Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
TOWN OF THOMPSON
REQUEST FOR PROPOSALS (RFP)
Preliminary Engineering for Buckley Hill Road Bridges
The Town of Thompson is seeking written proposals from qualified bridge engineering firms to perform preliminary surveying, engineering and cost estimating for two bridges to enable the Town to apply for the CONNDOT Local Bridge Program. The Town of Thompson, Connecticut will receive sealed proposals for engineering services until 12:00 PM Local Time on Wednesday March 24, 2021 in the Selectmen’s Office, Town Hall, 815 Riverside Drive, North Grosvenordale, CT 06255. Proposals must be in a sealed envelope clearly marked “Preliminary Engineering Proposal for Buckley Hill Road Bridges”. The Town of Thompson, will be using the web page https://www.thompsonct.org/bids on the Town’s web site as a method of getting all pertinent information out on the project. All addendum and any addition information will be placed on the web page. Any questions or problems with the web page should be directed to Kelley Genest, 860-923-9561, [email protected]. The Town reserves the right to reject any and all proposals or any part thereof, to waive defects in the same, or to accept any proposal or any part thereof deemed to be in the best interest of the Town of Thompson, Connecticut. An Affirmative Action/Equal Opportunity Employer. Minority/Women’s Business Enterprises are encouraged to apply. By: Amy St. Onge
Title: First Selectman
REQUEST FOR PROPOSALS (RFP)
TOWN OF THOMPSON
PRELIMINARY ENGINEERING FOR BUCKLEY HILL ROAD BRIDGES
TABLE OF CONTENTS
A. PROJECT DESCRIPTION
B. SCOPE OF SERVICES
C. QUALIFICATIONS
D. FACTORS FOR EVALUATION
E. EVALUATION OF PROPOSALS AND AWARD
F. KEY DATES
G. TERMS AND CONDITIONS
H. INSURANCE REQUIREMENTS
I. PROPOSAL SUBMISSION REQUIREMENTS
J. QUESTIONS AND AMENDMENTS
ATTACHMENTS
Fee Proposal Form
Proposal Scoresheet
REQUEST FOR PROPOSALS (RFP)
TOWN OF THOMPSON
Preliminary Engineering for Buckley Hill Road Bridges
A. PROJECT DESCRIPTION
Thompson is seeking a qualified bridge engineering firm to assist the Town in applying to the CONNDOT Local Bridge Program for the following two bridges. The selected firm will be responsible for the Preliminary Applications including all attachments such as the narrative, preliminary cost figures, and preliminary plans and specifications. The goal is to perform just the amount of preliminary engineering to enable the Town to submit a thorough application package that will have a high likelihood of being funded and a realistic construction cost estimate. The work is anticipated to be funded in the FY 21/22 budget so the consultant’s work contract shall not be signed prior to July 1, 2021. The two bridges are:
03949 Buckley Hill Road over the French River 03950 Buckley Hill Road over the French River Canal
Consultants should also be aware that a large historic mill renovation at 815 Riverside Drive is proposed. When the project is complete it will result in adding 300 new apartments plus retail space in close proximity of these bridges. Therefore, it is anticipated that vehicular and pedestrian traffic will significantly increase. In addition, a redesign of the intersection of Buckley Hill Road and Riverside Drive (Route 12) is desired by the Town which could affect the vertical alignment as well as the width of Buckley Hill Road. This information should be considered when evaluating repair or replacement options.
B. SCOPE OF SERVICES
1. Review available CONNDOT/Town reports and drawings.
2. Inspect the bridges and assess the current condition of the bridge, stream channel,
and associated roadway.
3. Evaluate alternatives for repair or replacement and meet with the Town to discuss them.
4. Make a presentation to board of selectmen to describe the Local Bridge Program process and alternates.
5. Prepare conceptual plans and sections illustrating chosen alternates.
6. Prepare Preliminary Cost Figures as required by the application including Preliminary
Engineering Fees, Rights-of-way Cost, Municipally Owned Utility Relocation Costs,
Estimated Construction Costs, and Construction Engineering.
7. Provide the description of project scope for both bridges including narrative and
conceptual/preliminary plans.
8. Optional: Complete a topographic survey, with property lines indicated to Class B,
as appropriate to fully document existing conditions and prepare existing conditions
plans of the structures (Class T-2, NAD 83, NAVD 88, by Licensed Connecticut Land
Surveyor)
C. QUALIFICATIONS
1. Firm must provide industry standard or higher quality services while maintaining a focus
on providing a cost-effective service to the Town.
2. Firm must have a proven track record in providing these types of services for similarly
sized municipal governments in Connecticut.
