Request for Qualifications for NH State Forest Nursery Renovation

expired opportunity(Expired)
From: New Hampshire(State)
RFQL DNCR 2024-02

Basic Details

started - 24 Feb, 2024 (2 months ago)

Start Date

24 Feb, 2024 (2 months ago)
due - 12 Apr, 2024 (15 days ago)

Due Date

12 Apr, 2024 (15 days ago)
Bid Notification

Type

Bid Notification
RFQL DNCR 2024-02

Identifier

RFQL DNCR 2024-02
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

3 | P a g e Statements of Qualifications may be submitted by U.S. Mail, Delivery Service, In Person, and Electronically, and must be addressed to: State of New Hampshire Department of Natural and Cultural Resources 172 Pembroke Road Concord, NH 03301 c/o Albi Fioravante, Project Administrator Statements of Qualifications must be clearly marked as follows: Qualifications Statement for NH Forest Nursery Renovation All Statements of Qualifications submitted in response to this RFQ must consist of at least: 1. One (1) original and Three (3) clearly identified copies of the Statement of Qualifications, including all required attachments. 2. One (1) clearly identified electronic copy of the Statement of Qualifications, including all required attachments contained on digital media such as PDF. B. Inquiries All inquiries concerning this RFQ, including but not limited to, requests for clarifications, questions, and any changes to the RFQ, shall be submitted via email to the following RFQ
designated Points of Contact: TO: Albi Fioravante, Project Administrator Tel: 603-271-3206 E-mail: albdios.v.fioravante@dncr.nh.gov SECTION 4 - Content and Requirements for a Statement of Qualifications Statements of Qualification shall follow the below format and provide the required information set forth below: 1. DESCRIPTION OF SERVICES TO BE PROVIDED: Include a formal letter describing how the firm would carry out and manage the project, the anticipated project timeline, and the invoicing system and payment schedule you would propose to cover your fee. Do not make a fee proposal in your Statement of Qualifications. The letter should provide a written commitment to participate in the project as described in your letter if selected. The letter must be signed by the firm principal who will manage the project. 2. EXPERIENCE: Provide a description of the firms and project engineers experience with similar types of projects which would provide insight valuable in carrying out this project. Provide resumes of the firm members who would work on this project. 4 | P a g e 3. LIST OF PROJECTS: Provide a list of projects completed by the firm within the last 10 years which are similar or relevant to this project. 4. REFERENCES: Provide a list of at least 3 clients for projects of similar character or scope who will provide a reference for your firm. Include the name, telephone number and e- mail address of the contact person. SECTION 5 Evaluation of Submissions A. Criteria for Evaluation and Scoring The Agency will establish an evaluation team to score the Statements of Qualifications. This evaluation team will review the Statements of Qualifications and give a score based on the following evaluation criteria. Statements of Qualifications will be reviewed by DNCR. At its discretion, DNCR may seek input, recommendations, and assistance from: DNCR Forest & Lands Director DNCR Forest & Lands Administrator DNCR Forest & Lands Nursery Manager DNCR CP&M Projects Administrator DNCR CP&M Architect From review of the submissions received, the selection committee will designate a short list of the most suitable candidates for this project. Usually, the short list has 3 candidates, but the number selected is up to the selection committee. The short-listed candidates will be invited to be interviewed. The interview dates will be 4/17-18/2024, and the interviews will be conducted at DNCRs office in Concord. EVALUATION CRITERIA POINTS Project Engineers Experience Maximum 25 Points 5 or more years experience 25 Points 3-4 years experience 15 Points 1-2 years experience 10 Points No experience 0 Points Firms Project Completion Background Maximum 20 Points Completion of 5 previous, similar type projects within proposed time frame & budget 20 Points Completion of 3-4 projects 10 Points Completion of 1-2 projects 5 Points No projects were completed 0 Points References from Similar Projects Maximum 20 Points 5 | P a g e Expertise in climate-controlled storage or commercial walk-in cooler designs Maximum 35 Points MAXIMUM TOTAL POINTS 100 POINTS B. Planned Evaluations The Agency plans to use the following process: Statements of Qualification will be scored based upon the criteria and standards contained in this RFQ and from applying the weighting in this section. Per RSA 21-I:22, the Agency will establish a short list of not less than three (3) firms for further evaluation. Oral interviews and reference checks, to the extent they are utilized by the Agency, will be used to refine and finalize scores. Final evaluation and scoring. Selection of the highest scoring candidate and begin contract negotiations. C. Rights of the Agency in Accepting and Evaluating Statements of Qualifications The Agency reserves the right to: Make independent investigations in evaluating Statements of Qualifications. Request additional information to clarify elements of a Statement of Qualifications. Waive minor or immaterial deviations from the RFQ requirements, if determined to be in the best interest of the State. Omit any planned evaluation step if, in the Agencys view, the step is not needed. At its sole discretion, reject any and all submissions at any time; and Open contract discussions with the second highest scoring candidate and so on if the Agency is unable to reach an agreement on Contract terms with the higher scoring Proposer(s). Section 6 Contract Terms and Award A. Award This is a qualifications-based consultant selection process; candidates will be ranked in order of preference without consideration of the consultants fee requirements. After candidates have been ranked, fee negotiations will be opened with the top ranked candidate. If agreement on the fee amount can be reached, a contract will be issued for signatures and forwarded to the Commissioner of the Department of Natural and Cultural Resources for approval. If no agreement is reached, negotiations with that candidate will be terminated and negotiations will be opened with the next highest ranked candidate. This process will continue until an agreement is reached or the Director of Forests and Lands exercises their right to reject any and all submissions. 