norwich rfp document: design, build and financing services for a new police station (9/5/14)

Upload: the-bulletin

Post on 10-Oct-2015

42 views

Category:

Documents


0 download

DESCRIPTION

Norwich RFP Document: Design, Build and Financing Services for a New Police Station (9/5/14)

TRANSCRIPT

  • REQUEST FOR PROPOSALS

    RFP No.: 15-02

    Opening Date and Time: November 3, 2014 at 2:00 P.M.

    Title: Design, Build and Financing Services for a New Police Station

    Special Instructions:

    1. A pre-proposal meeting will be held on September 25, 2014 at 10:00 A.M. in Room 319 at Norwich City Hall, 100 Broadway, Norwich, CT. This meeting is not mandatory, but all interested firms are strongly

    recommended to attend.

    2. Written questions must be submitted to the Purchasing Agent no later than 2:00 P.M. on October 23, 2014. They can be sent via U.S. Postal Service, by fax or e-mail to the addresses or fax number listed

    above.

    Return Proposals to:

    William R. Hathaway, Purchasing Agent

    City of Norwich

    100 Broadway, Room 105

    Norwich, CT 06360-4431

    City of Norwich Department of Finance Purchasing Agent Phone: (860)823-3706

    100 Broadway, Room No. 105 Fax: (860)823-3812

    Norwich, CT 06360 E-mail: [email protected]

    The following information must appear in the lower left hand corner of the envelope:

    Sealed Proposal No.: 15-02

    Not to be opened until November 3, 2014 at 2:00 P.M.

  • Page 1 of 14

    Request for Proposals

    No. 15-02

    Design/Build/Financing Services for a New Police Station

    The City of Norwich (City) is soliciting competitive sealed proposals from qualified firms in accordance

    with the solicitation contained herein.

    All proposals must be submitted to the Purchasing Agent, 100 Broadway, Room 105, Norwich, CT 06360

    no later than 2:00 P.M. on Monday, November 3, 2014 and then will be publicly opened in Room 319,

    Norwich City Hall. Proposals received by the Purchasing Agent after the time and date specified will be

    returned to Proposer unopened. The identity of any Proposer or the contents of any proposal shall not

    be public information until after the final selection of a firm has been completed according to schedule.

    Interested qualified firms may download the proposal package from the following websites:

    City of Norwich http://www.norwichct.org/bids.aspx

    State of Connecticut http://www.das.state.ct.gov

    Public Purchase http://www.publicpurchase.com

    Proposal Schedule

    09/05/2014 Proposal Issued

    09/25/2014 Pre-proposal meeting at 10:00 A.M. in Room 319 at Norwich City Hall, 100 Broadway,

    Norwich, CT

    10/23/2014 Last day for written Requests for Information. Must be received by 2:00 P.M.

    11/03/2014 Proposals due no later than 2:00 P.M. Only the Technical Proposals will be opened.

    12/01/2014 Proposal Review Committees report submitted to the City Council.

    Proposers must acknowledge, in writing, receipt of all addenda in the text of their proposals. All official correspondence in regard to the specifications should be directed to and will be issued by the Purchasing Agent. Proposers are cautioned that the City assumes no responsibility for oral explanations or interpretations of solicitation documents.

    The proposal must be signed by an official authorized to bind the Proposer(s) and must contain a

    statement that the Proposal and the prices contained therein shall remain firm for a term of one

    hundred twenty (120) days after the proposals are opened. By mutual agreement of the Proposer and

    the City, the proposal and prices may be extended for additional one hundred twenty (120) day

    intervals.

  • Page 2 of 14

    All proposals submitted in response to this request shall be reviewed and rated by a Committee

    consisting of the Police Chief or his designee, the Purchasing Agent, the Director of Planning and

    Neighborhood Services, the Comptroller, the City Manager, the Public Works Director, the Human

    Resources Director and others who may be appointed by the City Manager or the City Council, based

    upon the evaluation criteria contained herein. If the best Proposer is clearly identified from the point

    summary, there will not be a need for oral presentation. If not, then an oral presentation from a

    minimum of the top two (2) rated firms shall be required.

