to the Town at its own expense, including attorney s fees, and will satisfy any judgment rendered against the Town in such action. Insurance Requirements All Liability policies shall include the Town of Londonderry, NH named as an additional Insured. The Consultant shall purchase and maintain, for the duration of the contract, insurance of limits and types specified below from an insurance company approved by the Town. 1. The Consultant s insurance shall be primary in the event of a loss. 2. The additional Insured endorsement must include language specifically stating that the entity is to be covered for all activities performed by, or on behalf of, the Consultant. 3. The Town of Londonderry, NH shall be listed as a Certificate Holder. The Town shall be identified as follows: Evidence of Insurance Town of Londonderry Finance Department 268 B Mammoth Road Londonderry, NH 03053 As evidence of insurance coverage, the Town may, in lieu of actual policies, accept official written statements from the insurance companies certifying that all the insurance policies specified below are in force for the specific period. The Consultant shall submit evidence of insurance to the Town at the time of execution of the Agreement. Written notice shall be given to the Town of Londonderry, NH at least thirty (30) days prior to the cancellation or non-renewal of such coverage. 5

Forms of Insurance Insurance shall be in such form as will protect the Consultant from all claims and liability for damages for bodily injury, including accidental death, and for damage, which may arise from operations under this Contract whether such operation by himself or by anyone directly or indirectly employed by him. Amounts of Insurance A. Comprehensive General Liability: Bodily Injury or Property Damage - $1,000,000 B. Automobile and Truck Liability: Bodily Injury or Property Damage - $1,000,000 C. Professional Liability: Errors and Omissions - $2,000,000 Additionally, the Consultant shall purchase and maintain the following types of insurance: Full Workers Comprehensive Insurance Coverage for all people employed by the Consultant to perform work on the project. The insurance shall be in strict accordance with requirements of the current laws of the State of New Hampshire. The Selection Process The issuance of the proposal is not a guarantee that the Town of Londonderry will select any of the applicants that submit a proposal. The Town reserves the right to withdraw this RFP or to reject all proposals received in response to it. The Town of Londonderry assumes no responsibility or liability for cost incurred by recipients of this RFP in responding to it or in responding to any subsequent information requests. 6

The Town, will evaluate each proposal based on the documentation provided. Once the highest quality proposals have been identified, the staff will contact and schedule interviews with the selected firms. The interview / RFP selection committee will select the firms that best align with the scope of work, taking under consideration, experience qualifications, and hourly rates of the firms. The interview / RFP selection committee will be comprised of the Town Manager, Department of Public Works and Engineering staff, the Planning and Economic Development Department staff and a Planning Board member. Ten (10) copies of the proposals (and an electronic PDF version) are to be submitted to: Town of Londonderry Finance Department 268 B Mammoth Road Londonderry, NH 03053 ATTN: Susan Hickey, Director of Finance and Administration All Proposals must be submitted on or before February 7, 2014 at 4:00 PM. Each envelope must be clearly marked Town of Londonderry RFP Planning and Engineering Professional Review Services with the proposing firm s name, address, and contact information. Each firm assumes the responsibility for ensuring the timely submittal of their proposal. This is not the responsibility of the Town. The Town of Londonderry, NH reserves the right to reject any proposal for any non-discriminatory reason it deems advisable to protect the interests of the Town. Revisions to the RFP If the Town determines it is necessary to revise the RFP, an addendum will be provided to all applicants or those that received the original RFP, depending on the stage of the process. 7

Appendix A Proposal of TOWN OF LONDONDERRY REQUEST FOR PROPOSAL Planning and Engineering Review Services PROPOSAL FORM NAME ADDRESS to furnish and deliver all material and perform all work in accordance with the Request for Proposals issued by the Town of Londonderry and dated February 7, 2014 on which proposals will be received until 4:00 PM, prevailing time, at: Finance Department 268B Mammoth Road Londonderry, NH 03053 In accordance with the invitation of the Town of Londonderry to submit proposals for Planning and Engineering Review Services, and in conformity with the Request for Proposals (RFP), the undersigned hereby certifies that the undersigned is authorized to bind the firm, corporation or company submitting the enclosed proposal; that the enclosed proposal is a firm offer that shall remain open for not less than ninety (90) days; that this proposal is made without collusion with any person, firm or corporation; and that an examination has been made of the documents furnished with the RFP. A rate schedule by labor category is included. It is further proposed: The undersigned declares under penalty of perjury under the laws of the United States and the State of New Hampshire that, in accordance with provisions of Title 23 U.S.C., Section 112(c), the undersigned 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 this contract. Certification Regarding Debarment, Suspension and Other Responsibility Matters Primary Covered Transaction I. The prospective primary participant certifies to the best of its knowledge and belief, that it and all its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or committee; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification and;

(d) Have not within a three-year period preceding this application/proposal had one or more public transaction (Federal, State or local) terminated for cause or default II. Dated Where the prospective primary participant is unable to certify to any the statements in these certifications, such prospective participant shall attach an explanation to this proposal. - (IF A FIRM OR AN INDIVIDUAL) Signature of Bidder Printed Name Address of Bidder Telephone Number Names and Address of Relevant Members of the Firm: (IF A CORPORATION OR OTHER ENTITY) Signature of Bidder Printed Name Address of Bidder Telephone Number Incorporated under the laws of the State of Names of Officers / Member / Principals: 1. Name Title 2. Name Title 3. Name Title