CAPITOL REGION COUNCIL OF GOVERNMENTS (CRCOG) REQUEST FOR PROPOSALS: SPRING 2016 STATEWIDE GIS DATA ACQUISITION AND SERVICES Proposal Deadline SUBMITTALS MUST BE RECEIVED BY: Friday, November 6, 2015 1:00 p.m. EST Submit Proposals to: Erik Snowden Capitol Region Council of Governments 241 Main Street, Fourth Floor Hartford, CT 06106 1
CAPITOL REGION COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS: SPRING 2016 STATEWIDE GIS DATA ACQUISITION AND SERVICES I. INTENT The Capitol Region Council of Governments (CRCOG) intends to hire a qualified firm to provide Geographic Information Systems (GIS) Data Acquisition and Services. CRCOG will procure consultant services in accordance with the established policy of CRCOG and requirements of the Regional Performance Incentive Program (RPIP). The project will commence upon selection of a consultant and issuance of a notice to proceed. II. INTRODUCTION/BACKGROUND INFORMATION The Capitol Region Council of Governments (CRCOG) is the largest of Connecticut s nine regional planning organizations. We are established under the Connecticut General Statutes as a voluntary association of municipal governments serving the City of Hartford and 37 surrounding communities. Through funds received from the Connecticut Regional Performance Incentive Program administered by the Office of Policy and Management, CRCOG invites written cost proposals from consultants and/or firms having expertise and qualifications to provide color digital orthophotography and LiDAR with associated data covering the entire State of Connecticut. CRCOG will act as the representative of state of CT agencies, local, and regional entities. III. CONSULTANT SCOPE OF WORK Please See Attachment A IV. PROJECT SCHEDULE Please see Attachment F V. PROPOSAL REQUIREMENTS A. Submission Sealed proposals, in accordance with the format prescribed below, will be received at the Capitol Region Council of Governments, located at 241 Main Street, Hartford, CT 06106, until 1:00 p.m. EST, Friday, November 6, 2015. Any responses received after the advertised opening date and time shall be rejected. 2
Note that the submission of any proposal indicates acceptance by the respondent of the terms and conditions contained herein, unless otherwise specifically noted in the proposal itself and confirmed in resulting contracts. B. Questions General inquiries concerning the Request for Proposals must be made to: Erik Snowden CRCOG 241 Main Street, 4 th floor Hartford, CT 06106 860-522-2217, ext. 217 esnowden@crcog.org No oral interpretations shall be made to any respondent as to the meaning of any of the proposal documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274 attention Erik Snowden, or emailed to esnowden@crcog.org. To receive consideration, such questions must be received by 2:00 p.m. on Monday, October 19, 2015. By Monday October 26, 2015, CRCOG will post a copy of any addenda to CRCOG s website, located at www.crcog.org. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the agency s website. A VOLUNTARY pre-proposal conference will be held on Wednesday October 14, 2015 at 10:00 a.m. E.T. The conference will be held in CRCOG s offices at 241 Main Street, 4 th Floor, Hartford, CT. Participating companies and organizations must RSVP by October 7, 2015 for the preproposal conference. Notes of the discussions will be posted on the CRCOG website within seven days. C. Proposal Format Respondents must submit four (4) originally signed copies and digital copies of their proposal. The proposal must contain the following information: 1) Letter of interest; 2) Statement summarizing the experience of the firm and any proposed sub-consultants, including: a) Summaries of and references for at least three (3) comparable projects, including description of services that are similar to this project, subcontractor s role, fee, and project status; b) Indication whether staff persons proposed for this project worked on comparable projects as well as their role in those projects; 3
c) At least three digital samples of each deliverable in a standard GIS format. At least one of the samples for each deliverable should include tall buildings in an urban area and coast line areas. 