3. Firm must be familiar with, qualified, and properly licensed in the State of Connecticut
to perform its obligation under this proposal in compliance with all applicable Federal
and State of Connecticut laws and regulations, statutes and policies and affirmative
action and equal opportunity employment practices.
4. Firm should be prepared to demonstrate their experience working with CONNDOT and
the Local Bridge Program.
D. FACTORS FOR EVALUATION
The Selection Process will evaluate, and rank Firms based on the following factors. The
Proposal Scoresheet is attached.
1. Proposal Impressions – completeness/customization for the project/attention
to detail
2. Experience with CONNDOT and the Local Bridge Program and Bridge
Inspection
3. Experience of key personnel and sub-contractors
4. Technical competence and experience
5. Proposed Fee
6. References (Quality and Performance of past services on similar projects)
E. EVALUATION OF PROPOSALS AND AWARD
1. The Town will assemble a proposal review team consisting of a minimum of 4 individuals, two of which will include the First Selectman and Director of Public Works. The team will evaluate and rank the firms and will make a recommendation of contract award to the Board of Selectmen based upon the criteria outlined in this RFP and a
ranking system developed by the Town. If deemed necessary, the Town reserves the right to arrange for on-line interviews/oral presentations as part of the selection process, which invitations for interviews may involve a short-listing of the proposals received.
2. The Town reserves the right to accept all or any part of a proposal, reject all proposals, and waive any informalities or non-material deficiencies in a proposal. It shall be understood that the award made by the Town of Thompson shall be final and conclusive without recourse or appeal by the remaining Firms.
3. The successful respondent shall assume sole responsibility for the complete project as
required by this RFP. Respondents who intend to subcontract one or more elements of this project to other firms/individuals shall identify those work elements to be subcontracted and the firm/individual subcontractor. All subcontractors shall be identified, and to the extent necessary, their qualifications shall be provided. Subcontractors shall not be substituted, nor any portions of the contract assigned to other parties without the written consent of the Town of Thompson.
4. The selected Firm shall be fully responsible to the Town of Thompson for the
performance, deliverables, acts, and omissions of its sub-consultants and persons directly or indirectly employed thereby.
5. The selected Firm will be expected to execute a standard contract for professional services as approved by the Town of Thompson.
F. KEY DATES
RFP Advertised: February 17, 2021
Requests for Information Due March 3, 2021
Responses/Addendum Posted March 10, 2021
RFP Submissions Due March 24, 2021
RFP Evaluations April 2021
Notice of Award Sent May 2021
Review of Contract June 2021
Contract Execution July 1, 2021
It is anticipated that the contracted services as described in this RFP shall be completed within
six (6) months of award unless an extension of time is agreed upon by the Town of Thompson
and the Consultant.
G. TERMS AND CONDITIONS
1. The Town of Thompson, in its sole discretion, reserves the right to clarify, modify,
amend or terminate this RFP, prior to the due date and time, if it is deemed to be in the
best interest of the Town of Thompson. The Town of Thompson reserves the right to
decide not to consider any or all of the firms submitting information in response to this
request.
2. The Town of Thompson reserves the right to accept or reject any and all responses to
the RFP, or any part thereof, and to waive any informalities and/or technicalities that are
deemed to be in the best interest of the Town of Thompson, and to advertise new
proposals, and to make awards as may be in the best interest of the Town of
Thompson.
3. All costs incurred in the preparation and presentation of the RFP shall be wholly
absorbed by the respondent.
4. Any materials submitted, shall become the property of the Town of Thompson. The
proposals will not be returned to the proposers.
5. All information submitted in a proposal or in response to a request for additional
information is subject to disclosure under the Connecticut Freedom of Information
Act. Proposers are encouraged not to include in their proposals any information
which is proprietary, a trade secret, or otherwise confidential. All materials associated
with this procurement process are subject to the terms of state laws defining
freedom of information and privacy, and all rules, regulations and interpretations
resulting from those laws.
6. By responding, the proposers implicitly state that: their proposal has not been made in
connection with any other competing firm submitting a separate response to this RFP; is
in all respects fair; and has been submitted without collusion or fraud.
7. By submitting a proposal, each proposer represents that it has thoroughly examined and
become familiar with the scope of work outlined in this RFP, and it is capable of
performing the work to achieve the Town’s objectives. Each proposer shall visit the site,
examine the areas and thoroughly familiarize itself with all conditions of the property
before preparing its proposal.
8. Any successful firm is prohibited from assigning, transferring, conveying, subletting, or
otherwise disposing of this agreement of its rights, title, or interest therein or its power
to execute such an agreement to any other person, company, or corporation without
prior consent and written approval from the Town of Thompson.
