North End 3rd Party Code Review RFQ/P #2324 -13 Independent 3rd Party Code Review Consulting Services for the New North End School Design and Construction

Agency: Town of Cheshire
State: Connecticut
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 541330 - Engineering Services
  • 541611 - Administrative Management and General Management Consulting Services
  • 541690 - Other Scientific and Technical Consulting Services
Posted Date: Dec 21, 2023
Due Date: Jan 17, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
North End 3rd Party Code Review

Attachment Preview

TOWN OF CHESHIRE
REQUEST FOR QUALIFICATIONS AND PROPOSALS
RFQ/P #232413
Independent 3rd Party Code Review Consulting Services
for the New North End School Design and Construction
INTRODUCTION
The Town of Cheshire hereby requests qualification statements and proposals for structural peer
review consulting services in connection with the design and construction of the new North End
Elementary School located at the corner of Marion Road and Jarvis Street, Cheshire, Connecticut
06410. This procurement is made pursuant and subject in all respects to C.G.S. section 10-287.
All Statements of Qualifications and Proposals must be submitted in writing and in the form set
forth in this Request for Qualifications and Proposals, and delivered in sealed envelopes to the
attention of Sean M. Kimball, Town Manager, Cheshire Town Hall, 84 South Main Street,
Cheshire, CT 06410. Statements of Qualifications and proposals, respectively, shall be delivered
to the Town by no later than 2:00 PM on January 17, 2024.
GENERAL INFORMATION
The selected firm will have the responsibility to provide the scope of services described herein
through its own firm’s capabilities and/or consultants as expressly approved by the Owner. The
basic project information (to be confirmed by the consultant) is as follows:
The proposed structure will be approximately 115,465 GSF
The total site area is 44 acres
The proposed structure will have two floors of classrooms
Common area spaces, i.e. Gym, Media Center, Cafeteria will be large open spanned
The proposed structure will consist of cast-place concrete frost walls and structural steel
framing
The mechanical system will incorporate chilled beams, geothermal wells and ground
source heat pumps
The architect is Tecton Architects
The civil engineer is Benesch
The structural engineer is Michael Horton Associates
The mechanical, electrical, plumbing engineer is Kohler Ronan
FIRMS INTENDING TO SUBMIT A STATEMENT OF QUALIFICATIONS AND
PROPOSAL FOR CONSIDERATION SHOULD CONTACT:
RICH SITNIK rich.sitnik@arcadis.com TO OBTAIN A LINK TO (1) AVAILABLE
DOCUMENTS.
SCOPE OF SERVICES
BASIC SCOPE OF SERVICES
The basic scope of Independent 3rd Party Code Reviewer services shall be based on the above
noted project description:
Construction. Conduct reviews of the submitted construction documents and specifications to
determine the degree of compliance with the 2022 Connecticut State Building, 2022
Connecticut Fire Safety Code, and 2022 Connecticut Fire Prevention Code, and the 2010 ADA
Standards for Accessible Design, and any other applicable codes and standards. This review
shall include any revisions or replies submitted in response to review comments.
Prepare and submit a written Plan Review Record (PRR) [MS Word format] and an IBC Plan
Review Record summarizing the review findings, which will present issues of non-compliance
or areas requiring clarification together with the applicable Code references.
Conduct a review of the plans and specifications to determine the degree of compliance with
Section 504 of the Rehabilitation Act of 1973 and The Americans with Disabilities Act of
1990, including the 2010 ADA Standards for Accessible Design. Submit a letter about your
findings.
Include the results of your documents review, a log of coordination items, noted during the
code compliance review that contractors could use to start a change order process.
Complete and submit the initial review(s) within thirty (30) days of receipt of authorization to
proceed. Complete all subsequent reviews of revised documents within seven (7) calendar
days from date of receipt. Electronic copy of the documents and one full-size hard copy set of
the drawings will be provided.
Upon satisfactory resolution of all items within the Plan Review Record (PPR), submit a
completed PRR with signoffs for each numbered item along with the IBC Plan Review Record
for the scheduled PCR dates. Stamp and sign reviewed documents with revisions where
required.
Include all stakeholder inquiries, video and in person meetings and travel costs to and from
meetings.
PROCUREMENT PROCESS
Following receipt of the Statement of Qualifications and the separate sealed Proposal, a working
group of the Next Generation School Building Committee (NGSBC) will rank the submissions
and submit its results to the full NGSBC for consideration. The NGSBC will then proceed to
open proposals from the shortlisted firms. The proposal must be submitted with proposed fees set
forth on the attached Proposal Form(s) A1 & A2.
LUMP SUM FEE
HOURLY RATES
Anticipated Schedule
Issuance of RFQ/P: December 20, 2023
Question due no later than: January 9, 2024
Submission of Qualifications and Proposals: January 17, 2024
NGSBC Selection of Firm: January 25, 2024
Town Council Approval of NGSBC Selection: February 13, 2024
QUALIFICATIONS
In your Statement of Qualifications, include the credentials and experience of the staff that
will be performing the inspections and a list of similar projects for which your firm has
performed the services procured hereunder. The fee shall be provided as a lump sum on the
form provided herewith and shall exclude federal, state, and local taxes. Provide hourly rates
for performing services under this proposal.
STANDARD CONTRACT TERMS
The following provisions will be mandatory terms of the Town’s Contract with the chosen
Firm. By submitting a proposal, you agree that if awarded a contract, you will execute the
contract provided by the Town, without alteration or modification, within five (5) days of the
notice of award. If you are unwilling or unable to comply with these terms, or seek to clarify
or modify, any of these Contract Terms, you must disclose that inability, unwillingness,
clarification and/or modification in your proposal:
a. DEFENSE, HOLD HARMLESS AND INDEMNIFICATION
The chosen Firm agrees, to the fullest extent permitted by law, to defend, indemnify, and hold
harmless the Town, its employees, officers, officials, agents, volunteers and independent
contractors, including any of the foregoing sued as individuals (collectively, the “Town
Indemnified Parties”), from and against all proceedings, suits, actions, claims, damages,
injuries, awards, judgments, losses or expenses, including attorney’s fees, arising out of or
relating, directly or indirectly, to the chosen Firm’s malfeasance, misconduct, negligence or
failure to meet its obligations under the RFQ/P or the Contract. The chosen Firm’s obligations
under this section shall not be limited in any way by any limitation on the amount or type of
the chosen Firm’s insurance.
The chosen Firm shall also be required to pay any and all attorney’s fees incurred by the Town
in enforcing any of the chosen Firm’s obligations under this section. The chosen Firm’s
obligations under this section shall survive the termination or expiration of the Contract.
As a municipal agency of the State of Connecticut, the Town will NOT defend, indemnify,
orhold harmless the chosen Firm.
b. ADVERTISING
The chosen Firm shall not name the Town in its advertising, news releases, or promotional
efforts without the Town’s prior written approval.
If it chooses, the chosen Firm may list the Town in a Statement of References or similar
document required as part of its response to a public procurement. The Town’s permission to
the chosen Firm to do so is not a statement about the quality of the chosen Firm’s work or the
Town’s endorsement of the chosen Firm.
c. W-9 FORM
The chosen Firm must provide the Town with a completed W-9 form before Contract
execution.
d. PAYMENTS
All payments are to be made 30 days after the appropriate Town employee receives
and approves the invoice from the NGSBC.
e. MAINTENANCE AND AVAILABILITY OF RECORDS
The chosen Firm shall maintain all records related to the work described in the RFQ/P for a
periodof s e v e n (7) years after final payment under the Contract or until all pending
Town, state and federal audits are completed, whichever is later. Such records shall be
available forexamination and audit by Town, state, and federal representatives during that
time.
f. SUBCONTRACTING
The chosen Firm shall not subcontract, transfer, or assign all or any portion of its
obligationsunder the Contract.
g. COMPLIANCE WITH LAWS
The chosen Firm shall comply with all applicable laws, regulations, ordinances, codes and
orders of the United States, the State of Connecticut and the Town related to its proposal and
the performance of the Contract.
h. NONDISCRIMINATION AND AFFIRMATIVE ACTION
In the performance of the Contract, the chosen Firm will not discriminate or permit
discrimination in any manner prohibited by the laws of the United States or of the State of
Connecticut against any person or group of persons on the grounds of race, color, religious
creed, age (except minimum age), marital status or civil union status, national origin, ancestry,
sex, sexual orientation, mental retardation, mental disability or physical disability, including
but not limited to blindness, unless the chosen Firm shows that such disability prevents
performance of the work involved.
Any violation of these provisions shall be considered a material violation of the Contract and
shall be grounds for the Town’s cancellation, termination, or suspension, in whole or in part,
of the Contract and may result in ineligibility for further Town contracts.
i. LICENSES AND PERMITS
The chosen Firm certifies that, throughout the Contract term, it shall have and provide proof of
all approvals, permits and licenses required by the Town and/or any state or federal authority.
The chosen Firm shall immediately and in writing notify the Town of the loss or suspension of
any such approval, permit or license.

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

BID 6513 | COMMISSIONING AGENT SERVICES HVAC IMPROVEMENTS PROJECT MIDDLEBROOK ELEMENTARY S The

State Government of Connecticut

Bid Due: 4/30/2024

21932 | Town of Old Lyme Emergency Operations Expansion The Town of Old

State Government of Connecticut

Bid Due: 4/26/2024

RFI:004 Request for Information: Translation and Interpretation Language Access Services Request for Information:

State Government of Connecticut

Bid Due: 4/26/2024

Status Ref# Project Close Date Days Left Action Open 2024-04-1639 Park Concession/Partner 2024-04-30

City of New Haven

Bid Due: 4/30/2024