3) Statement describing the organizational framework for the project, including clear identification of the lead firm, project manager, and sub-consultants, the roles and responsibilities of each sub-consultant, identification of Disadvantaged Business Enterprise (DBE), Small Business Enterprise (SBE) or Minority/Female Business Enterprise (MBE) participation (if any), disclosure of any shared interests among the firm and proposed subconsultants, e.g. parent-subsidiary, joint ventures, formal affiliations, etc., and location (city/state) of production facility where the work will occur; 4) Resumes of key personnel to be assigned to the project and the amount of time they will devote to the project; 5) Narrative should describe the suggested project approach, address the goals and objectives in the draft scope of work, and indicate the proposed staff assignment. The narrative should include: a) Method and equipment to be used for all tasks in scope of work; b) Proposed flight plan and flight specifications; c) A list of the firm s in-house equipment and other equipment that will be utilized for this project as well as camera calibration reports. Specify manufacturer/model of equipment and software, as appropriate; d) Specific quality assurance / quality control procedures to be used during all phases of the project; e) A description of the firm s expectation of CRCOG s contribution to the project (other than the fee); f) If an alternative project approach is proposed, please indicate why. Use of alternative approaches is encouraged if it can provide the same or better results without negatively impacting costs. Alternate project approaches are subject to CRCOG s approval; 6) A proposed work schedule; 7) Identify cost per task identified in project scope of work, including any direct costs, as well as the total cost for all tasks in the project. 8) Proof of Connecticut DBE certification, if applicable. 9) Insurance Documents. Documentation of insurance coverage required under Section X of this Request for Proposals. 10) Response Page. See ATTACHMENT B. 11) Non-Collusion Statement. See ATTACHMENT C. 12) Equal Employment Opportunity and Minority/Female Business Enterprise Certification Form. See ATTACHMENT D. 4
VI SELECTION CRITERIA CRCOG desires to award a contract to the respondent who demonstrates the ability to provide the highest quality service at the most reasonable cost. To accomplish this goal, CRCOG s criteria for selection will include, but not be limited to: 1. Qualifications of the lead consultant or firm; 2. Qualifications of subcontractors, if any; 3. Qualifications of key personnel assigned to this project; 4. Understanding of project objectives; 5. Thoroughness, creativity, and clarity of suggested approach; 6. DBE, MBE, SBE qualifications. 7. Experience and proven record of success with comparable projects; 8. Technical capabilities; 9. Quality control procedures; and 10. Total cost. 11. Time for project completion including QA/QC. Based upon the evaluation of proposals submitted, CRCOG intends to select finalists who may be required to make formal presentations before a review committee regarding their qualifications, project approach, and ability to provide the required services to best serve the needs of CRCOG. CRCOG and the review committee may elect to negotiate with the top-ranked respondents and to accept modifications to the proposed scope of services and/or price when such action is in the best interest of the participants to do so. Additional clarifying information may be requested to aid in the decision-making process. VII. PROCUREMENT SCHEDULE: SUMMARY OF KEY DATES The following schedule has been prepared for this RFP process. Note that project constraints may cause the evaluation and selection related dates noted below to change. RFP Release Date: Friday, October 2, 2015 RSVP for Pre-proposal Conference Wednesday, October 7, 2015 Pre-proposal Conference (optional): Wednesday, October 14, 2015 at 10:00am RFP Questions Due to CRCOG: Monday, October 19, 2015 by 2:00 pm Answers/Addendum Posted: Monday, October 26, 2015 Proposals Due: Friday, November 6, 2015 at 1:00 pm Proposal Evaluations: Week of November 9, 2015 Interviews: Week of November 16, 2015 Notification of Successful Respondent: By Wednesday, December 9, 2015 VIII. ADDITIONAL TERMS AND CONDITIONS Compliance with Applicable Laws The successful consultant shall comply with all federal, state and local laws and regulations as may be applicable. Respondents are advised to review all applicable federal and state regulations prior to submitting a proposal. 5
Grant Funding Work performed under this contract will be funded by a grant from the Connecticut Regional Performance Incentive Program administered by the CT OPM with contributions from Connecticut Department of Emergency Services and Public Protection (DESPP) and the CT Department of Transportation (CTDOT). All work is contingent on adequate funding from these sources. Freedom of Information Respondents are advised that any and all materials submitted in response to this RFP shall become the property of the Capitol Region Council of Governments as well as participating state, regional and municipal entities and shall be subject to the provisions of Section 1-210 of the Connecticut General Statutes (re: Freedom of Information). Incurred Costs This request for proposals does not commit