6 | P a g e If the State decides to award a contract as a result of this RFQ process, any award is contingent upon approval of the Contract by Governor and Executive Council of the State of New Hampshire and upon continued appropriation of funding for the contract. B. Standard Contract Terms The successful candidate(s) will be expected to enter into a contract with the State of New Hampshire. The terms and conditions set forth in Form P-37 General Provisions are mandatory and will apply to any contract awarded to the candidate. In addition, engagement specific terms and conditions will be negotiated with the candidate and included in the final contract. For the convenience of the candidates, and reference only, Form P-37 has been included in Appendix A. Candidates shall not be required to fill in the P-37 Form until after final selection and contract negotiations are complete. C. Special Terms to Be Included in A Contract Resulting From this RFQ The following Terms and Conditions shall be included as Exhibit A Special Provisions of Form P-37: Consultants Responsibilities A. The Consultant shall perform its services consistent with the professional skill and care ordinarily provided by professionals in the same discipline practicing in the same or similar locality under the same or similar circumstances. The Consultant shall perform its services as expeditiously as is consistent with such professional skill and care and the orderly progress of the Project. B. The Consultant shall be responsible for the technical accuracy of its services and documents resulting therefrom, and the Department shall not be responsible for discovering deficiencies therein. The Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in Department-furnished information. C. The Consultant shall identify a representative who is authorized to act on behalf of the Consultant with respect to the Project. D. The Consultant shall be licensed in the State of New Hampshire to perform the services described in this Agreement or shall cause such services to be performed by appropriately licensed professionals. E. The Consultant shall coordinate its services with those services provided by the Department or the Departments other Consultants. The Consultant shall be entitled to rely on the accuracy and completeness of services and information provided by the Department and the Departments other consultants. 7 | P a g e Departments Responsibilities A. The Department shall provide information in a timely manner regarding requirements for and limitations on the Project. B. The Department shall identify a representative who is authorized to act on behalf of the Department with respect to the Project. C. The Department will review project documents for consistency with Project requirements, and that requirements are met, there are no negative impacts to the Departments operations, and that the design is in the States best interest. D. The Department will administer all details in connection with obtaining bids, awarding and preparing contracts, and other contract administrative work required for the Project. Insurance A. In addition to the Insurance provisions indicated in Articles 14 and 15 of the Agreement, the Consultant shall maintain the following insurance for the duration of the Agreement. a. Automobile Liability covering vehicles owned and non-owned used by the Consultant with policy limits of not less than $500,000 Combined Single Limit for bodily injury and property damage. b. Professional Liability covering the negligent acts, errors and omissions in the performance of professional services with policy limits not less than $2,000,000 aggregate. The Department shall be an additional insured on the Consultants primary and excess insurance policies for Commercial General Liability Miscellaneous Provisions A. Hazardous Materials: a. The Consultant shall have no responsibility for the discovery, presence, handling, removal, or disposal of, or exposure of persons to, hazardous materials or toxic substances in any form at the Project site. b. In the event the Consultant or any other party encounters Hazardous Materials at the project site, the Consultant may, at its option and without liability for consequential or any other damages, suspend performance of services on the portion of the Project affected thereby until the Department retains appropriate specialist contractors to identify and, as appropriate, abate, remediate, or remove the Hazardous Materials, and warrants that the site is in full compliance with applicable Laws and Regulations. B. Ownership of Documents: All data, plans, drawings, tracings, estimates, specifications, proposals, sketches, diagrams, calculations, reports or other documents collected, prepared or undertaken either manually or electronically by Consultant under this Agreement, 8 | P a g e immediately become the property of the Department and, when completed, shall bear the Consultants endorsement. The Consultant shall surrender to the Department, upon demand at any time, or submit to its inspection any such document. The Consultant shall have the right, with the written approval of the Department, to use any of the data prepared by it and hitherto delivered to the Department at any later stage of the Project contemplated by this Agreement. Reuse of any of these documents by the State, without written permission of the Consultant, shall be at the States risk. C. Opinions of Probable Construction Cost: Consultants opinions of probable construction cost provided for herein are to be made on the basis of the Consultants experience and qualifications and represents the Consultants best judgement as an experienced and qualified professional generally familiar with the industry. However, since the Consultant has no control over the cost of labor, materials, equipment, or services furnished by others, or over the Contractors methods of determining prices, or over competitive bidding or market conditions, the Consultant cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from opinions of probable construction cost prepared by the Consultant. Appendix A: P-37 Sample Contract Form Adobe Acrobat PDFXML Document Sample P-37 Contract Form 1

25 Capitol Street, State House Annex Concord, NH 03301Location

Address: 25 Capitol Street, State House Annex Concord, NH 03301

Country : United StatesState : New Hampshire

You may also like

DNR RFP Fumigation Services -State Forest Nursery

Due: 09 May, 2024 (in 11 days)Agency: Natural Resources Department

Request For Qualifications: Parks and Recreation Center Renovation

Due: 29 Apr, 2024 (in 1 day)Agency: Morehead City

DNR RFP Fumigation Services -State Forest Nursery

Due: 09 May, 2024 (in 12 days)Agency: State of Minnesota

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

MISCELLANEOUS SERVICES, No 1 (NOT OTHERWISE CLASSIFIED)