27
RFQ/P - 1 TOWN OF WATERFORD REQUEST FOR QUALIFICATIONS AND PROPOSAL DESIGN BUILD SERVICES MUNICIPAL COMPLEX FACILITY RFQ-18-118 The Town of Waterford (hereinafter referred to as Town) invites interested and qualified parties (hereinafter referred to as Contractor, Respondent, or Proposer) to submit qualifications based on the requirements and work scope detailed in this request. The information contained herein outlines the intent and scope of this request and the guidelines governing the submission and evaluation process. THE DEADLINE FOR QUALIFICATIONS IS FRIDAY JUNE 29, 2018 AT 10:00 AM IN THE LOUISE APPLEBY ROOM ., 15 ROPE FERRY ROAD WATERFORD CT, 06385. Interested individuals or parties should obtain the instructions and details from the Town’s website at www.waterfordct.org or via the office of the Purchasing Agent. Any questions are to be directed to the Purchasing Agent at [email protected] Telephone Number 860-444-5842 Rawle Dummett Purchasing Agent

For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

Embed Size (px)

Citation preview

Page 1: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 1

TOWN OF WATERFORDREQUEST FOR QUALIFICATIONS AND PROPOSAL DESIGN BUILD SERVICES MUNICIPAL COMPLEX

FACILITYRFQ-18-118

The Town of Waterford (hereinafter referred to as Town) invites interested and qualified parties (hereinafter referred to as Contractor, Respondent, or Proposer) to submit qualifications based on the requirements and work scope detailed in this request. The information contained herein outlines the intent and scope of this request and the guidelines governing the submission and evaluation process.

THE DEADLINE FOR QUALIFICATIONS IS FRIDAY JUNE 29, 2018 AT 10:00 AM IN THE LOUISE APPLEBY ROOM., 15 ROPE

FERRY ROAD WATERFORD CT, 06385.

Interested individuals or parties should obtain the instructions and details from the Town’s website at www.waterfordct.org or via the office of the Purchasing Agent.Any questions are to be directed to the Purchasing Agent at [email protected] Telephone Number 860-444-5842

Rawle DummettPurchasing Agent

Page 2: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 2

TOWN OF WATERFORD

Municipal Complex Improvements Building Committee

Request for Qualifications

(RFQ/P #18-118 Phase 1)

For

DESIGN-BUILD SERVICES

of a

MUNICIPAL COMPLEX FACILITYat

1000 Hartford Turnpike

Waterford, CT 06385

June 01, 2018

Page 3: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 3

TABLE OF CONTENTS

Section 1 – Introduction Page

3 Section 2 – Project Background & Description Page

4 Section 3 – Scope of Work Page

7

Section 4 – Procurement Schedule Page 7

Section 5 – Submittal Instructions Page 8

Section 6 – Requests for Clarification Page 9

Section 7 – Submission Format Page 9

Section 8 – Selection Criteria & Scoring Page

12 Section 9 – Miscellaneous Information Page

12 Section 10 – Attachments (Issued Separately) Page

13

Page 4: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 4

SECTION 1 - INTRODUCTION

The Town of Waterford (Owner) and its Municipal Complex Improvements Building Committee (Owner's Designee), are seeking a qualified Design-Build firm to undertake preconstruction and construction services for the proposed construction of a Municipal Complex Facility (Project) located at 1000 Hartford Turnpike (a.k.a. Connecticut Route 85) in the Town of Waterford, Connecticut.

The intent of this Request for Qualifications (RFQ) is to identify a list of prequalified contractors that can clearly demonstrate proficiency with a design-build project delivery method.

The Design-Build selection shall be performed using a two-phase process:

Phase 1 (the RFQ Process) The selection committee will review all qualifications submitted and schedule a list of firms for interviews/presentations.

.

Each of the Pre-Qualified Design-Build Entities will ranked based on a scoring rubric and the committee will determine based on overall score how many qualified Bidders will be invited to submit a Design-Build Proposal for this project, which is subject to additional Design Build specifications provided by the owner.

Phase 2 (the RFP Process) is the process for final selection. From among the pre-Qualified Design- Build Entities that submit Proposals, one (1) Proposer will receive the Award of the Design-Build Contract. Selection of the successful Design-Build Entity in Phase 2 shall be based upon pre-established criteria set forth in the RFP, which shall include both price and non-price factors, (scoring rubric) and a potential interview.Award of the Design-Build Contract may be made to that Proposer whose Design-Build Proposal is determined to be the overall the best value to the Owner.

This RFQ is subject to revision after the date of issuance via written addenda. Any such addenda will be posted on the Owner's website and not distributed directly to potential Respondents. It is the Respondent's responsibility to check the Owner's website for addendums prior to submitting.

This RFQ shall not commit the Owner or their Designee to enter into any agreement, to pay any expenses incurred in preparation of any response to this request, or to procure or contract for any supplies, goods, or services.

The Owner or their Designee reserves the right to postpone or cancel this RFQ or reject any and all submittals received, if it deems it is in their best interest to do so.

The Town of Waterford reserves the right to reject any and all responses not deemed in the best interest of the Town of Waterford. The Design-Build Entities shall bear, at their own expense and without reimbursement from the Owner r their Designee, all cost and expense associated with their participation in the RFQ process and if selected of responding to the RFP for this Project.

Page 5: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 5

SECTION 2 - PROJECT BACKGROUND & DESCRIPTION

Project Overview:

The Waterford Municipal Complex is located at 1000 Hartford Road in Waterford Connecticut and houses administrative offices as well as garage space for operations, maintenance and support services for the Town of Waterford Utility Commission (WUC) and Public Works Department (DPW).

The project represents a new construction and renovation to an existing site and not a change in use. The Municipal Complex was constructed at the site of the former New London Textile Print Factory. It is located in an I-G zone and has been in this location for over four decades. The Municipal Complex is serviced by electricity, natural gas, public water, sanitary sewer, cable television, and internet access.

The project consists of the demolition of the existing Municipal Complex structure in two phases and the construction of a new Municipal Complex building on the same parcel. Exterior site improvements will include a revised parking layout along with additional parking spaces for buses and bus employees. During site redevelopment activities, the facility will remain operational for use by the DPW and WUC staff. The demolition of the building will also allow for the completion of site remediation measures.

Throughout this project the construction and demolition will be done in phases, which will allow the office and operations to continue working in their existing building until the facility is constructed. Once built, office staff is to transition into the new building without the need of temporary office trailers. After this relocation, demolition of the remaining building will occur.

The new pre-engineered metal building is being constructed to improve operation efficiency and create a better environment for the DPW and WUC departments. A separate vehicle canopy will be constructed to provide protection for town refuse/recycling trucks. The site has been designed to allow drive-through and drive-around capabilities to increase the overall efficiency, functionality of site operations, and improve access to the site for any emergency response vehicles.

This project has local land-use approvals, which include the Design Review Board (DRB), Planning & Zoning Commission (P&Z), and the Conservation Commission. Alterations to the approved building design(s) may need to be presented to the Waterford’s Design Review Board and Municipal Complex Improvements Building Committee for review and approvals.

The design-build budget for this project has not been finalized, but is anticipated to be between $8 and$10 million, which is to be locally funded and not in association with a Connecticut DOT project. Responses to the RFP phase will be required to include a total price proposal that is less than or equal to the design-build budget.

Building Space and Needs:

Page 6: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 6

The pre-development area of the existing building is approximately 45,100 square feet. After completion of the new Municipal Complex building, the overall square footage footprint will be increased to 53,495 SF, with 61,783 SF of useable space. The pre-engineered metal building will consist of an

Page 7: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 7

Office/Operations area, storage/mechanical area, devoted vehicle maintenance & support space, wash- bay, and garage space for vehicles and equipment.

The building will provide a joint entrance for the WUC and DPW customers and is organized around individual lobbies where the public can interact with the municipal complex staff without having to access the entire facility. Each main office area contains private offices, open workstations for clerks and administrative staff, small meeting rooms and storage spaces. The shared space areas are for centralized IT/servers, large group meetings, men & women locker rooms for field staff and restroom facilities for office staff. An emergency generator will ensure 24/7 operations in the event of a power outage.

