REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

Similar documents
Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

Document B101 TM. Standard Form of Agreement Between Owner and Architect

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

Document B252TM 2007

REQUEST FOR QUALIFICATIONS

Invitation to Negotiate

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

MT. PLEASANT, MICHIGAN

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

Dates/Times: p.m. Pacific Time.

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

Subject: Statement of Qualifications for Public Safety Building Design

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR PROPOSALS

Construction Family of Documents

Professional Practice 544

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

INVITATION TO BID CITY OF HOPKINSVILLE

LOWER MANHATTAN DEVELOPMENT CORPORATION

CRISP Azure Migration Consulting Services. All responses due no later than Friday, July 21 st, at 5pm EST

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

Request for Proposal Internet Access Columbus Urban League

Both envelopes must have the following information in the lower left hand corner:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

JUDD STREET LIFT STATION DEWATERING CONTRACT

Conflict of Interest Language

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

Request For Proposal Procedures

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

Invitation to Tender. Development Legal Services. August 2015

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO

Main Building Auditorium

Request for Proposal For: 2018 American Bar Association Temporary Services

Architectural Services

Forsyth County General Services Department Construction Management Division 201 North Chestnut Street Winston-Salem, NC 27101

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

Project Executive Compensation Project - 2

Denver Water Capital Projects Contractor Prequalification REQUEST FOR QUALIFICATIONS

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

REQUEST FOR PROPOSALS

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

Scott Eagle Attack Thermal Imaging Camera

Document B101 TM. Standard Form of Agreement Between Owner and Architect

House Doctor Consulting Services Application Package

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

REQUEST FOR PROPOSALS

LEVEL I PREQUALIFICATION DOCUMENTS

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

CITY OF WAUSAU REQUEST FOR PROPOSALS SALARY (PAY RANGE MATURATION) STUDY

REQUEST FOR PROPOSAL (RFP)

PEIRCE ISLAND WASTEWATER TREATMENT FACILITY UPGRADE

Request for Proposals. to provide. Investment Management Services

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

Invitation to Tender. External Audit Services. July 2015

Gila River Indian Community Utility Authority

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

REQUEST FOR PROPOSAL Financial Statement Audit (FYE 2014, 2015 & 2016)

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

There are Four areas in the systems transformation process (1) assessment, (2) planning, (3) implementation, and (4) evaluation.

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

RFP Restructuring Advisory Committee: Water and Sewer Question and Answer. Question Cut-Off 2/13/17

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Selection of Contractor Step 5. June 2013

REQUEST FOR QUALIFICATIONS DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA REPLACEMENT SCHOOL PROJECT NO

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

REQUEST FOR QUALIFICATIONS (RFQ)

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISING SERVICES

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR QUALIFICATIONS (RFQ) For Engineering Services Institute for Marine Mammal Studies (IMMS)

Proposals will be received at 101 East 11 th Street, Suite G13, Chattanooga, TN until 4:00 P M, EST. End of Day on February 3, 2012 End of Day

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Commonwealth of Virginia

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

March 14, 2017, 2:00 P.M.

Request for Proposal Simulation-Based Learning Competition

Ipswich Public Schools

Transcription:

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT DATED FEBRUARY 19, 2015

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT 1. Introduction. The Village of Bartlett (the Village ) is seeking qualifications from civil engineering firms with experience in design engineering work for projects involving lift stations to provide professional services, including construction engineering in connection with the Village s Country Creek Lift Station project as described in greater detail below. Competitors will be evaluated on the basis of demonstrated competence and qualifications for the type of engineering services required and the most qualified competitor will be selected, subject to negotiation of fair and reasonable compensation as provided in a final written Engineering Services Agreement. 2. Background and Components of the Project. The Country Creek Lift Station located at 207 E. Country Dr. is a ~42 feet deep dry pit pump station and has experienced flood waters entering the lift station during extreme rain events with Country Creek being adjacent to the lift station. The Village would like to convert the lift station to a submersible lift station with the controls brought to ground level. The lift station was installed in 1970 and is a prefabricated Metropolitan Pump station. It consists of two (2) 10 HP, 230 v, 3 phase, 600 gpm pumps. The dry well is ~42 ft deep, 8 ft diameter with a 3 ft opening. The wet well is ~46 ft deep and 6 ft diameter. 3. Description of Project. The Lift Station Project consists of the following items: A. Installation of new submersible pump station with controls in the existing generator building and connected into the Village s SCADA system. B. Removal/conversion of existing dry pit pump station. 4. Scope of Work 4.1 Design Phase: As used herein Engineer shall refer to the professional engineering firm awarded the Engineering Services work and with whom the Village enters an Engineering Contract as hereinafter described. Upon written authorization from Owner, the Engineering Contract shall include the following:

a. Design of Lift Station Replacement. Consult with Owner and put plans and specifications together for project following IEPA requirements. Engineer must put a plan together that allows the existing lift station to operate while the new lift station is being constructed and then transition to the new lift station with minimal bypass pumping. b. Apply for IEPA permit. Engineer will apply for the IEPA permit and respond to all questions that the IEPA may have. c. Provide technical criteria, written descriptions, and design data for the Village s use in filing applications for permits from or approvals of governmental authorities having jurisdiction to review or approve the final design of the project; assist the Village in consultations with such authorities; and revise the Drawings and Specifications in response to directives from such authorities. d. The engineering design services shall also require preparation of such additional documents as may be necessary to procure any additional or modified permits from any other governmental authority with jurisdiction. e. Advise the Village of any adjustments to the opinion of probable Construction Cost known to Engineer. f. Baselines and Benchmarks: As appropriate, establish baselines and benchmarks for locating the Work which in Engineer s judgment are necessary to enable Contractor to proceed. g. Prepare and furnish bidding documents for review by the Village, its legal counsel, and other advisors, and assist the Village in the preparation of other related documents. h. Revise the bidding documents in accordance with comments and instructions from the Village, as appropriate, and submit 20 final copies of the bidding documents, a revised opinion or probable Construction Cost, and other deliverables to the Village. 4.2 Bidding and Contract Award Phase: After acceptance by the Village of the bidding documents and the most recent opinion of probable Construction Cost as determined in the Final Design Phase, and upon authorization by the Village to proceed, Engineer shall: a. Assist the Village in advertising for and obtaining bids or proposals for the Work and, where applicable, maintain a record of prospective bidders to whom bidding documents have been issued, attend pre-bid conferences, if any, and receive and process contractor deposits or charges for the bidding documents.

b. Issue addenda as appropriate to clarify, correct, or change the bidding documents. c. Provide information or assistance needed by the Village in the course of any negotiations with prospective contractors. d. Consult with the Village as to the acceptability of subcontractors, suppliers, and other individuals and entities proposed by prospective contractors for those portions of the Work as to which such acceptability is required by the bidding documents. e. Attend the Bid opening, prepare Bid tabulation sheets, and assist the Village in evaluating Bids or proposals and in assembling and awarding contracts for the work. f. Pre-Construction Conference: Participate in a Pre-Construction Conference prior to commencement of Work at the Site. g. Contractor s Bond and Insurance Documents: Receive, review, and transmit to the Village maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by the Contract Documents. h. Prepare additional Bidding Documents or Contract Documents for alternate bids or prices required by the Village for the Work or a portion thereof. i. Assistance in connection with Bid protests, rebidding, or renegotiating contracts for construction, materials, equipment or services. 4.3 General Administration of Construction Contract: Consult with Owner and act as Owner s representative as provided in the Construction Contract. a. Schedules. Receive, review, and determine the acceptability of any and all schedules that Contractor is required to submit to Engineer, including the Progress Schedule, Schedule of Submittals, and Schedule of Values b. Visits to Site and Observation of Construction as directed by Village. c. Exercise of Professional Skill and Judgment. Engineer shall exercise professional skill and judgment in the manner which can be reasonably expected from other professional engineers performing similar services to those required hereunder, including, but not limited to, the certifications and/or representations made by Engineer and/or its consultants hereunder. Engineer s consultants shall similarly exercise professional skill and judgment in the manner which can be reasonably expected from other consultants performing similar professional services to those required hereunder.

5. RFQ Instructions. 5.1 Minimum Proposer Qualifications. Proposers must meet all of the following minimum qualifications to be eligible to respond to this RFQ and enter into a contract with the Village: a. Be duly licensed in the State of Illinois and certified to perform the engineering and surveying services required hereunder. b. Utilize computer equipment, software and systems compatible with current Village computer equipment, software and systems. The selected consultant s computer services and submittals must be compatible with current Village equipment as follows: Word processing with Microsoft Office Word 2013 Financial tracking and other spreadsheets with Microsoft Excel 2013 Computer aided drafting (CAD) with Microstation Version V8 2004 or later. Submittals must be in.dgn or.dxf format and include all reference and plotting files. Geographic information system (GIS) with ESRI ArcGIS 9.3. c. Have a sufficient number of on staff professional engineers experienced in sanitary sewer and lift station design projects of the same size, scope and complexity of the Project described herein. d. Please note that a site visit to the Lift Station is scheduled for March 11, 2015 at 1:30 PM. The Lift Station is located at 207 E. Country Drive, Bartlett. Please park along Country Drive. No other site visits will be scheduled. 5.2 General Requirements. a. Each Statement of Qualification ( SOQ) must be typewritten and printed single-sided on 8.5 x 11 format. SOQs with 11 by 17 pages are allowed but must be folded into an 8.5 x 11 format. Text font size must be 12 or greater. A minimum of 10 point font size may be used for the Project Experience and Staff Qualification forms. Alternatively, your SOQ may be submitted via e-mail in.pdf format, provided it is less than 10 MB in size, to Robert Allen, the Village Engineer, using the e-mail address provided below. b. No facsimile SOQs will be accepted. c. The firm may propose a consultant team. If a consultant team is proposed, resume information must be provided for each key team member from each sub consultant.

d. An authorized representative of the Proposer must sign the SOQ and his/her name and title must appear below the person s signature. The signing of the SOQ certifies: (1) The person signing the SOQ has the legal authority to do so on behalf of the Proposer; (2) The Proposer has not made and will not make any attempt to induce any other person or firm to submit or not submit an SOQ; (3) That to the best of Proposer s knowledge, no employee of the Village, or any partnership or corporation in which a Village employee has an interest, will or has received any remuneration of any description from proposer, either directly or indirectly, in connection with the letting or performance of any contract resulting from this RFQ; (4) If awarded the contract for engineering services, Proposer will strictly comply with all applicable terms and conditions of the IEPA; and (5) The statements contained in the SOQ are true and complete. 5.3 Submission Requirements. Submit five (5) complete paper copies of the statement of qualifications in a sealed envelope marked SEALED QUALIFICATIONS VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT ENGINEERING SERVICES to: Robert Allen, Village Engineer Village of Bartlett 1150 Bittersweet Bartlett, Illinois, 60103 Phone 630-837-0811 Fax 630-837-9043 E-Mail: rallen@vbartlett.org If submitted electronically, one.pdf submission shall be sufficient, however, whether they are submitted on paper or electronically, all submittals must be received no later than 11:00 a.m. on March 20, 2015. There will be no formal opening of the SOQ. Postmarks and late electronic submittals will not be considered. Facsimiles will not be accepted. If submitted electronically, it is the proposer s responsibility to submit a.pdf which is less than 10MB in size and that it has been received by the Village on a timely basis. If the paper submittal is forwarded by mail or messenger service, it is the responsibility of the Proposer to get the SOQ to the above location by said date and time. 5.4 Interpretation and Addenda. All questions regarding this RFQ shall be directed to Robert Allen, Village Engineer, at 630-837-0811 or rallen@vbartlett.org, If necessary, interpretations or clarifications in response to such questions will be made by issuance of an

Addendum to all prospective proposers. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Any Addendum issued, as a result of any change in the RFQ, must be acknowledged by the Proposer in its SOQ submittal. 5.5 SOQ Contents. Firms will be evaluated taking into account qualifications, ability of professional personnel, past record and experience, performance data on file, willingness to meet time requirements, location, work load of firm, expertise in the specific areas described within the scope of work; depth, number and qualifications of staff which the firm will assign to the Project; and demonstrated experience dealing with other governmental agencies and meeting permit requirements, including the IEPA, USACE, IDNR and MWRD; experience in providing engineering services in connection with lift station rehabilitations. Qualified consultants interested in performing the work described in this Request For Qualifications shall provide the following information presented in a clear, comprehensive, and concise manner, illustrating the firm s capabilities and technical expertise: a. Introductory Letter (2 page maximum) Content at discretion of Proposer. b. General Firm Qualifications (5 pages maximum) Provide a statement that portrays the firm s qualifications as related to its experience in relation to the described work. The response should include the following: (1) Summary of the consultant s general qualifications, specific disciplines that are applicable to the proposed work, background, number of employees, office locations, etc. Please limit employee information to that which is specific to the local office. (2) Outline the consultant s capacity to carry out the scope and the extent of the work required. State disciplines where any sub-consultants will be utilized. (3) Describe the consultant s quality assurance and control program and discuss how the work will be monitored with respect to both budget and time. (4) Number of personnel (by specialty) and identify key personnel who will be providing services to the Village relative to the Village s project. (5) Percent of firm revenue that is received from governmental agencies. (6) Perspective on why firm is distinctive. (7) Description of any litigation in which the firm is or was a party within the last ten (10) years. (8) Any previous contracts that the firm defaulted on and/or was terminated and reasons for the default(s) and/or termination(s). (9) Detail the firm s capacity to carry out the scope and extent of the work required as follows: Engineering Services between May 2015 and May of 2016.

(10) Specific expertise relative to the engineering services required hereunder, including, but not limited to lift station project work, and familiarity with USACE, IDNR, MWRD regulations and design work, and IEPA ILR 10 NPDES construction site requirements, IDOT specifications for Roadway and Bridge Construction, and Soil and Water Conservation District requirements. c. References Provide five (5) recent/current professional references, including detailed contact information. d. Project Experience Form Provide details for a minimum of five (5) recent major successfully completed municipal capital projects similar in size, scope and complexity to the Village s project, as well as reference contact information for those projects. The examples must be projects in which your firm was a primary consultant (maximum 2 pages per project). (Note: The references required may overlap and include the reference/contract information in this subsection d.) e. Staff Qualification Form Provide qualifications of each key staff member identified above, including area of expertise/title, years of experience (total), education and other relevant information regarding the staff member s qualifications to perform the required sanitary sewer and lift station design services (maximum 2 pages per person). f. Certificate of Insurance Include a copy of Proposer s Certificate(s) of Insurance indicating the types and amounts of insurance coverages maintained by the Proposer. 6. Evaluation and Selection of Consultants. 6.1 Evaluation Criteria and Agreement. The Supervisor of Sewer, Village Engineer, and Public Works Director will select the two engineering firms they determine most qualified and rank them. Firms will be ranked on the basis of evaluations of their expertise and quality of previous engineering services relative to lift station projects similar in size, scope and complexity to the Village s project; depth, number and qualifications of available staff; demonstrated experience and quality of performance dealing with governmental agencies such as USACE, IDNR, IDOT, IEPA, FEMA, IEMA, MWRD, Soil and Water Conservation District, among others, and ability to provide the engineering services required for the Village s improvements in urban environments; adequate financial resources and insurance; and ability to meet the Village s required time of completion for the engineering work required for its project. The Village will evaluate each consultant s experience in completing similar work for municipalities and other units of government. The Village will contact the firm ranked most qualified and attempt to negotiate a contract at a fair and reasonable compensation, taking into account the estimated value, scope, complexity, and professional nature of the services to be rendered, and negotiate

the other terms of a contract. If the Village is unable to negotiate a satisfactory contract with the firm which is most preferred, negotiations with that firm shall be terminated and the Village shall begin negotiations with the firm which is next preferred. Assuming there is a meeting of the minds on the terms of compensation and terms of the Agreement among Village staff and the engineering firm as set forth in a professional services agreement prepared by the Village Attorney, it shall be presented to the Village corporate authorities for approval. Proposers are not requested or required to submit a 2015 Rate Schedule or to determine it s not to exceed cap with its SOQ submittal. The proposer notified that it has been determined to be the most qualified by the majority of the Supervisor of Sewer, Village Engineer and the Public Works Director shall be asked to submit its 2015 Fee Schedule and a not to exceed amount on its engineering fees as part of the negotiation of fair and reasonable compensation. The Village s minimum insurance and indemnification requirements, permitted limitations on Engineer s liability, and other required terms and conditions will be incorporated in a written contract prepared by the Village Attorney (subject to minor modifications) and presented to the Village corporate authorities for approval. Notwithstanding the foregoing, the contract as modified by the final terms of the Agreement between the Village and Engineer will be subject to approval by the Village corporate authorities in their sole and absolute discretion. Compensation will either be a fixed price or hourly cost reimbursement type contract with a not to exceed cap amount. 6.2 Village May Request More Information. It is the intent of the Village to make evaluations and ranking of engineering firms based on the Statement of Qualifications submitted. However, more information may be requested to fully and accurately evaluate SOQs. The Village reserves the right to obtain clarification on any point in a firm s SOQ or to obtain additional information necessary to properly evaluate a particular submittal. Failure to respond to such a request for additional information or clarification could result in rejection of the Proposer s SOQ. The engineering firm rated the most qualified will be so notified and the engineering firm and the Village will attempt to negotiate a fair and reasonable compensation as well as the final terms of the Agreement. 6.3 Interviews. Prior to making a determination of the most qualified engineering firm for the Project, interviews of selected firms may be held at the Village s option in its sole and absolute discretion for informational purposes only. Alternatively, the Village may elect to choose an engineering firm to negotiate an Agreement to perform the required construction engineering services based on the SOQs and any additional information provided above.

6.4 Terms and Conditions. The following terms and conditions also apply: a. The Village reserves the right to accept or reject any submittals and to waive any minor irregularity, informality, or non-conformity with the provision of procedures of this RFQ. b. The Village reserves the right to request clarification of information contained in qualification statements and to request additional information from any proposing firm. c. A firm may withdraw its qualifications submittal any time prior to the submission deadline. d. The professional services Agreement shall be subject to approval by the Village corporate authorities. e. The contracted firm shall not assign any interest in the contract and shall not transfer any interest without the prior express written consent of the Village. f. The Village understands that certain engineering services may not be performed by in house engineers, but may be contracted out, for example geotechnical services. Any such anticipated subcontract services shall be identified by the proposer and the subcontracted services shall be subject to the Village Engineer s approval. g. The Village considers engineering services to be a professional service and exempt from standard bidding requirements. The Village reserves the right to select or reject engineering firms based on evaluation of the criteria described above in full compliance with applicable law, regulations and the requirements imposed by IEPA. h. The Village reserves the right to investigate the references and past performance of any Proposer with respect to its successful performance of similar services, compliance with contractual obligations, and other factors as may be relevant to the ranking of the Proposer. 7. Disclaimer. a. The Village makes no representation regarding the information herein provided. Proposer is solely responsible to establish, verify, and ensure that any and all information is correct, complete and necessary to provide a complete and informed submittal. b. Neither this Request for Qualifications nor selection of a proposing firm by the Village will commit the Village to award a contract, to pay any costs incurred in

the preparation of a response to this request, and/or to procure or contract for services or supplies.