9. The Town of Thompson may terminate any contract(s), in whole or in part, resulting
from this process at any time for: cause, default or negligence on the part of the
respondent; or if the respondent fails, in the opinion of the Town of Thompson, to meet
the general terms and conditions of any resulting contract or to provide a level of service
that is deemed to be in the best interest of the Town of Thompson.
H. INSURANCE REQUIREMENTS – Town of Thompson Projects
Contractor shall agree to maintain in force at all times during the contract the following minimum coverages and shall name Town of Thompson as an Additional Insured on a primary and non-contributory basis to all policies, except Workers Compensation. All policies should also include a Waiver of Subrogation. The Additional Insured Endorsement shall be written on ISO Form 2010 and 2037 or its equivalent and shall include coverage for Products/Completed Operations after the work is complete.
Insurance shall be written with Carriers approved in the State of Connecticut. In addition, all Carriers are subject to approval by Town of Thompson.
(Minimum Limits)
General Liability Each Occurrence General Aggregate
Products/Completed Operations Aggregate
$1,000,000
$2,000,000 $2,000,000
Auto Liability Combined Single Limit Each Accident
$1,000,000 $1,000,000
Umbrella (Excess Liability)
Each Occurrence Aggregate
$5,000,000 $5,000,000
Professional Liability Each Occurrence
$5,000,000
If any policy is written on a “Claims Made” basis, the policy must be continually renewed for a minimum of two (2) years from the completion date of this contract. If the policy is replaced and/or the retroactive date is changed, then the expiring policy must be endorsed to extend the reporting period for claims for the policy in effect during the contract for two (2) years from the completion date.
Workers’ Compensation and WC Statutory Limits Employers’ Liability EL Each Accident $100,000
EL Disease Each Employee $100,000 EL Disease Policy Limit $500,000
Original, completed Certificates of Insurance must be presented to the Town of Thompson to contract issuance. Contractor agrees to provide replacement/renewal certificates at least 30 days prior to the expiration date of the policies. Should any of the above described policies be cancelled, limits reduced or coverage altered, 30 days written notice must be given to the Town.
I. PROPOSAL SUBMISSION REQUIREMENTS
The Town of Thompson, Connecticut will receive sealed proposals for engineering services until
12:00 PM Local Time on Wednesday March 24, 2021 in the Selectmen’s Office, Town Hall, 815
Riverside Drive, North Grosvenordale, CT 06255. Proposals must be in a sealed envelope clearly
marked “Preliminary Engineering Proposal for Buckley Hill Road Bridges” Firms shall
provide one (1) signed original, four (4) copies of all materials and a CD or Flash Drive
containing an exact copy of the requested materials in PDF format.
The Town will not accept submissions by e-mail or fax. Proposers are solely responsible for ensuring timely delivery. The Town will NOT accept late proposals.
Proposals may be withdrawn personally or in writing provided that the Town receives the
withdrawal prior to the time and date the proposals are scheduled to be opened. Proposals are
considered valid, and may not be withdrawn, cancelled or modified, for six (6) months after
the opening date, to give the Town sufficient time to review the proposals, investigate the
proposers’ qualifications, and execute a binding contract with the successful proposer.
An authorized person representing the legal entity of the proposer must sign the Proposal
Form and all other forms included in this RFP.
Proposals shall include the following:
1. Cover Letter
Firms shall provide a one-page Cover Letter addressed to Amy St. Onge, First Selectman, signed
by an authorized principal or agent of the Firm. The letter shall provide an overview of the
proposal, as well as the name, title, phone number, and email address of the person to whom
questions concerning the submission may be directed.
2. History and Resumes
The Firm shall include a brief history of the company including: Firm Size(s) and Organization,
Length of time in business, Services offered, Experience with bridge inspection and the
CONNDOT Local Bridge Program, and Resumes of Key Personnel assigned to the Project. The
Lead Project Manager must be a Professional Engineer, licensed in the State of Connecticut.
3. Scope of Services
The Firm shall provide a detailed Scope of Work which outlines the various services they will
provide for the project. Any services not specifically mentioned in the RFP, but which are
necessary to ensure that the intent of the scope of services is met shall be included in the
proposal.
4. Key Issues, Experience, and Ability to Perform
Proposers shall include examples of previous work on similar projects to demonstrate their
understanding and familiarity with projects of this type.
5. References
Provide at least three (3) references of projects completed in the last five (5) years that are
similar to the proposed Scope of Services. Include: Dates of contract duration; services
performed and associated fees; Name, Address, Phone Number, and email address of Client
which may be contacted to verify submitted information.
