The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

Similar documents
INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR PROPOSAL (RFP) WILTON MUNICIPAL SOLAR PROJECT

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

PROPOSAL LIQUID CALCIUM CHLORIDE

RFP GENERAL TERMS AND CONDITIONS

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR PROPOSALS

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Request for Proposal Public Warning Siren System April 8, 2014

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS. Auditing Services. Bid #

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District

VILLAGE OF NEW HAVEN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Town of Manchester, Connecticut General Services Department. Request for Proposal

Request for Proposal # Executive Recruitment Services

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Request for Proposal Data Network Cabling

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Asbestos Survey Services

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Request for Proposal Internet Access

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

Request for Proposal

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Litchfield Planning and Zoning Commission RFP/RFQ Request for Proposal/Qualifications Aquifer, Subdivision, & Zoning Revision

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

Cherokee Nation

Request for Proposal CNC Mill For the Rockville High School

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

Request for Proposal # Corrective Maintenance Services for Waste Water Treatment Plants

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

COUNTY OF PRINCE EDWARD, VIRGINIA

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Request for Proposal # Postage Meter Lease & Maintenance Service

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

CCIP ADDENDUM. Blasting or any blasting operations;

NEW HANOVER COUNTY REQUEST FOR PROPOSAL FOR AUDIT SERVICES

Request for Proposal For Scrap Metal Removal

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Regional School District 17 REQUST FOR PROPOSAL HEALTH INSURANCE BROKER/CONSULTANT. Submission Deadline: October 21, :00 AM Central Office

TOWN OF WILTON REQUEST FOR QUALIFICATIONS AND PROPOSALS PENSION INVESTMENT CONSULTANT TABLE OF CONTENTS

Town of Manchester, Connecticut General Services Department

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Black Hawk County Engineer

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Transcription:

The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton, all as described in the following pages. Key Dates Notice of intent to submit a bid November 15, 2017 Mandatory walk through of site- November 16, 2017 Last date for receipt of questions-november 27, 2017 Date responses to questions will be provided-december 1, 2017 Bids Due- December 11, 2017

REQUEST FOR PROPOSAL (RFP) WILTON STATION 2, DOMESTIC WATER PROJECT The Town of Wilton is seeking proposals for an engineering, procurement and construction contractor ( EPC Contractor ) for the installation of a new domestic water line from 688 Ridgefield Road to 707 Ridgefield Road. This project will involve coordination with The Town of Wilton, /Station 2 Building Committee and associated properties including the State of CT (Traversing Route 33/ Ridgefield Road) in order to supply potable water with sufficient pressure (psi) and flow (gpm) to provide for the needs of Wilton Fire Department s Station 2 located at 707 Ridgefield Road. INTENT TO RESPOND & QUESTIONS CONCERNING RFP Intent to Respond Interested Respondent s must email Chris Burney, Office of the First Selectman 238 Danbury Rd Wilton, CT 06897 at chris.burney@wiltonct.org no later than NOON on Wednesday, November 15, 2017 indicating their intent to respond. A site walk through will be held on Thursday, November 16, 2017 at 10:00am. (Rain date Friday, November 17, 2017) Attendance at the walk through is mandatory. Meet at the Firehouse at 707 Ridgefield Rd. Every request for an interpretation shall be made via email at Chris Burney, (chris.burney@wiltonct.org.) Responses to questions and requests for interpretation will be made available to all interested parties. The deadline for submission of questions and requests for interpretation is Tuesday, November 27, 4:00 pm. Respondent Questions will receive an email of all Q&A related to the RFP on or about Friday, December 1, 2017. OVERVIEW The Town of Wilton (the Town ) is soliciting proposals from qualified EPC Contractors to design, fabricate, deliver, install, operate and test a new domestic water line from the well at 688 Ridgefield Road (Land Trust Property) to 707 Ridgefield Road, (Wilton Station 2). Work shall include but not be limited to the following: The decommissioning (dismantling, etc.) of the existing water storage tanks and pump within Station 2 to be turned over to the Town of Wilton. This work shall occur after the new domestic water line has been installed, tested, documented and accepted by the Town of Wilton. Coordination with the Town of Wilton s Zoning enforcement officer, Surveyor, local owner s, State of CT etc. prior to installation. Refer to Appendix A for proposed routing. The Town reserves the right to amend the proposed waterline / conduit routing.

The scope of work shall also include securing all necessary permits and approvals, all labor, taxes, services, permit fees and equipment necessary to produce a fully operational domestic water supply to 707 Ridgefield Road (Station 2). The successful contractor will be required to create engineered drawings and specifications to enable the Town of Wilton to issue a Building Permit. The contractor shall coordinate any/all specific requirements with the Land Trust organization (688 Ridgefield Road), traversing property owners, etc., i.e. mowing, re-seeding, species preservation, etc. Well and pipe routing Provide +/- 1,000 of waterline (sized appropriately to provide appropriate gpm and pressure to various fixtures within 707 Ridgefield Road), along with electric conduit, wiring, etc. All associated valves, piping etc. shall be lead free Provide vfd type well pump, capable of providing gpm and pressure required to operate appliances within 707 Ridgefield Road (i.e. stainless steel, 2 hp, 10 gpm) Provide all excavation, fill, etc. from new well on conservation property (688 Ridgefield Road), to 707 Ridgefield Road. Saw cut and excavate across Route 33 (Ridgefield Road) to West side to existing well head in grass area. Provide / coordinate traffic control as required. Provide conduit with appropriate electrical wiring to power pump, etc. from 707 Ridgfield Road to the new well pump (provided by this contractor) at 688 Ridgefield Road. All wiring, connectors etc. shall be provided to make pump operational and connect to existing electrical power supply within 707 Ridgefield Road. Trench Detail All piping shall be placed below frost line per code. All disturbed asphalt areas to be saw cut and permanently paved. Rte 33 crossing will be final paved as per CT DOT standards. Water / testing / filtration Provide water testing of existing well at 688 Ridgefield Road prior to construction and after final connection to 707 Ridgefield Road. The Town reserves the right to delay the project due to initial, negative results. Installation of pipe and conduit Provide cost/hour for rock ledge/cutting/hammering

Filtration The awarded contractor shall provide and install filtration of the new domestic water line within 707 Ridgefield Road. Filtration shall include: Radon, uranium, etc. Aeration with a diffused bubble system shall be provided reducing the levels of radon in water by 99%. The Uranium shall be filtered by a point of entry system, non-backwashing with resin. Provide charcoal filtration as required. All work shall be installed, warrantied and water shall be lab tested. For an approximate location of the project, see attached Appendix A SUBMISSION Applicants must respond and document any/all exceptions to the stated project. Proposals must be submitted by 4:00pm on Monday, December 11, 2017, to: Chris Burney, Office of the First Selectman 238 Danbury Rd Wilton, CT 06897. No proposals will be accepted after this time. WORK SCHEDULE AND PROJECT COMPLETION The bidder shall submit a detailed timeline for the performance of all investigation, design, demolition and construction work for the project. The Fire House is presently using bulk water deliveries and time is of the essence in the completion of this work. CONTRACTOR QUALIFICATIONS The bidder shall submit documentation showing that he is qualified, licensed, and experience in this kind of work.. FORM OF CONTRACT Bidders should include a proposed contract covering all aspects of the scope of work. The proposed contract shall be in a format generated by the American Institute of Architects or the American Society of Civil Engineers. The proposed contract shall be will be subject to review and approval by the Town s legal counsel. The proposed contract shall not include a clause limiting the contractor s liability for personal injury and property damage or requiring the Town to indemnify or hold harmless the contractor for personal injury or property damage, except for claims that may arise out of the presence of hazardous materials existing at a site prior to the date of the contract. INSURANCE REQUIREMENTS The successful bidder shall purchase from and maintain, for the life of the contract, in a company or companies with an A.M. Best rating of A- (VII) or better, insurance that will protect the Town from claims set forth below which may arise out of or result from the contractor s obligations under the contract, whether the obligations are the contractor s or those of a subcontractor or any person or

entity directly or indirectly employed by the contractor or by anyone for whose acts the contractor may be liable. 1. Workers Compensation. Contractor shall provide workers compensation insurance required by law with employer s liability limits for at least the amounts of liability for bodily injury by accident of $500,000 each accident and bodily injury by disease of $500,000, including a waiver of subrogation. 2. Commercial General Liability Insurance. Contractor shall provide commercial general liability insurance policy including products and completed operations. Limits shall be at least: Bodily injury & property damage with an occurrence limit of $1,000,000; Personal & advertising injury limit of $1,000,000 per occurrence: General aggregate limit of $2,000,000 (other than products and completed operations); Products and completed operations aggregate limit of $2,000,000 per project. Coverage will continue three years after the completion of the work. The policy shall name the Town as an additional insured and include ISO Form CG 2010 (04/13) and CG 2037 (04/13). The coverage will be provided on an occurrence basis and will be primary and shall not contribute in any way to any insurance or self-insured retention carried by the Town. The policy shall contain a waiver of subrogation in favor of the Town. The coverage shall contain a broad form contractual liability endorsement or wording within the policy form to comply with the hold harmless and indemnity provision of the contract. Deductible and self-insured retentions shall be declared and are subject to the approval of the Town. 3. Commercial Automobile Insurance. Contractor shall provide commercial automobile insurance for any owned autos (Symbol 1 or equivalent) in the amount of at least $1,000,000 each accident covering bodily injury and property damage on a combined single limit basis. Such coverage shall also include hired and non-owned automobile coverage. Policy shall name the Town as an additional insured. 4. Errors & Omissions Insurance. Contractor shall provide errors & omissions insurance for liability resulting from the negligent performance of professional duties or operations. The policy shall contain limits of liability in the amount of $1,000,000 each claim and $3,000,000 in the aggregate per project. The policy shall name the Town as an additional insured. 5. Umbrella Liability Insurance. Contractor shall provide umbrella or excess liability policy in excess (without restriction or limitation) of those limits and coverages for commercial general liability and automobile insurance described above. The policy shall contain limits of liability in the amount of $5,000,000 each occurrence and $5,000,000 in the aggregate. As to the insurance required, the insurer(s) and/or their authorized agents shall provide the Town of Wilton certificates of insurance prior to execution of the contract.

PREVAILING WAGE LAW AND PAYROLL CERTIFICATION The project is not subject to the Connecticut prevailing wage law. PERFORMANCE AND PAYMENT (LABOR AND MATERIALS) BONDS The contractor shall furnish Performance and Payment (Labor and Material) Bonds, each in an amount equal to one hundred percent (100%) of the contract price, as security for the faithful performance and payment of all the contractor s obligations under the contract documents. Bonds shall be in the forms prescribed by law or regulation and shall be acceptable to the Town of Wilton. Bonds shall meet the requirements of the applicable Connecticut General Statues, including but not limited to Sections 49-41, 49-41a, and 49-42 with regard to the Payment Bond and Section 38a-290 with regard to the Performance and Payment Bonds. The Performance Bond shall meet the three (3) year minimum requirement set forth in Section 38a-290 of the Connecticut General Statues. Surety companies executing Bonds must appear on the United States Treasury Department Circular Number 570, as amended, and be authorized to transact business in the State of Connecticut. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. STATE TAXES Pursuant to Connecticut General Statutes Section 12-412, sales of tangible personal property and services to the Town are not subject to the Connecticut Sales and Use Tax. Accordingly, the Connecticut Sales and Use Tax shall not be included in the bid. Connecticut General Statutes Section 12-458(a)(3) provides for an exemption from Motor Vehicle Fuels Tax in the purchases of motor fuel for the purpose of performing contractual services for a political subdivision of the State. Accordingly, Motor Vehicle Fuels Tax shall not be included in the bid. Connecticut General Statutes Section 12-430(7) puts certain responsibilities on parties that enter into agreements with non-resident contractors, including the withholding of five percent (5%) of each progress payment. Any bidder that is a non-resident contractor, as defined in Connecticut General Statutes Section 12-430(7), shall be required to file a bond with the Connecticut Department of Revenue Services to ensure compliance with Connecticut General Statutes Section 12-430(7). Each bidder shall thoroughly familiarize himself with all laws, ordinances, regulations and rules requiring the payment of taxes, and each bidder is responsible for checking with the State of Connecticut on items that may or may not be exempt and the steps which should be taken to obtain such exemption. Each bidder shall consult with his own counsel with respect to the applicability of all taxes. Appropriate exemption certificate(s) will be furnished to the contractor by the Town upon request. EXAMINATION OF SITE Each bidder is considered to have examined the work site to fully acquaint itself with the exact existing conditions relating to the work and to fully understand the work involved and the difficulties and restrictions regarding the proposed work. The submission of a bid will be considered as conclusive evidence that the bidder has made such examination.

RESERVATION OF RIGHTS BY THE TOWN The Town reserves the right to reject any or all bids, to waive any informality in the RFP process, or to terminate the RFP process at any time, if deemed to be in the Town s best interest. The Town further reserves the following rights: 1. Not to award a contract pursuant to this RFP; 2. To award a contract to other than the lowest bidder or a bidder that does not respond to all items contained in this RFP; 3. To award contracts to more than one bidder; 4. To rescind an award at any time for its convenience upon written notice to the successful bidder; 5. To retain all bids submitted and not permit withdrawal for a period of 90 days subsequent to the deadline for receiving bids; 6. To negotiate the fees proposed by all bidders and to suspend negotiations if the negotiations are not, in the opinion of Town, successfully concluded within a reasonable timeframe, as determined by Town; 7. To reject and not consider any bid that does not meet the requirements of this RFP, including but not limited to incomplete proposals, proposals offering alternate or non-requested services and proposals deemed non-responsive; 8. Prior to award, to revise, change, alter or amend any of the instructions, terms, conditions and/or specifications in the RFP or in any attachment, addendum or drawing; and 9. To advertise for new proposals or to proceed otherwise in the case of rejection of all proposals. SUBMISSION OF BIDS Bids should be provided in letter format and electronically by email. It is the bidders responsibility to ensure timely delivery. Information should be organized and presented in the order listed below: Background information on the bidder including: number, email address, and internet address. name of bidder, address, contact person, phone List professional consultants outside of the bidder s organization who would provide services not available within the bidder s organization.

SUBMITTAL REQUIREMENTS Submission of a proposal indicates acceptance by the bidder of the conditions contained in this RFP. The contract with the successful bidder will contain a non-discrimination clause providing that no person shall be denied or subjected to discrimination on account of any services or activities resulting from the agreement on the grounds of sex, sexual orientation, gender identity or expression, race, color, creed, national origin, age (except minimum age and retirement provision), marital status, or the presence of any sensory, mental or physical handicap. Any violation of the provision shall be considered a violation of a material provision of the agreement and shall be grounds for cancellation, termination or suspension in whole or in part of the agreement with the Town and may result in ineligibility for further Town contracts. The selected bidder shall at all times in the proposal and contract process comply with all applicable municipal, state, and federal antidiscrimination laws, rules, regulations and requirements. The successful bidder shall provide a nondiscrimination certification. At the discretion of the Town or the review committee, bidders submitting proposals may be requested to make oral presentations as part of the evaluation process. The Town of Wilton reserves the right to retain all proposals submitted and to use any ideas submitted therein. The selected bidder will be expected to comply with all federal, state, and local laws and regulations applicable to municipal construction projects. Bidders responding to this request for a proposal should be of adequate size and be sufficiently staffed to perform the scope of work described herein within reasonable time limits. This RFP does not constitute a contract or offer of employment. NON-COLLUSION Each bidder shall include in its bid a declaration that the bid is made without any connection with any persons making another bid on the same RFP; that the bid is in all respects fair and without collusion, fraud or mental reservation; and that no official or the Town, or any person in the employ of the Town is directly or indirectly interested in said bid or in the supplies or work to which it relates, or in any portion of the profits thereof. INQUIRIES Questions regarding this Request for Proposals (RFP) should be directed in writing to Chris Burney, Director of Facilities and Energy Management, Town of Wilton via email at chris.burney@wiltonct.org. SIGNATURE REQUIREMENTS

Bids must be signed by a representative of the firm having legal authority to contract on behalf of the firm. Bids will be treated as bona fide offers and must remain open for a period of ninety (90) days from the closing date for submissions. COST OF BID PREPARATION All costs associated with any response to this RFP, including the development of qualifications statements and participation in the selection process, are the sole responsibility of the bidder. The Town will not reimburse any firms for such costs nor will any successful firm be permitted to negotiate such costs as part of any contract or agreement with the Town. PROHIBITED INTEREST No member, officer or employee of the Town, or member of a local public agency having jurisdiction within the Town, during his or her tenure or one year thereafter, shall be permitted to share in, have interest in or benefit from, directly or indirectly, any contract or agreement resulting from this RFP.

Appendix A Alternate potential routes Approximate location of well