RFP - Sawtooth Parking Garage Security

Agency: City of Claremont
State: New Hampshire
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
  • Y - Construction of Structures and Facilities
Opps ID: NBD12322490109800156
Posted Date: Feb 21, 2024
Due Date: Mar 19, 2024
Source: Members Only
RFP - Sawtooth Parking Garage Security

General:
The City of Claremont, NH (hereafter referred to as the “CITY”) invites qualified firms to submit proposals for Sawtooth Parking Garage Security (hereafter referred to as the “CONTRACTOR”). Details of the project will be covered in the scope of work section of this document.
Instructions:
Proposals must be submitted in a sealed envelope no later than 11:00 A.M. EST on Tuesday March 19th, 2024, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont NH 03743. Envelope must be clearly marked “Sawtooth Parking Garage Security” Proposals will be opened publicly at that time. Unsealed, late, emailed, or faxed proposals will not be accepted.
CONTRACTORS submitting proposals are responsible for being totally familiar with the City of Claremont and the services requested. The contact person for this project is:
Chief Brent Wilmot, Claremont Police Department
58 Opera House Square, Claremont, NH 03743
Phone: (603) 542

Attachment Preview

Request for Proposal
Sawtooth Parking Garage Security
General:
The City of Claremont, NH (hereafter referred to as the “CITY”) invites qualified firms to
submit proposals for Sawtooth Parking Garage Security (hereafter referred to as the
“CONTRACTOR”). Details of the project will be covered in the scope of work section of this
document.
Instructions:
Proposals must be submitted in a sealed envelope no later than 11:00 A.M. EST on Tuesday
March 19th, 2024, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont NH
03743. Envelope must be clearly marked “Sawtooth Parking Garage Security” Proposals will be
opened publicly at that time. Unsealed, late, emailed, or faxed proposals will not be accepted.
CONTRACTORS submitting proposals are responsible for being totally familiar with the City of
Claremont and the services requested. The contact person for this project is:
Chief Brent Wilmot, Claremont Police Department
58 Opera House Square, Claremont, NH 03743
Phone: (603) 542-9538
Email: bwilmot@claremontnh.com
Proposal specifications are available on the City’s web site,
https://www.claremontnh.com/procurement
It is the prospective bidder’s responsibility to continually check the procurement page for
addendums, updates, and changes.
Guidelines:
All Proposals become the property of the CITY and will therefore be considered a public
document which will be open to public viewing, after the bid opening. This Proposal, if
accepted, will become a legally binding addendum to the eventual contractual agreement with
the CITY. This request for Proposal in no way commits the CITY to make an award or reimburse
any CONTRACTOR for any expense incurred in responding to this request.
The successful CONTRACTOR will be required to provide proof of General Liability, Motor
Vehicle, Worker’s Compensation, and Excess Liability (an “umbrella” policy) insurance,
identifying the CITY as an additional insured, and must be submitted to the CITY upon signing
of a contract for services. The policy must be issued by a carrier that is duly licensed to do
business in the State of New Hampshire. Any subcontractors will be subject to the same
insurance requirements (which will be detailed as a part of the SCOPE OF WORK).
Evaluation Criteria:
All proposals received in response to this RFP will be evaluated to determine if they are
complete and meet the requirements specified in this RFP. The vendor will be chosen based on
who will provide the “best value” taking into consideration the most beneficial combination of
qualifications, services and cost and who has met the requirements of this RFP. Only proposals
judged to be responsive to the submission requirements set forth in this RFP will be evaluated.
Staff will review, analyze and evaluate all proposals and score them in accordance with the
criteria described below. If needed, additional information may be requested from one or more
CONTRACTORS.
The CITY reserves the right:
to accept or reject any or all bids in whole or in part and to accept other than the lowest
price proposal;
to waive any technical defect, qualification, omission, informality, or irregularity in any
proposal received;
to amend, modify, or withdraw this Request for Proposal;
to require supplemental statements or information from a CONTRACTOR;
to extend the deadline for responses to this Request for Proposal;
to waive or correct any irregularities in proposals received;
The CITY may award a contract based upon the proposals received without discussion of such
proposals with proposers. Each proposal should therefore be submitted with the most favorable
terms the proposer can make to the CITY.
The Request for Proposal documents and Notice of Award shall be the agreement between the
CITY and successful proposer with respect to the matters dealt with herein, and such shall
supersede all other oral and written proposals, representations, understandings, and agreements
previously made or existing with respect to any such matter.
Qualification of Bidders:
Each CONTRACTOR must be prepared to present satisfactory proof of their capacity and ability
to successfully complete the requirements of this solicitation.
Proposals shall include a brief summary of similar services provided to municipalities (at least
3), including:
The date (s) of services provided to municipalities
The point of contact with name and telephone number of such clients.
Page 2 of 5
The CITY reserves the right to make whatever investigations or inquiries necessary to determine