6. Past Claims or Disputes
Indicate any claims, disputes or arbitration proceedings, including actions by any governmental
agency, that have occurred over the past five (5) years. Indicate who they were with, the
nature of the claim, dispute or arbitration proceeding, the outcome and/or current status.
7. Certificate of Insurance Indicating all required coverage indicated
8. Fee Proposal Form Filled out Completely with Original Signatures
9. Include a Schedule of all-inclusive hourly rates for each individual assigned to the
project. These rates will be used as a basis for any additional services requested.
J. Questions and Amendments
Questions concerning the process and procedures applicable to this RFP are to be submitted
in writing and directed to Kelley Genest, Assistant to the Selectman, by email to
Proposers are prohibited from contacting any other Town employee, officer or official
concerning this RFP. A proposer’s failure to comply with this requirement may result in
disqualification.
The appropriate Town representative listed above must receive any questions from proposers
no later than fourteen (14) days before the proposal opening date. That representative will
confirm receipt of a proposer’s questions by e-mail. The Town will answer all written questions
by issuing one or more addenda, which shall be a part of this RFP and the resulting Contract,
containing all questions received as provided for above and decisions regarding same.
At least seven (7) calendar days prior to proposal opening, the Town will post any addenda
on the Town’s https://www.thompsonct.org/bids Each proposer is responsible for
checking the website to determine if the Town has issued any addenda and, if so,
to complete its proposal in accordance with the RFP as modified by the addenda.
No oral statement of the Town, including oral statements by the Town representatives
listed above, shall be effective to waive, change or otherwise modify any of the provisions
of this RFP, and no proposer shall rely on any alleged oral statement.
FEE PROPOSAL FORM
1.1 PROPOSAL INFORMATION
A. Proposer: ____________________________________________________.
B. Project Name: PRELIMINARY ENGINEERING FOR BUCKLEY HILL ROAD BRIDGES
C. Project Location: Buckley Hill Road
D. Owner: Town of Thompson
1.2 CERTIFICATIONS AND BASE BID
A. Base Bid:
The undersigned Proposer, having carefully examined the Procurement and Contracting
Requirements, Conditions of the Contract, and all subsequent Addenda, as prepared by The
Town of Thompson, having visited the site, and being familiar with all conditions and
requirements of the Work, hereby agrees to furnish all services necessary to complete the
design of the above-named project, according to the requirements of the Procurement and
Contracting Documents, for the stipulated sum of:
1. ________________________________________________ Dollars
($______________________)
1.3 SUBCONTRACTORS AND SUPPLIERS
A. The following companies shall execute subcontracts for the portions of the Work
indicated:
1.________________________________________________________
2.________________________________________________________
3.________________________________________________________
4.________________________________________________________
1.4 ACKNOWLEDGEMENT OF ADDENDA
A. The undersigned Proposer acknowledges receipt of and use of the following Addenda in
the preparation of this Bid:
1. Addendum No. 1, dated ____________________.
2. Addendum No. 2, dated ____________________.
3. Addendum No. 3, dated ____________________.
1.5 CONTRACTOR'S LICENSE
A. The undersigned further states that it is a duly licensed firm, for the type(s) of work
proposed, in the State of Connecticut, and that all fees, permits, etc., pursuant to
submitting this proposal have been paid in full.
1.6 SUBMISSION OF BID
A. Respectfully submitted this ____ day of ____________, 2021.
B. Submitted By:_______________________________________(Name of bidding
firm or corporation).
C. Authorize Signature:__________________________________(Handwritten signature)
D. Signed By:___________________________________________(Type or print name)
E. Title:________________________________(Owner/Partner/President/Vice President)
F. Witness By:_________________________________________(Handwritten signature)
G. Attest:___________________________________________(Handwritten signature)
H. By:________________________________________________(Type or print name)
I. Title:________________________________(Corporate Secretary or Assistant
Secretary).
J. Street Address:__________________________________________________________
K. City, State, Zip:_________________________________________________________
L. Phone:_________________________________________________________________
M. License No.:____________________________________________________________
N. Federal ID No.:____________________________________(Affix Corporate Seal Here)
Proposal Scoresheet
for
RFP/RFQ for Preliminary Engineering for Buckley Hill Road Bridges
Name of Consultant_________________________________________________
Base Bid Amount
Signature of Reviewer_________________________________________________
Criteria Points Score Comments
Proposal Impressions –
completeness/customization for the
project/attention to detail
10
Experience with CONNDOT and
Local Bridge Program and Bridge
Inspection
20
Experience of key personnel and
subcontractors
15
Technical Competence and
experience
15
Proposed Fee 20
References (Quality and
Performance of past services on
similar Projects)
20
Total 100