The remainder of the building’s interior will be devoted to both the storage and maintenance of the Town vehicles and equipment. The maintenance garage will include a parts department, wood & sign shop and tool room; and will be improved with heating, ventilating and air conditioning equipment. Overhead doors are to be installed for the capability to have operational maintenance bays, two of which will have straight drive-thru capabilities. The DPW vehicle garage will include a new wash-bay with direct drive through access to the garage and overhead doors will be placed around the garage to optimize overall efficiency and vehicle flow.

Site Remediation:

The Municipal Complex property is identified on the EPA’s CERCLIS list as a potential hazardous waste site due to historic operations at the site when it was operated by the New London Textile Print Company prior to the late 1960s. Historic site operations included the spraying of liquid dye wastes on the hill behind the building. The dye liquids percolated through the surface soils or ran down the hill and was collected in lagoons. Solid textile dye wastes were also buried at the northern and southern ends of the property. The site was investigated by the EPA and based on those investigations, it did not reach the next level, which would have been the Superfund National Priority List (NPL). Public Works operations over the last 50 years have also led to soil and groundwater impacts on this site.

To date, clean-up activities have included the excavation and off-site disposal of dye, petroleum, and metals contaminated soils and solid dye wastes. Areas cleaned up included the spray areas on the hill, the former lagoons or ponds, dye waste disposal areas, the firing range, former drum storage areas, the sander storage areas, the bus lot, and other areas related to public works’ historic operations.

One of the goals of this project is to remediate the remainder petroleum impacts from a former fuel oil tank located on the site. DEEP and Town file records suggest that an underground storage tank was removed from behind the main building in the late 1980s and that it had leaked. Soils and groundwater were impacted in the vicinity of this tank, but the impacts were not remediated at the time, possibly because the contamination may likely have spread under the building.

Page 8: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 8

Limited testing data exists under the building slab, but it is expected that the contaminants have travelled on the groundwater table from the rear to the front of the existing building. Detected concentrations of

Page 9: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 9

petroleum hydrocarbons and other contaminants are not at levels that raised a concern for the health of workers in the building.

Geotechnical borings and testing detected additional petroleum-impacted soils north of the existing building, at Remediation Area #3. Historic photographs show stained soils and pavement in the area and it is assumed that the source of these impacts is surficial releases from vehicle and equipment leaks, drips, or backfill.

Site remediation will include the removal of potential and known sources of contamination, soil remediation, removal of floating product from the water table, and groundwater treatment.

Initially, chemicals and petroleum products and oil-containing equipment, tanks, vessels, or drums, both virgin product and wastes, will be carefully transported to the new maintenance garage or off site prior to demolition of the northern end of the building. Oil-water separators will be identified, marked in the field, and cleaned prior to removal. Vehicle and equipment lifts will be identified in the field and removed in such a manner so as to not release any potential contaminants to the environment. The underground storage tank (UST) behind the building will be pumped prior to removal and its contents will be characterized and properly disposed of. The tank will be removed and cleaned on site. Wash water will be collected and disposed of by a tank removal company and will not be allowed to discharge to the storm drain system or the sanitary sewer. Confirmatory soil samples will be collected from the bottom and sidewalls of any excavation associated with oil-containing equipment, tanks, vessels, or drums. We anticipate removal of petroleum contaminated soil from the surface to just below the water table at the rear of the building in Remediation Area #1. Additional petroleum impacted soils will be encountered in a 2-3-foot-thick layer under and in front of the building in Remediation Area #3. This layer will be at or just above the water table, at approximately 4-6 feet below grade. Excavated soils will be tested for contaminants of concern and managed of at a permitted off-site treatment facility.

After soil excavation and removal, it is expected that there will be large excavation with an oil sheen or floating product on the groundwater table. If the product is of sufficient thickness, it will be skimmed from the groundwater table to a holding tank. Collected product will be tested to characterize if for off- site disposal or treatment. If a sufficient thickness does not exist to employ a skimmer, then groundwater contaminated with product will be pumped from the excavation and treated to remove hydrocarbons. Treatment options include oil absorbents, gravity separation, and/or granular activated carbon. Pumped groundwater will be characterized (tested) for petroleum hydrocarbons, volatile organic compounds, and lead. The intent is to treat contaminated groundwater and discharge it to the sanitary sewer system via the DEEP’s General Permit for the Discharge of Groundwater Remediation Wastewater to a Sanitary Sewer. The General Permit requires approval for the discharge by both the DEEP and the POTW authority. It also requires routine testing to ensure compliance with effluent limits set by the DEEP and the local POTW. The Contractor will be required to apply for, certify, and conduct their activities in accordance with the terms and conditions of this General Permit.

Page 10: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 10

After removal of as much product as possible, the groundwater will be treated with an oxygen-release compound (ORC) to promote long-term biodegradation of any residual petroleum product.

All project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project includes installation of groundwater monitoring wells. After completion of this project, a monitoring program will be implemented to evaluate the effectiveness of the remedial measures and to monitor groundwater quality.

SECTION 3 – SCOPE OF WORK

A significant amount of project planning has already taken place and a conceptual design for the work has been developed. The Design-Build Entity will be expected to take the existing conceptual plans and fully develop the construction documents for the construction of the project. The Design-Build Entity may also propose an alternate design if it can be demonstrated to be a more efficient, cost effective, and superior design.

The Design-Build Entity is anticipated to include services for the complete design, management, execution, and construction of the project. These services include, but are not limited to, providing cost estimates throughout design and construction, value engineering, project and construction schedules, managing the design effort, creation of final construction documents, construction (including site work, building erection, and site remediation), project closeout, and warranty work.

Services shall also include, but not limited to, survey, geotechnical investigation, maintenance of traffic, demolition, and coordination with other agencies and entities such as state and local government, utilities, and the public.

In addition, the Design-Builder shall be required to comply with the State of Connecticut Prevailing Wage Rates, as a minimum allowable rate schedule, with those rates adopted and effective at the time of the Award and execution of the Design-Build Contract.

SECTION 4 – PROCUREMENT SCHEDULE

The following is the anticipated schedule for the Request for Qualifications (RFQ) and for the issuance of the Request for Proposals (RFP):

Advertisement of RFQ& June 01, 2018

Deadline for requests for RFQ Clarification: June 15, 2018

Addendum Issued for RFQ Clarification: June June

Page 11: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 11

22, 2018

RFQ Submittal Due: June 29, 2018

Page 12: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 12

Selection of Short-listed Firms: July 24, 2018

RFP Issued to Short-listed Firms: July 27, 2018

Pre-Proposal Conference: August 15, 2018

RFP Proposals Due: September 17, 2018

The Owner and/or their Designee reserve the right, at any time, to adjust the schedule as needed, and any changes to the schedule shall be made by issuance of an addendum.

SECTION 5 – SUBMITTAL INSTRUCTIONS

Interested Design-Build Firms shall submit Five (5) hard copies and one (1) electronic copy of their Qualifications in sealed envelopes clearly marked “RFQ #18-118, Municipal Complex Facility” and be addressed to:

Mr. Rawle Dummett Purchasing Agent

Town of Waterford 15 Rope Ferry Road

Waterford, CT 06385

On or before: 10:00 AM on June 29, 2018

The firm’s name and address must appear on the envelope. Submissions should put forth full, accurate, and complete information as required by this RFQ There will not be a pre-submittal meeting for this RFQ phase.

Facsimile and Email submittals will not be accepted. Submissions received after the stated deadline will not be accepted. The Design-Build Entity assumes full and sole responsibility for timely receipt of its complete Qualifications submittal at the stated location designated for receipt thereof. Failure to meet the submission deadline shall result in disqualification from consideration.

The submittal must be indexed with all sections clearly marked and identifiable; and bound or assembled in loose-leaf binders with a table of contents. Qualification submittals should be limited to a maximum of 30 pages, not including questionnaire and appendices, with single or double line spacing and a font size no smaller than 11 point.

The electronic copy of the submittal shall be a combined PDF file named with the RFQ number and your Firms name. If possible, please reduce the size of the PDF. The electronic copy can be either a “flash drive” or on CD clearly labeled with RFQ number and Firms name.

Page 13: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 13

.

Page 14: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 14

SECTION 6 – REQUESTS FOR CLARIFICATION

The Design-Build Entity is solely responsible to seek clarification, if needed, of any portion of this RFQ document. All requests for clarification must be submitted in writing no later than 4:00 PM on June 15, 2018 by email to Purchasing Agent at [email protected]

Mr. Rawle Dummett Purchasing Agent

Town of Waterford 15 Rope Ferry Road

Waterford, CT 06385

Requests for clarification received after that time will not receive a response. Neither phone calls or inquiries to others will be responded to.

Failure by a Design-Build Entity to seek clarification of any portion of this RFQ shall not relieve them from its representations as set forth hereinabove nor serve as the basis for any claim by the Design-Build Entity that it was mistaken or mislead in connection with the preparation of its Qualification Submittal.

Responses to the requests for clarification will be made in writing and distributed to all Design-Build Entities.

If a Design-Build Entity discovers ambiguity, conflict, discrepancy, omission, or other error in this RFQ, then they should immediately provide written notice of the problem and request clarification prior to the due date. If a submitter knows of or should have known of an error but fails to make notification of such error, then they shall submit at their own risk, and if, awarded the contract, shall not be entitled to additional compensation or time by reason of the error or its later correction.

SECTION 7– SUBMISSION FORMAT

The following information must be submitted in response to this RFQ in the order indicated below. Failure to follow this format may result in the submittal being deemed unacceptable and may be rejected.

1. Cover Letter (1 Page)

Provide a cover letter with the name of the firm making the submission indicating your interest in being selected for this effort. Include a brief description of why your firm is well suited for and can meet the needs of this effort. The letter shall be signed by the individual authorized to bind the respondent or group to all statements and representations made therein and to represent the authenticity of the information

Page 15: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 15

presented.

Page 16: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 16

2. Design-Build Entity Description (2 Page – Max.)

Describe the Design-Build Entity and provide a brief description and history of the firm. Describe the Firm’s ability to self-perform the services for the complete design, management, execution, and construction of this project. Include number of employees, licensed professionals, and technical support.

3. Project Personnel (6 Page – Max.)

Identify the primary personnel that are proposed to work on the Project. Provide a complete organization chart that clearly defines relationships among key personnel that would be assigned to perform the work and indicate all sub-consultants that would be needed and used to perform the work. Identify the project managers, designers, professionals, and construction personnel of the Design-Build and Subconsultants. Provide information regarding previous work experience of personnel from different firms working together on projects of similar size, scope, and nature. Provide resumes (in an appendix) and background information regarding experience and specific job responsibilities. Limit each resume to a maximum of 2 pages.

4. Relevant Experience (10 Page – Max.)

Provide a minimum of three (3) but no more than five project data sheets of similar design work prepared by your Firm. Each project shall include project name, location, size, description of the scope of work involved, date of completion, construction time period, project cost, key personnel and sub-contractors involved, owner reference and contact information. Also describe any design and construction issues that were part of each project and how they were resolved. In addition to the data sheets, letters of references (in an appendix) can be included. Client references must have up to date contact information.

5. Quality Management and Claims/Violations (3 Page – Max.)

Provide a brief overview of your current quality management plan, especially with regard to safety procedures, scheduling, cost control, and coordination with trade contractors. Provide a description of all OSHA, DEEP, and EPA complaints and/or violations in the last five (5) years on your projects and information regarding the status of each even if they are pending. Provide your litigation history for the past five (5) years and describe any outstanding claims, disputes, arbitrations, or legal proceedings that involve your firm.

Page 17: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 17

6. Financial Strength (2 Page – Max.)

. Provide all types of insurance carried and coverage limits. Also provide any statements of changes in financial position. Provide copy (in an appendix) of any financial statements, annual reports, balance sheets, etc. for consideration.

7. Project Understanding and Approach (4 Page – Max.)

Contractor to fully describe the general work they would anticipate performing as a design-build contractor on this type of project and clearly identify work performed by others in support of the project. List and describe major tasks involved. Also describe how your firm can add value to this project and your approach to providing services including areas of opportunity for innovation. Identify strategies and tools used to ensure that the Owner is directly involved in decisions that affect cost, schedule, and quality. Any assumptions regarding this project should be clearly outlined in this section. Contractor should also describe measures that can be taken to minimally impact the work will have on operations, staffing, and the public.

