88
TOWN OF DOUGLAS Request for Qualifications (RFQ) Architectural / Engineering Firms Feasibility Study / Schematic Design Douglas Safety Complex Issued April 4, 2012 Board of Selectmen 29 Depot Street Douglas, MA 01516 T: (508) 476 - 4000 x100 F: (508) 476 – 4012

 · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

TOWN OF DOUGLAS

Request for Qualifications (RFQ)Architectural / Engineering Firms

Feasibility Study / Schematic DesignDouglas Safety Complex

IssuedApril 4, 2012

Board of Selectmen29 Depot Street

Douglas, MA 01516

T: (508) 476 - 4000 x100F: (508) 476 – 4012

Page 2:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 3:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Feasibility Study & Schematic Design Douglas Safety Complex

Table of Contents

ADVERTISEMENT..................................................................................................................................11.0 Introduction....................................................................................................................................22.0 Background....................................................................................................................................2

2.1 Community Description................................................................................................................3

2.2 Police Department........................................................................................................................42.3 Fire Department............................................................................................................................4

2.4 Highway Department....................................................................................................................53.0 Project Goals and Objectives........................................................................................................54.0 Scope of Services............................................................................................................................65.0 Project Phases and Work Plan....................................................................................................106.0 Minimum Requirements...............................................................................................................117.0 Selection Criteria.........................................................................................................................128.0 Selection Process.........................................................................................................................189.0 Selection Schedule.......................................................................................................................1910.0 Contract Requirements............................................................................................................1911.0 Pre-Proposal Meeting..............................................................................................................2012.0 Withdrawal...............................................................................................................................2013.0 Public Record...........................................................................................................................2014.0 Waiver/Cure of Minor Informalities, Errors and Omissions...................................................2015.0 Rejection of Responses, Modification of RFQ.........................................................................2016.0 Project Phases and Work Plan.................................................................................................19

Appendix A: Standard Designer Application Form for Municipalities and Public Agencies not within DSB Jurisdiction

Appendix B: Certificate of Non Collusion

Appendix C: Tax Compliance Certification

Appendix D: Debarment Certification

Appendix E: Certification on Mass General Laws and Building Code

Appendix F: Plans & Figures

1 – USGS Locus Map2 – Tax Assessors Map

Appendix G: Contract for Designer Services

document.doc Page i of i April 4, 2012

Page 4:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 5:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

ADVERTISEMENT

TOWN OF DOUGLAS

Request for Qualifications (RFQ)Architectural / Engineering Firms

Feasibility / Preliminary DesignDouglas Safety Complex

The Town of Douglas, Massachusetts (“Owner”) is seeking the services of a qualified “Designer” within the meaning of M.G.L. Chapter 7, Section 38A½, to provide professional design and construction administration services for a proposed Police, Fire & Highway Safety Complex in Douglas, Massachusetts. Selection of a Designer will be made by the Douglas Board of Selectmen in accordance with the Town of Douglas Designer Selection Procedures.

The Owner is seeking designer services to perform a Feasibility Study which includes alternatives analysis and schematic design and cost estimating of full design, bidding and construction of the selected Alternative. The target completion date is the 2013 Annual Town Meeting in May, 2013.

The Owner has established a not-to-exceed fee of $90,000.00 for the Feasibility Study, Schematic Design and Cost Estimating for the project.

The ongoing project is subject to funding authorized by the Town Meeting. Accordingly, the contract between the Town and the Designer may be amended to include continued designer services through Design Development, Construction Procurement, Construction Administration, Final Closeout and warranty period of the potential Project.

Requests for Qualification documents may be downloaded from the following web address: http://www.tinyurl.com/SafetyRFQ or copies may be obtained from the Board of Selectmen Office, 29 Depot Street, Douglas, MA 01516.

Among other requirements contained in the RFQ, the Applicants shall be a registered Architect (AIA) or a Licensed Professional Engineer in the Commonwealth of Massachusetts and have designed similar improvements to Police, Fire & Highway Projects in Massachusetts that have been constructed.

Submittals of Qualifications must be made to the Board of Selectmen Office, 29 Depot Street, Douglas, MA 01516 on or before May 2, 2012 at noon in order to be considered.

document.doc Page 1 of 20 May 18, 2023

Page 6:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

1.0 IntroductionThe Town of Douglas, through their Board of Selectmen (“OWNER”), is seeking the services of a qualified “DESIGNER” as defined in Massachusetts General Laws Chapter 7, §§38A½-O (Designer Selection Law) and as further defined by the provisions of this RFQ, to provide a Site Evaluation, Needs Assessment, Alternatives Analysis, and preliminary design and cost estimate for a Safety Complex in Douglas, Massachusetts (“PROJECT”) to be located at 56 – 64 Main Street, Douglas, MA, Douglas Assessors Map 187, Parcels 18, 20 & 30 (“SITE”) which is approximately 5.5 acres in area, or another site as defined by the Douglas Building Facilities and Construction Committee (BFCC) as otherwise deemed suitable.

The selected DESIGNER will be contracted to perform the work as defined herein for the feasibility study/preliminary design for a not to exceed fee of $90,000. The contract between the OWNER and the DESIGNER may be amended to include continued Design Services through design development, construction documents, bidding and award, construction and final closeout of the Project, subject to continued funding and approval from Town Meeting. The estimated total project costs of an approved Project may range from $5,000,000 to $8,000,000. However, this is depending upon the solution that is agreed upon by the OWNER and that is ultimately approved by a vote of the Town Meeting.

2.0 BackgroundThe Town of Douglas Highway Garage was located on the SITE since approximately 1936 and this was the sole and original use of the SITE until approximately 1998, when the Town constructed a new fire station on the SITE. A salt barn was constructed on the site in approximately 1997. More detailed information pertaining to the buildings can be found in a 2001 Facilities Audit and Master Facilities Plan by C&R Risvi, Inc. at the following web link:

http://tinyurl.com/Facilities-Audit&

http://tinyurl.com/Facilities-Audit2

In March of 2008, Durland – Van Voorhis prepared a Comprehensive Building Use Study in March of 2008 which evaluated, in a general way, the Municipal Departmental Space Needs relative to available municipally-owned space within the Town. This report prioritized the needs and available space and established some preliminary budgetary values for implanting the plan. This Report may be viewed at the following web link:

http://tinyurl.com/bfcc-report

Although the Board of Selectmen have overall control of this Capital Project, the Douglas BFCC will oversee the day to day progress on the project and will periodically report to the Board of Selectmen. The BFCC consists of seven voting members and is a complementary blend of appointed town officials, and members of the community with diverse backgrounds.

document.doc Page 2 of 20 May 18, 2023

Page 7:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

2.1 Community DescriptionEstablished around 1715 as New Sherburn, the name of Douglas was first given to the town in the year 1746. The area of the town is 36.93 sq. miles with approximately 149 persons per square mile. Located in the Blackstone River Valley, its neighboring towns include Uxbridge Whitinsville, Sutton and Webster. It lies in the southernmost limits of Worcester County and borders Northern Rhode Island and Connecticut. Predominately a rural town, Douglas is surrounded by hills, valley, woodlands and numerous lakes and ponds.

The Douglas and Providence Turnpike (which still exists today) was built around 1808 through dense forest and was a direct link between these two towns. Main Street was originally a turnpike connecting Boston and New York. Numerous hotels were once found throughout Douglas accommodating an endless stream of travelers and merchants. As the town grew, manufacturing became the major industry in Douglas largely due to its abundant resources and to its having major thoroughfares between important eastern cities. Large quantities of shingles were produced from the cedar found in area swamps. Barrel staves were also manufactured by early settlers. A saw mill manufactured boards and numerous grist mills were located in town. As manufacturing went on for years and became a distinguished characteristic of Douglas with the formation of the famous Douglas Ax Manufacturing Company.

Although most of this industry has disappeared, many residents of Douglas today are descendants of the early mill owners. Douglas remains largely a rural, working class town with most of the work force commuting out of town for employment. Approximately 30% of the civilian labor forces are operators and laborers, 21 % are technicians or sales people, 19% are managers and professionals and 17% are involved in precision products, craft and repair. Those involved in service occupations represent 6% of the work force. Those who are self employed represent 4% and less than 1 % are involved in farming, fishing and forestry.

Douglas residents can be characterized in various ways. They are predominately white (98.8%) with 37% of the total population aged 25-44. A fairly large percentage (29%) is below the age of 18. Only 10% of the population is 65 and over. 78% of the total households in Douglas are family households with the average number of persons per household being 2.87. Therefore it seems safe to presume that there are many families with young children in town.

As in many small towns, financial concerns and balanced budgets are a real concern for town officials. In addition, the town of Douglas has been battling to preserve, its environment and way of life. Because of the building boom in town, there has been discussion to limit the number of new housing construction. The concern in town continues to center on how to raise revenue without sacrificing a chosen way of life.

The town of Douglas is quite small, although it continues to grow. There are four church, two gas stations, two convenience stores, three pizza stores, a family restaurant, and other small businesses. Being in the center of town, the library is and always has been an important part of the community. Besides the Senior Center, there are no cultural centers in town. There are sports programs in school and the recreation department sponsors an active sports program.

document.doc Page 3 of 20 May 18, 2023

Page 8:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

2.2 Police DepartmentThe Police Department is currently located in the lower level of the Town Municipal Building at 29 Depot Street. Looking ahead 20-30 years a new police station should include a dispatch center with two (2) fully functioning dispatch consoles, six to eight (6-8) holding cells (to include male/female/handicap/suicidal cells), juvenile holding area, booking area, evidence storage, armory, evidence processing area, computer forensics lab, IT/comm room, full kitchen, two (2) sally ports, two (2) garages (one with wash bay), covered parking area for cruisers, training/conference rooms, public waiting area/lobby, with report writing rooms, records storage, equipment storage, custodial area, interview rooms, fenced in impound yard with storage containers for evidence and hazardous materials, emergency generator, gym, male/female locker rooms with showers, and will comfortably house twenty to thirty (20-30) officers and ten (10) civilians with ample parking for employees, cruisers, and the public.

Office areas should include offices for the Chief, administration, Lt., Detectives, patrol sergeants, community officer, public relations office, and mutual aid office (SP when needed).

The following links may assist in the preparation of the Response to this RFQ: Police Dept Website: http://douglasmapolice.com/ 1-23-07: Douglas Police Strategic Plan – http://tinyurl.com/policeplan

2.3 Fire DepartmentThe Fire Department currently is located on the subject site at 56 – 64 Main Street in a fairly new Fire Station building. The goal for the Fire Department over the next 20-25 years is to ensure adequate office space and garage bays for apparatus. It would be ideal to have all trucks under the same roof with additional room for storage. A manpower study was done with the future goal of having staff on a 24/7 basis in the station (http://tinyurl.com/fire0209).

The anticipated needs are as follows: office space for the Chief, Deputy Chief, Assistant Chief and 2 Captains and 3 Lieutenants. A need would also be for a fire prevention office and EMS Coordinator. There would be a need for a conference room and expansion of the present training room as well. A locker room and gym area would be a positive addition that would allow members to workout with some privacy. Also the dispatch area needs to be expanded for larger events so as to set up an effective Emergency Operations Center. Perhaps an area for the Emergency Manager to operate effectively could also be added to the project.

Fulltime staff will eventually be on duty 24/7 and they would need sleeping accommodations with perhaps some expansion of the kitchen facilities.

The following links may assist in the preparation of the Response to this RFQ: Fire Department Website: http://douglasfiredept.com/ Fire Department Study, Feb. 2009 by MMA Consulting Group, Inc.: http://tinyurl.com/fire0209

document.doc Page 4 of 20 May 18, 2023

Page 9:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

2.4 Highway DepartmentThe Highway Department is currently located on the subject site at 56 – 64 Main Street. According to the Highway Superintendent, the current and future needs are as follows: 

A Building big enough to hold all current and future equipment (http://tinyurl.com/highway-eqpt).

An overhead crane inside of the building for sander installation/removal.

A mechanics garage with 2 bays and an office for repairs of equipment as well as a lift big enough to raise a truck off the ground for repairs.

Individual office space for Superintendent and Clerk as well as an office for all maps and records.

A sign shop within the building for signs and storage of such equipment.

A shower and kitchen area for long duration storms.

Two (2) Salt/Sand sheds for storage of winter materials

I would like to see the building big enough to allow for the expansion which would include: two (2) more large dump trucks and one (1) more backhoe and a pickup in the next 20 years.

The following links may assist in the preparation of the Response to this RFQ:

Current highway equipment list: http://tinyurl.com/highway-eqpt

3.0 Project Goals and ObjectivesProject goals and objectives for an effective Public Safety Complex / Feasibility Study & Schematic Design include:

1. Establish an efficient use of the subject property that allows harmonious interaction between the Police, Fire and Highway Departments;

2. Consolidate similar uses where possible (ie. dispatcher, parking, sewer/septic, etc.);

3. Utilize the subject property with Police and Fire Departments at a minimum. If any of the uses are relocated to a nearby suitable site, it would be the Highway Department;

4. Allow room for growth over the design life to the extent possible.

document.doc Page 5 of 20 May 18, 2023

Page 10:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

4.0 Scope of ServicesThe Architect shall provide the following services as part of this project:

PHASE I – PROGRAM DEVELOPMENTThis phase of the project shall determine the program requirements for the Highway Department, Police Department and Fire Department. The baseline program needs will be used to determine department facilities needs and facility size requirements for the coming 20-25 year period.

1.0 Kick off Meeting – Immediately after the Contract Execution, the Designer shall meet with the BFCC to review the project scope of work. This meeting will be the first of monthly progress meetings between the Designer and the BFCC until the project is complete. Some meetings are highlighted in the Task items below, however the Designer should plan on attending monthly meetings though project completion.

2.0 Interviews – Schedule and conduct interviews and site visits with the Police Chief, the Fire Chief and the Highway Superintendant to discuss personnel, equipment and space needs of each department. Interviews should be documented and formalized for inclusion in the Program Needs Report.

3.0 Existing Space Review – Review and quantify existing spaces used by the Police, Fire and Highway Departments. Collect inventories of existing vehicles and equipment at this time. Also, review information contained in the Comprehensive Building Use Study dated March 15, 2008 by Durland-Van Voorhis Architects. A copy of the study may be found at the following link: http://tinyurl.com/DouglasNeedsStudy. Tabulate and summarize existing spaces and existing equipment for each department in the Program Needs Report.

4.0 Space Needs Assessment – Based upon specific parameters, including but not necessarily limited to: department head interviews (Task 2); Existing Space Review (Task 3); population size and projected growth; Town land area; road miles; department size (staffing); equipment; etc. determine the optimal facility size needed for each department to function adequately over the next 20-25 years. This should include provisions for new equipment that may be required by each department over the design life of each facility.

5.0 Program Needs Report – Prepare a written letter report summarizing the data collected, citing relevant sources, and providing backup documentation as appropriate. Conclusions and recommendations should be presented in a logical manner and should be based upon industry standards or demonstrated/documented need. Provide backup documentation to supplement any assumptions made within the report.

6.0 Progress Meeting – Present the Program Needs Report to the BFCC reviewing the current space allocation and the needs for the coming 20-25 years.

document.doc Page 6 of 20 May 18, 2023

Page 11:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

PHASE II – FEASIBILITY STUDY

7.0 Base Plan Preparation – Utilizing existing deeds, maps, plans, USGS topography, and any other generally available information to develop a base map for the schematic design of the subject properties (Assessors Map 187 Parcels 18, 20 and 30). The plan features shall include topography, existing buildings, utilities (aboveground and underground), easements, approximate property boundaries, etc. This is not intended to be a property boundary survey.

8.0 Easements – Determine the rights associated with the onsite easement(s) and individuals who have those rights as well as determine any limitations for use of this property by the Town. Costs associated with easement acquisition should also be determined by a Real Estates Appraiser with a minimum of 10 years of similar experience; a Certified General License from the State of MA; be a designated appraiser with either the Appraisal Institute, American Society of Appraisers or Mass Board of Real Estate Appraisers; and provide at least three (3) favorable professional references. A meeting shall be hosted by the Architect with the individuals who have rights to any of the onsite easements. The meeting should be used to determine the ability to acquire rights in these easements through a friendly purchase & sale process however the appraisals shall be suitable for defending in the event of an eminent domain taking process.

9.0 Environmental Site Assessment – Perform a preliminary site assessment (MGL 21E) under the direction of a Massachusetts Licensed Site Professional and identify any potential environmental risks associated with demolishing the existing highway facilities, or other site work/excavation, and estimating those costs along with any additional defined scope of work that may be required;

10.0 Soil Evaluation – Perform an onsite soil evaluation test in accordance with the requirements of Title 5 (310 CMR 15.000). Witnessing of the Soil Evaluation and percolation testing shall be coordinated through the Board of Health and their Agent, as required. Testing location and digsafe notification shall be the responsibility of the Architect. All disturbed areas shall be restored to their original condition immediately after testing is completed. The Town may furnish a backhoe and operator for direction under the Architect.

11.0 Alternatives Analysis – Evaluate alternatives and estimate design and construction (all) costs for the following scenarios (at a minimum):

Option A Option B Option C1 2 1 2 1 2

Fire Onsite X X X X X XPolice Onsite X X X X X X

HighwayOnsite X XNearby Pre-existing Building X XNearby Municipal Property X X

Sewage Disposal

Onsite Septic X X XSewer Extension X X X

document.doc Page 7 of 20 May 18, 2023

Page 12:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

11.1 Option A : Prepare sketch drawings, to scale of the site showing a layout for the Fire Department, Highway Department and the Police Department on the subject 5.5-acre property using the facility requirements established under Phase I – Program Development.

11.1.1 Option A1 : Combining Option A above with an area for onsite subsurface septic disposal which has been sized in accordance with Title 5 requirements based upon estimated sewage design flows and the soil types determined to exist in the field. Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.1.2 Option A2 : Combining Option A above with public sewers being extended to the subject site via a gravity and force main system down Main Street (Route 16). Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.2 Option B : Prepare sketch drawings, to scale of the site showing a reasonable layout for the Fire Department and the Police Department on the subject 5.5-acre property using the facility requirements established under Phase I – Program Development. Include in this Option an evaluation of up to 3 nearby properties that have existing facilities on them that may be suitable for use as a Highway Garage. An analysis of building(s) and land suitability shall be performed using Highway Department needs as a basis for evaluation. Upon determination of suitability of the property(ies) to meet the department needs, costs associated with acquiring each of the properties should be determined by a Certified Real Estate Appraiser meeting the certifications requirements listed under task 8.0, above. The Architect shall include any additional costs associated with retrofitting existing facilities to meet the department needs. If less than three existing facilities are considered, please indicate the supporting logic and reason.

11.2.1 Option B1 : Combining Option B above with an area for onsite subsurface septic disposal which has been sized in accordance with Title 5 requirements based upon estimated sewage design flows and the soil types determined to exist in the field. Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.2.2 Option B2 : Combining Option B above with public sewers being extended to the subject site via a gravity and force main system down Main Street (Route 16). Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

document.doc Page 8 of 20 May 18, 2023

Page 13:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

11.3 Option C : Prepare sketch drawings, to scale, of the site showing a reasonable layout for the Fire Department and the Police Department on the subject 5.5-acre property using the facility requirements established under Phase I – Program Development. Include in this Option an evaluation of up to three (3) nearby municipally-owned properties that may be suitable for use as by the Highway Department. An analysis of building and land suitability shall be performed using Highway Department program needs as a basis for evaluation. Determine costs to construct the facility on the subject site including all design, permitting, and construction costs. If less than three (3) existing properties are considered, please indicate the supporting logic and reason.

11.3.1 Option C2 : Combining Option B above with an area for onsite subsurface septic disposal which has been sized in accordance with Title 5 requirements based upon estimated sewage design flows and the soil types determined to exist in the field. Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.3.2 Option C2 : Combining Option B above with public sewers being extended to the subject site via a gravity and force main system down Main Street (Route 16). Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.4 Progress Meeting – This meeting is intended to provide final comments regarding the Alternatives Analysis and Draft Letter Report before they become final;

11.5 Alternatives Analysis : Prepare a report for submittal to the BFCC summarizing at least the six (6) alternatives presented above for consideration. Each of the alternatives shall include a narrative and preliminary sketch drawing showing the concept considered. Among other things, the factors of primary concern for evaluation include cost, suitability, viability, and general preference. A draft letter report should be submitted to the BFCC for review and discussion prior to presenting the Final Alternatives Analysis Report and selection of the Preferred Alternative.

