Start your 7-day free trial — unlock full access instantly.
← Back to Search
Lead Closed
This opportunity is no longer accepting submissions.
RFP-2 Parkline Bridges - Ashwood Ave & Russel Pl - Evaluation & Design - Receipt of Proposals 12-6-2
BID #: 160
ISSUED: 11/11/2022
DUE: 12/6/2022
VALUE: TBD
100
Rating
Risk Rank
Green Risk
AI-Powered Lead Insights
Executive Summary
The City of Summit is seeking proposals from qualified firms or organizations to provide preliminary design and evaluation services for the reuse of existing railroad bridges for pedestrian pathways. The project involves the evaluation and design for the conversion of two girder bridges, one over Ashwood Avenue and the other over Russell Place, into pedestrian bridges. The scope of work includes inspections, structural analysis, preliminary plan preparation, surveying, cost estimation, and presentation to the City Council and the public. Proposals must be submitted by December 6, 2022, at 4:00 PM.
Web Content
Bid Postings • RFP-2 Parkline Bridges - Ashwood Ave & Russel Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In Search Government Services Community How Do I... Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: RFP-2 Parkline Bridges - Ashwood Ave & Russel Pl - Evaluation & Design - Receipt of Proposals 12-6-2 Category: City of Summit Status: Closed Publication Date/Time: 11/11/2022 6:00 AM Closing Date/Time: 12/6/2022 4:00 PM Related Documents: RFP - Two Parkline Bridges Ashwood Ave and Russell Pl Evaluation and Design - Receipt of Proposals 12-6-22 Return To Main Bid Postings Page Live Edit Smart911 Nixle Report a Concern FAQs Agendas & Minutes For Common Council and all boards and commissions Report a Concern For non-emergency service requests Notifications Sign up to get emergency and general information Make a payment Submit tax, sewer, parking and other payments online Get a permit For parking, Transfer Station, and more OPRA Request Request Open Public Records Act information Helpful Links Emergency Alerts Birth Certificates Report a Concern Construction Updates Employment Staff Directory Transit Schedules & Info City of Summit Webmail /QuickLinks.aspx Site Links Home Site Map Accessibility Copyright Notices Terms and Conditions /QuickLinks.aspx Contact Us City Hall 512 Springfield Avenue Summit, NJ 07901 Phone: 908-277-9400 Regular Hours: Monday through Friday 8:30 am to 4:30 pm Government Websites by CivicPlus® Loading Loading Do Not Show Again Close Arrow Left Arrow Right [] Slideshow Left Arrow Slideshow Right Arrow
Document Text
--- Document: RFP - Two Parkline Bridges Ashwood Ave and Russell Pl Evaluation and Design - Receipt of Proposals 12-6-22 --- NOTE: The City of Summit will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request for Proposals. CITY OF SUMMIT REQUEST FOR PROPOSAL PARKLINE BRIDGES – ASHWOOD AVENUE AND RUSSELL PLACE EVALUATION AND DESIGN ISSUE DATE: NOVEMBER 11, 2022 DUE DATE: DECEMBER 6, 2022 Issued by: City of Summit Department of Community Services Aaron Schrager, P.E. Director & City Engineer 512 Springfield Avenue Summit NJ 07901 Page 2 of 8 GLOSSARY The following definitions shall apply to and are used in this Request for Proposals: "City" - refers to the City of Summit. "Principals" means persons possessing an ownership interest in the Respondent. If the Respondent is a corporation, then the term "Principals" shall include each investor who would have any amount of operational control over the Respondent and every stockholder having an ownership interest of ten percent (10%) or more in the firm. " Proposal" - refers to the complete responses to this RFP submitted by the Respondents. "Qualified Respondent" - refers to those Respondents who (in the sole judgment of the City) have satisfied the qualification criteria set forth in this RFP. "Respondent" or "Respondents" - refers to the interested firm(s) that submit a Proposal. “Review Team” – Members of the City Administration and its legal advisor/s and/or financial advisor/s and/or designated staff as appropriate who shall review the Proposals. "RFP" - refers to this Request for Proposal, including any amendments thereof or supplements thereto. Page 3 of 8 SECTION 1 INTRODUCTION AND GENERAL INFORMATION Section 1.1. Introduction and Purpose. The City is soliciting a proposal from interested persons and/or firms for the provision of completing a PRELIMINARY DESIGN FOR THE REUSE OF EXISTING RAILROAD BRIDGES FOR PEDESTRIAN PATHWAY as more particularly described herein. Through this Request for Proposal process, persons and/or firms interested in providing the City with such services must prepare and submit a Proposal in accordance with the procedures and schedules in this RFP. The City will review Proposal only from those firms that