town of branford rfp/rfq dredging permit …

14
TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT PREPARATION FOR TOWN FACILITIES STONY CREEK The Town of Branford is seeking to hire an experienced firm to apply for and secure all necessary permits required to dredge the Town Dock and Town Commercial Float in Stony Creek, located along Indian Point Road. Respondents are required to submit two proposals, including the qualifications statement, by no later than Tuesday, February 17, 2015, at 11:00 AM at the Finance Office, Town Hall, 1019 Main Street, Branford, CT 06405, marked “RFP/RFQ Dredging Project”. Proposals received after that date and time will be rejected. The complete RFP/RFQ package will be available beginning on Monday, January 26, 2015, at the Finance Office or from the Town of Branford website at www.branford-ct.gov The Town of Branford reserves the right to reject any and all proposals or any part thereof, or to waive defects in same, or to accept any proposal, or part thereof, deemed to be in the best interest of the Town of Branford. Questions regarding this RFP/RFQ should be directed to the Town Engineer at 203-315-0606 or by email at [email protected] Kathryn LaBanca Assistant Finance Director

Upload: others

Post on 12-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

TOWN OF BRANFORD RFP/RFQ

DREDGING PERMIT PREPARATION FOR TOWN FACILITIES STONY CREEK

The Town of Branford is seeking to hire an experienced firm to apply for and secure all necessary permits required to dredge the Town Dock and Town Commercial Float in Stony Creek, located along Indian Point Road. Respondents are required to submit two proposals, including the qualifications statement, by no later than Tuesday, February 17, 2015, at 11:00 AM at the Finance Office, Town Hall, 1019 Main Street, Branford, CT 06405, marked “RFP/RFQ Dredging Project”. Proposals received after that date and time will be rejected. The complete RFP/RFQ package will be available beginning on Monday, January 26, 2015, at the Finance Office or from the Town of Branford website at www.branford-ct.gov The Town of Branford reserves the right to reject any and all proposals or any part thereof, or to waive defects in same, or to accept any proposal, or part thereof, deemed to be in the best interest of the Town of Branford. Questions regarding this RFP/RFQ should be directed to the Town Engineer at 203-315-0606 or by email at [email protected] Kathryn LaBanca Assistant Finance Director

Page 2: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

TOWN OF BRANFORD DREDGING PROJECT RFP/RFQ The Town of Branford is seeking an experienced firm which has an expertise in applying for and securing all permitting requirements to dredge the Town Dock and Town Commercial Float in Stony Creek. These facilities are located along Indian Point Road. There is the possibility that adjacent docks and floats owned by the Stony Creek Boating Association and Marina and Tackle may also want to enter into a separate contract with the chosen firm to provide the same services in coordination with the Town’s project. See attached map. The Army Corps of Engineers (ACOE) is in process of preparing to dredge the adjacent federal channel and turning basin. The Town would like to bid the Town dredge areas along with the federal areas so coordination with the Army Corps of Engineers will be necessary. In general, the work expected by the Town shall include, but may not be limited to the following:

Consultation with the Town Engineer, Harbormaster and working group formed to represent the interests of the parties involved to confirm the scope and related requirements of the project.

Apply for and secure all permits required to dredge the Town Dock and Town Commercial Float including Department of Energy and Environmental Protection (DEEP) and ACOE permits, in accordance with the timeline set forth herein.

SCOPE OF WORK The scope of work shall include:

1. Hydrographic Survey: Provide a detailed hydrographic survey of the proposed dredge areas as required for the regulatory permit applications. Use existing surveys compiled for the Town which could properly be used for any new permitting, if such is in compliance. Recent survey of Town Dock area from 2013 is attached.

2. Sampling Work Plan: Develop and obtain approval for a Sampling Work Plan to DEEP and ACOE, in accordance with all DEEP and ACOE requirements as to the information required in such plan.

3. Sediment Coring and Sample Collection: Conduct sediment coring and sample collection within the proposed dredge footprint in accordance with the approved Sampling Work Plan. The samples will be collected, prepared and delivered to an authorized laboratory approved by the Town, in accordance with all DEEP and ACOE requirements and any and all state and federal laws and regulations.

4. Permit Application Drawings and Documents: Develop the necessary application drawings and documents required for the regulatory permit process. Prepare and submit the application forms and associated documents necessary for successful issuance of the required DEEP and ACOE dredging permits, in accordance with all state and federal laws and regulations.

Page 3: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

5. Regulatory Permit Approval: Monitor the application review process and respond to any and all questions, requests and clarifications made by DEEP and ACOE in order to expedite the application review and approval process.

6. Project Construction Documents: Prepare plans and specifications as needed to bid the project in conjunction with the federal channel work. Coordinate as necessary with the State and Federal authorities in providing the needed documentation to bid and dredge the Town’s facilities.

7. Project Completion: Prepare any documents required to close out the project with local, state and federal agencies.

QUALIFICATIONS STATEMENTS A firm will be chosen not only based on cost but also based on qualifications. All firms submitting proposals must also submit a qualification statement. The qualification statement must be organized in the following format and include the following information (missing or incomplete information may be grounds for disqualification).

1. Letter of Interest 2. Company Information: The company shall provide a brief summary of their

firm, including the following information: Letter of Interest Name of company and parent company, if any Name of company primary areas of service Address of principal office and office from which the project will

be managed Name, address and telephone number of the principal contact

person to receive notifications and to reply to inquiries from the Town of Branford

Date established Legal form of ownership. If a corporation, where incorporated Years engaged in above services under your present name

3. Relevant Experience: Provide descriptions of at least three similar projects in New England (with at least two in Connecticut), completed in the last five years, for which the firm has provided similar services. The description of each project should include pertinent information such as the project type, size, and scope of work performed and any pertinent features. Include information regarding your firm’s qualifications with respect to the Review Criteria listed in Method of Selection/Criteria for Award of this document.

4. Team Format: Please provide details on any services that will not be provided in house. If consultants are to be proposed for use in response to the RFP/RFQ, please provide names of any and all consultants; named consultants may not be changed without prior notice and approval of substitution by the Town. Provide details of any prior work performed with the named consultants.

5. Experience of Key Personnel: Provide a list of the key personnel to be assigned to this project (including consultants, if applicable) and a brief description of the

Page 4: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

work they will perform. The location of the office to be used by key personnel listed shall be indicated. Resumes of the key personnel (including consultants) who will be directly involved in the project shall be included and be specific to the type of project and include at a minimum:

Current job title, responsibilities, and type of work performed, and time at current firm

Educational background, academic degrees, professional licenses and associations

Experience on projects similar to that described in this RFP/RFQ 6. Project Approach and Methodology: Provide a brief description of the

proposed technical approach to the project, including the identification of any unusual circumstances or anticipated problems and proposed solutions. The information will be used by the Town to assess the consultant’s understanding of the project and its methodology.

7. References: List no less than three (3) client references for whom services similar to this RFP/RFQ are currently or have previously been provided, as named in item 3 above.

8. Default: Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? If so, where and why?

9. Workload Statement: Provided details on your firm’s current and future workload and ability to provide this project the attention we feel it requires between now and scheduled completion date.

10. Litigation: Describe any pending litigation in which your firm may be involved. 11. Principles: Names, titles, reporting relationships, and background and experience

of the principal members of your organization, including officers. Indicate which individuals are authorized to bind the organization in negotiations with the Town.

12. Principal Contact: Name, title, address, and telephone number of the individual to whom all inquiries about this proposal should be addressed.

13. Additional Information: Please provide any other information that your firm believes would be important and pertinent to the Selection Committee in making their recommendations of award.

METHOD OF SELECTION/CRITERIA FOR AWARD The firms will be evaluated on their qualifications by the Town using the following criteria:

1. Technical competence 2. The firm must have completed a minimum of three successful dredging permit

projects in New England with at least two in the State of Connecticut in the past five (5) years.

3. The firm shall be properly insured and maintain any applicable licenses required by the State of Connecticut.

4. Experience working with the State of Connecticut DEEP and ACOE. 5. Past record of performance on contracts with respect to such factors as schedule,

cost control, work quality and cooperation with client.

Page 5: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

6. The RFQ should also demonstrate the firm’s familiarity and experience with the applicable local, state and federal laws and regulations pertaining to dredging in the Long Island Sound.

7. Any other criteria found relevant by the Town in selecting a firm. Each firm shall provide a detailed fee proposal including detailed work plans, schedules, billing information, and proposed team members and their rates. Each respondent shall prepare a project work plan which shall state the tasks to be completed, as well as a description of how the project is anticipated to be scheduled. The plan should include a timeline for completion of each stage/step of the process. If necessary, interviews may also be held for about 3 or 4 short listed firms if the Town finds this process necessary in making a final selection.

Page 6: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …
Page 7: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …
Page 8: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …
Page 9: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

1

TOWN OF BRANFORD OFFICE OF THE TREASUER

1019 Main Street Post Office Box 150 (203) 488-8394 Branford, CT 06405 FAX: 315-3736

General Requirements for Bidding and

Instructions to Bidders

NOTICE

Information provided in these specifications is CONFIDENTIAL and is to be used only for the purpose of preparing a proposal. It is further expected that each bidder will read these specifications with care, for failure to meet every one or a combination of specified conditions may invalidate the proposal. The Town reserves the right to reject any or all bids or any portion thereof and to accept the bid deemed to be in the best interest of the Town of Branford. Bidders are requested to submit quotations on the basis of these specifications. Alternate quotations will receive consideration providing such alternatives are clearly explained. The information contained herein is believed to be accurate and is based upon the latest available information but is not to be considered in any way as a warranty. Revised 5/2012 Standard Form

Page 10: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

2

SECTION I - General Terms and Conditions

A. Compliance with Laws

The bidder shall at all times observe and comply with all laws, ordinances and regulations of the federal, state and local governments, which may in any way affect the preparation or the performance of the contract.

B. Timetable

Price quoted must be valid for 90 days. Delivery and installation completion dates must be included in the bid proposal.

C. Consideration of Proposals

The Board of Selectmen, or a majority of them, reserve the right to select or reject alternate proposals; to waive informality in proposals; and to reject any and all bids, or accept such bid as shall in its judgement be to the best interest of the Town of Branford.

D. Bid Bond *Not required for this project*

1. A certified check or bank draft made payable to the “Treasurer, Town of Branford”, or a satisfactory bid executed by the bidder and a surety company in an amount no less that five percent (5%) of the base bid, may be required with each proposal.

2. Checks or drafts will be returned to unsuccessful bidders within ten

(10) business days of the bid award.

E. Performance Bond *Not required for this project*

Successful bidders may be required to furnish a Performance and Payment Bond in the amount of 100% of the contract sum.

F. Protection of Work and Property

Successful bidders shall be responsible for protection of their equipment and materials against theft, damage or deterioration on the site.

Page 11: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

3

G. Competency of Bidders

1. Bidders shall have had proven experience in the field of work.

2. Bidders shall submit with their bid a listing of recent work

performed within the State of Connecticut of the size equal to or greater than the work being bid.

H. Alternates

1. Any alternates to specified materials or workmanship must be separately listed and described in detail.

2. Alternates will be considered in awarding the contract only if they

provide, as a minimum requirement, all features contained in the specifications.

3. The Town of Branford reserves the sole right to determine through

its agents the equality of alternate products and/or installation procedures.

I. Bid Requirements

1. Each bidder shall return two (2) copies of their proposal. Each bid proposal must be signed by an authorized agent of the bidder.

2. Each bidder must complete and have notarized the “Non-Collusion

Affidavit of Bidder” form. This form must accompany all bids being submitted.

3. Each bidder must be in good standing with the Town of Branford.

4. Successful bidders must obtain any required governmental

approvals.

J. Specifications – General

The contract shall include all labor and materials, tools and equipment and services required for proper performance of the work as specified hereinafter and as may be required for proper completion of the work in accordance with the highest standards of the trades involved.

Page 12: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

4

K. Examination of Site

Prior to submission of the bid, contractor shall visit the site, consult with the supervisor, and become thoroughly familiar with all conditions under which the work will be installed. The contractor will be responsible for any assumptions made regarding the site for the work to be performed.

Page 13: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

5

SECTION II - Insurance Requirements Bidder shall agree to maintain in force at all times during which services are to be performed the following coverages and shall name the Town of Branford as an Additional Insured on a primary and non-contributory basis to the Bidder’s Commercial General Liability and Automobile Liability policies. These requirements shall be clearly stated in the remarks section on the bidders Certificate of Insurance. Insurance shall be written with Carriers approved in the State of Connecticut and with a minimum Best’s Rating of A-. In addition, all Carriers are subject to approval by the Town of Branford. (Minimum Limits) General Liability Each Occurrence

General Aggregate Products/Completed Operations Aggregate -Include Waiver of Subrogation

$1,000,000 $2,000,000 $2,000,000

Auto Liability Combined Single Limit Each Accident

$1,000,000

Umbrella (Excess Liability)

Each Occurrence Aggregate

$1,000,000 $1,000,000

Workers’ Compensation and WC Statutory Limits Employers’ Liability EL Each Accident $500,000 EL Disease Each Employee $500,000 EL Disease Policy Limit $500,000 Original, completed Certificates of Insurance must be presented to the Town of Branford prior to purchase order/contract issuance. Bidder agrees to provide replacement/renewal certificates at least 60 days prior to the expiration of the policy.

Hold Harmless Requirements

The contractor shall, at all times, indemnify and save harmless the Town of Branford, its officers, agents, and servants on account of any and all claims, damages, losses, litigation expense, counsel fees and compensation arising out of injuries (including death) sustained by or alleged to have been sustained by the public, any or all persons affected by the contractor’s work, or by the contractor, any subcontractor, material, men or anyone directly or indirectly employed by them or any one of them while engaged in the performance of this contract. The Town of Branford shall be named as an additional insured on said policy of public liability insurance to cover all claims against the Town arising out of said contract.

Page 14: TOWN OF BRANFORD RFP/RFQ DREDGING PERMIT …

NON-COLLUSION AFFIDAVIT OF BIDDER

State of: County of: , SS) ; being first duly sworn, deposes and says that:

1) S/he is (owner, partner, officer, representative or agent) of , the Bidder that has submitted the attached Bid:

2) S/he is fully informed regarding the preparation and contents of the attached Bid and of all pertinent circumstances regarding such Bid:

3) Such Bid is genuine and is not a collusive or sham Bid:

4) Neither the said Bidder nor any of its officers, partners, owner, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any Bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage with the Owner or any person interested in the proposed Contract.

5) The price quoted in the attached Bid is fair and proper and is not tainted by collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest.

Signed:

Title:

Subscribed and sworn before me this day of , 20 .

Notary Public:

My Commission expires , 20 .