PHASE III – SCHEMATIC DESIGN

12.0 Schematic Design – Based upon the selection of the preferred Alternative under Item 11.5 above, a schematic design of the facility will be completed for this stage of the project. The schematic design will include a rough layout for the Highway, Fire and Police Stations utilizing a 20-year design life. It will also include concept sketch layouts for the floor plans of each of the buildings;

13.0 Draft Letter Report – A draft letter report will accompany the schematic design and will indicate design assumptions and parameters used in developing the layout provided, and will also include any recommendations to improve the site design and layout including but

document.doc Page 9 of 20 May 18, 2023

Page 14:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

not necessarily limited to land acquisition, offsite improvements, etc. Finally, a budgetary cost estimate will be included in order for the BFCC to forward a recommendation to fund the project at the next scheduled Town Meeting. Identification of potential funding sources for implementation of the Safety Complex Design and/or Construction should also be included;

14.0 Progress Meeting – This meeting is intended to provide final comments regarding the schematic plans and Draft Letter Report before they become final;

15.0 Final Schematic design and Letter Report – Comments and edits resulting from the Progress meeting above shall be compiled into a final set of documents;

16.0 Presentation – Present final design and letter report to the Board of Selectmen, and Town Meeting, if necessary;

17.0 Deliverables – The Final Deliverables of the project will include the following: the final concept plans; the final letter report with all supplemental information such as appraisals, interviews, etc.; AutoCAD files of the final drawings; Copies of any plans filed at the registry of deeds; any other relevant documents produced as part of this study; an electronic pdf file of the final report.

Ongoing communication and progress reviews with the Owners Project Manager (OPM) is required as part of this project.

Eight (8) copies of all progress reports will be expected throughout the project duration. Ten (10) copies of the final report shall be submitted upon completion of the project. The Consultant shall indicate the anticipated percentage of effort per task and manhours to be expended on each particular task for review by the BFCC during the Selection process.

5.0 Project Phases and Work PlanThe Feasibility Study & Schematic Design shall be completed within 8 months of the executed contract. The estimated schedule for completion of the Scope of Work Task Items is as follows:

Phase I – Program Development: 4 – 6 weeks

Phase II – Feasibility Study: 8 – 12 weeks

Phase III – Schematic Design: 8 – 12 weeks

Estimated Total Duration: 20 - 30 weeks

The durations listed above are estimates only. Actual durations may vary depending upon the agreed upon solution and the extent of required document. Such variances in estimated time will not, in and of themselves, constitute a justification for an increased Fee for Basic Services, nor are they a substitute for the performance time requirements shown below.

document.doc Page 10 of 20 May 18, 2023

Page 15:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

The Designer performance times listed in the table below are requirements, not estimates. The BFCC will review each submission and, if acceptable, provide notice to the Designer to proceed to the next phase.

The Designer’s adherence to the performance times listed below will be part of the Owner’s performance evaluation of the Designer’s work, which will be conducted at the end of the Project.

Task(s) Description within __ weeks of executing Contract 1.1 Kick off Meeting 25.0 Program Needs Report 8

7.0 – 11.0 Feasibility Study Field Work 1612.0 Feasibility Study Alternatives Analysis 18

13.0 – 15.0 Schematic Design 2616.0 – 18.0 Final Schematic Design & Letter Report 30

6.0 Minimum RequirementsPersons or firms interested in applying must meet the following requirements:

1. Applications shall be on “Standard Designer Application Form for Municipalities and Public Agencies not within DSB Jurisdiction 2005” as developed by the Designer Selection Board of the Commonwealth of Massachusetts (http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_munic_2005.doc).

Applications (one original and ten (12) hard copies and one electronic file in PDF format) must be received on or before May 2, 2012 at noon. Applications should be printed double-side and bound in such a manner that the pages lie and remain flat when opened. The specific organization and orientation of the proposal is at the applicant’s discretion, but its recommended that the proposal be laid out in such a manner that the reader doesn’t need to be constantly rotating the proposal. Applications should not be provided with acetate covers.

2. Applications must be accompanied by a concise cover letter that is a maximum of two pages in length. A copy of the cover letter should be attached to each copy of the application. (A copy of the MCPPO certification, or other certifications, should be attached to the cover letter as appropriate.)

The Respondent must certify in its cover letter that it meets the following minimum requirements. Any respondent that fails to include such certification in its response, demonstrating that these criteria have been met, will be rejected without further consideration. To be eligible for selection, the Designer must meet all of the following qualifications.

a) Be a qualified Designer within the meaning of M.G.L. Chapter 7, Section 38A½, employing a Massachusetts registered architect responsible for and being in control of the services to be provided pursuant to the Contract.

document.doc Page 11 of 20 May 18, 2023

Page 16:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

b) The Project Architect/Engineer for the Designer has been certified as a Massachusetts Certified Public Purchasing Official as administered by the Office of the Inspector General of the Commonwealth of Massachusetts.

c) The Project Architect/Engineer has completed at least one Police – Fire and/or Highway Garage design project that is similar in size and scope.

3. Applicants may supplement this proposal with graphic materials and photographs that best demonstrate design capabilities of the team proposed for this project.

4. Proposals shall be addressed to:

Douglas Board of Selectmenc/o Michael Guzinski, Executive Administrator29 Depot Street, Douglas, MA 01516(508) 476-4000, ext. 101

5. Proposals must be clearly identified by marking the package or envelope with the following:

Douglas Safety Complex SOQ“Name of Applicant”

6. All questions regarding this RFQ should be addressed exclusively in writing to:

Douglas Board of Selectmenc/o Michael Guzinski, Executive Administrator29 Depot Street, Douglas, MA 01516

7.0 Selection CriteriaIn addition to the minimum requirements set forth above, all Respondents must demonstrate that they have significant experience, knowledge and abilities with respect to public construction projects, particularly involving the construction of Municipal Police, Fire or Highway Garage projects in Massachusetts. The Owner will evaluate Responses based on the criteria listed below. Each criterion will be rated one of the following scores by each BFCC member for the response provided: Highly Advantageous (100 points), Advantageous (67 points), Not Advantageous (33 points) or Unacceptable (0 points). The methodology used by each BFCC member to score that particular criterion is detailed below the criterion. The overall weight of each criterion is listed as a percentage next to that criterion.

1) Past performance of the Respondent (20 Percent), if any, with regard to Municipal Police, Fire or Highway Garage projects across the Commonwealth, as evidenced by:

a) Documented performance on previous projects as set forth in Attachment A, including the number of projects managed, project dollar value, number and

document.doc Page 12 of 20 May 18, 2023

Page 17:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

percentage completed on time, average number of projects per project manager per year and number and outcome of any legal actions.

b) Experience with multiple use municipal building projects.

c) Designing facilities around currently occupied buildings.

d) Satisfactory working relationship with contractors, Owner and local officials.

Highly Advantageous: (1) The Respondent has at least ten (10) years of experience with at least five (5) projects of similar dollar value, and (2) has good references (All the Respondent's references indicate the projects are completed on schedule or with minimal and insignificant delays).

Advantageous: (1) The Respondent has at least five (5) years of experience with at least two (2) projects of similar dollar value, and (2) has good references (All but one of the Respondent's references indicates the projects are completed on schedule or with minimal and insignificant delays).

Not Advantageous: (1) The Respondent has at least three (3) years of experience with at least one (1) project of similar dollar value, and (2) has good references (All but two of the Respondent's references indicate the projects are completed with substantial delays attributable to the Respondent and no current project or project completed in the last year experienced substantial delays attributable to the Respondent).

Unacceptable: (1) The Respondent has fewer than three (3) years of experience with projects of similar dollar value, and/or (2) does not have good references and/or more than two of the Respondent's references indicate the project(s) are completed with substantial delays attributable to the Respondent and/or projects completed in the last year experienced substantial delays attributable to the Respondent.

2) Thorough knowledge of the Massachusetts State Building Code (5 Percent), regulations related to the Americans with Disabilities Act, and all other pertinent codes and regulations related to successful completion of the project.

Highly Advantageous: The Respondent has documented at least ten (10) years of experience with projects within the Commonwealth of Massachusetts including new construction and retrofitting for ADA compliance.

Advantageous: The Respondent has documented at least five (5) years of experience with projects within the Commonwealth of Massachusetts including new construction and retrofitting for ADA compliance.

Not Advantageous: The Respondent has documented at least three (3) years of experience with projects within the Commonwealth of Massachusetts including new construction and retrofitting for ADA compliance.

document.doc Page 13 of 20 May 18, 2023

Page 18:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Unacceptable: The Respondent has documented less than three (3) years of experience with projects within the Commonwealth of Massachusetts including new construction and retrofitting for ADA compliance.

3) Thorough knowledge of Commonwealth construction procurement laws (5 Percent), regulations, policies and procedures, as amended by the 2004 Construction Reform laws.

Highly Advantageous: The Respondent has at least ten (10) years of experience of successfully procuring construction for projects within the Commonwealth, including procurement since construction reform in 2004. The Respondent has documented experience with the prequalification of General and filed sub-bidders. The Respondent has documented a clear and comprehensive knowledge of the State Supplier Diversity Office (SDO) formerly SOMWBA, guidelines and regulations.

Advantageous: The Respondent has at least five (5) years of experience of successfully procuring construction for projects within the Commonwealth, including procurement since construction reform in 2004. The Respondent has documented experience with the prequalification of General and filed sub-bidders. The Respondent has documented a clear and comprehensive knowledge of construction procurement. The Respondent has documented a clear and comprehensive knowledge of the State Supplier Diversity Office (SDO) formerly SOMWBA, guidelines and regulations.

Not Advantageous: The Respondent has at least three (3) years of experience of successfully procuring construction for projects within the Commonwealth, including procurement since construction reform in 2004, or the Respondent has documented an understanding of construction procurement, or the proposer has documented an understanding of the State Supplier Diversity Office (SDO) formerly SOMWBA, guidelines and regulations.

Unacceptable: The Respondent has less than three (3) years of experience of successfully procuring construction for projects within the Commonwealth, including procurement since construction reform in 2004, or the Respondent has not documented an understanding of construction procurement, or the proposer has not documented an understanding knowledge of the State Supplier Diversity Office (SDO) formerly SOMWBA, guidelines and regulations.

4) Management approach (15 Percent): Describe the Respondent’s approach to providing the level and nature of services required as evidenced by proposed project staffing for a potential (hypothetical) Feasibility Study and Schematic Design for a Police-Fire-Highway Safety Complex; proposed project management systems; effective information management; and examples of problem solving approaches to resolving issues that impact time and cost.

Highly Advantageous: The plan of services proposes a detailed, logical and highly efficient scheme for producing bid documents that addresses all of the required issues

document.doc Page 14 of 20 May 18, 2023

Page 19:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

from data collection, alternatives analysis, design development, cost estimating, value engineering, final design and permitting within the ideal timeframe of 4 months.

Advantageous: The plan of services proposes a credible scheme for producing bid documents that addresses all of the issues from data collection, alternatives analysis, design development, cost estimating, value engineering, final design and permitting within the ideal timeframe of 4 months.

Not Advantageous: The plan of services proposes a credible scheme for producing bid documents that addresses most of the issues from data collection, alternatives analysis, design development, cost estimating, value engineering, final design and permitting within the ideal timeframe of 4 months.

Unacceptable: The plan of services is not sufficiently detailed to fully evaluate, or the plan does not contain all the components necessary to produce bid documents that addresses all of the issues from data collection, alternatives analysis, design development, cost estimating, value engineering, final design and permitting within the ideal timeframe of 4 months.

5) Key personnel (20 Percent): Provide an organizational chart that shows the interrelationship of key personnel to be provided by the Respondent for this project and that identifies the individuals and associated firms (if any) who will fill the roles of Prime Consultant (Principal in Charge) and Project Manager for Design and any other key roles identified by the Respondent, including but not limited to roles in survey, testing, design, estimating, cost and schedule control. Specifically, describe the time commitment, experience and references for these key personnel including relevant experience in the design and construction of projects that have been either successfully completed or are in process that are similar in type, size, dollar value and complexity to the project being considered.

Highly Advantageous: The plan of services provides an organizational chart and identifies individuals and associated firms acting and roles of Prime Consultant (Principal in Charge) and Project Manager for Design and all other key roles on this project. Time commitment and experience and references for key personnel are fully identified, including relevant experience in similar projects.

Advantageous: The plan of services provides some information on the individuals and associated firms who will be acting in the roles of Prime Consultant (Principal in Charge) and Project Manager for Design and other key roles on this project. Some time commitment and experience and references for key personnel are identified.

Not Advantageous: The plan of services is not sufficiently detailed and/or it does not adequately present the organizational chart or the individuals and associated firms and their proposed roles and/or the time commitment, experience and references for key personnel are not sufficiently detailed.

document.doc Page 15 of 20 May 18, 2023

Page 20:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Unacceptable: The plan of services does not provide an organizational chart and/or it does not identify key individuals associated with the project and/or the time commitment and experiences of personnel are not included.

6) Capacity and skills (10 Percent): Identify existing employees by number and area of expertise (e.g. Police-Fire-Highway Facility Design experience, field supervision, cost estimating, schedule analysis, value engineering, quality control and safety). Identify any services to be provided by Sub-consultants.

Highly Advantageous: The plan of services provides thorough identification of existing employees by number and area of expertise that is available to participate in the project and identifies all services to be provided by Subconsultants. The combined skills identified herein are determined to exceed the requirements for this project.

Advantageous: The plan of services provides identification of existing employees by number and area of expertise that are available to participate in the project and identifies all services to be provided by Subconsultants. The combined skills identified herein are determined to be adequate for the requirements for this project.

Not Advantageous: The plan of services provides some level of identification of employees by number and area of expertise and identifies services to be provided by Subconsultants and/or the combined skills identified herein are determined to be inadequate for the requirements of this project.

Unacceptable: The plan of services does not identify existing employees by number and area of expertise and/or does not identify services to be provided by Subconsultants and/or the combined skills identified herein are determined to be incapable for the requirements for this project.

7) Identify the Respondent’s current and projected workload versus available staffing levels (5 Percent).

Highly Advantageous: The plan of services provides current and projected workload and staffing levels showing availability of staffing to be dedicated to this project.

Advantageous: The plan of services provides some of the current and projected workload and staffing levels showing availability of staffing to be dedicated to this project.

Not Advantageous: The plan of services does not provide current and projected workload and staffing levels showing availability of staffing to be dedicated to this project.

Unacceptable: The plan of services does not provide any current and projected workload and/or staffing levels showing availability of staffing to be dedicated to this project.

document.doc Page 16 of 20 May 18, 2023

Page 21:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

8) Thorough knowledge and demonstrated experience with life cycle cost analysis cost estimating and value engineering with actual examples of recommendations and associated benefits to Owners (10 Percent).

Highly Advantageous: The Respondent has demonstrated at least 10 years of experience in life cycle costing and analysis, cost estimating, and value engineering specifically including Police-Fire-Highway Design projects and includes supporting documentation demonstrating actual examples of recommendations and associated benefits.

Advantageous: The Respondent has demonstrated at least 5 years of experience in life cycle costing and analysis, cost estimating, and value engineering specifically including Police-Fire-Highway Design projects and includes supporting documentation demonstrating actual examples of recommendations and associated benefits.

Not Advantageous: The Respondent has demonstrated at least 3 years of experience in life cycle costing and analysis, cost estimating, and value engineering specifically including Police-Fire-Highway Design projects and/or includes little supporting documentation demonstrating actual examples of recommendations and associated benefits.

Unacceptable: The Respondent has no experience in life cycle costing analysis and/or includes no supporting documentation demonstrating actual examples of recommendations and associated benefits.

9) Financial Stability (10 Percent): Provide current balance sheet and income statement as evidence of the Respondent’s financial stability and capacity to support the proposed contract.

Highly Advantageous: Provides detailed documentation regarding the firm’s balance sheet and income statement in order to demonstrate that the firm is financially stable and has the ability to successfully complete the project.

Advantageous: Provides some documentation regarding the firm’s balance sheet and income statement in order to demonstrate that the firm is financially stable and has the ability to successfully complete the project.

Not Advantageous: Provides little documentation regarding the firm’s balance sheet and income statement in order to demonstrate that the firm is financially stable and has the ability to successfully complete the project.

Unacceptable: Provides no documentation regarding the firm’s balance sheet and income statement or has not demonstrated that the firm is financially stable.

document.doc Page 17 of 20 May 18, 2023

Page 22:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

In order to establish a short list of Respondents to be interviewed, the Owner will base its initial ranking of Respondents on the above Evaluation Criteria. The Owner will establish its final ranking of the short-listed Respondents after conducting interviews and reference checks.

The Owner reserves the right to consider any other relevant criteria that it may deem appropriate, within its sole discretion. The Owner may or may not, within its sole discretion, seek additional information from Respondents.

8.0 Selection Process

1) The BFCC will receive and evaluate proposals. The BFCC will review each Respondents proposal that meets the minimum requirements and complete a score sheet for each using the evaluation criteria. The individual evaluations will be tallied and reconciled. A joint score sheet will be developed ranking the Respondents in order of preference and a short-list of a minimum of three Respondents will result. References will be checked on all Respondents on the short-list.

2) Each of the short-listed Respondents will be invited for a presentation and interview by the BFCC. The presentation will begin with the introduction of the Project Team followed by a description of the Project approach and identification of the key factors for project success. Key personnel listed in the response who must be at the interview will include, at a minimum, the proposed Project Representative and Project Director. During the interview, the BFCC will confirm the following:

a. The Respondent’s qualifications to complete the job.b. The Respondent’s ability to meet the schedule.c. The Respondent’s identification of key personnel and their time commitment

to the Project.d. Perceived ability and style to work well with various stakeholders such as

local boards.e. May be asked about their experience with green initiatives.

Following the interviews, the finalists will be ranked by the BFCC in order of preference. Evaluation criteria for the interview and presentation will be weighted between: specific details of management approach, overall presentation/communication skills, overall experience and capability of key personnel, and demonstrated approach to working with other project team members including designer, contractor and other project stakeholders. The final overall ranking will be determined solely by the Respondents score from the interview with no consideration given to the score from the written proposal preparation.

3) The BFCC shall transmit its recommendation of the top ranked Respondents to the Board of Selectmen. The Board of Selectmen will make the final selection and will execute the Contract.

document.doc Page 18 of 20 May 18, 2023

Page 23:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

4) The Owner has established a not-to-exceed fee of $90,000. The Owner intends to ensure that the successful Respondent will complete the services described in this procurement. Specifically, the services of a Project Designer for the feasibility study and schematic design of the Safety Complex Project.

5) The Owner reserves the right to reject all responses and re-advertise if less than three responses are received or for any other reason.

9.0 Selection Schedule03/28/12 - Advertise RFQ in Central Register of the Commonwealth of Massachusetts and

a newspaper of general circulation in the area in which the project is located or to be located.

04/24/12 - Last day for questions from Respondents.

05/02/12 - Submittal Packages Due.

05/16/12 - Respondents short-listed (3 – 5 Respondents).

06/06/12 - Interview short-listed Respondents & Final selection submitted to the Board of Selectmen for review and approval.

06/19/12 - Board of Selectmen review and approve recommendation.

07/03/12 - Execute contract.

10.0 Contract Requirements

This Request for Qualifications, any addenda issued by the Owner, and the selected Respondent’s response, will become part of the executed contract. The key personnel that the Respondent identifies in its response must be contractually committed for the Project. No substitution or replacement of key personnel or change in the Sub-consultants identified in the response shall take place without the prior written approval of the Owner.

The selected Respondent(s) will be required to execute a Contract for Designer Services with the Owner in the form that is attached hereto as Attachment G and incorporated by reference herein. Prior to execution of the Contract for Designer Services with the Owner, the selected Respondent will be required to submit to the Owner a certificate of insurance that meets the requirements set forth in the Contract for Designer Services.

The fee for Designer Services is as established in the attached Contract for the scope of services described herein. The fee shall be paid as each Task or subtask has been completed. The

document.doc Page 19 of 20 May 18, 2023

Page 24:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

selected Respondent will be required to provide pricing information for each Task and subtask specified in the Contract prior to Contract Execution.

11.0 Pre-Proposal MeetingAll interested parties may choose to attend an informational briefing session at the Douglas Fire Station, 64 Main Street, Douglas, MA scheduled for Wednesday, April 18, 2012 at 10:00AM. Attendance at this meeting is not required to submit a proposal.

12.0 WithdrawalApplicants may withdraw an application as long as the written request to withdraw is received by the Town of Douglas prior to the time and date of the proposal opening.

13.0 Public RecordAll responses and information submitted in response to this RFQ are subject to the Massachusetts Public Records Law, M.G.L. c. 66, § 10 and c. 4, § 7(26). Any statements in submitted responses that are inconsistent with the provisions of these statutes shall be disregarded.

14.0 Waiver/Cure of Minor Informalities, Errors and OmissionsThe Owner reserves the right to waive or permit cure of minor informalities, errors or omissions prior to the selection of a Respondent, and to conduct discussions with any qualified Respondents and to take any other measures with respect to this RFQ in any manner necessary to serve the best interest of the Owner and its beneficiaries.

15.0 Rejection of Responses, Modification of RFQThe Owner reserves the right to reject any and all responses if the Owner determines, within its own discretion, that it is in the Owner’s best interests to do so. This RFQ does not commit the Owner to select any Respondent, award any contract, pay any costs in preparing a response, or procure a contract for any services. The Owner also reserves the right to cancel or modify this RFQ in part or in its entirety, or to change the RFQ guidelines. A Respondent may not alter the RFQ or its components.

document.doc Page 20 of 20 May 18, 2023

Page 25:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment A

Standard Designer Application FormFor Municipalities and Public Agencies

not within DSB Jurisdiction

Page 26:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 27:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment B

Certificate of Non Collusion

CERTIFICATE OF NON-COLLUSION

The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or 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, entity, or group of individuals.

_________________________________________(Signature of individual submitting bid or proposal)

_________________________________________ (Name of business)

_________________________________________(Date)

Page 28:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 29:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment C

Tax Compliance Certification

TAX COMPLIANCE CERTIFICATION

Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support.

_________________________________________(Signature of individual submitting bid or proposal)

_________________________________________(Name of business)

_________________________________________(Date)

_________________________________________Social Security Number/Federal Tax ID Number ofBidder

Page 30:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 31:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment D

Debarment Certification

DEBARMENT CERTIFICATION

The undersigned certifies, as to the Respondent and each of its principals and, with respect to each of Respondent employees and agents certifies to the best of its knowledge, that each such entity or person or entity with which such person was previously affiliated:

(a) is not presently debarred, suspended, proposed for debarment, or otherwise declared ineligible or voluntarily excluded by any Federal, state or local department or agency from entering into a contract for a public (Federal, state or local) transaction;

(b) has not, within the three-year period preceding the date of its proposal, been convicted of or pleaded guilty or nolo contendere to a criminal offense relating to or had a civil judgment rendered against it for commission of fraud or other misconduct in connection with obtaining, attempting to obtain, or performing a public (Federal, state or local) transaction or contract under a public transaction;

(c) has not within the three-year period preceding the date of its proposal, been convicted of or pleaded guilty or nolo contendere to a criminal offense of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(d) has not, within a three-year period preceding the date of its proposal, had one or more public transactions (Federal, state or local) terminated for cause or default; and

(e) will submit a revised certification immediately at such time as the status on any of the above certifications changes.

If the Respondent is unable to certify to any of the statements in this certification, the Respondent may attach an explanation to this proposal.

_____________________________________________(Signature of individual)

_____________________________________________(Name of Respondent)

_____________________________________________(Date)

Page 32:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 33:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment E

Certification on Mass General Laws and Building Code

CERTIFICATION ON MASSACHUSETTS GENERAL LAWS AND BUILDING CODE

The undersigned, a duly authorized representative of ______________________ __________________________________, hereby certifies under the pains and penalties of perjury that the contractor has thorough knowledge of the Massachusetts State Building Code, regulations related to the Americans with Disabilities Act, and all other pertinent federal, state and local codes and regulations related to successful completion of the project.

Signed: _____________________________________ Date: _____________________

Print Name: ___________________________________

Title: ________________________________________

Company: ___________________________________Telephone: _________________

Address: _______________________________________________________________

Page 34:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 35:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment F

Maps / Figures

Page 36:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 37:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Attachment G

Contract for Designer Services

Page 38:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview
Page 39:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

TOWN OF DOUGLASContract for Designer Services

PROJECT TITLE: Municipal Safety Complex56-64 Main Street (Route 16) Douglas, MA 01516

PROJECT TYPE: Feasibility Study & Schematic Design

This AGREEMENT is made under seal the day of in the year Two Thousand and twelve, between the Town of Douglas by its Board of Selectmen hereinafter, the AWARDING AUTHORITY, and _____________________________ acting as PROJECT ARCHITECT.

ARTICLE 1: DEFINITION OF TERMS

1.1 GENERAL LAWS -- the General Laws of the Commonwealth of Massachusetts as amended, including any rules, regulations and administrative procedures implementing said laws.

1.2 DESIGNER -- the individual or firm performing professional services under this AGREEMENT.

1.3 PRINCIPALS -- the registered professional Architects or Engineers listed in response to the Awarding Authority’s solicitation of proposals for the Project identified on page 1 (Project Title).

1.4 NOTICE TO PROCEED -- written communication from the Awarding Authority, constituting an essential condition of this AGREEMENT, authorizing the Designer to perform services for the project phase to which such Notice shall relate. The Notice to Proceed shall include the basis for compensation, the fixed limit construction cost, if any, and may include the time of submittal. Subsequent written communications amending the Notice to proceed are required to change either a submittal date or the fixed limit construction cost. Proceeding with various phases of contract work is contingent upon the Awarding Authority or its designees' satisfaction with and acceptance of services performed for each phase.

1.5 SUBMITTAL DATES -- those dates referred to in the Notice to Proceed or any subsequent amendment thereto.

1.6 CONSTRUCTION CONTRACT -- contract for construction of a whole or part of the project, including all change orders.

1.7 TOTAL CONSTRUCTION COST -- the sum of the actual construction contract award price and each authorized change order revising the construction contract

Page 1 of 23

Page 40:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

award price. The construction contract award price shall be the same as the construction price of the lowest responsible and eligible bidder.

1.8 AWARDING AUTHORITY -- The board, commission, agency or department of the Town having authority to award design and construction contracts in connection with the Project.

1.9 PROJECT -- the building project for which designer services have been procured under this AGREEMENT, and which is identified on Page 1 (Project Title).

ARTICLE 2: CONSULTANTS, SUBCONTRACTING, SUCCESSORS AND ASSIGNS

2.1 The Designer shall not employ additional consultants, not named in the proposal(s) nor sublet, assign or transfer any part of his services or obligations under this AGREEMENT without the prior approval and written consent of the Awarding Authority. The Awarding Authority shall not unreasonably withhold such approval. Written consent shall not in any way relieve the Designer from his responsibility for the professional and technical accuracy and the coordination of all data, designs, drawings, specifications, estimates and other work or materials furnished.

2.2 Except as otherwise provided in this AGREEMENT or authorized by the Awarding Authority, the Designer shall employ within the basic fee for this project the following consultants where their specific services are required: Architect, Structural Engineer, Civil Engineer, Sanitary Engineer, Mechanical Engineer, Landscape Architect, Cost Estimator, Licensed Site Professional, Real Estates Appraiser and Electrical Engineer, or any other consultant specifically listed in the proposal. Consultants must be registered in their respective disciplines if registration is required under the applicable General Laws.

2.3 When the Designer receives payment from the Awarding Authority, the Designer shall promptly make payment to each consultant whose work was included in the work for which payment was made by the Town. The Awarding Authority shall have the contractual right, but not the obligation, to require corrective measures necessary for the best interests of the Town.

ARTICLE 3: SURVEYS, BORINGS, TESTS, LABORATORIES, PHOTOGRAPHS

3.1 The Awarding Authority shall furnish to the Designer available surveys of the project building site, showing the grades and lines of streets, pavements and adjoining properties; the rights, restrictions, easements, boundaries and controls of the site, or sites; reports from any borings, test pits, chemical, mechanical or other tests, any photographs and information as to water, sewer, electricity, steam, gas, telephone and other services.

Page 2 of 23

Page 41:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

3.2 The Awarding Authority does not guarantee the accuracy of information furnished and the Designer must satisfy himself as to the correctness of data, except in instances where written exception to the contrary is specifically indicated by the Awarding Authority. If the above data are not available or they are in the opinion of the Designer insufficient, the Designer, upon request, may be given authorization to obtain the services of a consultant or perform the work with his own employees. In no case shall the Designer commence such work without prior written authorization of the Awarding Authority.

3.3 During the construction phase of this contract, the Designer may retain the services of a photographer, a qualified testing laboratory, and special field inspectors when required by the project, subject to the prior approval of the Awarding Authority or its designee.

3.4 If a consultant's services estimated to cost more than $25,000 are required, including the services of a qualified testing laboratory functioning under the jurisdiction of both a Massachusetts registered Engineer and licensed inspectors, a detailed description of the proposed services shall be prepared by the Designer and approved by the Awarding Authority. Consultant fee proposals shall be received by the Designer and accompanied with recommendations of approval submitted to the Awarding Authority before any work is authorized. Such consultants shall carry adequate Liability Insurance. When a consultant's services are estimated to cost $25,000 or less, the Designer shall use established standard rates for such services.

3.5 Drawings and/or specifications needed to obtain survey or subsoil information, and any other soils engineering shall be prepared by the Designer as part of the basic fee. The Designer shall then analyze and evaluate such surveys and tests and make his design conform to the results of such evaluation.

3.6 The Awarding Authority will compensate and reimburse the Designer as provided in ARTICLE 9 for the cost of consultant services performed under this Article. For responsibility, coordination inspection, analysis and evaluation of consultant services retained under this ARTICLE, the Designer shall similarly be compensated as provided by ARTICLE 9.

ARTICLE 4: COMPLIANCE WITH LAWS

4.1 The Designer shall perform the work required under this AGREEMENT in conformity with all requirements and standards of the Awarding Authority, all applicable laws, statutes, ordinances, by-laws, codes, rules and regulations, and executive orders of the Commonwealth and its political subdivisions, and the Federal Government. The Construction Documents shall comply with all applicable laws, statutes, ordinances, by-laws, codes, rules and regulations, and executive orders. The Designer, including all approved consultants and subcontractors, shall comply with all applicable provisions of the rules and

Page 3 of 23

Page 42:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

regulations of the President's Committee on Equal Employment Opportunity and Procedures promulgated by the Governor of Massachusetts or his designees, insuring equal opportunity for employees and minority and women-owned business enterprises.

ARTICLE 5: PROFESSIONAL RESPONSIBILITY

5.1 The Designer shall be responsible for the professional and technical accuracy and the coordination of all designs, drawings, specifications, estimates and other work furnished by him or his consultants and subcontractors. The Designer shall staff his office with sufficient personnel to complete the services required under this contract in a prompt and continuous manner, and shall meet the approval schedule and submittal dates established during the course of this AGREEMENT.

The Designer shall commence work under this AGREEMENT upon written notice to proceed issued by the Awarding Authority in conformance with the provisions of Section 1.4 of this AGREEMENT. The Designer shall complete the services required under this AGREEMENT in a prompt and continuous manner, and to meet such time limits as are established during the course of the AGREEMENT and stated in each Notice to Proceed. If the completion of the scope of work is delayed through no fault of the Designer, the time limit may be extended upon written approval of the Awarding Authority.

5.2 The Designer shall furnish appropriate competent professional services for each of the phases to the point where detail checking and reviewing by the Awarding Authority will not be necessary. Any changes, corrections, additions or deletions made by the Awarding Authority shall be incorporated in the design of the Project unless detailed objections thereto are received from the Designer and approved by the Awarding Authority.

5.3 The Designer shall thoroughly acquaint his employees and consultants with all provisions of the General Laws governing the conduct of public construction projects, including but not limited to M.G.L. c.149, and c.30, and in particular, M.G.L. c.30, §39M, wherein the description of material specifications and proprietary items in construction bid documents is governed.

5.4 Neither the Awarding Authority's review, approval or acceptance of, nor payment for any of the services furnished shall be construed to operate as a waiver of any rights under the AGREEMENT or any cause of action arising out of the performance of the AGREEMENT.

5.5 In the event an Owner’s Project Manager has been engaged for the project as required by G. L. c. 149, §44A½, the Designer shall cooperate and coordinate his work pursuant to this AGREEMENT with the Project Manager and shall thoroughly acquaint himself and his employees and consultants with the duties

Page 4 of 23

Page 43:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

and responsibilities of the Project Manager as defined in the latter’s contract with the Awarding Authority.

ARTICLE 6: DESIGNER SERVICES

6.1 TYPE 1 CONTRACTS, STUDIES, PROGRAMS, MASTER PLANS, REPORTS (FEASIBILITY STUDY)

1. Upon receipt of a Notice to Proceed from the Awarding Authority acceptable to the Designer, the Designer shall meet as necessary with the Awarding Authority and shall prepare and submit programs, preliminary reports, master plans, studies, sketches, space utilization criteria and estimates in accordance with the Scope of Services set forth in Attachment A to this AGREEMENT. Monthly progress reports shall be submitted by the Designer to the Awarding Authority. The Designer shall prepare and submit concept sketches of various design ideas to determine a workable plan solution in terms of the programs, funds available, and as complete an overall design concept as possible including cost estimates. The Designer shall furnish to the Awarding Authority twelve (12) copies of the report for final approval on or before the date set forth in the Notice to Proceed or any supplement thereto.

2. Pursuant to M.G.L. c.7, §38H, the Awarding Authority, in its sole discretion, may allow the feasibility designer to continue with the design of this project, pursuant to submission of an additional proposal in accordance with the Designer Selection statute. The Awarding Authority, in its sole discretion, may commission an independent review, by a knowledgeable and competent individual or business doing such work, of the feasibility Designer’s work to insure its reasonableness and its adequacy prior to allowing the Designer to continue on the project.

Drawings shall be furnished to the Awarding Authority by the Designer.

6.2 TYPE 2 CONTRACTS -- DESIGN AND CONSTRUCTION

1. Phase 1. – Schematic Design

Upon receipt of a Notice to Proceed from the Awarding Authority acceptable to the Designer, the Designer shall meet as necessary with the Awarding Authority for the purpose of arriving at a mutual understanding of the Awarding Authority's project needs. Thereafter, the Designer shall prepare and submit to the Awarding Authority single line schematic drawings including floor plans, elevations and space criteria to establish basic design ideas and respective cost estimates as set forth in the scope of services included as Attachment A. The Designer shall submit to the Awarding Authority for approval twelve (12) copies of said schematic plans, outline specifications and cost estimates, on or before the date or time for submission specified in the Notice to Proceed or any supplement

Page 5 of 23

Page 44:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

thereto, unless the Designer shall have obtained from the Awarding Authority an extension of time in writing.

Estimated construction cost and fee as set forth in the original Notice to Proceed will not be changed by the Awarding Authority without the agreement of the Designer.

ARTICLE 7: DESIGNER'S BASIC FEE

7.1 For the performance of all services required under the terms of this AGREEMENT and excluding those services specified under ARTICLES 8, 9 and 10, the Designer shall be compensated by the Awarding Authority in accordance with the lump sum fee for this project. The fee for this project is a lump sum of $90,000.00.

7.2 If there is a material change in the scope of services provided in this agreement,

the Designer and the Awarding Authority will mutually agree to an adjustment in the Designer's Basic Fee. Delay of one year or more by the Awarding Authority plus a significant change in the estimated construction cost of the project will be considered a material change in scope of services.

7.3 The basic fee shall be paid to the Designer in accordance with Attachment B to this agreement. Billings for services shall be made monthly and shall be in proportion to the amount of work completed.

ARTICLE 8: ADDITIONAL COMPENSATION

8.1. With the formal written approval of the Awarding Authority, the Designer shall perform all or any of the following services in addition to the services performed pursuant to ARTICLE 6 above: (1) making measured drawings of existing construction facilities when required for planning additions, or alterations thereto; (2) revising previously approved drawings, specifications or other documents to accomplish changes authorized by the Awarding Authority; (3) preparing documents for alternate bids requested by the Awarding Authority except alternates prepared by the Designer to adjust the fixed limit construction cost, if any; (4) providing consultation concerning replacement of any work damaged by fire or other cause during construction and furnishing professional services of the type set forth in ARTICLE 6 as may be required in connection with the replacement of such work; (5) providing professional services made necessary by the default of the contractor in the performance of the construction contract; (6) providing services after final payment to the contractor; (7) for preparing change orders and supporting data, except as set forth in ARTICLE 10; (8) revising working plans and specifications submitted in their final and complete form for which bids were not received within six months after submission; (9) making studies other than those normally required and preparing applications and reports

Page 6 of 23

Page 45:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

to assist the Awarding Authority in obtaining federal and/or state aid; (10) preparing operating and maintenance manuals; (11) observing the balancing of air and water circulation systems and reporting the results thereof; (12) observing and setting and adjusting automatic controls and reporting the results thereof; (13) assisting the Awarding Authority in litigation arising out of the construction contract; and (14) performing any other professional services not otherwise required under this Contract.

8.2 For the services provided pursuant to paragraph 1 of this ARTICLE, the Designer shall be compensated by the Awarding Authority at the rates set forth in Attachment B.

ARTICLE 9: REIMBURSEMENT

9.1 The Designer shall be reimbursed by the Awarding Authority:(a) at one and one tenth (1.1) times the actual cost to the Designer of consultants hired to obtain any data in accordance with ARTICLE 3 above, provided, however, that no reimbursement for such expense shall be made unless the rates of compensation for said consultant services have been approved by the Awarding Authority or its designee, which may approve a lump sum fee; (b) at one and one tenth (1.1) times the actual cost to the Designer of special consultants not specified in ARTICLE 2, and approved by the Awarding Authority or its designee, provided, however, that no reimbursement for such expense shall be made unless the rates of compensation for said consultant services shall have been approved in writing by the Awarding Authority or its designee, which may approve a lump sum fee; (c) any other specially authorized reimbursement, including special printing; and (d) for all printing and reproduction costs.

ARTICLE 10: DESIGN FEES AND RESPONSIBILITY FOR MODIFICATIONS, CHANGE ORDERS

10.1 The Designer shall be compensated in accordance with the rates specified in ARTICLE 8 for the services of its employees or any consultant listed in ARTICLE 2 for the preparation of modifications, change orders and supporting data. The Designer shall not be compensated for any services involved in preparing change orders required to make unit price adjustments due to existing conditions. Changes for which the Designer receives no compensation under this ARTICLE shall be "no fee modifications" or "no fee change orders." The fact that the Designer receives no fee shall not limit the Town's legal remedies regarding such changes.

Any services in connection with change orders and change directives which are necessitated by a lack of reasonable clarity, deficiencies or conflicts in the Construction Documents or other errors or omissions of the Designer, or which result from existing conditions encountered in the building which should have

Page 7 of 23

Page 46:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

been anticipated by the Designer based on reasonable investigation of said building as required herein, shall not qualify as additional services and shall be performed within the scope of Basic Services.

10.2 Payments for modifications or change orders to the Designer shall be made upon completion of the Designer's work under such modifications or change orders.

ARTICLE 11: TERMINATION, NO AWARD

11.1 By written notice to the Designer, the Awarding Authority may terminate this contract at any time. If any such termination shall occur without the fault of the Designer, all compensation and reimbursement due to the Designer up to the date of termination, in accordance with all contract terms, shall be paid to the Designer by the Awarding Authority. Such payment shall not exceed the fair value of the work, as the Awarding Authority shall determine.

11.2 By written notice to the Awarding Authority, the Designer may terminate this contract (1) if the Awarding Authority, within sixty (60) days following written notice from the Designer of any default by the Awarding Authority under the AGREEMENT, shall have failed to remove such default or (2) if, after the Designer shall have performed all services required of the Designer in Phase 1, Phase 2, or Phase 3 of the Project, if applicable, at least six (6) months shall have lapsed without receipt by the Designer of Notice to Proceed with the next phase of the Project. Upon any such termination by the Designer all compensation and reimbursement payable to the Designer in accordance with the AGREEMENT up to and including the date of termination shall be paid to the Designer by the Awarding Authority.

ARTICLE 12: RELEASE AND DISCHARGE

12.1 The acceptance by the Designer of the last payment for services paid under the provisions of ARTICLES 11 and 12 in the event of contract termination shall in each instance operate as and be a release to the Awarding Authority, and every member or agent thereof, from all claims and liability to the Designer for payment on account of services performed or reimbursable expenses incurred under this AGREEMENT, except for those written claims submitted by the Designer to the Awarding Authority with the last payment requisition.

ARTICLE 13: NOTICES, APPROVALS, INVOICES

13.1 Any notice required under this contract to be given by the Awarding Authority to the Designer, or by the Designer to the Awarding Authority, shall be deemed to have been so given, whether or not received, if mailed by prepaid postage by, respectively, the Awarding Authority to the Designer at the address specified for the Designer on Page 1, or the Designer to the Awarding Authority.

Page 8 of 23

Page 47:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

13.2 Written approval by the Awarding Authority for Extra compensation as provided under ARTICLES 8 and 9, Reimbursements, shall be in the form of a letter issued by the Awarding Authority.

13.3 All invoices may be submitted monthly and subject to contract terms and proper documentation will be promptly processed by the Awarding Authority or returned to the Designer. No invoice, however, shall be required to be submitted or processed when the net amount due is less than $100.00.

13.4 Invoices for services under ARTICLE 6 where such invoices pertain to design services during construction shall also describe the names, payroll titles, and dates of site visits required for construction-phase services.

13.5 Invoices submitted for services which have not been previously authorized in writing shall be returned to the Designer.

13.6 Requests for previously authorized expenses of any nature must be accompanied by a billing or receipt from the source of the expense.

ARTICLE 14: INSURANCE

14.1 The Designer shall at his own expense obtain and maintain a Professional Liability Insurance policy for errors, omissions or negligent acts arising out of the performance of this AGREEMENT in a minimum amount of $1,000,000 each occurrence and $3,000,000 aggregate.

14.2 The coverage shall be in force from the time of the agreement to the date when all construction work designed under the contract is completed and accepted by the Awarding Authority. If, however, the policy is a claims made policy, it shall remain in force for a period of six (6) years after substantial completion.

Since this insurance is normally written on a year-to-year basis, the Designer shall notify the Awarding Authority should coverage become unavailable.

14.3 The Designer shall, before commencing performance of this contract, provide by insurance for the payment of compensation and the furnishing of other benefits in accordance with M.G.L. c.152, as amended, to all employed under the contract and shall continue such insurance in full force and effect during the term of the contract. The Designer shall also maintain broad public liability insurance to protect against damage or injury to persons or property.

14.4 The Designer shall carry insurance in a sufficient amount to assure the restoration of any plans, drawings, computations, field notes or other similar data relating to the work covered by this contract in event of loss or destruction until the final fee payment is made or all data are turned over to the Awarding Authority.

Page 9 of 23

Page 48:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

14.5 Certificates and any and all renewals substantiating that required insurance coverage is in effect shall be filed with the Agreement. Any cancellation of insurance whether by the insurers or by the insured shall not be valid unless written notice thereof is given by the party proposing cancellation to the other party and to the Town at least fifteen days prior to the intended effective date thereof, which date should be expressed in said notice. The Designer shall indemnify, defend, and hold the Awarding Authority harmless from and against any and all claims, demands, liabilities, actions, causes of actions, costs and expenses arising out of the Designer’s breach of the Agreement or the negligence or misconduct of the Designer or the Designer’s agents or employees.

14.6 Upon request of the Designer, the Awarding Authority reserves the right to modify any conditions of this Article.

ARTICLE 15: SUPPLEMENTAL CONTRACT DATA; LEGAL REQUIREMENTS

15.1 The Designer hereby certifies:

(i) if an individual, the individual is a registered architect;

(ii) if a partnership, a majority of all the partners are persons who are registered architects;

(iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of the directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, and the person to have the project in his or her charge is a registered architect;

(iv) if a joint venture, each joint venturer satisfies the requirements of this section. (Statutory reference: M.G.L. c.7, §38A½)

15.2 The Designer hereby certifies that it has not given, offered or agreed to give any person, corporation or other entity any gift, contribution or offer of employment as an inducement for, or in connection with the award of this Agreement. (Statutory reference: M.G.L. c.7, §38H(e)(i))

15.3 The Designer hereby certifies that no consultant to or subcontractor for the Designer has given, offered or agreed to give any gift, contribution or offer of employment to the Designer, or to any other person, corporation, or entity as an inducement for, or in connection with, the award to the consultant or subcontractor of a contract by the Designer. (Statutory reference: M.G.L. c.7, §38H(e)(ii))

15.4 The Designer hereby certifies that no person, corporation or other entity, other than a bona fide full-time employee of the Designer, has been retained or hired by the Designer to solicit for or in any way assist the Designer in obtaining this

Page 10 of 23

Page 49:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

Agreement upon an agreement or understanding that such person, corporation or other entity be paid a fee or other consideration contingent upon the award of this Agreement to the Designer. (Statutory reference: M.G.L. c.7 §38H(e)(iii))

15.5 The Designer hereby certifies that it has internal accounting controls as required by subsection (c) of section thirty-nine R of chapter thirty and that the

Designer filed and will continue to file an audited financial statement as required by subsection (d) of said section thirty-nine R. (Statutory reference: M.G.L. c.7, §38H(e)(iv))

15.6 The Designer shall maintain all books, records, and accounts related to the Project in compliance with the following:

1. The Designer shall make, and keep for at least six years after final payment, books, records, and accounts which in reasonable detail accurately and fairly reflect the transactions and dispositions of the Designer.

2. Until the expiration of six years after final payment, the Awarding Authority, the office of the inspector general and the deputy commissioner of capital planning and operations shall have the right to examine any books, documents, papers or records of the Designer or of its consultants that directly pertain to, and involve transactions relating to, the Designer or its consultants.

3. The Designer shall describe any change in the method of maintaining records or recording transactions which materially affects any statements filed with the Awarding Authority, including in the Designer's description the date of the change and reasons therefor, and shall accompany said description with a letter from the Designer's independent certified public accountant approving or otherwise commenting on the changes.

4. The Designer has filed a statement of management on internal accounting controls as set forth in Paragraph (6) below prior to the execution of this Agreement.

5. The Designer has filed prior to the execution of this Agreement and will continue to file annually, an audited financial statement for the most recent completed fiscal year as set forth in subparagraph 15.6.8 below.

6. The Designer shall file with the Awarding Authority a statement of management as to whether the system of internal accounting controls of the Designer and its subsidiaries reasonably assures that:

(a) transactions are executed in accordance with management's general and specific authorization;

Page 11 of 23

Page 50:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

(b) transactions are recorded as necessary:

1. to permit preparation of financial statements in conformity with generally accepted accounting principles; and

2. to maintain accountability for assets;

(c) access to assets is permitted only in accordance with management's general or specific authorization; and

(d) the recorded accountability for assets is compared with existing assets at reasonable intervals and appropriate action is taken with respect to any difference.

7. The Designer shall also file annually with the Awarding Authority a statement prepared and signed by an independent certified public accountant, stating that such accountant has examined the statement of management on internal accounting controls, and expressing an opinion as to:

(a) whether the representations of management in response to this paragraph and paragraph 15.6.6(b) above are consistent with the result of management's evaluation of the System of internal accounting controls; and

(b) whether such representations of management are, in addition, reasonable with respect to transactions and assets in amounts which would be material when measured in relation to the Designer's financial statements.

8. The Designer shall annually file with the Awarding Authority during the term of this Agreement a financial statement prepared by an independent certified public accountant on the basis of an audit by such accountant. The final statement filed shall include the date of final payment. All statements shall be accompanied by accountant's report.

9. Records and statements required to be made, kept or filed in compliance with the provisions of this paragraph 15.6 shall not be public records and shall not be open to public inspection, except as provided in subparagraph 15.6.2. (Statutory reference: M.G.L. c.30, §39R)

15.7 The Designer and its consultants shall not be compensated for any services involved in preparing changes that are required for additional work that should have been anticipated by the Designer in the preparation of bid documents, as

Page 12 of 23

Page 51:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

reasonably determined by the Awarding Authority. (Statutory reference: M.G.L. c.7, §38H(J))

15.8 Life-cycle cost estimates for the Project shall be obtained at an initial stage and as a regular part of the services to be performed under this Agreement. (Statutory reference: M.G.L. c.149, §44M)

15.9 The Designer hereby certifies under penalties of perjury that the Designer has complied with all laws of the Commonwealth of Massachusetts relating to taxes. (Statutory reference: M.G.L. c.62C, §49A)

ARTICLE 16: MISCELLANEOUS PROVISIONS

16.1 One (1) reproducible copy of all Drawings and Specifications furnished by the Designer and all other documents prepared by the Designer shall become the property of the Awarding Authority. Ownership of the stamped drawings and specifications shall not include the Designer's certification or stamp. Any re-use of such Drawings and/or Specifications without the Designer's written verification of suitability for the specific purpose intended shall be without liability or legal exposure to the Designer or to the Designer's independent professional associates, subcontractors or consultants. Distribution or submission to meet official regulatory requirements or for other purposes in connection with the project is not to be construed as an act in derogation of the Designer's rights under this AGREEMENT.

16.2 This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective successors, assigns, and personal representatives.

16.3 This Agreement represents the entire agreement between the Awarding Authority and the Designer, and supersedes any prior agreements whether oral or written. This Agreement may be amended only by written instrument executed by both the Awarding Authority and the Designer.

16.4 The Designer agrees that the Awarding Authority and any of its officer or employee assumes no personal liability under this Agreement.

16.5 This Agreement shall be governed by the laws of the Commonwealth of Massachusetts.

16.6 In the event any provision of this Agreement shall be held to be invalid or unenforceable for any reason, such invalidity or unenforceability shall attach only to such provision and shall not affect or render invalid or unenforceable any other provision of this Agreement.

Page 13 of 23

Page 52:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

SIGNATURES

IN WITNESS WHEREOF, on the day and year hereinabove first written, the Designer has caused this agreement to be signed and sealed in its name and behalf, and its corporate seal to be hereto affixed by the signatory below authorized to do so, and the ___________________________ has signed this agreement on behalf of the Awarding Authority.

Accepted by Designer Accepted by Awarding Authority

By: ________________________ By: _________________________

Title: ________________________ _________________________

Date: _________________________ _________________________

Witness: ______________________ _________________________

_________________________

Title: _________________________

Date: _________________________

Witness: _________________________

I hereby certify that there is an appropriation available for the amount of the Agreement and that the __________________ is authorized to execute this Agreement and approve all requisitions and change orders.

____________________________Town Accountant

Approved as to Form

____________________________Town Counsel

282010/99999/0003

Page 14 of 23

Page 53:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

Attachment AScope of Services

The Architect shall provide the following services as part of this project:

PHASE I – PROGRAM DEVELOPMENTThis phase of the project shall determine the program requirements for the Highway Department, Police Department and Fire Department. The baseline program needs will be used to determine department facilities needs and facility size requirements for the coming 20-25 year period.

1.0 Kick off Meeting – Immediately after the Contract Execution, the Designer shall meet with the BFCC to review the project scope of work. This meeting will be the first of monthly progress meetings between the Designer and the BFCC until the project is complete. Some meetings are highlighted in the Task items below, however the Designer should plan on attending monthly meetings though project completion.

2.0 Interviews – Schedule and conduct interviews and site visits with the Police Chief, the Fire Chief and the Highway Superintendant to discuss personnel, equipment and space needs of each department. Interviews should be documented and formalized for inclusion in the Program Needs Report.

3.0 Existing Space Review – Review and quantify existing spaces used by the Police, Fire and Highway Departments. Collect inventories of existing vehicles and equipment at this time. Also, review information contained in the Comprehensive Building Use Study dated March 15, 2008 by Durland-Van Voorhis Architects. A copy of the study may be found at the following link: http://tinyurl.com/DouglasNeedsStudy. Tabulate and summarize existing spaces and existing equipment for each department in the Program Needs Report.

4.0 Space Needs Assessment – Based upon specific parameters, including but not necessarily limited to: department head interviews (Task 2); Existing Space Review (Task 3); population size and projected growth; Town land area; road miles; department size (staffing); equipment; etc. determine the optimal facility size needed for each department to function adequately over the next 20-25 years. This should include provisions for new equipment that may be required by each department over the design life of each facility.

