REQUEST FOR PROPOSAL FOR REVALUATION PROGRAM FOR THE TOWN OF SALISBURY, CONNECTICUT - CLICK HERE FOR FURTHER INFORMATION

Agency: Town Of Salisbury
State: Connecticut
Type of Government: State & Local
NAICS Category:
  • 541512 - Computer Systems Design Services
  • 541519 - Other Computer Related Services
  • 541611 - Administrative Management and General Management Consulting Services
  • 541990 - All Other Professional, Scientific, and Technical Services
Posted Date: Sep 4, 2024
Due Date: Oct 31, 2024
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

REQUEST FOR PROPOSAL FOR REVALUATION PROGRAM FOR THE TOWN OF SALISBURY, CONNECTICUT – CLICK HERE FOR FURTHER INFORMATION

LEGAL NOTICE

TOWN OF SALISBURY, CT.

The Town of Salisbury, CT will accept bids for Revaluation of all Real Estate effective for the Grand List of October 1, 2025 accordance with the Town specifications.

Sealed bids for said local revaluation will be accepted at the Selectmen’s Office, Salisbury Town Hall 27 Main St. PO Box 548 Salisbury, CT 06068 October 31, 2024 until 11:00 am.

The Town of Salisbury reserves the right to reject any and all bids, to waive minor irregularities in the bidding, and to select other than the lowest bid if deemed in the best interest of the Town.

Specifications and bid documents are available at the Selectmen’s Office, Salisbury Town Hall 27 Main St. Salisbury, CT 06068

Questions should be directed to the Assessor’s Office Monday, Wednesday & Friday 8:00-12:30 & 1:30-4:00. Tel. 860.435.5176.

