TOWN OF GROVELAND REQUEST FOR PROPOSALS ENGINEER DESIGN SUPPORT FOR THE GROVELAND COMMUNITY TRAIL, A PROPOSED 3.25 MILES SHARED-USE PATH PROPOSAL DUE:

Similar documents
Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

TOWN AUDITING SERVICES

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Proposal PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

All proposals must be received by August 30, 2016 at 2:00 PM EST

VILLAGE OF FOX CROSSING REQUEST FOR PROPOSAL FOR COMPREHENSIVE PLAN

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Etna Riverfront Park and Trail: Design and Engineering RFP

REQUEST FOR PROPOSALS (RFP)

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

City of Lynwood MODIFIED REQUEST FOR PROPOSALS FOR

Proposals. For funding to create new affordable housing units in Westport, MA SEED HOUSING PROGRAM. 3/28/2018 Request for

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

2016 Park Assessment

REQUEST FOR PROPOSALS

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

City of Malibu Request for Proposal

REQUEST FOR PROPOSALS Development of a Master Plan for Shoelace Park on the Bronx River Greenway

ATHLETIC TRAINER FOR LONGMEADOW HIGH SCHOOL

NOTICE OF REQUEST FOR PROPOSALS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

REQUEST FOR PROPOSAL CAPITAL FACILITIES AND EQUIPMENT IMPACT FEE ORDINANCE UPDATE AND REVIEW. Town of St. Albans, Franklin County, Vermont

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

West Suburban Health Group

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

BROOME COUNTY DEPARTMENT OF SOCIAL SERVICES

REQUEST FOR PROPOSALS ZONING CODE UPDATE

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

STUDY AND ARCHITECTURAL DESIGN SERVICES

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSALS Town of Brattleboro, VT

LEGAL NOTICE Request for Proposal for Services

Tourism Marketing Strategy

Cone Mill Master Development

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSALS

LAND PARTNERSHIPS GRANT PROGRAM. PROGRAM GUIDELINES April 2018

L1354, CENTRAL HEATING PLANT UPGRADE, LOGAN INTERNATIONAL AIRPORT, EAST

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

FOR PROFESSIONAL DESIGN SERVICES

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Request for Proposals (RFP) for Planning Consultant Services Africa Town Neighborhood Revitalization Plan. Bid#NRP2015-1

REQUEST FOR PROPOSALS

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

REQUEST FOR PROPOSALS RFP NO.:

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

The District is looking for the architectural firm to provide the following (not listed in order of preference):

REQUEST FOR PROPOSALS

Request for Proposals

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

STONE CHILD COLLEGE. The contract will be for one (1) year and correspond with the fiscal year of the College, which is July 1, 2018 to June 30, 2019.

Londonderry Finance Department

REQUEST FOR PROPOSAL COVER SHEET

CITY OF LANCASTER, PENNSYLVANIA

Amalgamation Study Consultant

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

City of Mount Rainier

RFP for Bicycle/Pedestrian Scoping Study Page 1

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR LETTERS OF INTEREST

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP)

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Chabot-Las Positas Community College District

REQUEST FOR PROPOSAL

Transcription:

TOWN OF GROVELAND REQUEST FOR PROPOSALS ENGINEER DESIGN SUPPORT FOR THE GROVELAND COMMUNITY TRAIL, A PROPOSED 3.25 MILES SHARED-USE PATH PROPOSAL DUE: JULY 31, 2014 AT 11AM SUBMIT TO: FINANCE DIRECTOR TOWN OF GROVELAND 183 MAIN STREET GROVELAND, MA 01834 1