    This solicitation does not commit the City to award the contract or to the bear any costs incurred in the

    preparation of any proposal. The City reserves the right to reject any or all proposals, waive minor

    irregularities in any proposal or cancel this RFP in its entirety, if deemed in the best interest of the City.

    The City shall, after final approval of the project, and its funding and/or financing, award this contract to

    the Proposer which it has determined is the qualified, responsible proposer for this project.

    CONTRACT APPROVAL The Norwich City Manager, after approval as to form by the Citys Corporation

    Counsel, must approve the contract resulting from this solicitation. This process typically takes six weeks

    from the date the successful contractor is identified. A sample contract is attached for review as part of

    this solicitation. Exceptions to the City's standard contract form may result in refection of your proposal

    or proposal. The City will prepare a formal contract specific to this solicitation for execution by the

    successful contractor.

    BACKGROUND

    The Norwich City Council (Council) created the Police Station Project Committee (Committee) on March

    18, 2013 and charged with the responsibility to:

    Review previous police station project information Identify sites and scope information, including potential new sites, suitable for

    development as a police station to meet the needs and mission of the police

    department.

    Rank, in order of priority, which sites which meet the needs and mission of the police department.

    The Committee submitted its report to the Council on March 27, 2014. A copy of the report is appended

    hereto as Attachment (A).

    On May 14, 2014, the Public Safety Committee of the Council received unsolicited proposals from two

    (2) developers interested in constructing the new police station. The Public Safety Committee

    forwarded the proposals to the Police Station Committee for its evaluation. The Police Station

  • Page 3 of 14

    Committee evaluated the proposals and submitted its report to the Public Safety Committee on July 9,

    2014. That report is appended hereto as Attachment (B).

    Project Description

    The City (the Owner) is seeking competitive design/build/financing proposals from qualified Proposers

    with the ability and capacity to design, construct, manage and provide all construction administration

    and financing for a three (3) story, 51,000 square foot police station, including fifty (50) visitor and one

    hundred forty (140) official vehicle/staff parking spaces.

    General Requirements

    Design-Build Contractor General Responsibilities:

    The Design-Build Contractor (DBC), which includes the Design-Build Team (DBT) members, shall design,

    obtain approval of, provide, construct, test, and turn over to the City a complete useable building or

    buildings, including all systems and products, and outfitted as described by these specifications.

    Prior to submitting a proposal, the DBC shall establish a Design-Build Team. In addition to the

    Contractor, the Design-Build Team members shall include, but not be limited to, the following: Architect,

    Surveyor, Civil, Geo-tech, Structural, and Mechanical, Electrical and Plumbing (MEP) Engineers. Prior to

    the proposal the DBC shall provide the names, addresses, and phone numbers of the DBT professionals

    and Construction Contractor.

    Design and construction shall comply with all current applicable federal, state and local codes including,

    but not limited to, ADA, IBC, NFPA, and State of Connecticut Building and Fire Protection Codes. If there

    are any conflicts between the Codes, Standards, Regulations, Concept Drawings, or the requirements of

    these Design-Build Specifications, the most stringent requirement shall apply.

    The DBC shall provide the site survey, including, but not necessarily limited to boundary, topography,

    utility, right-of ways both public and on-site, existing significant surface features, and identification of

    adjacent properties. Design and construction of the project, including storm water management,

    sediment and erosion control, and landscaping are included in the DBC scope. The DBC shall apply for

    and obtain all necessary permits including, but not limited to, grading, storm water management,

    sediment and erosion control, building, plumbing, sprinkler, fire line, and electrical. Building permit

    applications shall be submitted through the City of Norwich Building Official and will be processed at no

    cost to the DBC. Applications shall be complete with all required plans, attachments, certifications, and

    signatures.

    Design Requirements:

  • Page 4 of 14

    The DBC shall provide all drawings in AUTOCAD 2004 format provided on disk or electronic file and

    information required for the permits listed above. Where required, drawings shall bear the stamp and

    signature of the appropriate Connecticut licensed design professional. The DBC shall designate a

    member of the DB team as the Design Professional in Responsible Charge.

