City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 4731

Similar documents
City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

ADVERTISEMENT FOR BIDS

REQUEST FOR PROPOSALS SPEC. # 4995

City of New Rochelle New York

City of New Rochelle New York REQUEST FOR PROPOSAL Specification No. 4932

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

REQUEST FOR PROPOSALS

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

OSWEGO COUNTY PURCHASING DEPARTMENT

City of Sherwood, Oregon Request for Proposals For Consultant Services Woodhaven Park - Phase 2 Design Plan

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Town of Riverhead Suffolk County, New York

REQUEST FOR PROPOSAL GRANT WRITING SERVICES

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY ARCHITECTURAL SERVICES RELATED TO THE HADDONFIELD LIBRARY REQUEST FOR PROPOSAL

MULTI- PURPOSE HALL. College Station, Texas January 17, 2015

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

CITY OF HAMTRAMCK REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECHURAL AND ENGINEERING SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

BOARD OF COMMISSIONERS OF SUMTER COUNTY, GEORGIA REQUEST FOR PROPOSALS FOR BELL STREET POOL DEMO

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

How To Work With The City Of Riverhead

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

1. Applicants must provide information requested in the section titled Required Information.

MAJOR EQUIPMENT PURCHASE CONTRACT

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

Town of Maiden. Request for Proposals For Sign Replacement Project

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

TOWN OF SCITUATE MASSACHUSETTS

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

Sullivan County RFP for HVAC Maintenance Page 2 of 5 April 14, 2016

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

BRITISH SOCCER CAMP A G R E E M E N T

This page left blank intentionally

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

City of Brentwood, Missouri. December 28, 2015

TOWN OF CENTREVILLE PROPOSAL PACKAGE INSURANCE BROKERAGE FIRM WORKERS COMPENSATION MAY 2016

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF BONITA SPRINGS, FLORIDA RFP #

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

How To Write A Contract Between College And Independent Contractor

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

INDEPENDENT CONTRACTOR AGREEMENT

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

THE TOWN OF NORTH SMITHFIELD

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

Request for Proposals 2P Implementation of Voice Over Internet Protocol ( VoIP ) Phone Systems

REQUEST FOR PROPOSALS

INVESTMENT ADVISORY AGREEMENT. Horizon Investments, LLC Lifetime Income Strategy

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

CLS Investments, LLC Instructions for the Solicitor Application and Agreement

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

INDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL FOOD TRUCK SERVICES March 17, 2015

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

SNOW REMOVAL CONTRACT

City of Scappoose, Oregon Request for Proposals MAPPING & GIS PROJECT

Request for Qualifications/Proposals (RFP) For

REQUEST FOR PROPOSALS

BUYING AGENCY AGREEMENT

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

SCHENECTADY CITY SCHOOL DISTRICT

REQUEST FOR PROPOSAL

INDEPENDENT VIRTUAL ASSISTANT AGREEMENT (Company)

NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL SOLICITOR REQUEST FOR PROPOSAL

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

May 29, 2012 Solicitation of quotations


Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

If a Client and a Freelancer enter an independent contractor relationship, then this Freelancer Agreement ( Freelancer Agreement ) will apply.

CONSULTING AGREEMENT

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Transcription:

Department of Finance Tel (914) 654-2063 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer s Tel (914) 654-2353 Howard Rattner Commissioner Mark Zulli Deputy Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL Specification No. 4731 CONSULTING SERVICES for DESIGN, ENGINEERING, PERMITTING and CONSTRUCTION COORDINATION of the CITY (FLOWERS) PARK ATHLETIC COMPLEX 1) INTENT The City of New Rochelle is soliciting proposals from qualified firms to provide consulting and engineering design services for the renovations and expansion of facilities located at the City (Flowers) Park athletic complex, located on Fifth Avenue, New Rochelle, NY. 2) PROPOSAL DUE DATE Proposals will be accepted up until 3:00 pm on December 12, 2007 in the Purchasing Office, City of New Rochelle, City Hall, 515 North Avenue, New Rochelle, New York 10801 and should be mailed to the attention of Mark Zulli, Deputy Finance Commissioner. Please include RFP-NR-4731 on the outside mailing label of your response package. 3) OVERVIEW The project goals include the renovation/replacement, relocation, construction and expansion of five athletic fields within an existing athletic complex. The major change will be the relocation of the current 90 baseball field, focusing on improved orientation with the creation of a regulation sized baseball stadium with lights, artificial turf, grandstands and a field house. Repositioning a lighted adult softball field to standard 300 foul line dimensions. Relocating a youth baseball/softball field to create standard 200 foul line dimensions, adding a new multi-purpose synthetic turf practice field and the replacement playing surface and lighting of the artificial turf soccer field. Design an indoor multipurpose athletic /ice rink facility. Additional improvements include an enlarged, relocated playground, expanded site parking, at least one lighted basketball court, a spray playground, restrooms, storage and a concession stand within formalized plaza area that allows spectator viewing. The firm should demonstrate expertise in civil, geotechnical, environmental and electrical engineering and landscape architecture. This includes experience in artificial turf installations and indoor multi-purpose recreational/ice rink facilities. The total estimated project budget is approximately $8 million. Base map field surveys of existing conditions to a certain extent are available in Department of Public Work office. Please contact DPW at 914-654-2131 to arrange to review available info. Current information must be augmented by field inspection and or additional survey to bring conditions up to date.

4) AWARD CRITERIA The City of New Rochelle reserves the right to award the contract generated from this RFP to the respondent who presents a proposal that best meets the specifications as listed herein and represents the most beneficial procurement as determined by the City. The award will be made by the City s RFP Evaluation Committee and shall be based on the respondents qualifications including, but not limited to the following: references, knowledge and interpretation of the City s needs, experience with similar projects. Proposals will be evaluated on the basis of the following criteria: A. Experience and Qualifications of the Proposer (50 points) Consideration will be given to firms (including the individuals assigned to the project) demonstrating strong capabilities, experience and reputation in undertakings similar to those described in this RFP. The firm should demonstrate specific expertise in civil, geotechnical, environmental and electrical engineering and landscape architecture. This includes experience in artificial turf installations, indoor multi-purpose recreational/ice rink facilities and the personnel assigned to this project. B. Proposal Completion (25 points) Proposal responses will be evaluated on completeness, clarity/accuracy of the information requested, technical approach, and proposal presentation. C. Financial Terms (25 points) Consideration will be given to proposals that present the most cost efficient terms to the City over the term of the contract based on the cost and time schedule presented. The City reserves the right to waive any minor deviation in proposal responses received when such waiver is in the best interests of the City, and reserves the right to modify any requirements, terms or conditions as outlined in this request for proposal (RFP) when such modification(s) is in the best interests of the City. Proposals will only be accepted from thoroughly competent, experienced and financially qualified individuals or entities as determined solely by the City of New Rochelle. Respondents are responsible for submission of accurate, adequate and clear descriptions of the information requested. Omissions, vagueness or inaccurate descriptions or responses shall not be interpreted in favor of the bidder and shall be grounds for bid rejection. This document is not an offer to contract but is an RFP as defined herein, to satisfy specific user requirements of the City of New Rochelle. Neither the issuance of the RFP, preparation and submission of a response, nor the subsequent receipt and evaluation of any response by the City of New Rochelle, will commit the City to award a contract to any vendor even if all of the user requirements in the RFP are met. The City may modify these requirements in whole or in part and/or seek additional vendors to submit quotations. Only the execution of a written contract will obligate the City in accordance with the terms and conditions contained in such contract. Respondents may be required to make a presentation of their qualifications to the committee. 2

5) SCOPE OF WORK The City is seeking a firm to perform an evaluation of and prepare detailed design and full construction documents for the following: 1. Review all available park facility documents, site plans and existing utilities plan. 2. Conduct a topographical survey at a one-foot contour interval. 3. Conduct a geotechnical investigation as required. 4. Documentation of any wetlands and filing of statement(s) of intent with appropriate agencies. 5. Determination of various permits required from local, state and federal agencies for planning and project construction. 6. Preparation of any necessary storm water permits. 7. Preparation of quality (presentation type) drawings for local committee and board presentations and all other required environmental presentations as may be necessary. 8. Preparation of schematic designs for all proposed improvements. The consultant will define the City s requirements and develop a preferred surface (artificial or natural grass) design, an indoor multi-purpose recreational/ice rink facility design, field lighting specifications and performance requirements. 9. Preparation of preliminary project schedule and cost estimates. 10. Preparation of design development drawings for all proposed improvements. Designs shall include, but not be limited to: geotechnical engineering, site design (indoor multi-purpose recreational/ice rink building, perimeter drainage system, field drainage system, site grading and layout), field designs, artificial turf plans and elevations (turf penetration, line marking layout, sub-base), bleachers, refrigeration, air conditioning, heating, ventilation, dehumidification and lighting design, associated controls, water, sewer and electrical services. 11. Preparation of intermediate and final project schedules and cost estimates. 12. Preparation of presentation quality drawings to the City. 13. Preparation of contract drawings and bid documents. It should be noted that the project may be bid in multiple contracts, which the consultant will be required to administer and coordinate during construction. Consultant shall provide artificial turf and indoor multipurpose recreational/ice rink specifications that set forth contractor performance guarantees and warranties. 14. Provide construction coordination services. 15. Meet with City representative(s) on a weekly basis during the design phase and weekly project meetings during the construction phase. The consultant shall prepare minutes of each meeting for distribution. 16. Formal presentations to the City will be made by the consultant. The consultant will be required to attend meetings with locals boards and committees when so requested by the City. 17. The consultant shall prepare presentation quality drawings for the above meetings, as required. At the appropriate levels of schematic design, design development and construction documentation, the consultant shall provide five-hard copies and one electronic copy of all documents outlined above, excepting the presentation documents. All reports shall be prepared in the Microsoft Office format. All electronically generated drawings shall be submitted in.dwg,.dxf and AutoCAD formats. 3

PROJECT SCHEDULE: This is a high priority project for the City of New Rochelle and time is of the essence because the successful completion of the athletic complex is critical to the community athletic sports schedule. Projected project milestones are as follows: Proposals Due December 13, 2007 Award of Design Contract December 20, 2007 Completion of Preliminary Design February 7, 2008 Completion of Phase 1 (Skidelsky Field) Construction Documents Turf & Lights March 3, 2008 Award Phase 1 Construction Contract April 15, 2008 Complete Phase 1 Construction August 15, 2008 Total Project to be Completed by September 2009 The foregoing requires extensive topographic and site survey work, the consultant will be expected to posses the ability to provide those licensed services. 6) PROPOSAL CONTENT/FORMAT The proposal should include all of the following elements to coincide with the RFP: 1. A history and description of the firm indicating principal business of firm and complete description of in-house services. Include detailed information on how the firm meets the qualification and scope of work requirements as listed herein. Include the resumes of the individuals that will be assigned to the project. 2. List the artificial turf and ice rink consultant(s) and any other specialists that will be utilized on this project as a sub-contractor to the firm. Submit complete description of the consultant firms, resumes of their key individuals who will be assigned to this project and their specific roles in the project. 3. Provide a list and description of similar project experience on artificial turf, indoor multi-purpose recreational/ice rink buildings and drainage/utility designs for the primary firm that demonstrate the firm s qualifications for this project. 4. Provide a list of current clients including the name of the principal-in-charge, their mailing and e-mail addresses and telephone number. 5. Provide a detailed schedule for accommodating the project work with the schedule outlined in the RFP. Describe the organization and responsibilities of the primary firm and the consultants. 6. Provide a fee proposal for work outlined in Section 5, Scope of Work. 7. Provide one (1) original and five (5) copies of your proposal response. 4

7) CITY CONTACT PERSON and PROJECT TEAM The project team for the City includes the following: City Manager - Clerk of the Works Commissioner of Parks & Recreation Project administration, community liaison and interagency coordination Deputy Commissioner of Public Works/ City Engineer Construction supervision and technical guidance Engineering /GIS Technician Research of in-house historical records and document search If there are any questions concerning this Request for Proposal, please contact Bill Zimmermann, Commissioner of Parks & Recreation at (914) 654-2092. 8) LIABILITY REQUIREMENTS The successful bidder shall supply and maintain insurance which defends, indemnifies and holds harmless the City of New Rochelle, its officers, employees and agents from and against any and all liability, damage claims, demands, costs, judgments, fees, attorney s fees or loss arising directly out of acts or omissions hereunder by the contractor or third party under the direction or control of the contractor. The successful bidder must furnish the City with Certificate of Insurance prior to commencement of work. The required coverage shall not be less than the following: Workers Compensation Statuary Requirements NY State Disability Statuary Requirements General Liability $2,000,000 Automobile Liability $1,000,000 Contractual Liability Must be printed on Certificate Errors and Omissions $1,000,000 INSURANCE CERTIFICATES SHALL NAME THE CITY OF NEW ROCHELLE AS ADDITIONAL INSURED PARTY AND SHALL STATE THAT ALL COVERAGE SHALL BE PRIMARY TO ANY OTHER INSURANCE COVERAGE HELD BY THE CITY The City of New Rochelle is named as an additional insured party for all general and excess liability coverage based on the contractual liability of the named insured. Such general and excess liability coverage shall be primary to any other coverage carried by the City of New Rochelle with respects to acts or omissions of the named insured. It is intended by the parties hereto that the general and excess liability insurance provided by the contractor shall be primary to any other coverage carried by the City of New Rochelle with respect to liability coverage arising out of any act or omissions by the contractor. The City of New Rochelle will be named as an additional insured. Nothing contained herein shall be construed as making said general and excess liability insurance primary insurance for acts or omissions of the City of New Rochelle. 5

New York Law and Venue. This contract shall be construed under the laws of the State of New York. All claims, actions, proceedings, and lawsuits brought in connection with, arising out of, related to, or seeking enforcement of this contract shall be brought in the Supreme Court of the State of New York, Westchester County. In addition, all City contractors not incorporated in the State of New York shall produce a Certificate to Do Business in the State of New York from the New York Secretary of State prior to executing their contract with the City. 9) CANCELLATION Any violation of the terms, conditions, requirements and/or non-performance of the agreement resulting from this RFP shall result in immediate cancellation. The agreement may be canceled by the City for any other reason(s) upon 30 days written notice. 10) ADDITIONAL TERMS and CONDITIONS a) The successful bidder must comply with all Federal, State, and City of New Rochelle statues and codes as may be applicable to the scope of work detailed herein, including all labor laws. b) All bidders must quote their fees in the proposal response clearly labeled "Cost Summary Section". c) Proposals and prices must remain valid for three (3) months. 6

EXHIBIT A: REQUEST FOR PROPOSAL SPECIFICATION #4731 All terms, conditions and requirements as set forth in this Request for Proposal are acceptable as specified therein. Yes No If NO, please provide a detailed description and/or explanation of any deviation in your proposal from the specification detailed in the Request for Proposal with your proposal response. By submission of this proposal, each bidder, and each person signing on behalf of any bidder, and in the case of a joint bid, each party thereto as to its own organization, under penalty of perjury, certifies to the best of its knowledge and belief: A. The prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder of any competitor; and B. Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any competitor; and C. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The bidder certifies that this proposal is made without any connection with any other person making a proposal for the same purpose, and is in all respects fair and without collusion or fraud, and that no elected official or other officer or employee or person whose salary is payable in whole or in part from the City of New Rochelle treasury is directly or indirectly interested therein, or in any portion of the profits thereof. As an authorized representative of the identified company, I accept all the terms and conditions identified in Request for Proposal Spec. # 4731 except as identified. Company Name and Address Signature Date Name and Title Email Address Phone Number Fax Number 7