I. REQUEST FOR PROPOSAL The Town of Groveland seeks proposals from qualified firms (hereinafter referred to as Consultant or the Consultant ) to complete a 10% design approach for the proposed Groveland Community Trail (hereinafter referred to as the Trail ) to serve as a conceptual design and precursor to a more formal MassDOTrecognized 25% design. The subsequent 25% design will be submitted to obtain MassDOT Project Review Committee approval, secure a project tracking number, and get a place on the MassDOT TIP. The selected 10% design approach will be the one which best empowers project leaders to begin responsible engagement with all interested parties (e.g., abutting property owners, local and regional planning bodies, National Grid) in conversation re: initial design considerations, while ensuring Groveland is well positioned to later engage MassDOT and National Grid in all subsequent design phases and ultimately be granted MassDOTTIP approval to fund construction of the Trail upon a 100% completed design plan. II.PROJECT DESCRIPTION The Groveland Open Space and Trails Committee (herein after referred to as OSTC or the OSTC ) is leading efforts to develop a 3.25 mile shared use path to offer safe, scenic & healthy recreation and pedestrian transportation for residents of Groveland. Comprehensive details and OSTC s vision can be found at www.grovelandcommunitytrail.org. The proposed Trail will be a source of community pride and connect multiple Town assets including the Pines Recreation area, the proposed Center Street Greenway, Shanahan Field, Bagnall Elementary School, Perry Park School, Groveland Center, Elm Park, the Langley Adams Public Library, and the Groveland Town Hall, Police &Fire Departments and multiple residential densities across Groveland. The proposed Trail will run on street/sidewalk (Main Street) from Town Hall complex at 183 Main Street to the former Esty & Sons Lumber site at 441 Main Street, then turning and continuing off road along National Grid s utility right of way(row) to the Town of Georgetown s border at King Street. Design for multiple street crossings will be required, including but not necessarily limited to: On street/sidewalk segment: o Route 97 & Main Street at or near Bates Bridge o Intersection of Main Street and the National Grid Utility ROW. Off road segment: o Center Street o School Street o Ashcroft Terrace o King Street A preliminary feasibility study was conducted for the off road segment as part of the Georgetown Branch Shared Use Path Feasibility Study prepared by the Merrimack Valley Planning Commission in February of 2012. The study was completed for a larger shared use path along the former Georgetown Branch Railroad corridor, 2

now controlled by National Grid, which would connect Groveland s segment into Georgetown and the Borderto Boston Trail currently under development at its southeast terminus, and extend into Haverhill where it would connect to the Bradford Rail Trail, also under development, at its northwest terminus. III. REQUESTED 10% DESIGN APPROACH The requested 10% design approach is a precursor to a more formal, MassDOT recognized, 25% design and all other subsequent stages up to 100%. At a minimum, the 10% design will be comprised of the following two components: 1. Field Survey and Conceptual Design: Consultants will comprehensively demonstrate their approach to developing a viable conceptual plan with sufficient detail to reflect constructability concerns. This conceptual design plan is essential to the project leaders ability to responsibly and factually engage all uniquely interested parties to evaluate possible alternatives and other design considerations associated with advancing the project to subsequent design phases. 2. Public Engagement Plan: Consultants will demonstrate their approach to formalizing a comprehensive public engagement plan which will capture Groveland residents ideas and concerns. This solicitation of public opinion will be critical in guiding and informing subsequent design phases. It will also form the basis of identifying and selecting appropriate and reasonable alternative design considerations. Consultants are encouraged to align their approach with the Town s vision for the proposed Trail as well as the regional significance of our project: as a small community of roughly 6,500 it is essential that our design partner prioritize and demonstrate an interest in working closely with the OSTC and residents to determine what design approach will best fit with our community, and best position Groveland as a leader in regional development efforts, while ensuring our project s design adheres to MassDOT s strict design standards. We ask in Section IV that Consultants offer details (i.e., design components and projected/final cost) demonstrating the Consultant s ability to complete the subsequent 25% design and a 100% design stages. IV. PROPOSAL SUBMISSION REQUIREMENTS All submissions must include the following, as they are requested, without exception. Front/back 2 sided printing is encouraged to preserve paper resources. 1. Technical Proposal: Five printed copies of the technical proposal must be submitted in a sealed envelope, clearly marked: PROPOSAL ENVELOPE A TECHNICAL PROPOSAL, GCT 10% DESIGN, CONSULTANT NAME: and must contain: Cover Letter: not more than one page, introducing the firm and the proposed project team. Clearly identify by name, title, address and telephone number one single point of contact with authority to negotiate and contractually commit to all services. Table of Contents: not more than one page 3

Statement of Project Understanding and Approach: not to exceed 2 pages, a narrative that describes the Consultant s understanding of, and approach to, the technical aspects of the requested work and the various goals that must be addressed and achieved. Scope of Services: a) A scope of services responsive to the requested 10% design approach stated herein and a project schedule with tasks and/or subtasks that define clear stages or milestones with proposed dates for completion of each. Not more than 6 pages. b) A schedule of hours which the Consultant expects to spend and commit to the various projects tasks, preferably broken down by the responsible project team member. Not more than 1 page. Project Team: in no more than two pages, the names and specific educational background, qualifications and expertise of all project members from both the submitting firm and any relevant sub contractors who will actually perform the work related to some or all of the project tasks. Clearly identify the one project manager with ultimate responsibility for the work. Relevant Experience and Prior Performance: provide relevant experience and prior performance of all members of the project team, including sub contractors where appropriate. a) A statement outlining the relevant experience of project team members noting matters and projects of similar complexity and relevance. A critical component of our project will be MassDOT s ultimate approval of our design to commit TIP funding for construction. Demonstration of the Consultant s familiarity and proven experience working within MassDOT s project approval process will be paramount. b) Sample materials (copies of text and plans not to exceed 10 pages in total) produced by the Consultant for similar projects where the Consultant was ultimately chosen as a design partner with principal responsibility. References: provide a complete list of transportation projects completed by the project team (the proposed project manager and the Consultant s principal team members) within the last five years that had a contract amount of $100,000 or greater. Do not include any projects with smaller contract amounts or projects that are not 100% completed at the time of submission. For each completed project, submit a short description of 200 words or less including the Consultant s responsibilities, the Consultant s project manager, the fate of the Consultant s work (i.e., adoption or rejection by MassDOT and/or client), and the name, title, telephone number, and professional relationship to the consultant of one reference person who can objectively evaluate the Consultant s performance. Competing Commitments and Deadline Assurance: in no more than one page, Consultants shall articulate the means by which adequate and timely attention to this project will be assured, and identify other current or pending contracts that may compete with the project team s time and attention. The Town of Groveland requires that the final 10% design be completed on or before January 31, 2015, therefore a deadline commitment is requested. Completion as far in advance of January 31, 2015 is preferred. Certificates: Consultants will provide a signed certificate of non collusion and tax compliance in the form attached to this RFP. Proof of Liability Insurance: The Successful Proposer shall, before commencing performance of the Contract, be responsible for providing and maintaining insurance coverage in force for the life of the Contract of the kind and in adequate amounts to secure all of the obligations under the Contract and with insurance companies licensed to write insurance in the Commonwealth of Massachusetts. 4

2. Price Proposal: Five printed copies of the price proposal must be submitted in a sealed envelope, clearly marked: PROPOSAL ENVELOPE B PRICE PROPOSAL, GCT 10% DESIGN, CONSULTANT NAME: and must contain: The fee for the entirety of all services proposed in the Technical Proposal, including but not limited to travel, meetings, telephone, postage, and reproduction. A breakdown of professional services fees by each task and sub task as shown in the Technical Proposal. The hourly rates to be charged by the Consultant for services performed. (Attachment B) Pending execution of a Contract, consultants must agree to honor price quotes until September 30, 2014. 3. 25% and 100% Design Cost Estimates: Five printed copies of the 25% and 100% design cost estimates must be submitted in a sealed envelope, clearly marked: PROPOSAL ENVELOPE C POST 10% DESIGN ESTIMATES, GCT 10% DESIGN, CONSULTANT NAME: IMPORTANT: To assist the Town of Groveland s financial planning for the completion of an eventual 100% design, please include any proposal estimates (scope of services and costs) for work required subsequent to the 10% design, (i.e., 25% design and 100% design) whereas the former will be used to get on the MassDOT TIP and the latter to be used to ensure final funding approval upon this completed 100% design. Consultants are asked to place specific emphasis on the technical details and cost estimates required to complete a 25% design. V. PRE SUBMITTAL CONFERENCE & CONSULTANT INTERVIEWS A pre submittal conference will be held July 24, 2014 at 9am at Groveland Town Hall, 183 Main Street. No questions concerning this RFP or the project will be answered outside of this conference. However, questions that cannot be answered at the conference will, as far as possible, be answered in writing as a follow up to all conference attendees. Project leaders reserve the right, but do not commit, to inviting leading Consultant candidates to be interviewed for clarity on any portions of their submissions. VI. PROPOSAL SUBMISSION DEADLINE For consideration to be our 10% design partner, printed submissions (as detailed in Section IV) are required to arrive by USPS, FedEx, UPS, or hand delivered no later than Thursday, July 31, 2014 at 11am. VII. PROPOSAL EVALUATION AND SELECTION CRITERIA 1. Minimum Evaluation Criteria a. Proposals must include, with a demonstrated attention to requested details, all documentation specified under Section IV and meet the proper submission deadline as noted in Section VI. b. The Consultants proposed scope of services and work schedule must, in terms of effort, services, and timeframes, be nearly equivalent (but not necessarily identical) to, or exceed the requested Scope of Services outlined in Section III. c. The Consultant s proposed project manager must be a MassDOT Qualified Designer and Massachusetts Registered Professional Engineer with preferably 10+ years of professional experience working on MassDOT supervised highway and/or shared use path projects. 5