5.0 Program Needs Report – Prepare a written letter report summarizing the data collected, citing relevant sources, and providing backup documentation as appropriate. Conclusions and recommendations should be presented in a logical manner and should be based upon industry standards or demonstrated/documented need. Provide backup documentation to supplement any assumptions made within the report.

6.0 Progress Meeting – Present the Program Needs Report to the BFCC reviewing the current space allocation and the needs for the coming 20-25 years.

Page 15 of 23

Page 54:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

PHASE II – FEASIBILITY STUDY

7.0 Base Plan Preparation – Utilizing existing deeds, maps, plans, USGS topography, and any other generally available information to develop a base map for the schematic design of the subject properties (Assessors Map 187 Parcels 18, 20 and 30). The plan features shall include topography, existing buildings, utilities (aboveground and underground), easements, approximate property boundaries, etc. This is not intended to be a property boundary survey.

8.0 Easements – Determine the rights associated with the onsite easement(s) and individuals who have those rights as well as determine any limitations for use of this property by the Town. Costs associated with easement acquisition should also be determined by a Real Estates Appraiser with a minimum of 10 years of similar experience; a Certified General License from the State of MA; be a designated appraiser with either the Appraisal Institute, American Society of Appraisers or Mass Board of Real Estate Appraisers; and provide at least three (3) favorable professional references. A meeting shall be hosted by the Architect with the individuals who have rights to any of the onsite easements. The meeting should be used to determine the ability to acquire rights in these easements through a friendly purchase & sale process however the appraisals shall be suitable for defending in the event of an eminent domain taking process.

9.0 Environmental Site Assessment – Perform a preliminary site assessment (MGL 21E) under the direction of a Massachusetts Licensed Site Professional and identify any potential environmental risks associated with demolishing the existing highway facilities, or other site work/excavation, and estimating those costs along with any additional defined scope of work that may be required;

10.0 Soil Evaluation – Perform an onsite soil evaluation test in accordance with the requirements of Title 5 (310 CMR 15.000). Witnessing of the Soil Evaluation and percolation testing shall be coordinated through the Board of Health and their Agent, as required. Testing location and digsafe notification shall be the responsibility of the Architect. All disturbed areas shall be restored to their original condition immediately after testing is completed. The Town may furnish a backhoe and operator for direction under the Architect.

11.0 Alternatives Analysis – Evaluate alternatives and estimate design and construction (all) costs for the following scenarios (at a minimum):

Option A Option B Option C1 2 1 2 1 2

Fire Onsite X X X X X XPolice Onsite X X X X X X

HighwayOnsite X XNearby Pre-existing Building X XNearby Municipal Property X X

Sewage Disposal

Onsite Septic X X XSewer Extension X X X

Page 16 of 23

Page 55:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

11.1 Option A : Prepare sketch drawings, to scale of the site showing a layout for the Fire Department, Highway Department and the Police Department on the subject 5.5-acre property using the facility requirements established under Phase I – Program Development.

11.1.1 Option A1 : Combining Option A above with an area for onsite subsurface septic disposal which has been sized in accordance with Title 5 requirements based upon estimated sewage design flows and the soil types determined to exist in the field. Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.1.2 Option A2 : Combining Option A above with public sewers being extended to the subject site via a gravity and force main system down Main Street (Route 16). Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.2 Option B : Prepare sketch drawings, to scale of the site showing a reasonable layout for the Fire Department and the Police Department on the subject 5.5-acre property using the facility requirements established under Phase I – Program Development. Include in this Option an evaluation of up to 3 nearby properties that have existing facilities on them that may be suitable for use as a Highway Garage. An analysis of building(s) and land suitability shall be performed using Highway Department needs as a basis for evaluation. Upon determination of suitability of the property(ies) to meet the department needs, costs associated with acquiring each of the properties should be determined by a Certified Real Estate Appraiser meeting the certifications requirements listed under task 8.0, above. The Architect shall include any additional costs associated with retrofitting existing facilities to meet the department needs. If less than three existing facilities are considered, please indicate the supporting logic and reason.

11.2.1 Option B1 : Combining Option B above with an area for onsite subsurface septic disposal which has been sized in accordance with Title 5 requirements based upon estimated sewage design flows and the soil types determined to exist in the field. Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.2.2 Option B2 : Combining Option B above with public sewers being extended to the subject site via a gravity and force main system down Main Street (Route 16). Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

Page 17 of 23

Page 56:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

11.3 Option C : Prepare sketch drawings, to scale, of the site showing a reasonable layout for the Fire Department and the Police Department on the subject 5.5-acre property using the facility requirements established under Phase I – Program Development. Include in this Option an evaluation of up to three (3) nearby municipally-owned properties that may be suitable for use as by the Highway Department. An analysis of building and land suitability shall be performed using Highway Department program needs as a basis for evaluation. Determine costs to construct the facility on the subject site including all design, permitting, and construction costs. If less than three (3) existing properties are considered, please indicate the supporting logic and reason.

11.3.1 Option C2 : Combining Option B above with an area for onsite subsurface septic disposal which has been sized in accordance with Title 5 requirements based upon estimated sewage design flows and the soil types determined to exist in the field. Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.3.2 Option C2 : Combining Option B above with public sewers being extended to the subject site via a gravity and force main system down Main Street (Route 16). Based upon the sketch design, estimate associated cost or cost range based upon industry unit pricing. Include any demolition or land acquisition costs in the estimate.

11.4 Progress Meeting – This meeting is intended to provide final comments regarding the Alternatives Analysis and Draft Letter Report before they become final;

11.5 Alternatives Analysis : Prepare a report for submittal to the BFCC summarizing at least the six (6) alternatives presented above for consideration. Each of the alternatives shall include a narrative and preliminary sketch drawing showing the concept considered. Among other things, the factors of primary concern for evaluation include cost, suitability, viability, and general preference. A draft letter report should be submitted to the BFCC for review and discussion prior to presenting the Final Alternatives Analysis Report and selection of the Preferred Alternative.

PHASE III – SCHEMATIC DESIGN

12.0 Schematic Design – Based upon the selection of the preferred Alternative under Item 11.5 above, a schematic design of the facility will be completed for this stage of the project. The schematic design will include a rough layout for the Highway, Fire and Police Stations utilizing a 20-year design life. It will also include concept sketch layouts for the floor plans of each of the buildings;

13.0 Draft Letter Report – A draft letter report will accompany the schematic design and will indicate design assumptions and parameters used in developing the layout provided, and will also include any recommendations to improve the site design and layout including but

Page 18 of 23

Page 57:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

not necessarily limited to land acquisition, offsite improvements, etc. Finally, a budgetary cost estimate will be included in order for the BFCC to forward a recommendation to fund the project at the next scheduled Town Meeting. Identification of potential funding sources for implementation of the Safety Complex Design and/or Construction should also be included;

14.0 Progress Meeting – This meeting is intended to provide final comments regarding the schematic plans and Draft Letter Report before they become final;

15.0 Final Schematic design and Letter Report – Comments and edits resulting from the Progress meeting above shall be compiled into a final set of documents;

16.0 Presentation – Present final design and letter report to the Board of Selectmen, and Town Meeting, if necessary;

17.0 Deliverables – The Final Deliverables of the project will include the following: the final concept plans; the final letter report with all supplemental information such as appraisals, interviews, etc.; AutoCAD files of the final drawings; Copies of any plans filed at the registry of deeds; any other relevant documents produced as part of this study; an electronic pdf file of the final report.

Ongoing communication and progress reviews with the Owners Project Manager (OPM) is required as part of this project.

Eight (8) copies of all progress reports will be expected throughout the project duration. Ten (10) copies of the final report shall be submitted upon completion of the project. The Consultant shall indicate the anticipated percentage of effort per task and manhours to be expended on each particular task for review by the BFCC during the Selection process.

16.0 Project Phases and Work PlanThe Feasibility Study & Schematic Design shall be completed within 8 months of the executed contract. The estimated schedule for completion of the Scope of Work Task Items is as follows:

Phase I – Program Development: 4 – 6 weeks

Phase II – Feasibility Study: 8 – 12 weeks

Phase III – Schematic Design: 8 – 12 weeks

Estimated Total Duration: 20 - 30 weeks

The durations listed above are estimates only. Actual durations may vary depending upon the agreed upon solution and the extent of required document. Such variances in estimated time will not, in and of themselves, constitute a justification for an increased Fee for Basic Services, nor are they a substitute for the performance time requirements shown below.

Page 19 of 23

Page 58:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

The Designer performance times listed in the table below are requirements, not estimates. The BFCC will review each submission and, if acceptable, provide notice to the Designer to proceed to the next phase.

The Designer’s adherence to the performance times listed below will be part of the Owner’s performance evaluation of the Designer’s work, which will be conducted at the end of the Project.

Task(s) Description within __ weeks of executing Contract 1.1 Kick off Meeting 25.0 Program Needs Report 8

7.0 – 11.0 Feasibility Study Field Work 1612.0 Feasibility Study Alternatives Analysis 18

13.0 – 15.0 Schematic Design 2616.0 – 18.0 Final Schematic Design & Letter Report 30

Page 20 of 23

Page 59:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

Attachment B

Designer's Basic Fee

Task Description % of Contract Price Dollar ValuePhase I. Program Development1.0 Meeting(s) % $2.0 Interviews % $3.0 Existing Space Review % $4.0 Space Needs Assessment % $5.0 Program Needs Report % $6.0 Progress Meeting % $

Subtotal Phase I:$______________________Phase II. Feasibility Study7.0 Plan Preparation % $8.0 Easements % $9.0 Environmental Site Assessment % $10.0 Soil Evaluation % $11.0 Alternatives Analysis

11.1 Option A % $11.2 Option B % $11.3 Option C % $

12.0 Progress Meeting(s) % $13.0 Alternatives Analysis % $

Subtotal Phase II:$ ______________________Phase III. Schematic Design14.0 Schematic Design % $15.0 Draft Letter Report % $16.0 Progress Meeting(s) % $17.0 Final Schematic Design & Letter

Report% $

18.0 Presentation % $19.0 Deliverables % $

Subtotal Phase III:$ ______________________

Totals: 100.00 % $

Page 21 of 23

Page 60:  · Web view04/24/12 - Last day for questions from Respondents. 05/02/12 - Submittal Packages Due. 05/16/12 - Respondents short-listed (3 – 5 Respondents). 06/06/12 - Interview

Town of Douglas, MA Municipal Safety Complex Contract for Designer Services

[INSERT DESIGNER FEE SCHEDULE]

Page 22 of 23