the competency and ability of any CONTRACTOR to complete the requirements of this
solicitation. A review may include, but not be limited to, inspection of the CONTRACTOR’s
facilities and equipment, references or previous contract performance.
Award will not be made solely on the basis of the cost of services. Evaluation factors to be
considered in addition to cost shall be:
The CONTRACTOR’s reputation based on past work experience with the CITY and
other references.
Quality of services provided.
Adequate financial resources or the ability to obtain such resources as required to
complete the performance of the project.
Adequate experience, organization, technical and professional qualifications, personnel,
skill, equipment, and ability.
The ability to comply with the time frames proposed.
Scope of Work:
Working Hours 3:00p.m. – 11:00p.m. 7 days a week
Tasks:
Patrol the Claremont Parking Garage, check stairwells and doors to make sure they
remain closed and locked.
Remain vigilant for damage, contraband, and roadway/environmental hazards
Deter vagrancy and/or loitering
Liaise with Claremont PD regarding issues in/around the parking garage
Report all other pertinent public safety issues to Claremont PD that are noticed by the
Security Officer.
Please provide two (2) prices – One with a vehicle pricing, one without a vehicle.
Comprehensive General Liability, including Completed Operations Coverage - $1,000,000 per
occurrence/ $2,000,000 Aggregate – CITY must be named as an additional insured.
Motor Vehicle Liability - $1,000,000 combined single limit – CITY must be named as an
additional insured. Coverage must include all owned, non-owned and hired vehicles.
Worker’s Compensation on all workers providing services under this Agreement; Employer’s
Liability with limits in an amount no less than statutory limits.
All Subcontractors, as agents of CONTRACTOR under this Agreement, are subject to the same
insurance requirements as the CONTRACTOR.
Excess Liability in the minimum amount of $3,000,000 each occurrence – CITY must be named
as an additional insured.
Proposals will be accepted that deviate from the Scope of Work, but all such submissions
must specifically state exceptions to the Scope of Work on their own page labeled
“Exceptions.”
Page 3 of 5
Revisions:
Any questions or inquiries must be submitted in writing and received by 11:00 A.M. on Tuesday
March 12th, 2024, no later than 7 calendar days prior to the proposal due date. Answers to all
questions or information given to a CONTRACTOR in response to a formal request of a
substantive nature will be posted on the CITY’s Procurement Opportunities page on the City of
Claremont, NH website (https://www.claremontnh.com/procurement) no later than five (5) days
prior to the due date.
Only such amendments, when issued by the CITY, will be considered as being binding on the
CITY. Verbal explanations or instructions given by a CITY employee to a CONTRACTOR in
regard to this solicitation shall not be binding on the CITY, and shall be considered informal
unless confirmed in writing by the CITY. CONTRACTORS should note that all clarifications
and exceptions, including those relating to the terms and conditions of the contract, are to be
resolved prior to the submission of a proposal.
Contract:
The final contract will involve, at a minimum, the terms and conditions set forth in this Request
for Proposal including the general conditions, and may include those reflected in the specific
proposal submitted. The content shall be the exclusive source of the CONTRACTOR’S rights
and remedies and shall supersede any and all prior writings, negotiations or agreements of any
kind.
The CITY is exempt of all taxes.
All CONTRACTORS must comply with all applicable Equal Employment Opportunity laws and
regulations.
Deadlines:
Copies of your proposal can be delivered or mailed in, and must be received by the CITY by no
later than 11:00 A.M. EST on Tuesday March 19th, 2024. Proposals received after this deadline
will not be eligible for consideration.
Proposals should be delivered to:
Claremont City Manager
RE: Sawtooth Parking Garage Security
58 Opera House Square
Claremont, NH 03743
(603)542-7002
Page 4 of 5
Proposal Form
Project Title: Sawtooth Parking Garage Security
Proposal from ________________________________ (hereinafter called “CONTRACTOR”) a
corporation organized and existing under the laws of the State of ____________, as a partnership
or an individual doing business as _______________________________.
To the: City of Claremont (hereinafter called “CITY”).
Year 1 Price w/ Car $_______________________
Year 1 Price w/o Car $_______________________
The CONTRACTOR understands that the cost of an extension will be negotiated, and agreed to
by both parties, prior to any agreement being extended.
The CONTRACTOR understands that the CITY reserves the right to reject any or all proposals
and to waive any informality in the proposals.
The CONTRACTOR agrees that this proposal shall be good and may not be withdrawn for a
period of thirty (30) calendar days after the scheduled closing time for receiving proposals.
Signature:
Submitted by: _____________________________ Title: _______________________
__________________________________________________________
__________________________________________________________
__________________________________________________________
(Business Address)
__________________________
(Phone #)
____________________________
(Email Address)
Please list any exceptions to the Bid Specifications separately.
Please supply three (3) references including a name, contact information, type of job
completed, and date of job completion.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >