watertown, ma rfp public safety study 04.08.11

Upload: mattmacdonald

Post on 07-Apr-2018

220 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    1/16

    Request For ProposalsPublic Safety Study

    Page 1 of 16

    Town of Watertown

    Purchasing DepartmentTown Hall, 149 Main Street

    Watertown, Massachusetts 02472Telephone 617-972-6414 Fax 617-972-6403

    www.watertown-ma.gov

    Request for Proposals

    Public Safety Study

    http://www.watertown-ma.gov/http://www.watertown-ma.gov/http://www.watertown-ma.gov/
  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    2/16

    Request For ProposalsPublic Safety Study

    Page 2 of 16

    TOWN OF WATERTOWN

    REQUEST FOR PROPOSALS

    PUBLIC SAFETY STUDY

    Pursuant to MGL Chapter 30B, the Town of Watertown, Massachusetts, is seeking proposals fromqualified and experienced firms/Proposers to conduct a Public Safety Study of the Watertown Police andFire Departments. The firm must have experience in evaluating Public Safety departments andoperations.

    RFP packets will be made available to the public on Tuesday, April 12, 2011 beginning at 8:30 a.m.Monday Friday, at Town Hall, Purchasing Department, Lower Level, 149 Main Street, Watertown, MA,02472 or at www.watertown-ma.gov/bids. Proposals are to be submitted by 11:00 a.m., Tuesday, May10, 2011. Each firm must submit 8 (eight) hard copies and one electronic copy in Microsoft Word, or pdfformat (either CD, DVD, flash drive or email), along with one separately sealed and clearly marked priceproposal, all marked, Public Safety Study, Town of Watertown and delivered to the Town Hall, PurchasingDepartment, Lower Level, 149 Main Street, Watertown, MA, 02472 no later than 11:00 a.m. on Tuesday,May 10, 2011.

    No reference to pricing in the non-pricing technical proposal is allowed. Failure to adhereto this requirement will result in disqualification. It is the sole responsibility of the Proposer to insure thatthe proposal arrives on time at the designated locating. Late submittals will not be accepted.

    The contract will be awarded by the Town within forty (40) days after the proposal due date. The time foraward may be extended up to fifteen(15) additional days by mutual agreement between the Town and

    the responsible Proposer.

    All costs incurred in the preparation and submission of proposals will be borne of the Proposer.

    If any changes are made to the Request for Proposal (RFP), an addendum will be issued. Proposersshall be responsible for ensuring that all addenda are in receipt prior to proposal deadline. The Town willrequire acknowledgement of all addenda in Attachment A, Price Proposal.

    Questions concerning the RFP must be submitted in writing to: Ms. Raeleen Parsons,[email protected] before 11:00 a.m. Monday, May 2, 2011. Questions may be delivered,mailed, emailed or faxed. Written responses will be emailed to all Proposers on record as having pickedup or have let the Purchasing Department be aware of the document being downloaded from the Townweb site. Responses will be issued on or before 4:30, Thursday, May 5, 2011.

    If at the time of the scheduled proposal due date, the Town Hall is closed due to unforeseencircumstances, the bid due date will be postponed until 11:00 a.m. on the next normal business day.Proposals will be accepted until that date and time.

    After the proposal due date, the Proposer may not change any provision of the proposal in a mannerprejudicial to the interests of the Town or fair competition. Minor informalities will be waived or theProposer will be allowed to correct them. If a mistake and the intended proposal are clearly evident onthe face of the proposal document, the mistake will be corrected to reflect the intended correct proposal,and the Proposer will be notified in writing.

    http://www.watertown-ma.gov/mailto:[email protected]:[email protected]://www.watertown-ma.gov/
  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    3/16

    Request For ProposalsPublic Safety Study

    Page 3 of 16

    The Town may cancel the RFP, or reject in whole or in part and all proposals, if the Town determines thatthe cancellation or rejection serves the best interest of the Town of Watertown.

    All proposals submitted in response to this RFP must remain firm for ninety (90) days following theproposal due date.

    All proposals must be signed as follows: 1) if the Proposer is an individual, by her/him personally; 2) if theProposer is a partnership, by the name of the partnership, followed by the signature of each generalpartner; and 3) if the Proposer is a corporation, by the authorized officer, whose signature must beattested to by the Clerk/Secretary of the corporation and the corporate seal affixed.

    Background

    The Town of Watertown is located in eastern Massachusetts in Middlesex County. It is bordered byBoston and Newton on the south, Belmont and Cambridge in the north and Waltham on the west. TheTown occupies a land are of 4.16 square miles, 72 miles of roadway and has a population of 31,915. Themajor categories of employment for the Town are construction, manufacturing, trade transportation andutilities, financial activities, professional and business services, education and health services.

    One of the Honorable Town Councils Fiscal Year 2012 Budget Policy Guidelines is to proceed with aPublic Safety Study to determine how to best deliver the level of service citizens want, more efficiently.Police, Fire and Dispatch together represent the Town of Watertowns biggest expenditure afterEducation.

    The Town of Watertowns General Fund Budget increased only 1.09% in the last two fiscal years, a .61%decrease in Fiscal Year 2010 and a 1.70% increase in Fiscal Year 2011. Local Aid to the Town ofWatertown decreased $2.9M in these two (2) fiscal years and Economy Driven Revenues continued todecline.

    Some of the factors offsetting the above mentioned decreases are as follows: The Town of Watertownjoined the Commonwealth of Massachusetts Group Insurance Commission; adoption of new Local OptionTaxes; and no increase in base wages for Town employees in Fiscal Years 2010 and 2011.

    Police Department:

    In September 2010, the Watertown Police Department was relocated to a newly constructed PoliceStation located at 552 Main Street from the previous location at 34 John Sonny Whooley Way built circa1930. The Fiscal Year 2011 Police Department General Fund Budget totals $7,270,782 and includesfunding of 65 uniformed police officers. Employee benefits such as Health Insurance and Sick LeaveBuyback are funded elsewhere within the General Fund Budget. Capital items such as infrastructureimprovements and some equipment are included in the Towns Capital Improvement Program and fundedelsewhere within the General Fund Budget.

    The composition of the 65 uniformed police officers is as follows: 1 Chief, 2 Captains, 6 Lieutenants, 9Sergeants and 47 Patrol Officers.

    Staffing reductions of 8 Patrol Officer positions have occurred beginning in Fiscal Year 2009 throughFiscal Year 2011.

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    4/16

    Request For ProposalsPublic Safety Study

    Page 4 of 16

    Fire Department:

    The Watertown Fire Department is located at 99 Main Street, 564 Mount Auburn Street and 270 OrchardStreet. The Fiscal Year 2011 Fire Department General Fund Budget totals $7,252,428 and the Townreceived a Stimulus Grant of $237,000 from the American Recovery and Reinvestment Act (ARRA) that isavailable to the Fire Department in Fiscal Year 2011. Employee benefits such as Health Insurance andSick Leave Buyback are budgeted elsewhere within the General Fund Budget. Capital items such asinfrastructure improvements, some equipment and apparatus acquisition/replacement are included in theTowns Capital Improvement Program and funded elsewhere within the General Fund Budget.

    The Fiscal Year 2011 Budget includes funding of 83 uniformed firefighters operating from three stationsproviding fire/rescue ambulance service while contracting services to ensure Advanced Life Support(ALS) services are provided to all residents and visitors. The Fire Chief completed a Standard ofResponse Coverage Report in 2008 which indicated 69% of the incidents in calendar year 2006 were

    EMS related.

    The composition of the 83 uniformed firefighters is as follows: 1 Chief, 4 Deputy Chiefs, 8 Captains, 15Lieutenants and 55 Firefighters.

    Staffing reductions of 9 firefighter positions have occurred beginning in Fiscal Year 2009 through FiscalYear 2011.

    Objective

    The objective of the Public Safety Study is to perform an assessment of the Watertown Fire Departmentand Police Department, including Dispatch Operations and identify opportunities for improvements inefficiency and cost effectiveness of operations to meet service needs for Watertown. Comparison of theWatertown public safety operations with similar communities and identify possible options for changes inorganization, operations or mutual aid relationships, or consolidation of any duplicated services thatimprove cost effective delivery of public safety service would be considered.

    Scope of Services:

    The successful Proposer shall be responsible for performing a survey and analysis of operations,facilities, budget, organizational structure, management policies/rules/regulations, staffing and leaveusage, functions and activities of both departments, including communications, and potentialregionalization of any aspects, resulting in specific recommendations to improve the efficiency andeffectiveness of both departments, for strategic directions, improvements, management action andbudget impact.

    Specific items to be addressed should include, but not limited to, the following:

    1. Identify Service needed for Watertown based on the characteristics of the community, statutoryand regulatory requirements for response and delivery and comparison with current ability to fulfillthe needs and expectations.

    2. Identify the public safety risks and prioritize the level of risk that must be covered based on thedata and operations of the public safety departments. The type, frequency, distribution, responsetimes, mutual aid and/or contractor provided services, staffing policies, reporting of emergencyand routine responses to all services will be included.

    3. Define services performed by each department, any duplication of services, and services that arenot currently provided, but are needed.

    4. Review the current centralized dispatch operation located in the new police station for Watertownemergency public safety services, including the current organization, management/supervision,

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    5/16

    Request For ProposalsPublic Safety Study

    Page 5 of 16

    training, schedule and data/technology required for each department. Comparison with othersimilar communities and the possible feasibility of consolidation with other departments will beincluded for consideration.

    5. Assess the current plan for deploying the required number of public safety officers andsupervisors, along with vehicles/apparatus used and recommend cost effective alternativesbased on the type of incident for each department. Evaluate whether there are recommendedchanges to improve efficiency and delivery of service.

    6. Evaluate schedules for assigning required personnel, including appropriate staffing, supervisors,management, and support staff to respond from the initial call for routine and emergency servicethrough to generating the incident report and findings, and any subsequent proceedings such ascourt appearance, legal action, or insurance resolution or inspection.

    7. Identify the required staffing levels to meet the needs of the community in the most cost effectiveand complete manner and examine the use of overtime and leave time for each department andin Watertown and comparable communities including operating costs, personnel impacts, andimpact on delivery of service and work load.

    8. Evaluate feasible options for public safety service and delivery to determine whether services can

    be effectively shared with other public and/or private entities. Evaluate needs for servicebackups. Review the possibilities and cost implications of contracted services vs. staffing in eachdepartment.

    9. Evaluate current and planned vehicle/apparatus configuration/ acquisition/replacement,maintenance and assignment practices to determine whether the existing operations are the mostcost effective implementation.

    10. Evaluation of Departmental policies and procedures and collective bargaining provisions thatimpact the efficient operations of the department and public safety service delivery. Revieweducation and/or prevention training requirements, and funding allocation in comparison to othercommunities and standards. Include possible recommendations that may improve the currentpolicies, procedures, training and delivery of services in the most cost effective manner.

    Tentative Timeline:

    RFP Available April 12, 2011 RFP Due May 10, 2011 Contract Award June 15, 2011 Work Begins July 12, 2011 Draft Report Due September 13, 2011 Final Report Due October 4, 2011

    Contract Deliverables:

    Prior to starting the study, the successful Proposer will meet with the Evaluation Committee (EC) toreview the plan to complete the work. The plan will include benchmark communities expected to be

    used in the plan and the schedule for deliverables proposed. The Consultant and Project Team Members will attend periodic meetings as requested by the Town

    Manager or his designee. Draft and final written reports by the Consultant will include the following:

    o Executive Summaryo Scope of Worko Methodologyo Facts & Findingso Conclusions, recommendations and financial estimates for recommendations

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    6/16

    Request For ProposalsPublic Safety Study

    Page 6 of 16

    Final Report and Presentation to Evaluation Committee: (To be presented to the EC one (1) weekprior to the Town Manager and Town Council

    The Proposer shall submit to the Town twenty (20) bound copies (printed double sided) of the finalstudy report, one (1) CD in Microsoft format containing the complete study report, one (1) CD inMicrosoft PowerPoint format containing an outline of the complete study report. This outline will beutilized by the Proposer in both the final presentations to the EC, and the Town Manager and Town

    Council.

    SUBMISSION OF PROPOSALS

    Each Proposer shall include in their proposal a plan to complete the work that includes a scheduleand description of each deliverable.

    Each firm must submit 8 (eight) hard copies and one electronic copy in Microsoft Word, or pdf format(either CD, DVD, flash drive or email), along with one separately sealed and clearly marked priceproposal, all marked, Public Safety Study, Town of Watertown and delivered to the Town Hall,Purchasing Department, Lower Level, 149 Main Street, Watertown, MA, 02472 no later than 11:00a.m. on Tuesday, May 10, 2011. No reference to pricing in the non-pricing technical proposal is

    allowed. Failure to adhere to this requirement will result in disqualification. It is the sole responsibilityof the Proposer to insure that the proposal arrives on time at the designated locating. Late submittalswill not be accepted.

    The total number of public meetings/presentations that the consultant will attend during the studypreparation process. The Proposer to be awarded the contract may be required to give presentationsto the extent necessary to satisfy the Towns requirements or needs.

    Brief description of the Proposers qualifications and similar projects including: A brief history of the Proposers organization. Provide a brief description of up to five (5) representative projects that the Proposer has been

    involved with which are similar in nature to this project. Each project shall include the name ofthe project contact person, addresses, and telephone number as a reference.

    Include resumes of the individuals selected to work on this project and a list of projects they haveworked on. Description of any expectations (financial or labor related) that the Proposer expects the Town to

    incur outside of this contract. Disclose any conditions (e.g. bankruptcy or other financial problems, pending litigations,

    impending merger) that may affect your organizations ability to perform contractually. List anyactions taken by any regulatory agency or litigation involving the organization or its employees oragents with respect to any work performed.

    List any applicable insurance.

    Each Proposer must submit one copy of a similar study conducted for a municipality.

    BASIS OF PROPOSAL SELECTION

    In an effort to reach a decision concerning the best qualified firms, the Evaluation Committee reserves theright to evaluate all factors it deems appropriate, whether or not such factors have been stated in this listof evaluation criteria.

    Based on the Proposals received, the Evaluation Committee will develop a short list of consultants to beinterviewed. The consultants selected to be interviewed will be required to make a 20-minutepresentation on their Proposal to the Evaluation Committee, followed by a 20-minute question andanswer period. The contract award will be made by the Committee after it considers the following criteria:

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    7/16

    Request For ProposalsPublic Safety Study

    Page 7 of 16

    1. Preliminary Evaluation The Proposals will first be reviewed to determine if mandatoryrequirements are met and required information was submitted with Proposal. Failure to meetmandatory requirements will result in the Proposal being rejected. In the event that all Proposalsdo not meet one or more of the mandatory requirements, the Evaluation Committee reserves theright to continue the evaluation of the Proposals and to select the Proposal which most closelymeets the requirements specified in the RFP.

    2. Firm Experience Related experience in recent years with comparable sized communities andthe firms experience and understanding of the concepts and requirements of the Towns PublicSafety needs.

    3. Assigned Project Staff - Professional and academic qualifications; specific experience asadvisor to small and/or medium local or state governmental agencies in recent years; referencesprovided for project leader; availability of both project leader and assigned staff to Departmentstaff on short notice; and, management plan for assignment of work responsibilities betweenmembers of project team.

    4. Responsiveness to Towns NeedsCompleteness and clarity of Proposals (both written andoral); and examples of comparable Public Safety Studies to the Town of Watertown withreferences/contacts.

    5. Cost All prices, costs and conditions outlined in the separately Sealed Price Proposal shallremain fixed and valid for acceptance for 90 days starting on the due date for Proposals.

    The Town reserves the right to reject any and all Proposals and to negotiate the terms of the contract,including the award amount, with the selected firm prior to entering into a contract. A sample contract isattached. If contract negotiations cannot be concluded successfully with the desired Proposer, the Townmay negotiate a contract with another Proposer. The Town may request additional information and/orclarification from any or all Proposers to this RFP.

    PROPOSAL EVALUATION INFORMATION

    RATING COMPARATIVE CRITERIAAll proposals will be reviewed in accordance with MGL Chapter 30B by the Evaluation Committee, andfinal selection will be based uponan evaluation and analysis of the information and materials required

    under the RFP. Proposals that meet the minimum criteria will be reviewed for responses to thecomparative evaluation criteria. The Evaluation Committee will assign a rating of Highly Advantageous,Advantageous or Non Advantageous to each comparative evaluation criteria.

    INTERVIEWSInterviews may be required at the Towns discretion after review of the technical proposals. Companies tobe interviewed will be provided with advance notice of at least five (5) working days. Presentations shouldinclude a 20 minute presentation with a 20 minute question and answer period to follow.

    COMPARATIVE EVALUATION CRITERIA

    COMPARATIVE EVALUATION CRITERIA1. This portion of the proposal is intended to present a description of the Proposers qualification.2 The Proposer should respond briefly to item listed in Comparative Evaluation Criteria, and include all

    requested documentation.

    3 When preparing this portion of the proposal, the Proposer should clearly identify and respond to eachevaluation criteria

    STANDARD REPORTS

    The Proposer shall include a copy of one (1) Public Safety Study report completed by their firm.

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    8/16

    Request For ProposalsPublic Safety Study

    Page 8 of 16

    QUESTIONNAIRE

    1. Name of Firm/Individual2. Address3. Type of Organization

    (Proprietorship, Partnership, Corporation, etc.)4. Is your Firm SOMBA certified (MBE) 5. Federal ID No.6. Is your Firm SOMBA certified (WBE) 7. Year Established8. Name & Title of Principal to contact9. Principal contacts telephone number

    10. Principal contacts Fax Number11. Principal contacts e-mail address

    12. Key Persons, Specialists and Individuals in your firm to be assigned to this project:Name Title Project Role Est. Hours

    13. Key Persons, Specialists, Individuals in consultant firm (subcontractors) to be assigned tothis project

    Name Title Project Role Est. Hours

    Note: Include resume with Technical Proposal

    14. Full time personnel in your firms office by disciplineAverage number employed throughout the preceding 6 month period. Indicate both the total number ineach discipline and, within brackets, the total number holding MA. Registrations

    Discipline No. Emp MA Reg. . Discipline No. Emp MA Reg.

    Total Personnel

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    9/16

    Request For ProposalsPublic Safety Study

    Page 9 of 16

    15.List any contracts, within the last 10 years, that have been terminated by an owner or yourfirm prior to the full term of theagreement.

    Contract Title Year of Execution

    Name and Address of Owner Owners Telephone

    Reason for Termination Contract Value

    Contract Title Year of Execution

    Name and Address of Owner Owners Telephone

    Reason for Termination Contract Value

    16.List any contracts, within the last 10 years, where your firm did not complete the full term oftheagreement.

    Contract Title Year of Execution

    Name and Address of Owner Owners Telephone

    Reason for Not CompletingContract

    Contract Value

    Contract Title Year of Execution

    Name and Address of Owner Owners TelephoneReason for Not CompletingContract

    Contract Value

    17.List any litigation by or against your firm, within the last 10 years, for breach of contact.

    Litigation Initiated By Address Telephone Status of Litigation

    18.Within the last 10 years, has your firm filed for bankruptcy protection? If yes, what is thecurrent status?

    19.Principal Business of this Firm and Principal Specialization:

    20.

    Names & Titles of all Partners or Directors % Stock Ma. Reg. No. Discipline

    As the authorized agent for the Proposer, I attest and swear to the accuracy of the information supplied inthis questionnaire under the penalty of perjury.

    _______________________________________ __________________________________________Signature Printed Name and Title Date

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    10/16

    Request For ProposalsPublic Safety Study

    Page 10 of 16

    Note: If additional space is necessary, please attach additional 8 x 11 sheets to this questionnaire

    REFERENCESThe Proposer shall provide a list of references that can be contacted during the RFP process. All of thereferences must be customers for which the Proposer is/has provided services similar to those outlined inthe RFP. Include the customer name, contact person, his/her title, address and telephone number. (see

    Attachment C)

    Information obtained from reference checks will be utilized in the evaluation.

