City of New Rochelle New York REQUEST FOR PROPOSAL. Specification No CONSULTING SERVICES

Department of Finance 515 North Avenue New Rochelle, NY 10801 Phone: (914) 654-2072 FAX: (914) 654-2057 Howard Rattner, Commissioner City of New Ro...
Author: Katherine Pope
1 downloads 1 Views 146KB Size
Department of Finance 515 North Avenue New Rochelle, NY 10801

Phone: (914) 654-2072 FAX: (914) 654-2057

Howard Rattner, Commissioner

City of New Rochelle New York REQUEST FOR PROPOSAL Specification No. 4743 CONSULTING SERVICES Streetscape and Landscape Improvements to For Beautification of the Island at the intersection of Main Street and Huguenot Street And Pintard Avenue 1. Overview The City of New Rochelle is soliciting proposals from qualified consultants (the “Consultant”) to provide conceptual redesign of the traffic island located at the confluence of Huguenot Street and Main Street opposite Pintard Avenue. The traffic island includes a historical Civil War Soldiers Monument and the Moulton Monument. The Consultant shall prepare conceptual design plans to include streetscape, landscape and traffic improvements that will enhance and beautify the gateway approach to downtown New Rochelle and access (as appropriate) to the monuments. The Consultants shall present at least three (3) conceptual design plans and a color rendering of each design concept. The Consultant shall consider the feasibility of safe pedestrian access to the traffic island and improvements to the traffic island. The extent of the conceptual design shall be limited to approximately a distance of 100 foot radius around the traffic island. The conceptual designs shall include streetscape, landscape, traffic and pedestrian control improvements as well as esthetic modifications that will help show case and beautify the Monuments as well as the gateway approach to downtown New Rochelle. The attached location plan and photos in Exhibit A are for a general site description. The Consultant may obtain additional aerial photos as well as GIS information from the Department of Public Works, Engineering Bureau if required for this project. 2. Scope of Work The Scope of Work is attached to this document as Exhibit A.

3. Schedule of Work The City of New Rochelle is prepared to issue a Notice to Proceed upon acceptance of the bestqualified proposal. The City will evaluate the duration of the contracted services as per the Schedule proposed by the consultant. However, the City desires to have a final product no later than 60 calendar days after the issuance of the Notice to Proceed. 4. Award Criteria The City of New Rochelle reserves the right to award the contract generated from this Request for Proposals (RFP) to the respondent that presents a proposal that best meets the specifications 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 respondent’s qualifications including, but not limited to, the following: references, knowledge and interpretation of the City’s needs and experience with similar projects. Proposals will be evaluated and scored based on the following criteria: o

Experience and Qualifications of the Respondent (maximum 50 points)

Consideration will be given to respondents with strong retail analytical capabilities, experience and a proven track record demonstrating success in the conceptualization and implementation of effective downtown retail strategies as well as a strong and positive reputation in undertakings similar to those described in this RFP. This includes an understanding of downtown retail issues, retail growth and the marketing and revitalization of older commercial and retail districts. o

Proposal Completion and Presentation (maximum 15 points)

Proposal responses will be evaluated on completeness, clarity and accuracy of the information requested and the proposal presentation. o

Financial Terms (maximum 35 points)

Consideration will be given to proposals that present the most cost efficient terms to the over the term of the contract.

City

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 RFP when such modification(s) is in the best interests of the City. Proposals will be accepted from thoroughly competent, experienced and financially qualified individuals or firms 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 respondent and shall be grounds for 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 respondent 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 respondents 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. 2

Respondents may be required to make a presentation of their qualifications to the Evaluation Committee. 5. Qualification Requirements The following lists the minimum qualification requirements of the respondent(s): o

At least 5 years experience providing similar consulting services

o

At least 3 references of clients currently/previously served; at least two of the references to be from city/town, county, and/or state.

6. Proposal Format The proposal should include the following clearly labeled sections to coincide with this RFP: o o o o

o o

Detailed information on how the firm meets the qualification and scope of work requirements as listed herein. Name and resumes of principles and associates to be assigned to this project. A cost proposal section. Explicit examples of plans that demonstrate the capabilities and track record of the Consultant as well as references of people that worked with the Consultant in the development of the retail strategy. A completed and signed Exhibit B. Please provide one (1) original and three (3) copies of the proposal response.

