TOWN OF PLAINVILLE REQUEST FOR QUALIFICATIONS AND PROPOSALS

Similar documents
TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Big Sky Economic Development Authority Brownfields Project

REQUEST FOR PROPOSAL City of Middletown, Middletown, CT. RFP # DECD Brownfield Assessment Program

Qualifications due May 30, 2018 by 4:00 PM

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

CITY OF INGLEWOOD Residential Sound Insulation Program

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

Request for Proposal for Modernization Consulting & Capital Grant Management

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL

City of Malibu Request for Proposal

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

Town of Windham Request for Proposals (RFP s) for Animal Control Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Qualifications Construction Manager at Risk Contract

FLORIDA DEPARTMENT OF TRANSPORTATION

Knights Ferry Elementary School District

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR ARCHITECT/ENGINEER (A/E)

SOMERSET COUNTY, MARYLAND

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

Cal Poly Pomona Request for Clarification for Lanterman Development Center Land Development Consultant RFC

Request for Proposals (RFP)

REQUEST FOR PROPOSALS FOR CONCERT PRODUCTION SERVICES. SUBMITTAL DUE DATE: Tuesday, April 26, 2016 at 4:00pm Central Standard Time.

REQUEST FOR QUALIFICATIONS/PROPOSAL (RFQ/P) FOR CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS

The District is looking for the architectural firm to provide the following (not listed in order of preference):

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

CITY OF DUNKIRK REQUEST FOR PROPOSALS (RFP)

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

SILER CITY MUNICIPAL AIRPORT AIRPORT PLANNING/ENGINEERING SERVICES

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Dakota County Technical College. Pod 6 AHU Replacement

TOWN OF FAIRVIEW, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) REWRITE/UPDATE OF THE COMPREHENSIVE ZONING AND SUBDIVISION ORDINANCES PROPOSAL DUE DATE:

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Blight & Brownfields Committee

REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL / ENGINEERING SERVICES JPS HEALTH NETWORK RESPONSES DUE: Wednesday, September 30, :00 P.M.

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Unregulated Heating Oil Tank Program Guidance

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

ATTENTION DESIGN FIRMS

REQUEST FOR QUALIFICATIONS. Water Supply Options Review

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR QUALIFICATIONS AND PROPOSALS

Request for Qualifications/Proposals Alameda County Redevelopment Agency Economic Development Strategic Plan

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS

City of Painesville, Ohio

REQUEST FOR PROPOSAL (RFP) SITE SELECTION AND PRELIMINARY DESIGN SERVICES FOR PARKING STRUCTURE

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

Raymond, New Hampshire

REQUEST FOR QUALIFICATIONS. Design Professional Services

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

Monroe County Water Authority

REQUEST FOR PROPOSALS RFP # December 7, 2010 Proposals Due on January 7, 2011 at 4:00 pm

The estimated total project cost is $715,000, including local funds.

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

FY 2012 BROWNFIELD RESTORATION AND ECONOMIC REDEVELOPMENT ASSISTANCE FUND

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Voluntary Remediation Program (VRP) Application

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

Arizona Department of Education

Energy Efficiency Programs Process and Impact Evaluation

REQUEST FOR LETTERS OF INTEREST

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

All proposals must be received by August 30, 2016 at 2:00 PM EST

PPEA Guidelines and Supporting Documents

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Municipality of North Grenville Rideau-Sanders Community Improvement Plan (CIP) Financial Incentive Program

REQUEST FOR PROPOSAL

Transcription:

TOWN OF PLAINVILLE REQUEST FOR QUALIFICATIONS AND PROPOSALS Department of Economic & Community Development Brownfield Assessment Grant One and Sixty-Three West Main Street, Plainville, CT 1. PURPOSE The Town of Plainville, CT is accepting statements of qualifications and scope of services, and a statement of proposal with itemized cost estimates from qualified engineering/environmental consulting firms to complete phase one, two and three environmental site assessments of the property and structures located at one and sixty-three West Main Street, Plainville, CT. 2. OVERVIEW In November of 2017, the Department of Economic and Community Development awarded the Town of Plainville a Brownfield Assessment Grant to complete these assessments. The grant contract may be found as an addendum to this RFQ. State brownfield funds will be utilized for a full environmental site assessment of the former White Oak Corporation property located in Plainville. This 14.59-acre property is privately owned and the building is currently vacant. The Town of Plainville has obtained a purchase and access agreement that will remain in full force throughout the duration of any contracts awarded through this solicitation process. The goal of the project is to provide a Phase I, Phase II and Phase III Environmental Site Assessment (ESA) to the extent required, a Remedial Action Plan with associated cost estimates, Hazardous Building Materials survey, and abatement and demolition plans. The lead contact for this work will be Mark DeVoe, Director of Planning and Economic Development. The Town of Plainville has executed an option and access agreement to permit the activities described in the scope of services below. Pursuant to the grant awarded by the State Department of Economic and Community Development, it is the Plainville s intent to perform a full environmental site assessment of the subject property with an eye towards redevelopment of this keystone downtown property. It is the Town s expectation that appropriate pauses will be taken throughout this project to better inform the steps forward, i.e. what type of final use will be most appropriate, and how will subsequent phases of the environmental assessment and remedial action plan be adjusted to found realities. It is worth note that the Town has secured a finite amount of funds to perform this work and that it is unlikely additional funds will be appropriated beyond the full amount of the grant award. 3. HISTORY One and sixty-three West Main Street in Plainville, Connecticut (the site) is an approximate 14.59-acre property located on the north side of West Main Street in Plainville s Town Center. The site is developed with three (3) individual structures totaling approximately 50,000 square feet of industrial space and 10,500 square feet of office space (on two floors). The buildings were constructed and or added onto at various times since 1920.