    HIGHLY ADVANTAGEOUS ADVANTAGEOUS NON ADVANTAGEOUS6 or more references frommunicipalities requiring similarservices

    At least 3, but less than 6references from municipalitiesrequiring similar services

    No references from municipalitiesrequiring similar services

    Contact information complete Contact information complete

    COMPLETENESS OF PROPOSAL

    RATING COMPLETENESS OF PROPOSAL

    HighlyAdvantageous All Requirements, Questionnaire, Comparative Criteria and forms submitted completeand as requested in the RFPAdvantageous All Requirements, Questionnaire, Comparative Criteria and forms submitted complete

    and as requested in the RFP with minor informalities.Non Advantageous Requirements, Questionnaire, Comparative Criteria and forms submitted incomplete

    and not in the form requested in the RFP

    PROPOSERS EXPERIENCE (FIRM)

    RATING YEARS OF RELATED EXPERIENCE

    HighlyAdvantageous

    More than five years of experience providing Public Safety Study Services

    Advantageous More than three, but less than five years of experience providing Public Safety StudyServices

    Non Advantageous Less than three years of experience providing Public Safety Study Services

    PROPOSERS EXPERIENCE (PROJECT MANAGER)

    RATING YEARS OF RELATED EXPERIENCE

    HighlyAdvantageous

    More than five years of experience providing Public Safety Study Services

    Advantageous More than three, but less than five years of experience providing Public Safety StudyServices

    Non Advantageous Less than three years of experience providing Public Safety Study Services

    ATTACHMENTS

    Attachment A Price Proposal Form (must be provided in a separate and sealed envelope)

    Attachment B Non-Collusion/State Tax Status/Authority/Corporate Vote Form

    Attachment C Reference Form

    Attachment D Sample Agreement

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    11/16

    Request For ProposalsPublic Safety Study

    Page 11 of 16

    ATTACHMENT A

    PUBLIC SAFETY STUDY

    PRICE PROPOSAL FORM

    Task Task Description Cost

    1 Management2 Staffing

    3 Services/Practices

    4 Presentation

    5 Materials

    Grand Total

    This RFP includes addenda numbered .

    Company Name of Proposer

    Address

    Signature of Company Official:

    Printed Name of Company:

    Title of Company Official:Phone Number:

    Name of Person Assembling Proposal:

    Title:

    Phone Number:

    Email Address:

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    12/16

    Request For ProposalsPublic Safety Study

    Page 12 of 16

    ATTACHMENT B

    PUBLIC SAFETY STUDY

    CERTIFICATE OF GOOD FAITH AND NON-COLLUSION, TAX COMPLIANCE, AUTHORITY

    The undersigned certifies under the pains and penalties of perjury that the proposal is in all

    respects bona fide, fair and made without collusion or fraud with any other person.As used in this paragraph, the word person shall mean any natural person, joint venture,partnership, corporation, or other business or legal entity.

    Pursuant to M.G.L. Chapter 62C, Section 49A(b), the undersigned certifies under the painsand penalties of perjury that the contractor named below has complied with all laws of theCommonwealth of Massachusetts relating to taxes, reporting of employees and contractors,and withholding and remitting child support.

    The Undersigned certifies under the pains and penalties of perjury that he/she is authorizedon behalf of the contractor named below to submit bids and proposals and executecontracts in the name and on behalf of said contractor. If the bidder is a corporation, whosesignature must be attested by the clerk/secretary of the corporation and the corporate seal

    affixed.

    ______________________________________Social Security or Federal Identification Number

    _______________________________________Company Name

    _______________________________________ _____________________________Printed Name of Signer Signature

    _________________Date

    CERTIFICATE OF VOTE (required if Contractor is a Corporation)

    I, ____________________, hereby certify that I am duly qualified and Acting Secretary of

    ________________________ and I further certify that a meeting of the Directors of said Company, duly

    called and held on __________________, at which all Directors were present and voting, the following

    vote was unanimously passed:

    Voted to authorize and empower the person signing the Bid Certification Sheet on behalf of theCorporation. I further certify that the above vote is still in effect and has not been changed or modified inany respect.

    BY: ________________________

    (Secretary of Corporation)

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    13/16

    Request For ProposalsPublic Safety Study

    Page 13 of 16

    ATTACHMENT C

    PUBLIC SAFETY STUDY

    REFERENCE FORM:

    Municipality Service Provided Contact Person & Title Phone Number

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    14/16

    Request For ProposalsPublic Safety Study

    Page 14 of 16

    ATTACHMENT DSAMPLE AGREEMENT

    TOWN OF WATERTOWN MASSACHUSETTS

    SAMPLE

    AGREEMENT

    PUBLIC SAFETY STUDY

    THIS AGREEMENT made this day of 2011, by and between the Town of Watertown, a municipalcorporation duly organized under the laws of Massachusetts and having a usual place of business at 149 Main Street in

    said Watertown, hereinafter referred to as the Town andhaving a usual place of business at , hereinafter referred to as the

    Vendor.

    WITNESSETH:

    WHEREAS, the Town invited the submission of proposals for a Public Safety Study, hereinafter the Project; and

    WHEREAS, the Vendor submitted a proposal to provide the services required for the Project, and the Town hasdecided to award the contract therefore to the Vendor.

    NOW, THEREFORE, The Town and Vendor agree as follows:

    1. Contract Documents. The Contract Documents consist of this Agreement, and the Vendors Proposal. The Agreement, and proposal submitted by , constitute the entire Agreement betweenthe parties concerning the work, and all are as fully a part of this Agreement as if attached hereto.

    2. The Work. The Work consists of furnishing: a PUBLIC SAFETY STUDY.

    3. Term of Contract. This Agreement shall be in effect beginning 2011 2011 unless terminatedearlier pursuant to the terms thereof.

    4. Compensation. The Town shall pay, as full compensation for items and/or services/ as provided in the proposal ornegotiated:

    5. Payment of Compensation. The Town shall make payments within thirty (30) days after its receipt of Invoice.

    6. Liability of the Town. The Towns liability hereunder shall be to make all payments when they shall become due,and the Town shall be under no further obligation or liability. Nothing in this Agreement shall be construed torender the Town or any elected or appointed official or employee of the Town, or their successors in Office,personally liable for any obligation under this Agreement.

    7. Independent Vendor. The Vendor acknowledges and agrees that it is acting as an independent Vendor for all workand services rendered pursuant to this Agreement, and shall not be considered an employee or agent of the Townfor any purpose.

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    15/16

    Request For ProposalsPublic Safety Study

    Page 15 of 16

    8. Indemnification. The Vendor shall indemnify, defend, and hold the Town harmless from and against any and allclaims, demands, liabilities, actions, causes of action, costs and expenses, including attorneys fees, arising out of theVendors breach of this Agreement or the negligence or misconduct, or the Vendors agents or employees.

    9. Insurance. A. The Vendor shall obtain and maintain during the term of this Agreement the insurance coverage incompanies licensed to do business in the Commonwealth of Massachusetts, and acceptable to the Town, asdescribed below:

    General Liability: $1,000,000 per occurrence$2,000,000 general aggregate$1,000,000 professional liability$2,000,000 minimum umbrella/excess

    Workers Compensation: Mandatory coverage as required by the Commonwealth ofMassachusetts

    B. All policies shall identify the Town as additionally insured (except Workers Compensation) and shall providethat the Town shall receive written notification at least 30 days prior to the effective date of any amendment orcancellation. Certificates showing evidence of such coverage shall be provided to the Town upon the execution ofthis Agreement. Each such certificate shall specifically refer to this Agreement and shall state that such insurance is

    as required by this Agreement. Failure to provide or to continue in force such insurance shall be deemed a materialbreach of this Agreement and shall be grounds for immediate termination.

    10. Assignment. The Vendor shall not assign, sublet or otherwise transfer this Agreement, in whole or in part, withoutthe prior written consent of the Town, and shall not assign any of the moneys payable under this Agreement, exceptby and with the written consent of the Town.

    11. Termination. A. Termination for Cause. If at any time during the term of this Agreement the Town determines thatthe Vendor has breached the terms of this Agreement by negligently or incompetently performing the work, or anypart thereof, or by failing to perform the work in a timely fashion, or by failing to perform the work to thesatisfaction of the Town, or by not complying with the direction of the Town or its agents, or by otherwise failingto perform this Agreement in accordance with all of its terms and provisions, the Town shall notify the Vendor inwriting stating therein the nature of the alleged breach and directing the Vendor to cure such breach with ten (10)days. The Vendor specifically agrees that it shall indemnify and hold the Town harmless from any loss, damage,

    cost, charge, expense or claim arising out of our resulting from such breach regardless of its knowledge orauthorization of the actions resulting in the breach. If the Vendor fails to cure said breach within ten (10) days, theTown may, at its election at any time after the expiration of said ten (10) days, terminate this Agreement by givingwritten notice thereof to the Vendor specifying the effective date of the termination. Upon receipt of said notice,the Vendor shall cease to incur additional expenses in connection with this Agreement. Upon the date specified insaid notice, this Agreement shall terminate. Such termination shall not prejudice or waive any rights or action whichthe Town may have against the Vendor up to the ate of such termination, and the Vendor shall be liable to theTown for any amount which it may be required to pay in excess of the compensation provided herein in order tocomplete the work specified herein in a timely manner. Upon such termination, the Vendor shall be entitled tocompensation for all satisfactory work completed prior to the termination date, as determined by the Town.B. Termination for Convenience. The Town may terminate this Agreement at any time for convenience byproviding the Vendor written notice specifying therein the termination date which shall not be sooner than ten (10)days from the issuance of said notice. Upon receipt of said notice, the Vendor shall cease to incur additional

    expenses in connection with this Agreement. Upon such termination, the Vendor shall be entitled to compensationfor al satisfactory work completed prior to the termination date, as determined by the Town, such payment not toexceed the fair value for the services provided hereunder.

    12. Inspection and Reports. The Town shall have the right at any time to inspect work of the Vendor, including theright to enter upon any property owned or occupied by Vendor, whether situated within or beyond the limits of theTown. Whenever requested, Vendor shall immediately furnish to t he Town full and complete written reports ofhis operation under this Agreement in such detail and with such information as the Town may request.

  • 8/6/2019 Watertown, MA RFP Public Safety Study 04.08.11

    16/16

    Request For ProposalsPublic Safety Study

    Page 16 of 16

    13. Successor and Assigns. This Agreement is binding upon the parties hereto, their successors, assigns and legalrepresentatives. Neither the Town nor the Vendor shall assign or transfer any interest in this Agreement withoutthe written consent of the other.

    14. Compliance with Laws. The Vendor shall comply with all Federal, State and Local laws, rules and regulations andorders applicable to the work provided pursuant to this Agreement, such provisions being incorporated herein byreference, and shall be responsible for obtaining all necessary licenses, permits, and approvals required for theperformance of such work.

    15. Notice. Any and all notices, or other communications required or permitted under this Agreement, shall be inwriting and delivered by hand or mailed postage prepaid, return receipt requested, by registered or certified mail orby other reputable delivery service, to the parties at the addresses set forth on Page 1 or furnished from time to timein writing hereafter by one party to the other party. Any such notice or correspondence shall be deemed givenwhen so delivered by hand, if so mailed, when deposited with the U.S. Postal Service or, if sent by private overnightor other delivery service, when deposited with such delivery service.

    16. Severability. If any term or condition of this Agreement or any application thereof shall to any extent be heldinvalid, illegal or unenforceable by the court of competent jurisdiction, the validity, legality, and enforceability of theremaining terms and conditions of this Agreement shall not be deemed affected thereby unless one or both partieswould be substantially or materially prejudiced.

    17. Governing Law. This Agreement shall be governed by, construed and enforced in accordance with the laws of theCommonwealth of Massachusetts and the Vendor submits to the jurisdiction of any of its appropriate courts for theadjudication of disputes arising out of this Agreement.

    18. Entire Agreement. This Agreement, including all documents incorporated herein by reference, constitutes theentire integrated Agreement between the parties with respect to the matters described. This Agreement supersedesall prior agreements, negotiations and representations, either written or oral and it shall not be modified or amendedexcept by a written documents executed by the parties hereto.

    IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day and year first above written.

    I certify that an appropriation is TOWN OF WATERTOWN, MAavailable in the amount of thisagreement.

    By:Michael J. Driscoll, Town Manager

    Town Auditor

    Approved as to Form:Vendor, Firm Name

    Town Attorney By:Authorized Signature

    Name:

    (Type or Print)

    Title:

    Address:

    .