the Capitol Region Council of Governments to award a contract or to pay any costs incurred in the preparation of a response to this request. The Capitol Region Council of Governments will not be liable in any way for any costs incurred by respondents in replying to this RFP. Severability If any terms or provisions of this Request for Proposal shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this document shall remain in full force and effect. Oral Presentation Respondents who submit a proposal in response to this RFP may be required to give an oral presentation of their proposal to the Capitol Region Council of Governments. This provides an opportunity for the respondent to clarify or elaborate on the proposal. These are fact-finding and explanation sessions only and do not include negotiation. The Capitol Region Council of Governments will schedule the time and location of these presentations. Oral presentations are an option of the CRCOG and may or may not be conducted. Subcontracting The successful respondent may utilize the services of specialty subcontractors on those portions of the work that under normal contracting practices are performed by specialty subcontractors. The successful respondent shall not award any portion of the work to a subcontractor without prior written approval of the Capitol Region Council of Governments. The acceptance of any and all subcontractors shall reside with the Capitol Region Council of Governments, and the Capitol Region Council of Governments decision shall be final. The respondent should include documentation of the project experience and skill sets of any sub-contractors. The successful respondent shall be fully responsible to CRCOG for the performance, finished products, acts, and omissions of his subcontractors and persons directly or indirectly employed thereby. 6
Assigning/Transferring of Agreement Any successful respondent is prohibited from assigning, transferring, conveying, subletting or otherwise disposing of the resulting agreement or 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 approval in writing from the Capitol Region Council of Governments. Acceptance or Rejection by the Capitol Region Council of Governments CRCOG reserves the right to accept and or reject any or all proposals submitted for consideration or to negotiate separately in any manner necessary to serve the best interests of the CRCOG. Respondents whose proposals are not accepted shall be notified in writing. Amending or Canceling Request CRCOG reserves the right to amend or cancel this RFP, prior to the due date and time, if it is deemed to be in its best interest to do so. Waiver of Informalities CRCOG reserves the right to accept or reject any and all responses to this Request for Proposals, or any part thereof, and to waive any informalities and/or technicalities that are deemed to be in its best interest. Collusion By submitting a proposal, the respondent implicitly states: that his/her proposal has not been made in connection with any other competing respondent submitting a separate response to this RFP; is in all respects fair; and has been submitted without collusion or fraud. It is further implied that the respondent did not participate in the RFP development process, had no knowledge of the specific contents of the RFP before its issuance, and that no employee of CRCOG either directly or indirectly assisted in the vendor s proposal preparation. Termination CRCOG may terminate any contract(s) or any part of any contracts resulting from this process at any time for: cause, default or negligence on the part of the selected respondent; or if the selected respondent fails, in the opinion of CRCOG, 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 CRCOG. Failure to Perform CRCOG reserves the right to impose penalties or withhold payment for not meeting the requirements of the scope or schedule of the project. Ethics The conduct of any contracted consultant shall be subject to the CRCOG Ethics Policy (found online at: http://www.crcog.org/about/rfqs.html). 7
Affirmative Action CRCOG is an equal opportunity employer and requires an affirmative action policy from all contractors and vendors as a condition of doing business with CRCOG, as per Federal Order 11246. By signing the proposal sheet for this bid, all vendors and contractor agree to this condition of doing business with CRCOG and should CRCOG choose to audit their compliance, the respondent agrees to cooperate fully. Insurance Requirements The consultant shall be required to furnish a Certificate of Insurance evidencing the following insurance coverage prior to the execution of this Agreement. Failure to maintain insurance coverage as required and to name the Capitol Region Council of Governments and CRCOG member municipalities as the