The primary use has been to house White Oak Corporation, a highway/bridge construction firm that has been out of business for nearly a decade, and hasn t had any contractual obligations for longer. The initial use was the Plainville Strand Theatre. While dated, a survey of the site can be found here. Site Plan A 2006 Fuss & O Neill Phase I ESA identified Recognized Environmental Concerns (REC) and Areas of Concern (AOC). This work must be repeated to comply with current standards, but may be consulted as an accurate account of historic site activity. The 2006 Phase I Report can be found here. Phase 1 Report On October 10, 2017, the Department of Energy and Environmental Protection issued a Notice of Violation #WSWDH17068, which is based upon their inspection of the outside premises only. The NOV can be found at here. DEEP NOV. The property owner is attempting to answer the NOV individually and the NOV is currently not part of this RFP/Q; however, the Town of Plainville reserves the right to add this work to the final scope of work if it is found to be in the Town s best interest during contract negotiations. 4. SCOPE OF SERVICES Potential respondents are encouraged to utilize all existing data and available reporting to the maximum extent possible for development of the ESA scope moving forward. The scope of services for the ESA, as outlined in this RFQ/RFP, is preliminary. The final scope of services (SOS) and fee will be negotiated with the selected firm and modified as needed, following completion of the Phase I ESA, Phase II ESA and depending on site conditions. The Final Reporting should include the following components: A. Prepare a Phase I Environmental Site Assessment (ESA) to identify AOCs and/or RECs that have resulted from current or historical uses of the site. The Phase I ESA shall be conducted in accordance with ASTM E1527-013 and CT DEEP Site Characterization Guidance Document (SCGD). Provide a detailed scope of work to include: i. compliance with ASTM E1527-13. ii. the applicability of the CT Transfer Act as is relates to the site. iii. the text of the report shall be supplemented with the review of all available documentation from previously conducted environmental activities and/or reporting including the interpretation of the findings and an evaluation for development and incorporation into the Conceptual Site Model (CSM). iv. a draft report will be made available to the town for review and comment prior to the report being finalized. v. Characterization of the applicability of the Transfer Act. Specifically, what documentation leads the Consultant to believe the Act applies. Required Meeting: Following delivery of the draft Phase I ESA the consultant shall meet with the project committee to review the results of the Phase I ESA. The objective of the meeting is to determine if any opportunities are available to adjust the scope moving forward. The final SOS and fee for the Phase II/III ESA will be negotiated and modified as needed after the results of the Phase I ESA have been discussed. vi. Once approved, provide two hard copies and one electronic copy of final report to the Town. B. Complete a combined Phase II/III ESA as needed and in accordance with CT DEEP SCGD. The ESA will be designed as follows:

i. To collect sufficient information to determine if any releases have occurred at each REC/AOC identified during the Phase I ESA. ii. To define the nature, degree, and extent of the releases, if any, identified during Phase I or other site investigations. iii. To develop the Conceptual Site Modeling process and complete investigation and deliver a report with no significant data gaps. Proposed up to amounts that are included in the SOW for sampling/analysis will not be accepted. After the Phase II investigation has been implemented and the field data results evaluated a data summary will be prepared for review/comment and discussion with the town prior to the scope of any necessary Phase III ESA being finalized. Required Meeting: Following completion of the Phase II ESA field activities and evaluation of the data the consultant shall meet with the project committee and review the results of the Phase II ESA, the objective of the meeting is to determine if any opportunities are available to adjust the scope moving forward. The final SOS and fee for the Phase III ESA will be negotiated and modified as needed after the results of the Phase II ESA have been discussed. The consultant shall provide options with respect to any budgetary constraints and recommend cost saving measures as needed. a tailored approach to preparing a Remedial Action Plan that best meets the Town s overall redevelopment goal. Options shall be provided by the consultant based upon probable development scenarios given the actual findings of field investigations. It is understood that redevelopment goals may be altered by information uncovered during the Phase II and III ESA and all recommendations for a Remedial Action Plan shall take new information into consideration with due respect to budgetary constraints. The final SOS and fee for the Phase III ESA will be negotiated and modified as needed after the results of the Phase II ESA have been discussed. iv. Once approved, provide two hard copies and one electronic copy of final report to the Town. C. Remedial Action Plan & Opinion of Probable Remediation Cost Prepare a Remedial Action Plan (RAP) in accordance with DEEP requirements that describes proposed remedial options that are protective of human health and the environment and achieve compliance with the RSR cleanup criteria for residential use. The report shall incorporate any conceptual redevelopment plans presented by the town. i. Provide a draft report for review before a final report is prepared. ii. The report must clearly and logically present the environmental data, and must explain and validate a Conceptual Site Model (CSM). iii. For each AOC, the report must determine whether a release has occurred, describe the fate and transport of identified constituents of concern in each identified release area, and evaluate the data with respect to compliance with the Connecticut Department of Energy and Environmental Protection (DEEP) Remediation Standard Regulations (RSRs). iv. The report should include appropriate tables including analytical summaries, boring completion and well construction details, sampling rationale, field measurements, a summary of groundwater elevation measurements, and a summary table for the CSM. v. Appropriate figures should also be prepared including site location map, AOC and sampling location map(s) (to scale), groundwater elevation contour map(s), and contaminant distribution maps.

Required Meeting: The consultant shall meet with the project committee and review the draft RAP, advising again on how best to meet its goal of facilitating a revitalization project. The consultant shall recommend the approach that best meets the Town s overall redevelopment goal. Options shall be provided by the consultant based upon probable development scenarios given the actual findings of the environmental site assessments. It is understood that redevelopment goals may be altered by information uncovered during the Phase II and III ESA and all recommendations for a Remedial Action Plan shall take new information into consideration with due respect to budgetary constraints. Conceptual development scenarios shall be presented at this time. Once the draft report is approved, provide one hard copy and one complete electronic copy of final RAP to the Town. D. Hazardous Building Material Survey i. Complete a hazardous building material (HBM) survey for the building to identify all asbestos, lead, and polychlorinated (PCB) containing building materials and universal wastes or any other HBM associated with the structures. ii. Prepare a draft report that includes a description of sampling conducted, results, as well as quantities and locations of materials identified. Appropriate tables should be prepared including analytical summary tables that identify both positive and negative sample results, quantities of materials found to contain lead, asbestos, or PCB, universal wastes, and locations of those materials. Appropriate figures should also be prepared to identify location of materials within the buildings and on site. The report should also include a photographic log of materials, chains of custody, as well as laboratory analytical reports. iii. Develop a Draft Opinion of Probable Cost for abatement of hazardous building materials and removal of universal wastes. iv. Provide a draft report for review before a final report is prepared. Once approved, provide one hard copy and one electronic copy of final report to the Town. E. Abatement and Demolition Specifications i. Prepare abatement specifications for HBM including asbestos, lead, and PCB containing materials as well as removal of universal wastes. The specifications should include detailed CAD drawings of building layout and locations of materials to be abated/removed. ii. Finalize Opinion of Probable Cost for abatement based on specifications developed for the project. 5. PROJECT SCHEDULE The Consultant should be prepared to enter into a contract and begin work as directed by the Town within one week of formal notification of selection, after review and approval of the submitted scope of work by the Town of Plainville and the Department of Community and Economic Development. It is anticipated that the contracted services as described in this RFQ/P shall be completed within 12 months from contract date.

6. CONSULTANT SELECTION Respondents to this RFQ/P will represent a firm possessing experience and expertise in Brownfields Assessment and remediation and the professional standards thereof, to undertake and successfully complete the scope of work as outlined in this RFQ/P. The technical lead for the project is required to be a Licensed Environmental Professional (LEP). Teams should be prepared to demonstrate a strong environmental engineering background, and a good working relationship with the staff of Connecticut Departments of Energy and Environmental Protection and Economic and Community Development. The selected consultant/firm must meet all State and Federal affirmative action and equal employment opportunity practices and other practices as outlined in Executive Order Number Three, Sixteen and Seventeen. The consultant/firm shall obtain and maintain, at its expense, Professional Liability Insurance in a minimum amount of $1,000,000.00 or the amount required by any access agreements that exist between the parties, whichever is greater. The consultant/firm shall obtain and maintain, at the consultant s/firm s expense, such insurance as will protect the consultant/firm from claims under Workers Compensation and Comprehensive General Liability Insurance that will protect the Town of Plainville from all claims of bodily injury, death or property damage which may arise from the performance by the consultant/firm or the consultant s/firm s employees in their functions and services to the Town of Plainville. Limits of insurance shall be $1,000,000 per occurrence, $2,000,000.00 aggregate, or the amount required by any access agreements that exist between the parties, whichever is greater. Workers Compensation shall be in accordance with Connecticut Statutes. The selected consultant/firm shall, within five (5) days of award, provide proof of this insurance. The Town of Plainville shall be listed as an additional insured. After review of the Request for Qualifications/Proposals received, the Town will conduct interviews of the consultants/firms it judges to be the most qualified to perform the required services based upon the criteria in this RFQ/RFP and a ranking system that will be formulated by the Selection Committee. The following factors will be evaluated and weighted appropriately in the selection process: The technical competence of the consultant/firm The quality and performance of past services on similar projects. Experience with DEEP and DECD Brownfield programs Experience of key personnel including the sub-contractors Demonstrated knowledge of environmental remediation and brownfield redevelopment. The expected quality of the scope of work and deliverables the consultant proposes to provide for the established budget. The proposed fee associated with the professional services. The Town of Plainville reserves the right to reject any and all proposals and to waive any informality in the process. It shall be understood that the award made by the Town of Plainville shall be final and conclusive and without recourse or appeal by the remaining consultants/firms.

The successful consultant/firm will be expected to execute a standard contract for professional services as approved by the Town of Plainville. This contract will be made available to DECD for review and approval prior to execution. The successful respondent will assume sole responsibility for the complete project as required in this RFQ/P. Respondents who intend to subcontract one or more elements of this project to other firms/individuals shall identify those work elements to be subcontracted and the firm/individual subcontractor. All subcontractors shall be identified and to the extent necessary their qualifications shall be provided. Subcontractors may not be substituted, nor any portions of the contract assigned to other parties, after contract award without the written consent of the Town. The successful firm may utilize the services of specialty subconsultants on those portions of the work that under normal contracting practices are performed by specialty subconsultants. The successful firm shall be fully responsible to the Town for the performance, finished products, acts, and omissions of its subcontractors and persons directly or indirectly employed thereby. 7. SUBMITTAL DOCUMENTATION Submittal Letter Interested consultants/firms shall submit a cover letter and proposal addressed to Mark DeVoe, Director of Planning and Economic Development, signed by an authorized principal or agent of the firm. The letter shall provide an overview of the proposal, as well as the name, title, phone and fax numbers, and email address of the person to whom questions concerning the request for proposals may be directed. No personal contact is permitted; however, questions may be submitted via email to devoe@plainville-ct.gov. History and Resumes The consultant/firm must include a brief history of the company including: Consultant/firm size and organization Length of time the consultant/firm has been in business Products and services offered Experience with DECD Brownfields programming Resumes of key individuals that will be assigned to this project. Scope of Services The consultant/firm shall provide a detailed Scope of Work which outlines various services it will provide for the project. All services not specifically mentioned in the RFQ/P, which are necessary to ensure that the intent and scope of services are met, shall be included in the Proposal. Key Issues, Experience, and Ability to Perform Provide examples of previous work on similar projects to demonstrate the consultant s/firm s understanding and familiarity with projects of this type, including a list of Brownfield Assessment projects which have been completed in the last five years, resumes for all professionals to be assigned to this project including information regarding the qualifications of any proposed subcontractors. The lead project manager/lep must be identified.

References At minimum, a list of at least 3 previous and/or current contracts which are similar to the Town s scope of services, including: a) Dates of contract duration b) Services performed and fees for services c) Name, address, telephone numbers of clients which may be contacted for verification of information submitted d) Statement as to whether project was completed on time and within budget. 8. SUBMISSION The information required for this Request for Proposal must be identified as RFQ/P for one and sixtythree West Main Street, Plainville, CT and must be submitted with four (4) copies and one (1) electronic copy be provided on a cd or thumb drive, to Mark DeVoe, Director of Planning and Economic Development, One Central Square, Plainville, CT, no later than March 22 nd, 2018 at 11am. Late proposals will not be considered. All costs incurred in the preparation and presentation of the RFQ/P shall be wholly absorbed by the respondent. Any material submitted shall become the property of the Town of Plainville and is available for review under the Freedom of Information Act. SITE WALK There will be a site walk on Wednesday, February 28 th, 2018 from 9am-12 noon. Questions may be asked and consultants may walk the property and enter the building. Attendees will gather in room 302 at the Plainville Municipal Center at 9am. All attendees will be responsible to provide their own flashlights. Admittance into the main building will be prohibited for anyone without a personal handheld flashlight. 9. POINT OF CONTACT Questions may be directed to Mark DeVoe, Director of Planning and Economic Development by email at devoe@plainville-ct.gov only.