    The design and all design documents shall become the property of the City of Norwich.

    The DBC shall prepare presentation materials for, and meet with, the Review Committee. For new

    buildings, schematic design and design development presentations are required.

    The DBC shall provide a minimum of three design submittals, schematic design (30%), design

    development (60%), and construction documents (90%), for review by the City. Allow two weeks for

    each review of the 30% and 60% submittals and three weeks for review of the 90% submittal. For each

    submittal, provide nine sets of plans for City use.

    The DBT shall attend design review meetings with the City to present the design as it progresses and

    receive and respond to City comments until the 100% construction documents are approved.

    The DBC shall provide an original mylar of each approved 100% Construction Drawing, stamped and

    signed by the appropriate Connecticut-licensed design professional, to the City before start of

    construction. The City will reproduce these drawings for City use in monitoring the construction. The

    DBC shall furnish copies to all DBT members for construction. Any changes made to the design, as shown

    on the Construction Drawings, during construction shall be provided to the City in writing for approval

    before the work is accomplished.

    Design Phases Required:

    Architectural Design Phases:

    Concept Plan: Issued at or prior to the Pre-proposal meeting, the purpose of the Concept Plan provided

    by the City is to indicate program and scope concepts only, and shall not be considered as a schematic

    design document. This is the only plan to be submitted prior to the selection of the DBT.

    Schematic Design: The DBT shall design the building and prepare Schematic Design (30%) plans

    incorporating program and code requirements to include, but not be limited to, site plan including

    building footprint, grading, and site improvements, building floor and roof plans, elevations, and

    notations of major building systems. These drawings shall be submitted to the City for approval prior to

    proceeding with Design Development drawings.

    Design Development: After City approval of the Schematic Design, the DBT shall prepare Design

    Development (60%) documents showing revisions, incorporating grading, landscaping, storm water

  • Page 5 of 14

    management, basic structural, mechanical, electrical, and plumbing systems, and showing other design,

    code, or construction requirements. Provide building section(s) and show relationship to finish grade on

    elevations. Provide calculations for plumbing, electrical and HVAC loads, storm water management

    hydraulics, and building occupancy and egress requirements.

    Construction Documents: After City approval of the Design Development documents, the DBT shall

    prepare the Construction Documents (90%), showing all required details for construction and

    specifications for purchased materials. These drawings shall be provided to the City for approval before

    proceeding with construction. Construction drawings shall include discipline appropriate schedules with

    equipment performance characteristics, plumbing riser diagrams, and final calculations mentioned in

    the previous paragraph.

    Shop Submittals

    The DBC shall provide shop submittals of all project products, materials, and systems, unless noted

    otherwise, for the Citys use during construction. Do not use City Concept Plans or City marked-up

    drawings as shop drawings. The DBC and DBT design professional must review, stamp and sign each

    submittal indicating DBT approval and certification of compliance with the specifications, construction

    drawings and project requirements. Seven (7) copies of the approved shop submittals shall be provided

    to the City. The purchase or fabrication of material prior to approval of submittals is at DBCs risk.

    In some sections, this specification might mention specific manufacturers materials and/or products

    where situations require. Unless otherwise noted, this specification allows for City approved equals for

    City use. Approved equals must meet or exceed the same physical/chemical properties and performance

    of the named material. All submittals requiring or-equal evaluation shall be so identified by the DBC

    upon submission. If the required identification is not provided, the City reserves the right to revoke

    approval of the misidentified submission and reconsider as or-equal, at no additional cost to the City

    or time charged to the Contract time. The DBC shall have not more than thirty (30) calendar days from

    Notice-To-Proceed to submit requests for substitutions. The City shall respond within two (2) weeks to

    advise if requests for substitution are acceptable or if submittals are held for additional information.

    Requesting substitution does not guarantee acceptance by the City. Only approved documents may be

    used for construction.

    Construction Administration:

    The DBC shall submit a bar chart design and construction schedule showing planned and actual start and

    finish dates for each design and construction phase, sequencing, submission dates for required

    deliverables, and major milestones. The schedule shall begin with Notice-To-Proceed through

    Substantial Completion, ending with estimated Final Completion. Schedules shall be provided within two

    weeks of Notice-To-Proceed.

  • Page 6 of 14

    Mechanical, electrical, plumbing, and utility contractors used for construction shall be licensed by the

    State of Connecticut as an appropriate contractor for the work described and in good standing with the

    City.

    During construction, the DBC shall hold bi-weekly progress meetings at the site, including the Owner, DB

    Team members, and representatives of interested subcontractors. The DBC shall record meeting

    minutes and distribute them to attendees prior to the next progress meeting.

    DBT members shall make periodic visits to the construction site as required and shall be available to

    respond to questions from the City and from contractors working for the DBC during construction,

    commissioning, and/or punch-out. DBT members shall also be available for evening meetings with the

    Committee to respond to questions and to provide project updates.

    The DBC or assigned representative shall be on the site at all times of work to provide construction

    supervision, including when sub-contractors are performing work under this contract.

    The DBT shall maintain a set of approved construction documents, with all approved revisions, at the

    site as a record mark-up of as-built conditions. These red-lined plans shall be made available to the City

    throughout the contract.

    The work site shall be maintained in a neat, orderly, and safe condition at all times. Store and dispose of

    waste in accordance with applicable codes and regulations. Do not burn waste materials. Do not burn

    any debris or excess materials on City property. Do not discharge volatile, harmful, or dangerous

    materials into drainage systems. All extra materials shall be disposed of by the DBC as directed by the

    City.

    Prior to final completion, the project shall receive a final cleaning of the entire building and site and

    made ready for occupancy, including: touch-up, repair, and restoration or replacement of exposed

    finishes and surfaces; removal of spills and stains; removal of construction equipment, tools and

    materials; and cleaning of all exposed exterior and interior finishes with appropriate cleaning materials

    and agents. Clean mechanical and electrical equipment to operate at full efficiency, including

    replacement of disposable air filters and cleaning of permanent air filters. The DBC shall hire an

    exterminator to make a final inspection and rid the project of all pests in compliance with local

    regulations.

    When the DBC considers the work Substantially Complete, the DBC shall request inspection. The DBC,

    DB Team members, and the Owner shall conduct the inspection. The DB Team shall prepare the Punch

    List of items to be completed or corrected and submit to the Owner for approval. The DBC shall remedy

    the deficiencies.

    The DBC shall provide operational and maintenance demonstrations and training of mechanical and

    electrical systems to designated members the Citys Department of Public Works.

  • Page 7 of 14

    Prior to Final Completion, the DBC shall submit close-out documents including, but not limited to,

    release-of-liens, warranties, storm water management certification, building erection certification, three

    sets of operation and maintenance manuals which include testing reports, as-built plans including

    AUTOCAD electronic drawing files and documents on reproducible medium.

    Warranties shall be one year or Manufacturers standard, whichever is greater, and unless noted

    otherwise. For roofing systems, the DBC shall provide a twenty-year No Dollar Limit warranty.

    General Structural Requirements:

    The building(s) shall meet or exceed current Norwich City building codes for structural performance and

    capacities, and per the following minimums:

    Assume an allowable soil bearing pressure of 1500PSF, unless verified otherwise by the DBT Geo-

    technical Engineer.

    Roof snow load: 30 PSF.

    Lateral wind load: 80 MPH.

    Mezzanine: Load to suit code requirements and equipment loads.

    Slab-on-grade: 100 PSF, except where greater capacity is required for vehicular

    support, such load requirements provided by the City.

    Floors above lowest level: per code.

    City of Norwich General Responsibilities:

    The City shall provide these specifications, project-specific information and Norwich Standard General

    Conditions for contractual performance and requirements at the pre-proposal conference. The wages

    paid to any mechanic, laborer or workman employed upon the work herein contracted to be done shall

    be at a rate equal to the rate of wages prevailing for the same work in the same trade or occupation in

    the Norwich area as determined by the labor commissioner of the state. DBC shall not expect that the

    conceptual plans and these specifications provide a fully developed and detailed description of all

    elements that must be provided in order to fulfill a specific contract. The City is giving the DBC a general

    idea of its needs. It is the DBCs responsibility to submit a plan that meets those needs and can be

    constructed.

    The project documents, including drawings and all other related information furnished by the DBC, are

    instruments of service in respect to the project. It is understood they are not intended or represented

    to be suitable for reuse on any other projects. These documents, after approval by the City, shall

    become the sole and absolute property of the City of Norwich. Any reuse by the City without specific

    written verification or adaptation by the DBC will be at the risk of the City and without liability or legal

    exposure to the DBC. Any such verification or adaptation accomplished by the DBC at the Citys request

    will entitle the DBC to further compensation at rates to be agreed upon by the City and the DBC.

  • Page 8 of 14

    PROPOSAL REQUIREMENTS

    The proposal will include a technical proposal and cost proposal, each of which will submitted in two (2)

    separate opaque envelopes clearly marked in the lower left hand corner:

    Envelope A- RFP No. 15- X Technical Proposal for Design/Build Services for a New Police Station

    Envelope B RFP No. 15 X Cost Proposal for Design/Build Services for a New Police

    Station

    Envelopes A & B shall be submitted in one (1) envelope or package clearly marked in the lower left hand

    corner RFP No. 15 X, Design/Build for New Police Station, Due Date: November 3, 2014 at 2:00 P.M. If

    using an express mail service providers envelope or package please ensure the RFP No. and title appear

    on the shipping container.

    Technical Proposal

    The Technical Proposal will include information about the Design/Build Team, the Design Team and the

    Builder Team. All sections must be included in your response to this RFP.

    Design/Build Team

    a. Name and address of the design firm b. Name and address of the builder firm c. The name and contact information of the principal that will be representing the entire team d. Current workload and past experience of the design/build team. List all police station

    construction projects the team has worked on over the past five (5) years. Include the

    project name, start and completion dates, the architects estimated cost, original

    construction cost, final construction cost, total square footage and owner contact

    information including the name and address of the owner, name, title telephone number

    and e-mail address of the individual familiar with the project.

    e. A litigation statement, including details of affirmative answers, indicating whether any member of the design/build team has ever been sued or taken to arbitration within the past

    five (5) years. You must provide details, including case number, outcome and monetary

    damages for affirmative answers to any of the following:

    i. failed to complete work awarded to it ii. defaulted on a contract iii. has any pending litigation which could affect the teams ability to perform this

    work

    iv. ever had a contract defaulted for cause within the past five (5) years

  • Page 9 of 14

    v. ever been named in a lawsuit related to errors and omissions with in the past five (5) years

    vi. ever been taken to arbitration within the past five (5) years and had a monetary award entered against it or been judged to have failed to perform under a

    contract

    vii. ever filed for protection under Federal bankruptcy laws within the past seven (7) years

    f. Describe innovative approaches in design and construction that you firm has used relating to speed of completion, quality of construction, security, and/or cost containment on

    projects of similar size and scope and how it may apply to this project.

    g. Describe your firms experience and capabilities in the following areas: i. Energy conservation

    ii. Indoor air quality iii. Technology integration iv. Construction quality standards

    h. Which services will you perform in-house and which will you subcontract? i. Will your firm and your subcontractors provide the City access to requested information

    regarding financial transactions, methods of operation and and all records, reports or

    information about this project? If no, which items will be excluded?

    j. Describe how you envision the partnership between the City of Norwich and your firm during the design/build process. Detail your expectations of interaction between the owner

    and the successful design/build firm.

    k. Explain why the City of Norwich should select your team to provide design/build services for this project.

    Design Team

    a. Provide information about the firms size and financial capability to perform the work in a timely manner

    b. Identify the project manager, this persons experience in designing projects of similar size and scope to this project and previous design/build experience.

    c. Provide the rsums of other registered professionals employed by your firm. Indicate first those professionals that will be assigned to and their responsibilities on this project

    d. Provide a responsibility chart with written descriptions showing how the design professionals will interact with the owner to deliver design services

    e. How does your firm document quality assurance and quality control in the design process and in the issuance of proposal documents?

    f. Provide, in order of relevance, projects of similar size and scope as required by this contract, that were designed by your firm. List all projects the firm has worked on over the past five

    (5) years. Include the project name, start and completion dates, the architects estimated

    cost, original construction cost, final construction cost, total square footage and owner

  • Page 10 of 14

    contact information including the name and address of the owner, name, title telephone

    number and e-mail address of the individual familiar with the project.

    g. Submit design organizational chart including all design sub-consultants. h. Describe the process for designing a project.

    Construction Team

    a. Provide information about the firms size, financial and staffing capabilities to complete this project in a timely manner

    b. Identify the construction manager, this persons experience in designing projects of similar size and scope to this project and previous design/build experience.

    c. Provide the rsums of other registered professionals employed by your firm. Indicate first those professionals that will be assigned to and their responsibilities on this project

    d. Provide a responsibility chart with written descriptions showing how the construction team will interact with the owner and architect to deliver construction services

    e. How does your firm document quality assurance and quality control in the construction process and in the performance of sub-contractors?

    f. Provide, in order of relevance, projects of similar size and scope as required by this contract, that were constructed by your firm. List all projects the firm has worked on over the past

    five (5) years. Include the project name, start and completion dates, the architects

    estimated cost, original construction cost, final construction cost, total square footage and

    owner contact information including the name and address of the owner, name, title

    telephone number and e-mail address of the individual familiar with the project.

    g. Submit the construction organizational chart including all sub-contractors. h. Describe the process for designing a project. i. Provide rsums for field supervisors / foreman, and tradesman. Show skill levels of

    tradesmen and licensing and accreditations.

    j. Submit company history for all sub-contractors. List key personnel and their professional / educational certifications.

    k. Submit company history for all sub-contractors. List key personnel and their professional / educational certifications.

    KEY PERSONNEL DESIGN / CONSTRUCTION TEAMS If during the term of this contract, the Contractor

    changes any member of the design or construction teams presented in their proposal, that member

    must be replaced by a worker of equal qualifications. Equal qualifications means that the replacement

    workers experience and training must be minimally (in terms of time) equal to his/her predecessors

    experience and training background. The Contractor will have to replace the departed worker before

    being awarded or commencing work on their next project. If the Contractor does not comply with this

    time table, The City reserves the right to terminate the contract for default. The same requirement

    applies if the Contractor changes a design consulting firm, sub-consulting firm, or sub-contractor.

    Design / Build History

  • Page 11 of 14

    List the last five (5) design /build projects using the same design and construction teams. Project value

    should be from $15,000,000.00 to $40,000,000.00..

    Describe each project, identify the customer, contact person and their phone number and e-mail

    address, state the final project cost, the duration of the design phase and the construction phase and

    final completion dates. Show how your design / construction teams were able to manage and

    coordinate multiple sub- contractors.

    Itemize all change orders for each of the projects. Indicate whether it was owner or Contractor

    requested, the reason for the request, the work that was performed, and the cost.

    Explain how your firm implemented quality control throughout both the design and construction

    phases.

    Describe all warranty issues for these projects and how they were resolved.

    Cost Proposal

    Each Proposer shall submit a cost for designing and constructing a 51,000 square foot police station.

    Each Proposer shall provide examples of potential financing options it could offer as well as a

    description of any past experience in providing financing for projects of similar size and scope.

    Preliminary cost estimates for the project are in the $15 to $40 million. At a minimum, the Proposer

    shall provide proof from a financial source that it can provide the financing necessary for the design,

    construction and finishing out of the project based on this range of cost.

    EVALUATION OF OFFERS.

    Award will be made to the responsible Proposer whose proposal best meets the needs of the City as set

    forth herein. Proposals will be evaluated based on the following criteria, listed in order of importance.

    Technical Proposal 25 points

    Proposed Financing Option 20 points

    Design Team 15 points

    Construction Team 15 points

    Design / Build History 15 points

  • Page 12 of 14

    Project Cost 10 points

    Degree of completeness of response to the RFP and degree to which the Proposer followed instructions

    for submittal.