Additional Insured will be grounds for termination of the contract. In addition: A. The insurance requirements shall apply to all subcontractors and/or consultants. B. All policy forms shall be on the occurrence form. Exceptions must be authorized by CRCOG unless the coverage is for Professional Liability where the common form is claims made. C. Acceptable evidence of coverage will be on the ACORD form or a form with the same format. D. All renewal certificates shall be furnished at least 10 days prior to policy expiration. E. Each certificate shall contain a 30 day notice of cancellation. F. Insurance shall be issued by an insurance company licensed to conduct business in the State of Connecticut which has at least an A- policy holders rating according to Best Publications latest edition Key Rating Guide. Respondents must state that they have the capability of obtaining and maintaining the insurance and associated limits as defined below to cover any claims incurred or arising from the proposed work: Professional Liability Insurance (not less than $3 million limit) Commercial General Liability including blanket contractual and products/completed operations coverage. The limits of liability provided shall be no less than $3,000,000 each occurrence, $3,000,000 aggregate. Per project aggregate must apply. The Metropolitan District and the State of Connecticut shall be named as additional insured on the General Liability Insurance. Automobile Liability with limits of not less than $1,000,000 combined single limit, including coverage for owned, non-owned, hired and/or borrowed vehicles. Workers Compensation Insurance as required by Connecticut law and Employer s Liability with a limit of not less than $100,000 per occurrence, $500,000 disease policy limit, and $100,000 disease each employee. Umbrella Liability in excess of Employer s Liability, Commercial General and Automobile Liability with a limit of no less than five million dollars ($5,000,000) aggregate. 8
Note that insurance limits are not the limits of liability. At the time of Contract Task Order signing, the successful respondent shall submit to CRCOG approved insurance certificates, including the following information on the policies listed above: Policy numbers, limits, starting and expiration dates, and the provision of thirty (30) days written notice to CRCOG prior to any cancellation. If (an) insurance policy(ies) is cancelled for failure of the respondent to make (a) premium payment(s), CRCOG shall have the option of making the payment(s) and deducting the amount paid from any amounts due the respondent. The respondent shall at all times indemnify, defend, and save harmless CRCOG, any municipality included therein, the State of Connecticut, and their respective officers, agents, servants, and employees on account of any and all claims, damages, losses, litigation, expenses, counsel fees and compensation arising out of (a) injury (including death) sustained by or alleged to have sustained by the servants, employees, or agents of CRCOG, or of any municipality included therein, the State of Connecticut, or of the respondent, or anyone directly or indirectly employed by them, and (b) from injuries (including death) sustained by or alleged to have been sustained by the public, or by any other person or property, real or personal (including property of CRCOG) to the extent either of the foregoing are caused by the negligent, willful or wanton acts or omissions of the Respondent, or anyone directly or indirectly employed by them or any of them while engaged in the performance of the work. Hold Harmless and Indemnification In addition to its obligation to provide insurance as specified above, the CONSULTANT, its subcontractors, agents and assigns shall indemnify and hold harmless the State of Connecticut and the Capitol Region Council of Governments and its member municipalities, including but not limited to, its elected officials, and its officers, from any and all claims made against State of Connecticut and the CRCOG, including but not limited to, damages, awards, costs and reasonable attorney s fees, to the extent any such claim directly and proximately results from the negligent acts, errors, or omissions in performance of services by the CONSULTANT during the CONSULTANT's performance of this Agreement or any other Agreements of the CONSULTANT entered into by reason thereof. CRCOG agrees to give the CONSULTANT prompt notice of any such claim and absent a conflict of interest, an opportunity to control the defense thereof. 9