2. Comparative Evaluation Criteria: All proposals which meet the minimum evaluation criteria will be further evaluated on the basis of the following comparative criteria relative to the Consultant s submission as part of Section IV outlined above. All review is at the full discretion of the Town of Groveland s Finance Director. 1. Experience with Massachusetts Highway Department funded projects. Please provide a list of MHD funded projects, locations, dates and clients. A. Highly advantageous: Five (5) or more years experience. B. Advantageous: Greater than or equal to three (3) but less than five (5) years experience. C. Not advantageous: Greater than or equal to one (1) but less than three (3) years experience. D. Unacceptable: Less than one year experience. 2. Experience in the engineering and design of multi use paths. Please provide a list of multi use path projects for which your firm provided engineering and design services, including the project location, dates of service, name of client, and whether the project was constructed. A. Highly advantageous: Five (5) or more years of experience. B. Advantageous: Greater than or equal to three (3) but less than five (5) years experience. C. Not advantageous: Greater than or equal to one (1) but less than three (3) years experience. D. Unacceptable: Less than one (1) year experience. 3. Number of similar multi use path design projects completed by the staff to be assigned to the Groveland Community Trail. Please provide a list of staff to be assigned to the project, their titles, previous project experience, dates, locations, clients, and whether the project was constructed. A. Highly advantageous: Five (5) or more projects. B. Advantageous: Greater than or equal to three (3) but less than five (5) projects. C. Not advantageous: Greater than or equal to one (1) but less than three(3) projects. D. Unacceptable: Less than one (1) project. 4. Commitment by the Consultant to fully attend to the project as needed, to be available for necessary and appropriate meetings, and be fully responsive to reasonable requests and direction from OSTC and other Town bodies and staff. A. Highly advantageous: those who commit direct, hands on involvement of the Consultant s principals in the project. B. Advantageous: Those able to clearly demonstrate the ability to fully attend to the project without competing projects C. Not Advantageous: those who demonstrate less than full commitment 5. Successful experience of the Consultant s project team in assisting clients with obtaining Federal and State funding for similarly complex transportation projects A. Highly advantageous: Demonstrated experience of the Consultant s project team that substantially exceeds the performance criteria required for a rating of advantageous B. Advantageous: demonstrated evidence of the success of obtaining such funding in at least half of the projects completed by the project team within the past 5 years. C. Not Advantageous: No experience in obtaining Federal and State funding 6

