Monroe County Soil & Water Conservation District

Similar documents
Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

Request for Qualifications (RFQ)

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

CHAGRIN RIVER WATERSHED PARTNERS, INC. Lower Main Branch and East Branch Streambank Stabilization and Grassed Filter Strip Project

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

REQUEST FOR PROPOSAL Compensation Consulting

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

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

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS

Multiple Structure Asbestos Abatement and Demolition Project

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

REQUEST FOR QUALIFICATIONS (RFQ) PROFESSIONAL ENGINEERING SERVICES ON A CONTINUING CONTRACT BASIS

Westwood Village Farmers Market Request for Proposals May 14, 2012

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Service Providers for Agency Marketing and Outreach Campaigns

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

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

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL CONSULTING SERVICES. HAMLET OF CHAPPAQUA IMPROVEMENT PROJECT TOWN OF NEW CASTLE, NEW YORK June 3, 2013

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Request for Qualifications for General Contractors. 8th & Cooper Multi-use Project

COBB COUNTY DEPARTMENT OF TRANSPORTATION

Request for Proposal. Fabrication and Installation of Municipal Way-finding Signage Town of Orangeville. June 15, 2015

Request for Qualifications

Alabama State Port Authority

REQUEST FOR PROPOSALS

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

REQUEST FOR PROPOSALS

City of Beverly Hills Beverly Hills, CA

The Firemen s Association of the State of New York

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS Engineering, Environmental, Architectural and Surveying Services March 12, 2014

REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES


CITY OF ROMULUS CHAPTER 39: PURCHASING

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Issued: October 3, 2016 Proposals Due: November 28, 2016

Built Environment Technical Services for Energy & Materials

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ

Electronic copies: Michael Francis Desiree Young Dyan Merced File

CITY OF GRAND RAPIDS

The City of Henderson

Request for Quote RFQ# Date: 02/01/2017

Gov's Planning Estimates Project Title Rank Fund Project Requests for State Funds

Application for Economic Development Grants

CARROLL-GRAYSON-GALAX SOLID WASTE AUTHORITY

Alabama State Port Authority

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

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

TOWN OF HARDWICK BOARD OF SELECTMEN HARDWICK POND WEED MANAGEMENT 2018 REQUEST FOR PROPOSAL (RFP)

Notice Type: Request for Proposal

REQUEST FOR PROPOSAL Engineering Survey/Design Services Loecy Pond Dam Modification or Rehabilitation August 27, 2018

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA

REQUEST FOR PROPOSALS NASSER CIVIC CENTER ICE RINK ENGINEERING

Request for Quotation Deepwater Horizon

OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Request for Proposal # Executive Recruitment Services

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS

REQUEST FOR PROPOSALS (RFP)

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

***EXPEDITED REVIEW***

REQUEST FOR QUALIFICATIONS/PROPOSAL

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

Town of Belleair Request for Qualifications For Engineer of Record Professional Services

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786

REQUEST FOR PROPOSALS FOR CIVIL ENGINEERING SERVICES

Request for Proposals (RFP)

SAMPLE INSURANCE AGREEMENT - CONTRACTOR (Asbestos/Lead Abatement Contractors)

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

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR QUALIFICATIONS:

Transcription:

Monroe County Soil & Water Conservation District Nature Based Shoreline Design Request for Qualifications (RFQ) Release Date: October 26, 2018 Response Deadline: 12/7/2018 Monroe County Soil & Water Conservation District mcswcd@monroecounty.gov 145 Paul Rd, Building 5 Rochester, NY 14624

Table of Contents Overview of RFQ... 3 Purpose... 3 Project and Scope of Work Overview... 3 Timeline... 4 Consultant Services... 4 RFQ Application Process... 5 Required Information... 5 Candidate Selection... 6 RFQ Contact and Submittal Information... 6 Questions... 6 General Information... 7 Insurance... 7 Payment... 8 Appendices... 9 Appendix A: Project Location Map... 9 Appendix B: Proposed Shoreline Area Maps Part 1 & Part 2... 10 2

Overview of RFQ Purpose Monroe County Soil & Water Conservation District (SWCD) is seeking an experienced design firm or qualified individual to plan and design a nature-based shoreline project along a reach of shoreline of Irondequoit Bay in Irondequoit Bay Park West. The objective of this project is to provide water quality enhancements and shoreline protection through bioengineering and nature-based stabilization techniques. The nature-based shoreline project will coincide with an adjacent roadway reconstruction project. To be considered for this project, qualifications must be submitted by December 7, 2018. Project and Scope of Work Overview The shoreline and adjacent roadway (Bay Front S) in Irondequoit Bay Park West sustained damages from the high water and flooding events of 2017 predominantly due to shoreline erosion and settling along the road. However, in locations where natural shoreline protection was present (i.e. Wetland and upland vegetation, natural barrier beaches) less damage was noted. Monroe County SWCD is collaborating with Monroe County Parks Department to implement a nature based shoreline project along Irondequoit Bay in Irondequoit Bay Park West (Latitude: 43.187427 Longitude: -77.529318) to enhance shoreline stability and increase flood resilience. Specifically, this project will stabilize roughly 450 linear feet of shoreline and extend and enhance existing shoreline wetland and buffer ecosystems. Given the relatively low energy environment along this section of Irondequoit Bay, this project will be completed using nature-based shoreline stabilization techniques. This project is funded through the NYS Water Quality Improvement Project (WQIP) Program. Monroe County SWCD was awarded $151, 100 to implement this project with an additional in-kind match from Monroe County Parks Department. Including the match costs, the overall project budget for this project is estimated to be approximately $200,000, with design services comprising no more than 10% of the entire budget (roughly $20,000 total). This project will be taking place in conjunction with a road reconstruction project on Bay Front South (through separate funding awarded to Monroe County Parks Department). The selected firm or qualified individual for the nature-based shoreline project will need to collaborate with consultants, Erdman Anthony, for the roadway project. In addition, this project will involve the collaboration with many stakeholders. The selected firm or qualified individual will be asked to attend meetings as requested and work with Monroe County SWCD to consider stakeholders requests in project design and implementation. Additional details about requested consultant services can be found below. The estimated timeline for the design and implementation of this project are described in the subsequent section. 3

Timeline RFQ RESPONSE DEADLINES DATE RFQ Distribution October 26, 2018 Final RFQ submissions - Must be submitted by 4:00 PM ET. The right to withdraw will expire on this date and time. December 7, 2018 TENTATIVE CALENDAR ESTIMATES / GOALS DATE Consultant Selection Completed December 2018 Consultant Authorized to Proceed January 2019 Design Completed May 2019 Advertise for Construction Contracts June 2019 Construction Notice to Proceed August 2019 Construction Completion November 2019 Consultant Services By submitting an application to this RFQ, the consultant agrees to uphold the services described below to the best of their ability and within the budgeted amount allocated for the design portion of this project. As previously stated, design services will not exceed $20,000 for this project. Given the nature of the project, the selected consultant is expected to consider the protection of water quality during all phases of construction. The design must provide long term shoreline stability, while minimizing the amount of hardened structures proposed, and must fit within the constraints set by the funding source. Grading plans must enhance the existing shoreline area to provide the proper depths for a range of wetland plants. Additionally a fishing access area component must be incorporated as part of the final design for this project. Other recreational uses such as foot traffic, boat access, and snowmobile access will need to be considered during project design. It is anticipated that survey data of existing shoreline conditions will be carried by Monroe County SWCD (in collaboration with selected consultant). All applicable permit applications for this project will be completed by the Monroe County Soil & Water Conservation District staff based upon design concepts from the selected consultant. The consultant will be expected to adjust design plans to comply with permitting as needed. Storm Water Pollution Prevention Plan documentation and Notice of Intent filed to the NYS Department of Environmental Conservation (NYSDEC) will be completed by Monroe County SWCD staff, but an erosion and sediment control plan design plan are proposed to be completed by the selected consultant in conjunction with Monroe County SWCD staff. The following minimum services and deliverables are expected from the selected qualified candidate: Collaborate with Monroe County SWCD and Monroe County Parks staff to meet objectives and project goals; Provide a geotechnical analysis of soils stability onsite; Ensure long tem project stability by assessing the wave action impacts from boating and wind action on the proposed project; Provide design plans containing appropriate level of detail for effective project implementation; Prepare construction competitive bid documents, assist with review of submitted bids, and provide recommendation to Monroe County SWCD staff on selection of construction services; 4

Provide effective design plans for erosion and sediment control practices including any in-water shoreline sediment control practices used; Work collaboratively with design and implementation of adjacent roadway project; Attend and participate in stakeholder meetings as requested; Attend pre-construction meetings with selected contractors and Monroe County SWCD staff and prepare and distribute meeting minutes; Provide periodic inspection during construction at a minimum for start of project, once per week, close of project, or as needed if any issues arise; Review material submittals; Provide certification of project as-built drawings when complete; If unforeseen conditions impact design elements, update plans upon request in a timely manner. RFQ Application Process Required Information Qualified individuals and firms must submit this minimum information to be considered: A. Contact information Name of Company and Name of Owner Name of Contact for RFQ Address of Company Contact Phone Number Contact Email B. An up to date Resume or Curriculum Vitae that demonstrates proficiency in shoreline stabilization projects; C. Statement of qualifications (include at least 3 professional references); D. Provide a narrative of your approach to this project and interest in this project; E. Summary of similar work completed (include examples of at least 3 similar projects); F. Breakdown of an estimated timeline to needed to complete work; G. Estimated budget to complete proposed work; H. Any conflicts of interest that may affect the Monroe County SWCD potential selection of or entering into a contract with your company, i.e., your company currently holds an agreement with the Monroe County SWCD for other services, a relative of any employee of the Candidate is an employee or Board of Directors member of the Monroe County Soil & Water Conservation District, etc. 5