submit all the information required to be included as described herein (in the sole judgment of the City). The City intends to select person(s) and/or firm(s) that possesses the professional, financial and administrative capabilities to provide the proposed services. Section 1.2. Procurement Process and Schedule. The selection of Qualified Respondents is not subject to the bidding provisions of the Local Public Contracts Law, N.J.S.A. 40A:11-1 et seq. The City has structured a procurement process that seeks to obtain the desired results described above, while establishing a competitive process to assure that each person and/or firm is provided with an equal opportunity to submit a Proposal in response to the RFP. Proposals will be evaluated in accordance with the criteria set forth in Section 5 of this RFP, which will be applied in the same manner to each Proposal received. Respondents agree to at all times abide by all requirements of New Jersey law, including, but not limited to any and all relevant Executive Orders and the New Jersey Election Law Enforcement Commission disclosure requirements. Proposals will be reviewed and evaluated by the Director of Community Services and its legal advisor/s and/or financial advisor/s and/or designated staff as appropriate (collectively, the "Review Team"). The Proposals will be reviewed to determine if the Respondent has met the minimum professional, administrative and financial criteria described in this RFP. Under no circumstances will a member of the Review Team review responses to an RFP for a position which they or their firm submitted a response. Based upon the totality of the information contained in the Proposal, including information about the reputation and experience of each Respondent, the City will (in its sole judgment) determine which Respondents are qualified from professional, administrative and financial standpoints. The RFP process commences with the issuance of this RFP. The steps involved in the process and the anticipated completion dates are set forth in Table 1, Procurement Schedule. The City reserves the right to, among other things, amend, modify or alter the Procurement Schedule upon notice to all potential Respondents. All communications concerning this RFP process shall be directed to the City’s Designated Contact Person, in writing. Designated Contact Person: Aaron Schrager, P.E. – Director & City Engineer City of Summit Department of Community Service, 2nd Floor 512 Springfield Avenue Summit, NJ 07901 Page 4 of 8 Proposals must be submitted to and received by the City, either by hand delivery, delivery service, or US Postal Service delivery, no later than 4:00 p.m. prevailing time on December 6, 2022. Proposals will not be accepted by facsimile transmission or e-mail. Subsequent to issuance of this RFP, the City (through the issuance of addenda to all firms that have received a copy of the RFP) may modify, supplement or amend the provisions of this RFP in order to respond to inquiries received from prospective Respondents or as otherwise deemed necessary or appropriate by, and in the sole judgment of, the City. TABLE 1 ANTICIPATED PROCUREMENT SCHEDULE ACTIVITY DATE 1. Issuance of Request for Proposal November 11, 2022 2. Receipt of Proposals December 6, 2022 3. Consideration of Contract Award Resolution by Common Council December 20, 2022 Section 1.3. Conditions Applicable to RFP. Upon submission of a Proposal in response to this RFP, the Respondent acknowledges and consents to the following conditions relative to the submission: The City may or may not award a contract as a result of this RFP. If a contract is awarded, the successful Respondent will be required to comply with all local, State and Federal laws as applicable to the contracted services, including but not limited to: N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 (Affirmative Action); 42 USC S12101 et seq. (Americans w/ Disabilities Act); N.J.S.A. 52:32-44 (Business Registration), N.J.A.C. 17:44-2.2 (Document Retention), and any subsequent amendments thereto; and the City’s current Minimum Standard Vendor Insurance Requirements as adopted by Common Council. All costs incurred by the Respondent in connection with responding to this RFP shall be borne solely by the Respondent. The City reserves the right, in its sole judgment, to reject any Respondent that submits incomplete responses to this RFP, or a Proposal that is not responsive to the requirements of this RFP. The City reserves the right, without prior notice, to supplement, amend, or otherwise modify this RFP, or otherwise request additional information. All Proposals shall become the property of the City and will not be returned. All Proposals will be made available to the public in accordance with applicable