Curtis Rand, First Selectman

Attachment Preview

REQUEST FOR PROPOSAL FOR REVALUATION PROGRAM FOR THE
TOWN OF SALISBURY, CONNECTICUT
The Town of Salisbury, Connecticut, (hereinafter termed Town), is undertaking a program to revalue
all Real Property effective October 1, 2025. Contractors interested in providing the Revaluation
Services set forth in the attached Specifications are invited to deliver two copies of the proposal to the
Office of the First Selectman 27 Main St. PO Box 548 Salisbury, CT 06068 no later than October 31,
2024 at 11:00 am, at which time and place such proposals will be opened and read.
All proposals shall be sealed, addressed to the Office of the First Selectman and marked: "Town of
Salisbury Proposals for 2025 Revaluation Services". The attached bid form should be completed as
requested.
All information pertaining to the Contractor's technical and management approach to completing this
project, as well as the proposed cost, timetable and staffing plan, shall be presented in the proposal.
The proposal must address each of the items set forth in the Request for Proposal in order to be
considered responsive. Any proposal that does not respond to each item in the Request for Proposal
shall be rejected by the First Selectman as non-responsive.
The Town reserves the right to reject any, or any part of, or all Proposals: to waive informalities and
technicalities: and to accept the Proposal which the Board of Selectmen and the Assessor deem to be in
the best interest of the Town, whether or not it is the apparent lowest dollar Proposal.
Consideration in the awarding of the Contract will be given to price, prior experience and competence
of the Contractor, the nature and size of the Contractor’s organization and familiarity with the area, and
the quality of similar projects the Contractor has completed in the past.
In addition to addressing each of the items in the specifications, the Contractor must submit, as part of
its proposal, the following information:
1. A Letter of Transmittal signed by the individual authorized to negotiate for and contractually bind
the Contractor stating that the offer is effective for at least sixty (60) Calendar Days from the
deadline for submission of proposals.
2. A list of Connecticut Municipalities for which the Contractor has completed Revaluation
Programs.
3. A list of Connecticut Revaluation Contracts for which the Contractor is currently committed and
the CAMA software being utilized for each contract.
4. Description of the Contractor’s public relations program that would be used during the revaluation.
5. Copy of Contractor’s current Connecticut Revaluation Certificate, which must be held valid from
the time of submission of the bid through completion of all work.
1
1 DEFINITIONS
CONTRACT SPECIFICATIONS
1.1 Assessor: The word "Assessor" shall mean the duly appointed Assessor of the Town of
Salisbury.
1.2 Project: The word "project" shall mean the revaluation of all taxable real property and non-
taxable real property in the Town of Salisbury for tax assessment purposes. This is the five-
year update.
1.3 Contractor: The word Contractor shall hereinafter mean the Contractor who will perform this
project.
2 SCOPE OF REVALUATION
2.1 Basic Scope: Contractor understands that the project requires the complete reappraisal and
revaluation of all taxable and non-taxable real property within the Corporate Limits of the
Town. All work for the project shall be in accordance with these contract specifications and
Connecticut State Statutes in place at completion of project.
2.2 All work to be carried out in this project, as well as all forms, materials, supplies, and software
programs utilized by Contractor, shall conform to and be executed in accordance with the
Connecticut General Statutes and the rules and regulations of the Secretary of the Office of
Policy and Management pertaining hereto and shall be subject to the approval of the Assessor.
2.3 The Town is currently licensed to utilize Vision 8 CAMA software. Data entry may be done
off-site. The live data must be available to the Assessor for data review and to enable the
Assessor to enter changes, such as transfers, address changes, splits, building permits and
special use assessment changes known as PA 490 process to be worked out between Assessor
and Contractor. The Proposal must include software costs, software updates and training. The
system must be fully loaded with all assessment data before the hearings and completion of the
Project. All data entry will be the responsibility of the Contractor, unless otherwise noted
herein. Any software costs or upgrade costs must be specified in the proposal. One experienced
data collector is to be used for all inspections. Field report turn-around time is to be no longer
than two weeks.
2.3.1.a The value to be determined by Contractor shall be the full fair market value, as defined in
Section 12-63 of the Connecticut General Statutes and shall be based upon nationally
recognized methods of appraising. The validity of the sales for the past two years shall be
determined by the Contractor and the Assessor. The Contractor shall calculate both full values
and the 490 values.
The Contractor shall value all newly constructed improvements created prior to 10/1/25, or
those incomplete as of this valuation date, and these parcels shall be included in the contract
price and valued in the same manner as stated above, and as provided hereinafter.
The Contractor's revaluation program will cover and include land, buildings and improvements
in the Town of Salisbury.
2
2.4 Effective Date: The effective date of this revaluation project shall be on the Grand List of
October 1, 2025, and the pricing and valuation by Contractor of all land, buildings and property
under this contract shall reflect a fair market value as of October 1, 2025.
2.5 Parcel Count: 2,858 as of 8.1.2024
State of Ct. 2023 GL M13 & LA4 reports are attached.
Contractor's price for the revaluation is based upon the following anticipated parcel counts:
Residential Parcels
2103
Commercial & Industrial
134
Vacant Parcels
621
_______________________________
Parcel total including Exempt 2858
2.6 Current basis of assessment is 70%.
2.7 The current Mill Rate is 11.0
2.8 Net Taxable Grand List as of October 1, 2023 was $1,512,785,651
2.9 The last revaluation was effective as of October 1, 2020.
2.10 The 2022 population was estimated at 4,170
2.11 The area of the Town is 60.65 square miles.
2.12 The maps will be updated for 10/1/2025.
2.13 Number of sales to be reviewed: estimated 100-125 annually
2.14 Number of Building Permits: est. 390 annually Prior year’s unfinished construction: 16
2.15 The current CAMA system is Vision 8.
2.16 The current Tax Billing System is Quality Data Services, Inc.
2.17 List of unique properties: Private Schools (Salisbury School, Hotchkiss School, Indian Mountain
School), Lime Rock Park, one nursing home, waterfront properties, large estates, affordable
housing units & houses on leased land (housing trust)
3 PERSONNEL AND OFFICE HOURS
3.1 Personnel: Contractor shall provide experienced and qualified personnel, as hereinafter
provided, and will comply with the requirements of the equal employment opportunity
provisions of federal and state governments. Contractor shall submit to the Town written
qualifications of all personnel assigned to this project.
3
Qualifications of Personnel: Contractor will comply with Connecticut Revaluation
Certification Standards. All personnel will be subject to the approval of the Assessor.
The co-ordination challenges of a small office for both the Town and Contractor should be
reviewed prior to starting the project.
3.2 Identification: All Contractor field personnel shall carry suitable I.D. cards, which shall include
an up-to-date photograph, supplied by Contractor and signed by the Assessor or First
Selectman. All automobiles used by Contractor's field personnel shall be registered with the
Selectman’s Office and/or Resident Trooper giving license number, make, model year and color
of the vehicle.
3.3 In-House Office Space: Contractor may use the Assessor’s office at the Town Hall from the
commencement of work on this project through the conclusion of the Board of Assessment
Appeals meetings.
3.4 Conflict of Interest: No Town employee or resident shall be employed by Contractor, except in
a clerical capacity, without the approval of the Assessor.
4 PROTECTION OF THE TOWN
4.1 Bonding: Contractor will secure the faithful performance of the terms of this agreement by
furnishing to the Town a performance surety bond in the amount of this contract, which bond
shall be issued by a reputable bonding company licensed to do such business in the State of
Connecticut. Said bond shall be delivered to the Town prior to the commencement of actual
work and shall be in a form satisfactory to and approved by the Town's attorney. This bond
shall include the appeal requirements of these specifications.
It is understood and agreed that, upon completion of approved delivery to the Town of the
revaluation, that the performance bond shall be reduced to 10 percent of the value of the
contract to cover the defense of all appeals. This reduced amount of bond shall become
effective after the revaluation has been completed and approved by the Assessor and after the
completion of the duties of the Board of Assessment Appeals, as defined herein. The reduced
amount of the bond shall remain effective for one complete calendar year beyond completion of
the revaluation and/or until a final resolution in the courts of any timely appeals taken from the
doings of the Board of Assessment Appeals on the Grand List of October 1, 2025
whichever may come first.
4.2 Insurance: Contractor will, at its own expense, provide and keep in force Workers
Compensation Insurance: (per Connecticut Law) and Employer’s Liability Coverage, Coverage
A at statutory limits and Coverage B at limits of $100,000/ $500,000/ $100,000.
4.2.1 Broad Form Commercial General Liability Coverage: Which names the Town as
additional insured, written on a ‘per occurrence’ basis and with an aggregate cap no less
than three (3) times required limit: $2,000,000 Combined Single Limit (C.S.L).
4.2.2 Automobile Liability Coverage: including coverage for owned, hired or borrowed
vehicles, $2,000,000 Combined Single Limit (C.S.L.).
4
4.2.3 Defense of Town: All insurance companies shall have the duty to defend the Town
against liability or property damage claims arising from the conduct of Contractor and/or
agents or employees.
4.2.4 Insurance Certification: An Insurance certificate shall be required to be filed with the
Town, certifying coverage and limits of automobile, bodily injury liability, property
damage liability and Worker’s Compensation.
“The Town is named as Additional Insured on the Insurance coverage named herein for
the claims arising out of the COMPANY’S performance of the contract herein”.
4.2.5
Patent/Copyright Liability: Contractor shall save the Town harmless from any liability of
any nature or kind, including costs and expenses for, or on account of, any patented or
copyrighted equipment, materials, articles or processes used in the performance of the
contract.
Penalties: Failure by Contractor to complete all work prior to the date specified herein,
1/15/2024, shall be cause for a penalty payment by Contractor, on request of the Assessor,
in the amount of Five Hundred Dollars ($500.00) per day beyond the specified date of
completion, provided the Town delivers its responsibilities.
4.3
Bankruptcy, Receivership, Insolvency: If Contractor, with the result that it does not pay
It’s debts as they become due, or if a receiver shall be appointed for its business or its
assets and not voided within 60 days, or if interest herein shall be sold under execution or
if it shall be adjudicated insolvent or bankrupt, then and forthwith thereafter, the Town
shall have the right, at its option and without prejudice to its rights hereunder, to terminate
the contract.
4.4
Termination: If either party fails to fulfill in a timely and satisfactory manner their
obligations under this agreement, or shall violate any of the covenants, conditions or
stipulations of this agreement, which failure or violation shall continue for 30 days after
written notice of said failure or violation is received by the offending party, unless the
correction of such failure inherently requires a longer period of time and provided further
that the applicable party is proceeding diligently to correct the failure, then the opposing
party shall thereupon have the right to terminate this agreement by giving written notice to
the offending party of such termination and specify the effective date thereof, at least seven
(7) days before the effective date of such termination.
In the event of termination, all finished work and documentation, complete and incomplete,
shall, at the option of the Assessor, be delivered to them. Contractor shall be entitled to the
release of the performance bond and to receive just and equitable compensation for any
work performed under this agreement completed prior to the date of termination.
Notwithstanding the above, in the event of termination, neither party shall be relieved of
liability by virtue of its breach of this agreement.
4.5 Hold Harmless Agreement: Contractor shall, at all times, defend, indemnify, protect and save
harmless, the Town and its officers, agents and employees from any and all claims or demands
for damage for bodily injury, including death or property damages sustained by any party,
including officers, agents and employees of Contractor. Said hold harmless clause shall
include, but not limited to investigation, defense and settlement or payment or judgment of any
liabilities.
5
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Representation of the State of Connecticut in State v. Exxon Mobil Corp. The

State Government of Connecticut

Bid Due: 7/09/2025

Development of the Dr. Patrick Cassidy House at 98 Washington Street This Request

State Government of Connecticut

Bid Due: 7/31/2025

Project: Development of the Dr. Patrick Cassidy House at 98 Washington Street Ref.

City of Norwich

Bid Due: 7/31/2025

RFP- Newtown Greenway Feasibility Study Bid #2025-03

Newtown town

Bid Due: 6/25/2025