Candidate Selection Candidate selection will be based on portfolio of completed work, capability of designing a project that meets deadline and budget, quality of application and any conflicts of interest, if applicable. Monroe County Soil & Water Conservation District will begin contract negotiations with the individual or firm determined to be the most qualified after the deadline for submittal has passed. In the event that a contract cannot be negotiated with the selected candidate, the Monroe County Soil & Water Conservation District reserves the right to negotiate with the next qualified firm or individual until a contract can be reached. Monroe County Soil & Water Conservation District also reserves the right to accept or reject any candidate or portion of their proposed services if it is in the best interest of the Monroe County SWCD to do so. Desired qualifications related to this project include, but are not limited to: Experience in design of nature-based or bioengineered stabilization techniques; Experience working in environmentally sensitive areas and shoreline areas; Experience in wetland restoration projects; Strong knowledge of state and federal wetland and related environmental regulations; Knowledge of native wetland and buffer species in New York State; Demonstrated experience with appropriate erosion and sediment control designs on shoreline projects; Demonstrated commitment to involved stakeholders such as the public and public entities RFQ Contact and Submittal Information Application to be considered for this project must be received at the Monroe County Soil & Water Conservation District office by Friday, December 7, 2018, 4:00 pm EST. Please submit the application required information to the address below. Monroe County Soil & Water Conservation District 145 Paul Road, Building 5 Rochester, NY 14624 Questions Please submit any questions regarding this opportunity by 4:00 p.m. Friday, November 23, 2018 to Kelly Emerick, Executive Director (kellyemerick@monroecounty.gov). Answers to questions will be compiled and made available publicly at www.monroecountyswcd.org on or before Wednesday, November 28, 2018. 6

General Information Insurance Candidate shall provide insurance coverage information specific to contract requirements. At its own expense, the successful qualified individuals and firms must procure and maintain a policy or policies of insurance and limits required as listed below. The limits outlined below are the minimum limits required: I. Commercial General Liability: Commercial General Liability with Limits of Insurance not less than $1,000,000 each Occurrence and $3,000,000 Aggregate with a $2,000,000 Products & Completed Operations Aggregate. Liability Coverage shall apply to Premises, Operations, Independent Contractors, Products & Completed Operations, and Personal & Advertising Injury. The Monroe County SWCD and all other parties involved are to be listed as Additional Insureds on a Primary and Non-Contributory Basis. Copy of the Additional Insured Endorsement must be provided. II. III. IV. Automobile Liability: Business Auto Liability with limits of at least $1,000,000 Combined Single Limit. Business Auto Liability must coverage all owned, non-owned and hired/borrowed automobiles. The Monroe County SWCD and all other parties required by contract are to be listed as Additional Insureds. Copy of the Additional Insured Endorsement must be provided. Workers Compensation/Employers Liability: Workers Compensation and Employers Liability should be maintained for all employees of the qualified individuals and firms with the Statutory Limits of Insurance provided on C-105.2 form New York State Disability & Paid Family Leave: Statutory Coverage provided on DB120.1 form V. Commercial Umbrella Policy: Umbrella Limits of $5,000,000. Umbrella policy must follow form on the General Liability, Auto Liability and Employers Liability. The Monroe County SWCD and all other parties required by contract are to be listed as Additional Insureds on a Primary and Non-Contributory Basis on the Umbrella. A copy of the Endorsement must be provided. VI. VII. Errors & Omissions (Professional Liability): Errors & Omissions Liability for all professional & consulting services with Limits of Insurance not less than $2,000,000 each Claim and $2,000,000 Aggregate. Any retentions or deductibles are the responsibility of the qualified individuals and firms. If Coverage is on a Claims Made Basis coverage must be maintained for the duration of the contract and for a minimum of 3 years from the date of final payment. Waiver of Subrogation: A Waiver of Subrogation applies in favor of the Monroe County SWCD, and all other parties required by contract for recovery of damages to the extent these damages are covered by General Liability, Commercial Auto Liability, Workers Compensation or Employers Liability. Copies of the Waiver of Subrogation Endorsements must be provided. 7

VIII. IX. Certificate of Insurance: Certificates of Insurance must be issued to the Monroe County SWCD evidencing such coverage. Workers Compensation & Disability Certificates must be issued on the New York State forms C-105.2 and DB120.1. All coverage outlined in H.I-VII. should be listed on the Certificates of Insurance. A copy of the Additional Insured Endorsement(s) for the Commercial General Liability, Auto Liability and Umbrella policy must be attached to the certificates of insurance. A copy of the Waiver of Subrogation Endorsement(s) must be attached to the certificates of insurance. Cancellation: No insurance policy required above will be canceled, allowed to expire or reduced in coverage without at least 30 days prior written notice to the Monroe County SWCD. Payment Actual terms of payment will be the result of contracts reached between Monroe County Soil & Water Conservation District and the selected candidate. 8

Appendices Appendix A: Project Location Map 9

Appendix B: Proposed Shoreline Area Maps Part 1 & Part 2 10