8. Project Schedule and Workload (2 Page – Max.)

Provide details on your current and future anticipated workload and ability to provide this project the attention it requires. Also provide a conceptual timeline that outlines an anticipated work plan that illustrates how the design, management, and construction will be completed. Based on your firm’s experience and limited information provided, recommend an estimated speculation of contract time, in calendar days, necessary to perform the scope of services outlined in this RFQ.

9. Pre-Qualification Questionnaire

Provide a completed and signed Pre-Qualification Questionnaire in the form attached hereto as EXHIBIT A. The information provided is with the understanding that the intentional providing of false information is, in itself, grounds for disqualification.

10. Appendix

Provide all other documents or information requested by the Pre-Qualification Questionnaire or other instructions requested within this RFQ. Provide additional material to support this RFQ Phase. Material in the appendices is outside of the maximum page count and Submitters are encouraged to limit the additional content to concise and pertinent information only.

Page 18: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 18

SECTION 8– SELECTION CRITERIA & SCORING

All Qualification submittals will be evaluated and scored based on the criteria outlined in this section. It is the intention of the Owner to short-list the most highly qualified project teams.

Points (Maximum)

Firm Organization 15

Project Team & Personnel 15

Relevant Experience 30

Project Approach and Methodology 20

Workload & Capacity 5

Quality Management & Violations 5

Financial Strength 5

Overall Quality of Submission 5

Total: 100 Points

SECTION 9– MISCELLANEOUS INFORMATION

The Owner or their Designee reserves the right at any time to request in writing from any or all Design- Build Entities clarification of any information contained in a RFQ submittal.

After the RFQ phase, the selected short-listed teams may not make any significant changes to the composition of the team’s member firms, personnel assignments, and individuals’ roles and responsibilities without the Owner’s written approval.

The selected Design-Build Entity shall also carry and maintain at the firm’s cost, with companies authorized to do business in the State of Connecticut, all necessary liability insurance, including, without limitation, Worker’s Compensation and employer’s liability insurance, commercial general liability insurance, project specific liability insurance, and professional liability insurance to the fullest extent required by applicable law.

The Owner or their Designee reserves the right to duplicate or disseminate any provided materials for internal use. All submittals in response to this RFQ shall become the property of the Owner.

Page 19: For - biznet.ct.gov€¦  · Web viewAll project remediation activities will be performed under the oversight of a Connecticut Licensed Environmental Professional (LEP). The project

RFQ/P - 19

The submittal will be made public available for inspection; however, any portion considered to be exempt from disclosure under the Public records Act should be clearly marked and accompanied with an explanation of the legal authority supporting this assertion.

Submittals found to be incomplete or non-responsive shall not be considered. The RFQ submittal may be rejected if found to be in nonconformance with the requirements and instructions herein contained. A submittal may be found to be non-responsive by reasons, including but not limited to, failure to utilize or complete prescribed forms, conditional submissions, incompleteness, being indefinite or ambiguous, failure to meet deadlines, and improper and/or undated signatures.

Issuance of this RFQ does not commit the Owner to proceed with the solicitation process or to enter into an agreement for the project. The Owner makes no guarantee that an award of agreement will be made as a result of this RFQ.

The Owner reserves the right to investigate the qualifications under consideration, may require confirmation of information furnished, and may require additional evidence of qualifications to perform the scope of work described in this RFQ.

A submittal may be withdrawn at any time prior to the deadline for submitting qualifications by notifying the Owner or their Designee in writing of its withdrawal. The notice must be signed by the submitter. The submitter may thereafter submit a new or modified submittal, provided that it is received no later than the deadline specified in this RFQ. Modifications offered in any other manner, oral or written, will not be considered.

SECTION 10 – ATTACHMENTS (Issued Separately)

EXHIBIT A: Pre-Qualification Questionnaire

EXHIBIT B: Existing Conditions Plan

EXHIBIT C: Soil & Water Remediation Plan

EHHIBIT D: Site layout Plan

EXHIBIT E: Conceptual Floor Plan