6. Experience with site constraints similar to those encountered in this project (e.g. construction near wetland, construction near residential developments, bikeway crossings of roadway intersections, rare and endangered species, consideration for private landowners, securing easements). Please identify the project, the site constraint and how it was addressed. A. Highly advantageous: Five (5) or more projects (or portions of projects). B. Advantageous: Greater than or equal to three (3) but less than five (5) projects. C. Not advantageous: Greater than or equal to one (1) but less than three (3) projects D. Unacceptable: Less than one (2) project. 7. Ability for innovative problem solving, as demonstrated in previous projects e.g. unusual design, cost cutting measures, use of new materials or techniques, five or more examples of projects demonstrating an innovative, environmental, problem solving approach, including projects which have been recognized professionally. Please identify the project, the design issue and how it was addressed, and whether projects have been cited for their creativity by professional associations or publications. A. Highly advantageous: Five (5) or more projects including projects which have received professional recognition. B. Advantageous: Five (5) or more projects. C. Not advantageous: Greater than or equal to two (2) but less than five (5) projects. D. Unacceptable: Less than two (2) projects. 8. Creative approach, as demonstrated in previous projects. (Five or more examples of projects demonstrating originality and creative design, use of unique materials, distinctive landscaping, etc. will be considered as highly advantageous whereas less than one (1) project will be considered as unacceptable). Please identify the project and the ecological aspects of its design and/or construction. A. Highly advantageous: Five (5) or more projects. B. Advantageous: Greater than or equal to three (3) but less than five (5) projects. C. Not advantageous: Greater than or equal to one (1) but less than three (3) projects. D. Unacceptable: Less than one (1) project. 9. Ecological approach, as demonstrated in previous projects. (Five or more examples of projects demonstrating ecological design, use of recycled materials, native plantings, habitat restoration, on site stormwater management, bioengineering, etc. will be considered as highly advantageous whereas less than one (1) project will be considered as unacceptable). Please identity the project and the ecological aspects of its design and/or construction. A. Highly advantageous: Five (5) or more projects. B. Advantageous: Greater than or equal to three (3) but less than five (5) projects. C. Not advantageous: Greater than or equal to one (1) but less than three (3) projects. D. Unacceptable: Less than one (1) project. 10. Alignment to OSTC s vision and regional significance. We seek a partner to be both pragmatic and innovative and will judge Consultants on attention to community needs and preferences, as demonstrated in previous projects. 7

A. Highly Advantageous: demonstrate an ability in its approach to think beyond the boundaries of OSTC s stated vision and the stated regional relevancy and 5 or more projects demonstrating a commitment to and respecting residents visions. B. Advantageous: demonstrated understanding of the significance of this 10% design in relation to the larger scope of the overall Trail project with 3 or 4 previous projects demonstrating a commitment to and respecting residents visions. C. Not Advantageous: a proposal that is seemingly disconnected from the stated vision and does not empower Groveland as a leader in the regional efforts. 11. Price and consultant interviews (if conducted) will also be evaluation criteria. 12. Reference Checks and/or Overall Assessment will also be evaluation criteria. 3. Final Selection Technical proposals will be reviewed first and evaluated without knowledge of the price proposals. The Town of Groveland s Finance Director and its OSTC will review the Technical Proposals. Proposals will be evaluated based on the evaluation criteria set forth herein. All submissions will be reviewed in their entirety and a Consultant partner will be selected based on the most advantageous proposal after taking into account the evaluation of the technical proposals together with a consideration of price. VIII. GENERAL PROVISIONS 1. Correspondence Prior of During Proposal Submission Period A. Any information released by the Town of Groveland either verbally or in writing prior to the issuance of this RFP shall be deemed preliminary and bind neither the Town nor the Consultant. B. The Groveland Finance Director will be the project coordinator. All inquiries and communication must be made in writing (or email) to Denise Dembkoski (contact information below) or orally at the pre submittal conference as outlined in Section V. C. The Town of Groveland will not accept oral supplements, revisions, or changes to the responses to this RFP. Written supplements, revisions or changes will be accepted before the submission deadline only. D. Consultants must respond in writing (or email) to the Town Finance Director to all follow up questions by the Town concerning their proposal. E. Project leaders reserve the right, but do not commit, to inviting leading Consultant candidates to be interviewed for clarity on any portions of their submissions. 2. Contract Award A. It is the Town s goal to have a Consultant selected and contract awarded by August 15, 2014. B. Pending execution of a Contract by the selected Consultant, Consultants must agree to honor price quotes until September 30, 2014 inclusive. C. Award of the contract will be conditioned upon successful negotiation of revisions to the plan of services as identified during the Consultant proposal evaluation process. D. Award of the contract is in the sole discretion of the Town of Groveland s Finance Director and shall be awarded to the most qualified and responsive proposer submitting the proposal considered most advantageous, taking into consideration the proposal s merits regarding the terms of the contract, the proposed services, and the price proposal. The selected consultant/team will be required to sign a contract with the Town of Groveland in which he/she accepts responsibility for the 8