laws after the RFP’s have been opened past the stated deadlines. The City may request Respondents to send representatives to the City for interviews. Any and all Proposals not received by the City by 4:00 p.m. prevailing time on December 6, 2022 will be rejected. Page 5 of 8 Neither the City, its consultants or advisors, nor their respective staffs, including, but not limited to, the Review Team, shall be liable for any claims or damages resulting from the solicitation or preparation of the Proposal, nor will there be any reimbursement to Respondents for the cost of preparing and submitting a Proposal or for participating in this procurement process. Section 1.4. Rights of City. The City reserves, holds and may exercise, at its sole discretion, the following rights and options with regard to this RFP and the procurement process in accordance with the provisions of applicable law: • To determine that any Proposal received complies or fails to comply with the terms of this RFP. • To supplement, amend or otherwise modify the RFP through issuance of addenda to all prospective Respondents who have received a copy of this RFP. • To waive any technical non-conformance with the terms of this RFP. • To change or alter the schedule for any events called for in this RFP upon the issuance of notice to all prospective Respondents who have received a copy of this RFP. • To conduct investigations of any or all of the Respondents, as the City deems necessary or convenient, to clarify the information provided as part of the Proposal and to request additional information to support the information included in any Proposal. • To suspend or terminate the procurement process described in this RFP at any time in the City’s sole discretion. If terminated, the City may determine to commence a new procurement process or exercise any other rights provided under applicable law without any obligation to the Respondents. The City shall be under no obligation to complete all or any portion of the procurement process described in this RFP. Section 1.5 Addenda or Amendments to RFP. During the period provided for the preparation of responses to the RFP, the City may issue addenda, amendments or answers to written inquiries. Those addenda will be noticed by the City and will constitute a part of the RFP. All responses to the RFP shall be prepared with full consideration of the addenda issued prior to the proposal submission date. SECTION 2 SCOPE OF SERVICES It is the intent of the City to solicit Proposals from Respondents that have expertise in the provision of PROVIDING PRELIMINARY PEDESTRIAN BRIDGE DESIGN AND EVALUATION AND PREPARATION OF PRELIMINARY ENGINEERING CONSTRUCTION COST ESTIMATES OF REQUIRED DESIGNS. Firms and/or persons responding to this RFP shall be able to demonstrate that they will have the continuing capabilities and experience to perform the services required. All work must be performed by an engineer licensed in the State of New Jersey and/or under the supervision of a NJ-licensed engineer, herein referred to as the “Consultant”. Page 6 of 8 The scope of services includes the following the bridges and trail locations to be constructed are: Existing Railroad Bridges to be Converted to Pedestrian Use: 1. Girder Bridge over Ashwood Avenue 2. Girder Bridge over Russell Place The proposed scope of work to be performed by the Consultant includes the following tasks: 1. Attend an in-person kickoff meeting with City staff to formalize the expectations, scope, and timeline for the project. 2. Review of current available information made available for the proposed pathway, existing bridges and potential site locations for the parking lot and stairs. 3. Perform a hands-on inspection of the existing structures including both the superstructures and substructures. No as-built plans for the bridge are available, therefore, detailed measurements shall be taken to determine the existing steel geometry and properties. The concrete abutments are to be measured, hammer sounded and visually inspected for concrete deterioration and delamination. Close attention shall be given to the bridge seat and backwalls. The inspection shall be done in accordance with National Bridge Inspection and NJDOT standards. Assume roadway beneath will be closed to all traffic. Traffic control provided by City. Assume manlift will be required. 4. Perform a structural analysis of the bridges to determine the feasibility of reuse for pedestrians. Prepare a report presenting the feasibility of reuse and the repairs required. The analysis is to be done in accordance with the AASHTO Specifications for Pedestrian Bridges. 5. Upon approval of the proposed bridge repairs from the City, prepare preliminary bridge plans depicting the plan and proposed cross sections including proposed steel repairs and deck system. It is assumed that the deck will consist of timber or timber-like material. 