7. City Contact Person If there are any questions concerning this RFP, please contact Ben D’Onofrio, Construction Engineer, Department of Public Works, Engineering Bureau, City of New Rochelle, at (914)6542127 or Cell (914)760-1254, [email protected]. 8. Proposal Due Date Proposals will be accepted up until 3:00 pm on February 8, 2008 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 Commissioner, Risk/Purchasing Management. Please mark Specification #4743 on the outside of your response package. 9. Liability Requirements Upon award, the successful respondent shall supply and maintain insurance which indemnifies and holds harmless the City, 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 here under by the contractor or third party under the direction or control of the contractor. The successful respondent must furnish the City with Certificates of Insurance prior to commencement of work. The required coverage shall not be less than the following: Workers Compensation New York State Disability Coverage Public Liability/Property Damage Automobile Liability Contractual Liability Errors and Omissions

Statutory Requirements Statutory Requirements $1,000,000 combined single limit policy $1,000,000 Must be stated on C of I $1,000,000 3

INSURANCE CERTIFICATES SHALL NAME THE CITY OF NEW ROCHELLE AS ADDITIONALLY INSURED PARTY AND SHALL STATE THAT ALL COVERAGE SHALL BE PRIMARY TO ANY COVERAGE HELD BY THE CITY. 10. 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 cancelled by the City for any other reason(s) upon 30 days written notice. 11. Additional Terms and Conditions o

The successful respondent 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.

o

All respondents must quote their fees in the proposal response clearly labeled "Cost Summary Section."

o

Proposals and prices must remain valid for six (6) months.

o

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, respondents that are 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 of New Rochelle.

4

EXHIBIT A REQUEST FOR PROPOSAL SPECIFICATION # 4743 SCOPE OF WORK I.

Phase I -Prepare a minimum of three (3) conceptual designs of gateway approach to downtown The conceptual designs shall include consideration of the following for beautification of the gateway approach to Downtown New Rochelle which is the traffic island that includes the Historic Civil War Civil War Soldiers Monument and the Moulton Monuments (The proposed improvements shall be limited within approximately 100 foot circle of the traffic island) : A. Streetscape improvements • Consider feasibility of reconfiguring the traffic island for pedestrian access. Design crosswalks to allow for safe pedestrian access to the traffic island. • Consider feasibility of changes to traffic lanes and patterns and pedestrian crosswalks that will help beautify and showcase the historical monuments and surrounding streetscape as The gateway approach to Downtown New Rochelle. B. Landscape improvements in the limits of the traffic island • The City is in the process of having the existing monuments professionally cleaned and restored. The Consultant shall indicate landscape and streetscape improvements to the traffic island that will beautify and showcase the site and enhance the gateway approach to downtown. • The Consultant shall consider the feasibility of making the Moulton Monument fountain and lights operational. A report regarding the Moulton monument and fountain is available in the Engineering Bureau. C. The Consultant shall prepare an engineers estimate for each of the various conceptual designs. D. The consultant shall submit a resume of experience along with the proposed hourly rates of staff that will be assigned to this project. E. Upon selection of the conceptual design, the Consultant will be requested to submit a proposal to perform phase II, final design.

II. Phase II –Final design and preparation of technical plans and specifications for Project Bid Contract Documents. Once a final design is selected and approved by The City of New Rochelle, the Consultant shall submit a proposal for providing all services required to prepare the technical plans and specifications to comprise a Bid Document. The City of New Rochelle shall provide the “Boiler Plate” to the Consultant. Consultant services shall include review/checking of shop drawings. The City will provide the Construction supervision. 5

EXHIBIT B REQUEST FOR PROPOSAL SPECIFICATION # 4743 All terms, conditions and requirements as set forth in this Request for Proposal are acceptable as No specified therein. Yes 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 respondent and each person signing on behalf of any respondent, and in the case of a joint proposal, 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 respondent 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 respondent prior to the opening, directly or indirectly, to any other respondent or to any competitor; and

C.

No attempt has been made or will be made by the respondent to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The respondent 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 Specification #4743, except as identified. Company Name and Address ______________________________

Signature

Date

Name and Title (please print or type)

Phone Number

_____________________________ Email Address

__________________ Fax number 6

Suggest Documents