    Cost Proposal

    This RFP will result in the submission of proposals, and the evaluation and award process will be based

    on both scored technical and cost responses, not just cost. Therefore, the City may enter into

    negotiations with Proposers and invite "best and final offers" as deemed to be in the best interest of the

    City. Negotiations may be in the form of face-to-face, telephone, facsimile or written communications,

    or any combination thereof, at the City's sole discretion.

    Proposers are strongly advised not to prepare their proposal submissions based on any assumption or

    understanding that negotiations will take place. Proposers are advised to respond to this RFP fully and

    with forth-rightness at the time of proposal submission.

    After consideration of the factors set forth in this RFP, the committee will recommend award to the

    Proposer whose proposal is most advantageous to the City. Non-acceptance of an individual offer may

    mean that one or more other proposals were more advantageous, or that all were rejected.

    ORAL PRESENTATION.

    Proposers may be required to clarify their proposals by making individual presentations to the review

    committee.

    SUBMITTAL PROCESS AND REQUIRED COPIES.

    Each Proposer shall submit one original, clearly marked as such, and six (6) copies of the complete

    proposal. The cost of preparing proposals is the responsibility of Proposers. The City will not photocopy

    your proposal documents for the purpose of complying with this provision requiring a pre-determined

    number of duplicate copies. Failure to provide the required number of complete duplicate copies may

    result in rejection of your proposal.

    Proposals must be securely sealed and addressed to the William R. Hathaway, Purchasing Agent, City of

    Norwich, 100 Broadway, Room 105, Norwich, CT 06360.

    Technical and price proposals are to be mailed together in one package, but the Technical and Price

    Proposals must be bound separately. There shall be no reference to the price of products and services

    in the Technical Proposal. Proposals may be either mailed or hand-delivered. If the proposal is sent by

  • Page 13 of 14

    mail or commercial express service, the Proposer shall be responsible for actual delivery of the proposal

    to the proper City office before the deadline. All timely proposals become the property of the City.

    Late proposals will not be considered. Proposals received after the deadline will be returned unopened.

    Proposals should be prepared simply and economically, providing a straightforward, concise description

    of the offer, and all required information. They should be printed on recycled paper and duplexed if

    possible; staples, clips or rubber bands are preferred to ring binders, and unnecessarily elaborate

    brochures or other expensive visual presentations are neither necessary nor desired. Each page of the

    proposal should be consecutively numbered.

    Each proposal shall be accompanied by an executed procurement affidavit which is provided by the

    Purchasing Bureau in the solicitation package.

    INSURANCE

    The successful proposer shall be required to execute an evidence of insurance form furnished by the City

    in accordance with the attached requirements. The successful proposer shall have five

    (5) calendar days to comply with this requirement, excluding City holidays and non-work days, if

    applicable. Noncompliance may result in the contract being awarded to the next lowest qualified and

    responsible proposer.

    The Contractor must maintain the insurance coverages required by the City while this Agreement is in

    force, including automatic renewal terms, and shall provide such documentation of such insurance in a

    form satisfactory to the City when required.

    PROPOSAL DEPOSIT REQUIREMENTS

    A proposal deposit is required for this solicitation. Failure to submit such check or bond when required

    will nullify the proposal.

    Proposals must be accompanied by either a certified check, cashiers check, treasurers check or

    U.S. money order for two percent (2%) of the amount of the proposal; or a bond for two percent (2%) of

    the amount of proposal, executed on the attached approved form. Only the proposal bond provided by

    the City will be acceptable and must be completed by a surety company duly licensed under the laws of

    the State of Connecticut.

    Checks or money orders will be returned to unsuccessful proposers upon the award of the solicitation,

    and to successful proposers upon execution to the contract(s) and the meeting of bond requirements, if

    applicable.

  • Page 14 of 14

    Nonperformance by a successful proposer, or his failure to execute the agreement or meet bond

    requirements within fifteen (15) days after the award, may result in deposit being forfeited to the City as

    liquidated damages.

    INQUIRIES

    Any inquiries relative to this proposal should be directed in writing by fax or e-mail to William R.

    Hathaway, Purchasing Agent at (860) 823-3812 or [email protected]

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (A)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)

  • Attachment (B)