ATTACHMENT A CONSULTANT SCOPE OF WORK Purpose. The purpose of this project is to acquire aerial photography and topographic data covering the entire state of Connecticut including a ¼ mile buffer, captured in the Spring of 2016. Study Objectives. Primary project objectives are as follows: Work to be performed under any contracts issued as a result of this RFP will support the acquisition of aerial photography and elevation data. Specifically, such work will support fulfillment of the following objectives: 1. To obtain 3 pixel resolution 4-band (R, G, B, NIR) orthoimagery; 2. To obtain elevation data captured using LIDAR; 3. To produce derivative LIDAR and topographic products; 4. To establish ground control and a rigorous quality assurance / quality control process; 5. To complete delivery of all data according to the schedule established in final signed agreement; 6. To develop buy up options available to municipalities, state agencies and utilities; Project Framework. This project will be administered by the Capitol Region Council of Governments (CRCOG) in cooperation with the Greater Bridgeport Regional Council, the Lower Connecticut River Valley Council of Governments, the Naugatuck Valley Council of Governments, the Northwest Hills Council of Governments, the South Central Regional Council of Governments, the Southeastern Connecticut Council of Governments, the Western Connecticut Council Governments, the Connecticut Office of Policy and Management, the Connecticut Department of Emergency Services and Public Protection (DESPP) and the CT Department of Transportation (CTDOT). Tasks outlined in the scope of work below will be completed by the selected vendor(s). Specific task assignments will be made at the discretion of CRCOG and will be specified in any contract award(s) made as a result of this procurement. Project Area. The primary project area is entire State of Connecticut including coastal islands and a 1/4 mile buffer. The primary project area is approximately 5,300 square miles. Please see Attachment E for a map of the approximate geographic extents of the project area. Scope of Work Tasks. Work to be performed under any contracts issued as a result of this RFP will support the project-level scope of work developed by CRCOG and its partners. Tasks specific to this project are presented below: 1) Flight and natural color orthoimagery. The VENDOR will capture and produce 4-band (red, green, blue, near-infrared) orthoimagery. The imagery will meet the Class 1 standard as 10
defined by the American Society of Photogrammetry and Remote Sensing (ASPRS) for 3 pixel resolution. The imagery will be free of clouds, cloud shadows, atmospheric haze, and sun glare reflections. The imagery should be captured during the Spring of 2016. The VENDOR will capture the imagery at a minimum sun angle of 45 degree, while deciduous vegetation is free of leaves, when rivers and streams are within their normal banks, and the ground is free of snow and excessive moisture. The VENDOR will photograph the coastal zone during hours of mean low tide. The VENDOR will eliminate building lean and shadows in areas with tall buildings. The VENDOR s proposal should explain their methodology to achieve these results. Shadows caused by topographic features and sun angle shall be cause for rejection. The VENDOR will develop a flight plan that ensures full coverage of the study area. Unacceptable coverage resulting from deviation of the flight plan shall be corrected at the VENDOR s expense. The VENDOR will provide the flight plan to CRCOG before undertaking the flight. The VENDOR will, immediately subsequent to the aerial photography capture, inspect it for cloud shadow, color, exposure, and clarity, as well as sidelap, endlap, and crab. The VENDOR will provide a quality control summary report to CRCOG within a reasonable time after the date of photography. The report will describe conditions during the flight (including but not limited to: flight date, aircraft used, weather conditions, altitude, sub-contractors, scales, resolutions, camera type, number of flight lines, number of tiles created and datum utilized in both hardcopy and digital format.) The imagery will be delivered via a tiling scheme provided by CRCOG in both GeoTIFF and MrSID formats. 2) LIDAR and Elevation Data. LIDAR data will be captured according to the USGS QL2 vertical and horizontal accuracy specifications. 3) Derivative LIDAR and Topographic Products. The following derivative products will be produced: A. 1 ft and 5 ft Contour Lines a. All index contours are to be clearly distinguishable and attributed with their elevations given in full feet; b. Every fifth contour will be an index contour and should be clearly distinguishable as such; c. Contours shall be continuous; no breaks will be made in the areas of dense tree cover or where contours are too close together. These areas will be coded as hidden or obscured. B. Bare Earth Digital Elevation Model (DEM) using 1 meter pixels in GeoTIFF and MrSID formats. DEM tiles will show no edge artifacts or mismatch. A quilted appearance in the 11
overall project DEM surface, whether caused by differences in processing quality or character between tiles, swaths, lifts, or other non-natural divisions, will be cause for rejection of the entire DEM deliverable. Void areas (i.e., areas outside the project boundary but within the tiling scheme) shall be coded using a unique NODATA value. Water Bodies (ponds and lakes), wide streams and rivers ( double-line ), and other nontidal water bodies as defined in Section III are to be hydro-flattened within the DEM. Hydro-flattening shall be applied to all water impoundments, natural or man-made, that are larger than ~2 acre in area (equivalent to a round pond ~350 in diameter), to all streams that are nominally wider than 100, and to all non-tidal boundary waters bordering the project area regardless of size. The methodology used for hydro-flattening is at the discretion of the data producer. C. LAS Dataset adhering to the USGS LIDAR base specification (Chapter 4, Section B, Book 11, version1.2. 4) Establish ground control and a rigorous quality assurance / quality control process (QA/QC). The VENDOR will define a ground control and QA/QC methodology and process in compliance with ASPRS standards (November 2014, v1.0). The VENDOR will also provide a horizontal and vertical accuracy report for all imagery and elevation datasets using ASPRS accuracy standards. 5) Complete Delivery of data according to the schedule established in final signed agreement. Please see Attachment F. 6) Develop buy up options available to municipalities, state agencies and utilities. Products may include but are not limited to: True Orthoimagery. Planimetric Data such as building footprints, edge of pavement, road markings, vegetation, etc. Custom Geographic Boundaries of the base products. Additional LIDAR Classifications and products. Hydro-enforced / Hydro-conditioned DEM. Impervious Surface Data Contour Annotation 7) Delivery, quality control, and acceptance. a) Pilot project. Pilot project data will consist of orthophotography and topography. The VENDOR will provide the pilot project tiles for CRCOG s review in order to ensure it meets specifications and is acceptable. The VENDOR will meet with CRCOG to review the pilot project. Pilot areas will include at a minimum high density urban, rural, fringe suburban and coastal examples. 12
The purpose of the pilot project is to test production methods and procedures that will be used throughout the rest of the project. While it is understood that aerial photography, ground control, and FAAT will be conducted prior to the pilot, the other tasks (orthophotography creation and topographic data capture) will be initially performed only for the pilot project map tiles. Based on the results of the pilot project changes in methodology may be agreed upon between the VENDOR and CRCOG. b) Delivery. CRCOG will provide a tile grid and tile numbering system based on a subset of the 2012 CT orthophotography flight. The tile grid will be based on the Connecticut State Plane Coordinate System (NAD 83, feet), which is the project projection and datum. c) Data review and acceptance. CRCOG and the VENDOR will agree on a review and acceptance methodology for QA/QC in the final agreement. VENDOR will provide a suggested methodology in their RFP response. d) Ownership. All products resulting from this RFP, including, but not limited to, the raw digital imagery, orthophotography, and topographic data, will be the property of CRCOG, the State of CT and all CT municipalities. CRCOG will have the right to distribute the products in accordance with federal and state law. The VENDOR will not encumber or interfere with CRCOG s right to use or distribute any product resulting from this RFP. At a minimum deliverables shall include the following: 1) Flight and color aerial photography Flight plan Aerial photography quality control summary report Ground control report FAAT report 4-Band (R, G, B, NIR) orthophotography in GeoTIFF and MrSID formats 2) LiDAR and LiDAR Derivative Topographic Products Raw LiDAR, LAS and ASCII Format Bare Earth DEM in GeoTIFF and ESRI Raster Format Contour Breaklines, ESRI Geodatabase Format Contours, ESRI Geodatabase Format 3) Delivery, quality control, and acceptance Pilot project 13
Draft Data Final Data LiDAR Data in LAS and ASCII formats 4) Storage, Distribution 13 copies of all deliverables will be provided on appropriate storage media. VENDOR will work with hosting provider to provide data in appropriate format. Timeline. Full execution of agreements by and between CRCOG and the selected vendor will identify the date on which work may commence. All tasks should be complete within one year of commencing the project. Time extensions are subject to CRCOG s approval and assent. It is anticipated that the work identified in this RFP will be completed by June 30, 2017. 14
ATTACHMENT B RESPONSE PAGE Capitol Region Council of Governments REQUEST FOR PROPOSALS DATE ADVERTISED: October 2, 2015 DATE / TIME DUE: November 6, 2015 1:00 p.m. EST NAME OF PROPOSAL SPRING 2016 STATEWIDE GIS DATA ACQUISITION AND SERVICES Type or Print Name of Individual Signature of Individual Title Date E-mail Address/Website Doing Business as (Trade Name) Street Address City, State, Zip Code Telephone Number / Fax Number SS # or TIN# Spring 2016 Statewide GIS Data Acquisition and Services RFP: Page 15
ATTACHMENT C CAPITOL REGION COUNCIL OF GOVERNMENT NON-COLLUSION STATEMENT The company responding to this Request for Proposals certifies that it is being submitted without any collusion, communication or agreement as to any matter relating to it with any other respondent or competitor. We understand that this response must be signed by an authorized agent of our company to constitute a valid response. Date: Name of Company: Name and Title of Agent: By (SIGNATURE): Address: Telephone Number: Spring 2016 Statewide GIS Data Acquisition and Services RFP: Page 16
ATTACHMENT D CAPITOL REGION COUNCIL OF GOVERNMENTS EQUAL EMPLOYMENT OPPORTUNITY AND MINORITY/FEMALE BUSINESS ENTERPRISE CERTIFICATION FORM The undersigned certifies that is an (Name of Company) Equal Opportunity Employer and is in compliance with federal and State rules and regulations pertaining to Equal Employment Opportunity and Affirmative Action. (Respondent's Signature) ------------------------------------------------------------------------------------------------- IF APPLICABLE: The undersigned also certifies that (Name of Company) is a Minority/Female Business Enterprise and is in compliance with federal and state rules and regulations pertaining to Minority/Female Business Enterprise designations. (Respondent's Signature) (Today s Date) Spring 2016 Statewide GIS Data Acquisition and Services RFP: Page 17
North Canaan Salisbury Canaan Norfolk Colebrook Hartland Granby Suffield Enfield Somers Stafford Union Woodstock Thompson Sharon Cornwall Goshen Winchester Torrington New Hartford Barkhamsted Canton Simsbury East Granby Windsor Locks Windsor Bloomfield East Windsor South Windsor Ellington Vernon Tolland Willington Ashford Eastford Pomfret Putnam Killingly Warren Kent Washington New Milford Sherman Roxbury Bridgewater New Fairfield Brookfield Litchfield Morris Bethlehem Woodbury Southbury Avon Harwinton Burlington Farmington Mansfield Chaplin Brooklyn Coventry Hampton Manchester West Hartford Hartford East Hartford Bolton Andover Windham Plainfield Sterling Wethersfield Scotland Canterbury Glastonbury Columbia Newington Bristol New Britain Thomaston Plainville Plymouth Rocky Hill Hebron Marlborough Lebanon Sprague Watertown Berlin Cromwell Franklin Wolcott Southington Portland Lisbon Griswold Voluntown East Hampton Waterbury Colchester Middletown Bozrah Norwich Meriden Middlebury Preston Middlefield Cheshire Prospect Naugatuck Salem East Haddam North Stonington Durham Haddam Montville Wallingford Beacon Falls Ledyard Oxford Bethany Ridgefield Danbury Bethel Redding Newtown Monroe Easton Trumbull Shelton Hamden Seymour North Haven North Branford Woodbridge Ansonia Derby New Haven East Haven Branford Orange West Haven Guilford Madison Chester Lyme Killingworth Deep River Essex Old Lyme Westbrook Clinton Old Saybrook East Lyme Waterford New London Groton Stonington Weston Milford Greenwich Stamford New Canaan Darien Wilton Norwalk Westport Fairfield Stratford Bridgeport Attachment E - Site Map Statewide Orthoimagery and LIDAR Flight State of CT plus 1/4 Mile Buffer
Attachment F CRCOG Statewide Flight Project - Gantt Chart ID Task Name Start Finish Duration Q4 15 Q1 16 Q2 16 Q3 16 Q4 16 Q1 17 Q2 17 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun 1 RFP 10/2/2015 11/6/2015 5.2w 2 Issue RFP 10/2/2015 10/2/2015.2w 3 RSVP Pre-proposal Conference 10/7/2015 10/7/2015.2w 4 Pre-proposal Conference 10/14/2015 10/14/2015.2w 5 RFP Questions Due 10/19/2015 10/19/2015.2w 6 Answers / Addendum Posted 10/26/2015 10/26/2015.2w 7 Proposals Due 11/6/2015 11/6/2015.2w 8 RFP Review/Vendor Selection/Contracting 11/9/2015 3/2/2016 16.6w 9 Proposal Review 11/9/2015 11/13/2015 1w 10 Interviews 11/16/2015 11/20/2015 1w 11 Vendor Selection 11/26/2015 12/9/2015 2w 12 Contract Negotiations /Pre-Flight Buy-ups 12/10/2015 3/2/2016 12w 13 Project 3/15/2016 6/26/2017 67w 14 Ground Control 3/15/2016 3/28/2016 2w 15 Flight 3/29/2016 5/9/2016 6w 16 Project Flight Reporting 5/10/2016 6/6/2016 4w 17 Initial Deliverables 6/7/2016 7/11/2016 5w 18 Lidar Deliverables 7/12/2016 9/19/2016 10w 19 Orthophotography Deliverables 9/20/2016 2/6/2017 20w 20 Contour Deliverables 2/7/2017 6/26/2017 20w