performance of services as stated in the submitted proposal and be prepared to commence work immediately upon execution of the signed contract and receipt of a Notice to Proceed. E. The Town of Groveland s Finance Director reserves the right at any time to accept any proposal in whole, and to reject any or all proposals. 3. Certification of Non Collusion and Tax Attestation Form A. All proposers must sign the Attachment A, which incorporates both an attestation clause regarding Massachusetts State tax returns and a certificate of non collusion. This signed form must be submitted with the non priced proposal package. Failure to sign and submit the form is cause for that proposal to be rejected. 4. Ownership of Information A. All information acquired by the Proposer from the municipality or from others at the expense of the municipality in the performance of the agreement shall be and remain the property of the municipality. All records, data files, computer records, work sheets, deliverable products complete and incomplete, and all other types of information prepared or acquired by the Proposer for delivery to the municipality shall be and remain the property of the municipality. B. The Proposer agrees that he/she will use this information only as required in the performance of this agreement and will not, before or after the completion of this agreement, otherwise use said information, nor copy, nor reproduce the same in any form, except pursuant to the sole written instructions of the Committee. The Proposer further agrees to return said information in whatever form it is maintained by the Proposer. 5. Conflict of Interest A. The applicant agrees that to the extent that such law is applicable to the duties it is to perform hereunder, it will comply with the provisions of Chapter 286A of the General Laws concerning conflict of interest. The proposer covenants that it presently has no interest and shall not require any interest, direct or indirect, which would conflict in any manner or degree with the performance under the agreement. No employee of the Town of Groveland and no public official who exercises any function or responsibilities in the review or approval of the undertaking or carrying out of this agreement shall participate in any decision relating to this agreement which affects his personal interest or the interest of any corporation, partnership, or association in which he is directly or indirectly interested or have any financial interest, direct or indirect in this agreement or the proceeds thereof. 6. Revision of Agreement A. There shall be no change in project work, budget or timetable without the prior written approval of the Finance Director. Changes in the Work Program to be performed by the Proposer under the Agreement, including any increases or decreases in the compensation to the Proposer or the time limitation for completion, which are mutually agreed upon by and between the Town and the Proposer, shall be incorporated into the Agreement in the form of written amendments. Any and all amendments, alterations and changes in the Agreement will only be binding on the parties if executed in writing as set forth herein. No part of the contract shall be altered in any way without prior written consent of the Finance Director. 9

Single Point of Contact for the Town of Groveland Denise M. Dembkoski Finance Director / Chief Procurement Officer Town of Groveland 183 Main Street Groveland, MA 01834 Office: 978 556 7204 Fax: 978 469 5000 email: ddembkoski@grovelandma.com The contract shall be awarded and managed under the Standards of Massachusetts General Law 30B. 10

ATTACHMENT A CERTIFICATE OF NON COLLUSION AND TAXATION ATTESTATION CLAUSE As required under Chapter 233 and 701 of the Mass. Acts and Resolves of 1983, all bidders must certify to the following, by signing this page in the space indicated below. 1. The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion of fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union committee, club, or other organization, unity or group or individuals. 2. Pursuant to M.G.L. Ch. 62C, sec. 49A, I certify under the penalties of perjury that I, to my best knowledge and belief, have filed all state tax returns and paid all state taxes required under law. Authorized Officer (Print) *(Authorized Signature) (Name of Business) (Social Security No. or Federal Identification No.) *Approval of a contract or other agreement will not be granted unless the applicant signs this certification clause. This does not constitute the legal signature required for the bid or proposal on page one. 11

ATTACHMENT B PRICE PROPOSAL The Consultant provides the following hourly rate(s) for all or selected services included within the Scope of Services. This hourly rate shall be applied and remain valid throughout the entire term of the contract: Individual Name Firm Title Hourly Rate 1. 2. 3. 4. 5. If there are more than five individuals of your firm proposed for this project, please provide your own price proposal listing sheet. Signature Authorized Officer Print Name Contact Phone Number Address Email Federal Tax ID 12