6. Provide survey in critical areas to verify mapping and determine elevations at bridges. Survey to supplement and confirm existing mapping. 7. Prepare Preliminary Engineering Construction Cost Estimates for the proposed bridge work. 8. Finalize and submit all Preliminary Plans and Cost Estimate to the City for review. After review, meet with the City Engineer to discuss the plans and estimate. Incorporate comments as required. 9. Attend one (1) City Council Meeting to present the report, recommendations, and cost estimates. 10. Attend one (1) Public meeting to present the preliminary plans and cost estimates. Reference: City of Summit, “Engineering & Environmental Assessment, Summit Park Line Project” prepared by Mott MacDonald dated November 2020 Page 7 of 8 SECTION 3 SUBMISSION REQUIREMENTS Section 3.1 General Requirements. The Proposal submitted by the Respondent must meet or exceed the professional, administrative, and financial qualifications set forth in Section 2 and shall incorporate the information requested below. In addition to the information required as described below, a Respondent may submit supplemental information that it believes may be useful in evaluating its Proposal. Respondents are encouraged to be clear, factual, and concise in their presentation of information. Section 3.2 Administrative Information Requirements. The Respondent shall, as part of its Proposal, provide the following information: 1. An executive summary not to exceed two (2) pages of the information contained in all the other parts of the Proposal. 2. Name, address and telephone number of the firm or firms submitting the Proposal pursuant to this RFP, and the name of the key contact person. Total proposed fee to perform the services required in this RFP. Section 3.3 Professional Information Requirements. 1. Respondent shall submit a description of its overall experience in providing the type of services sought in the RFP. At a minimum, the following information on past experience should be included as appropriate to the RFP: a. Description and scope of work by Respondent; b. Name, address and contact information of a minimum of 3 references; and c. Explanation of perceived relevance of the experience to the RFP. 2. Describe the services that Respondent would perform directly. 3. A narrative statement of the Respondent’s understanding of the City’s needs and goals. 4. List all immediate relatives of Principal(s) of Respondent who are City employees or elected officials of the City. For purposes of the above, “immediate relative” means a spouse, parent, stepparent, brother, sister, child, stepchild, direct-line aunt or uncle, grandparent, grandchild, and in-laws by reason of relation. SECTION 4 INSTRUCTIONS TO RESPONDENTS Section 4.1 Submission of Proposals. Respondents must submit an original and one (1) copy of their Proposal to the Designated Contact Person: Page 8 of 8 Aaron Schrager, P.E. Director & City Engineer Department of Community Services City of Summit 512 Springfield Avenue Summit NJ 07901 aschrager@cityofsummit.org Proposals must be received by the City no later than 4:00 p.m. prevailing time on December 6, 2022 by hand delivery, delivery service, email, or US Postal Service delivery. To be responsive, Proposals must provide all requested information, and must be in strict conformance with the instructions set forth herein. Proposals and all related information must be signed and acknowledged by the Respondent. SECTION 5 EVALUATION The City’s objective in soliciting Proposals is to enable it to select a firm or organization that will provide high quality and cost-effective services to the citizens of Summit. The City will consider Proposals only from firms or organizations that, in the City’s judgment, have demonstrated the capability and willingness to provide high quality services to the citizens of the City in the manner described in this RFP. Proposals will be evaluated by the City on the basis of the most advantageous, all relevant factors considered. The evaluation will consider: Experience and reputation in the field; Knowledge of the City and the subject matter addressed under the RFP; Availability to accommodate the required meetings of the City; and Other factors demonstrated to be in the best interest of the City.
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
No Flags Found
liquidated damages
No Flags Found
Quick Actions
Contacts
Aaron Schrager, P.E.
Director & City Engineer · Department of Community Services
hidden@email.com
UnlockExplore More
Timeline
First Discovered
Mar 19, 2026
Last Info Update
Apr 30, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial