Jerrine Corallo - Schoharie Area Long Term, Inc.

Transcription

Jerrine Corallo - Schoharie Area Long Term, Inc.
Schoharie Area Long Term, Inc
REQUEST FOR PROPOSAL
for
Schoharie Creek Multi-Use Trail Feasibility Study
Contract # C1000553
June 8, 2016
SALT, Inc. encourages the participation of Minority and Women-Owned Business Enterprises (M/WBE)
in its procurement projects. SALT, Inc. is committed to achieving the statewide goal of increasing
opportunities for New York State Minority and Women-owned Business Enterprises. Any firm that feels it
may meet the state requirements for certification is encouraged to visit the NYS Department of Economic
Development for more information about the program and how to apply for certification.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York
State Department of State under Title 11 of the Environmental Protection Fund.
June 8, 2016
TO WHOM IT MAY CONCERN:
Attached is the Request for Proposal (RFP) for a Feasibility Study on a long multi-use trail in
Schoharie County for Schoharie Area Long Term, Inc (SALT).
SALT is requesting proposals from qualified consultants to examine possible alignments, costs,
and development of a multi-use trail beginning in North Blenheim, NY and ending
approximately 38 miles north, in the Village of Esperance, NY. The study will also analyze the
combination of greenways, road side trails, and blueways that will be part of the multi-use
recreational trail, and the area’s demand for enhanced recreational activities and their potential
impact on the local economy. The study implements recommendations from the NY Rising
Community Reconstruction Plan for the Towns and Villages of Esperance, Schoharie, and
Middleburgh (http://stormrecovery.ny.gov/regional-communities/towns-and-villages-esperanceschoharie-and-middleburgh) to improve community resilience and to promote tourism and
recreation. The consultant will assist SALT and the involved communities in meeting the
requirements of the contract #C1000553 between Schoharie County and the New York State
Department of State. Any and all contact regarding the Feasibility Study will be through SALT,
subrecipient of contract #C1000553.
The due date for submission of proposals is 7/8/2016, 2:00 pm (EDT).
The attached No Bid form should be completed and returned by those Bidders who choose not to
bid on this RFP. If you have any questions, please contact the Project Director at
[email protected].
Sincerely,
Jerrine Corallo
Jerrine Corallo
Schoharie Area Long Term, Inc
Project Director
Attachments:
No Bid form
RFP
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
1|Page
NO BID FORM
CONTRACT # C1000553
DESCRIPTION: Feasibility Study
CONTRACT PERIOD: August 2016 – December 2017
PROPOSALS DUE:
SUBMIT BIDS TO:
DATE:
7/8/2016
TIME:
2:00 p.m. (EDT)
Jerrine Corallo
Schoharie Area Long Term, Inc
Project Director
Contract # C1000553
PO Box 777
258 Main St
Schoharie, NY 12157
Vendors choosing not to submit a proposal are requested to complete and return only this page. Please check all
boxes that apply:
 We do not provide the requested services. Please remove our firm from your mailing list for these services.
 We are unable to submit a proposal at this time because ________________________________________
 Please retain our firm on this list.
FAILURE TO RESPOND TO THIS RFP WILL RESULT IN YOUR FIRM BEING REMOVED FROM OUR
MAILING LIST FOR THIS SERVICE. A “NO PROPOSAL” IS CONSIDERED A RESPONSE.
Name of Firm: __________________________________________ FEIN: ________________________
Address: _____________________________________________________________________________
Web Page: __________________________________________ Telephone: _______________________
Email Address: _________________________________________ Fax: __________________________
Signature: _______________________________________________ Date: ________________________
Typed Name & Title: ___________________________________________________________________
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
2|Page
Contents
RFP CALENDAR ..................................................................................................................................... 5
SECTION 1-GENERAL INFORMATION .................................................................................................. 6
A.
OVERVIEW OF SCHOHARIE AREA LONG TERM ................................................................... 6
B.
INQUIRIES/ISSUING OFFICE/DESIGNATED CONTACT ......................................................... 6
C.
SCOPE OF SERVICES .................................................................................................................... 6
D.
DUE DATE ....................................................................................................................................... 8
E.
METHOD OF AWARD ................................................................................................................... 8
F.
PARTICIPATION OF NYS BUSINESS ENTERPRISES (MWBE)............................................... 8
SECTION 2-TECHNICAL SPECIFICATIONS .......................................................................................... 9
MANDATORY REQUIREMENTS ................................................................................................. 9
A.
1.
Procurement Lobbying Law.......................................................................................................... 9
2.
Vendor responsiveness and responsibility .................................................................................... 9
3.
Prevailing wage schedules ............................................................................................................ 9
4.
Compliance with Executive Law Article 15-A (M/WBE & EEO) ............................................. 10
5.
Workers’ compensation insurance and disability benefits insurance.......................................... 10
6.
Bidders’ right to a debriefing ...................................................................................................... 12
B.
RESERVED RIGHTS .................................................................................................................... 12
D.
TERM ............................................................................................................................................. 13
E.
COST AND INVOICING ............................................................................................................... 13
SECTION 4 – BID/PROPOSAL FORMAT ............................................................................................... 15
A.
BID PREPARATION ..................................................................................................................... 15
B.
BID FORMAT ................................................................................................................................ 15
C.
a.
Title Page and Table of Contents ................................................................................................ 16
b.
Bidder Questionnaire .................................................................................................................. 16
c.
Bidder Certification .................................................................................................................... 16
d.
Company Background................................................................................................................. 16
e.
Work Plan – Technical Experience / Description of Proposed Services .................................... 17
f.
Statement of Competing Commitments ...................................................................................... 18
BID DELIVERY ............................................................................................................................. 18
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
3|Page
SECTION 5 – METHOD OF EVALUATION & CRITERIA ................................................................... 19
A.
EVALUATION CRITERIA ........................................................................................................... 19
Appendices.................................................................................................................................................. 21
Appendix A - BIDDER CERTIFICATION ............................................................................................ 22
Appendix B - WORK PLAN .................................................................................................................. 24
Appendix C - BIDDER QUESTIONNAIRE SALT ............................................................................... 33
Appendix D - SUNY ALBANY SCHOHARIE CREEK TRAIL CONCEPT PLAN ............................ 34
Appendix E - INTENT TO RESPOND FORM ...................................................................................... 35
Appendix F - BUDGET TABLE ............................................................................................................ 36
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
4|Page
RFP CALENDAR
DATE
EVENT
July 8, 2016
Solicit at least 3 bids
July 18, 2016
Select consultants for
interview
August 2016
Conduct interview panel
August 2016
Select final consultant
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
5|Page
SECTION 1-GENERAL INFORMATION
A.
OVERVIEW OF SCHOHARIE AREA LONG TERM
Schoharie Area Long Term, Inc, (SALT) is a charitable not for profit corporation
founded in December 2012 as a partnership of public and private sector agencies to
provide recovery, rebuilding and resource support to those affected by Hurricane Irene
and Tropical Storm Lee in August 2011.
Since then SALT has leveraged $7 million worth of volunteer labor and donated
materials as well as over $1 million in private capital to help over 600 families and
businesses rebuild.
With a solid organizational infrastructure, visionary leadership, well established national
and regional partners, and a history of successful collaborative coordination SALT is now
facilitating a number of projects that utilize Asset Based Community Development as a
strategy for sustainable community driven development, including the Schoharie Creek
Multi-Use Trail Feasibility Study.
B.
INQUIRIES/ISSUING OFFICE/DESIGNATED CONTACT
All inquiries concerning this solicitation shall be addressed to the following Designated
Contacts:
Jerrine Corallo, Project Director
Robin Alley, Finance and Administration Manager
Phone: (518) 702-5017
Fax: (518) 295-8105
E-Mail: [email protected]
All questions should be submitted in writing (via fax or email) citing the particular bid
section and paragraph number. Prospective Bidders should note that all clarifications and
exceptions are to be resolved prior to the submission of a bid. Answers may be included
in a bid addendum. Only questions received during the Question and Answer period (as
outlined in the RFP Calendar) will be addressed. No telephone questions will be
answered.
C.
SCOPE OF SERVICES
The selected consultant shall prepare Trail Feasibility Study documents according to New
York State Department of State (NYSDOS) funding contract #C1000553 Work Plan,
Appendix B (attached). Consultant shall anticipate attending technical meetings with
SALT personnel approximately 20 hours within the contract term.
Selected consultant additional duties for each Task in Appendix B:
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
6|Page
1. Task 6. Second Project Meeting:
a. Shall be required to attend in August 2016.
b. Shall prepare and distribute a brief meeting summary clearly indicating
the agreements/understandings reached at the meeting.
c. Shall work on subsequent tasks shall not proceed prior to Department
approval of the proposed approach as outlined in the meeting summary.
2. Task 7. Site Reconnaissance
a. Shall be finished by the end of November 2016.
b. Shall incorporate findings from The SUNY Albany Schoharie Creek Trail
Concept Plan, Appendix D.
c. Shall work with Schoharie County and SALT to design and build a robust
geodatabase for storage of all related GIS data.
d. Shall commit to thorough site-specific reconnaissance. Show intimate
details, specific design proposals, quantities, and cost estimates.
3. Task 8. Schematic Designs of Proposed Trail Alignments and cost estimates
a. Shall be finished by the end of January 2017.
b. Shall incorporate findings from Schoharie County Soil and Water
Conservation District’s Comprehensive Flood Mitigation Study. Shall
incorporate findings from SALT’s Trail Study Survey for demand and
potential uses for different areas of the trail and potential impact on
businesses along the trail. Consultant may create their own survey, with
SALT’s approval, for distribution.
c. Shall identify local capacity to ensure maintenance of each of the
proposed trail segments.
4. Task 9. Construction Requirement Analysis for the Proposed Trail Alignments
a. Shall be finished by the end of February 2017.
b. Consultant shall prepare an analysis of all federal, state and local
requirements for each of the proposed trail alignments, including
necessary permits and approvals, SEQRA, ADA compliance, and a
description of how these requirements will be satisfied by the design.
5. Task 10. First Public Meeting
a. Shall be required to attend in May 2017.
b. Consultant shall incorporate public comment into their analysis and edit
report accordingly.
6. Task 11. Draft Feasibility Study
a. Shall be finished by the end of July 2017.
b. Consultant shall prepare a draft feasibility study that meets all of the
elements outlined in Task 11.
7. Task 12. Second Public Meeting
a. Shall be required to attend in October 2017.
b. Shall present the draft feasibility study and final design to public.
c. Consultant shall incorporate public comment into their analysis and edit
report accordingly.
8. Task 13. Final Feasibility Study
a. Shall be finished by the end of December 2017.
b. Consultant shall prepare a final feasibility study.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
7|Page
c. Shall incorporate public comments made throughout the Study
The consultant must comply with all terms and conditions of SALT’s contract with the
NYSDOS for this work and provide weekly email updates. The consultant shall make an
effort to work with community organizations and leaders while working on the Scope of
Services.
D.
DUE DATE
The due date for submission of proposals is 7/8/2016, 2:00 p.m. (EDT).
E.
METHOD OF AWARD
Award will be made on the basis of “best value,” as determined by the evaluation
process. The ability to perform the services will be deemed most important when
evaluating bids.
F.
PARTICIPATION OF NYS BUSINESS ENTERPRISES (MWBE)
Positive efforts shall be made by SALT to utilize small businesses, minority-owned
firms, and women's business enterprises, whenever possible. Therefore, the following
steps shall be taken:
•
•
•
•
•
Ensure that small business, minority-owned firms, and women's business
enterprises are used to the fullest extent practicable. (A-110_44(3)(b)(1))
Make information on forthcoming opportunities available and arrange time
frames for purchases and contracts to encourage and facilitate participation by
small business, minority-owned firms and women's business enterprises. (A110_44(3)(b)(2))
Consider in the contract process whether firms competing for larger contracts tend
to subcontract with small businesses, minority-owned firms and women's business
enterprises. (A 110_44(3)(b)(3))
Encourage contracting with consortiums of small businesses, minority owned
firms and women's business enterprises when a contract is too large for one of
these firms to handle individually. (A-110_44(3)(b)(4))
Use the services and assistance, as appropriate, of such organizations as the Small
Business Administration and the Department of Commerce's Minority Business
Development Agency in the minority-owned firms and women's business
enterprises. (A-110_44(3)(b)(5))
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
8|Page
SECTION 2-TECHNICAL SPECIFICATIONS
A.
MANDATORY REQUIREMENTS
1. Procurement Lobbying Law
SALT abides by the State Finance Law §§139-j and 139-k, which imposes certain
restrictions on communications between an agency and an offerer/bidder during the
procurement process. An offerer/bidder is restricted from making “contacts” (defined
in the law as communications intended to influence the procurement) from the date of
the earliest notice of intent to solicit offers/bids through the date of the final award,
and, if applicable, approval of the contract by SALT, to other than designated staff (as
identified by the agency). The interval between these points is known as the
“restricted period.” Certain exceptions to this restriction are set forth in State Finance
Law §139-j (3) (a). An example of an exception would be communication during
contract negotiations.
2. Vendor responsiveness and responsibility
The awarded Contractor will be responsible for completing the scope of services
stated in the RFP by the due date.
SALT reserves the right to require awarded contractors to attend meetings with SALT
staff at SALT’s offices or other location determined by SALT (i.e. prior to first case
assignment for new contractors).
The awarded Contractor must have extensive knowledge of the fact-finding process,
obtaining evidence sufficient to support their claims and capable of preparation and
presentation.
The awarded Contractor must be proficient in preparing detailed and accurate reports
of their findings. These reports should be comprehensive, logical and grammatically
sound.
3. Prevailing wage schedules
The Offerer is to send monthly expenditure reports on the 1st of every month. SALT
will be submitting for quarterly reimbursements (3/31, 6/30, 9/30, 12/31). Offerer will
be reimbursed accordingly.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
9|Page
4. Compliance with Executive Law Article 15-A (M/WBE & EEO)
All vendors/contractors who are the recipients of Organization funds, or who propose
to perform any work or furnish any goods under agreements with SALT shall agree to
these important principles:
a. Vendors/contractors will not discriminate against any employee or applicant
for employment because of race, religion, color, sexual orientation or national
origin, except where religion, sex, or national origin is a bona fide
occupational qualification reasonably necessary to the normal operation of the
vendors/contractors.
b. Vendors/contractors agree to post in conspicuous places, available to
employees and applicants for employment, notices setting forth the provisions
of this nondiscrimination clause. Notices, advertisement and solicitations
placed in accordance with Federal law, rule, or regulation shall be deemed
sufficient for meeting the intent of this section.
c. Bidder agrees to be bound by the provisions of Article 15-A and the MWBE
Regulations promulgated by the Division of Minority and Women's Business
Development of the Department of Economic Development (the "Division").
If any of these terms or provisions conflict with applicable law or regulations,
such laws and regulations shall supersede these requirements.
5. Workers’ compensation insurance and disability benefits insurance
a. Prior to the commencement of the work, the Bidder shall file with SALT,
Certificates of Insurance evidencing compliance.
b. All insurance required by the Agreement shall be obtained at the sole cost and
expense of the Bidder; shall be maintained with insurance carriers licensed to
do business in New York State; shall be primary and non-contributing to any
insurance or self-insurance maintained by SALT; shall be endorsed to provide
written notice be given to SALT, at least thirty (30) days prior to the
cancellation, non-renewal, or material alteration of such policies, which
notice, evidenced by return receipt of United States Certified Mail which shall
be sent to Schoharie Area Long Term, Inc, PO Box 777, 258 main St,
Schoharie, NY, 12157; and shall name the People of the State of New York
and their directors officers, agents, and employees as additional insured
thereunder.
c. The Bidder shall be solely responsible for the payment of all deductibles to
which such policies are subject.
d. The Bidder shall cause all insurance to be in full force and effect as of the date
of this Agreement and to remain in full force and effect throughout the term of
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
10 | P a g e
e.
f.
g.
h.
i.
this Agreement and as further required by this Agreement. The Contractor
shall not take any action, or omit to take any action that would suspend or
invalidate any of the required coverages during the period of time such
coverages are required to be in effect.
Not less than thirty (30) days prior to the expiration date or renewal date, the
Bidder shall supply SALT updated replacement Certificates of Insurance, and
amendatory endorsements.
Unless the Bidder is self-insured, Bidder shall, throughout the term of the
Agreement or as otherwise required by this Agreement, obtain and maintain in
full force and effect the following insurance with limits not less than those
described below and as required by the terms of this Agreement, or as
required by law, whichever is greater (limits may be provided through a
combination of primary and umbrella/excess policies). Where Bidder is selfinsured, the Bidder shall provide suitable evidence of such to SALT relating
to the risks and coverage amounts as provided hereunder.
• Comprehensive Liability Insurance with a limit of not less than
$1,000,000 each occurrence. Such liability shall be written on the
Insurance Service Office's (ISO) occurrence form CG 0001, or a
substitute form providing equivalent coverages and shall cover liability
arising from premises operations, independent contractors, productscompleted operations, broad form property damage, personal &
advertising injury, owners & contractors protective, cross liability
coverage, liability assumed in a contract (including the tort liability of
another assumed in a contract) and explosion, collapse & underground
coverage.
o If such insurance contains an aggregate limit, it shall
apply separately to this location.
o Products and Completed Operations coverage shall
include a provision that coverage will extend for a
period of at least twelve (12) months from the date of
final completion and acceptance by the owner of all of
contractors work. .
Workers Compensation, Employers Liability, and Disability Benefits as
required by New York State. Workers Compensation Policy shall include the
U.S. Longshore & Harbor Workers’ Compensation Act endorsement.
Comprehensive Automobile Liability Insurance with a limit of not less than
$1,000,000 each accident. Such insurance shall cover liability arising out of
any automobile including owned, leased, hired and non owned automobiles.
Commercial Property Insurance covering at a minimum, the perils insured
under the ISO Special Clauses of Loss Form (CP 10 30), or a substitute form
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
11 | P a g e
providing equivalent coverages, for loss or damage to any owned, borrowed,
leased or rented capital equipment, tools, including tools of their agents and
employees, staging towers and forms, and property of SALT held in their
care, custody and/or control.
j. An Owner's Protective Liability Policy with limits no less than $1,000,000 in
the name of the Contractor.
6. Bidders’ right to a debriefing
An unsuccessful Bidder may request a debriefing within a reasonable time frame after
the contract award, regarding the reasons that the proposal or bid submitted by the
unsuccessful Bidder was not selected for an award. The debriefing may be conducted
in person, video conference, over the phone, or through written summaries. During
the debriefing, SALT may do one or more of the following:
a. Limit the discussion to the reasons why the bid was not successful;
b. Discuss the reasons why the winning bid was selected; and
c. Offer advice and guidance to the bidder to improve future bids.
7. Green purchasing goals, policies, specifications and standards
Contracts and sub grants of amounts in excess of $100,000 shall contain a provision
that requires the recipient to agree to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the
Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq.). Violations
shall be reported to the Federal awarding agency and the Regional Office of the
Environmental Protection Agency (EPA).
B.
RESERVED RIGHTS
SALT, Inc. reserves the right to:
1.
2.
3.
4.
Reject any or all proposals received in response to the RFP;
Withdraw the RFP at any time, at the organization’s sole discretion;
Make an award under the RFP in whole or in part;
Disqualify any bidder whose conduct and/or proposal fails to conform to the
requirements of the RFP;
5. Seek clarifications and revisions of proposals;
6. Use proposal information obtained through site visits, management interviews and
the State’s investigation of a bidder’s qualifications, experience, ability or
financial standing, and any material or information submitted by the bidder in
response to the agency’s request for clarifying information in the course of
evaluation and/or selection under the RFP;
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
12 | P a g e
7. Prior to the bid opening, amend the RFP specifications to correct errors or
oversights, or to supply additional information, as it becomes available;
8. Prior to the bid opening, direct bidders to submit proposal modifications
addressing subsequent RFP amendments;
9. Change any of the scheduled dates;
10. Eliminate any mandatory, non-material specifications that cannot be complied
with by all of the prospective bidders;
11. Waive any requirements that are not material;
12. Negotiate with the successful bidder within the scope of the RFP in the best
interests of the organization;
13. Conduct contract negotiations with the next responsible bidder, should the agency
be unsuccessful in negotiating with the selected bidder;
14. Utilize any and all ideas submitted in the proposals received;
15. Unless otherwise specified in the solicitation, every offer is firm and not
revocable for a period of 60 days from the bid opening; and,
16. Require clarification at any time during the procurement process and/or require
correction of arithmetic or other apparent errors for the purpose of assuring a full
and complete understanding of a Bidder’s proposal and/or to determine an
Bidder’s compliance with the requirements of the solicitation.
Depending on the nature of the procurement, there may be additional State reserved
rights beyond those presented here.
D.
TERM
The contract will end December 31, 2017, covering the services detailed in this RFP.
E.
COST AND INVOICING
The Bidder must complete a Fee Proposal utilizing the Budget Table provided, Appendix
F (attached). The bid shall be “all inclusive.” Prices set forth shall be the total amount
that SALT will be obligated to pay the Bidder, should the Bidder be awarded a contract.
Prices shall include all direct and indirect costs, including, but not limited to, direct labor
costs, overhead, fee or profit, clerical support, equipment, materials, supplies, managerial
(administrative) support, all documents, reports, forms, reproduction and any other costs.
Invoices shall be in accordance with the fee structure agreed to by the parties. Travel
Time - No travel fees, parking fees or travel time will be paid under this contract.
These numbers are provided for bidding purposes only and are not a guarantee of work or
volume for the contracts resulting from this RFP.
Escalation. Rates/fees bid will be unvarying for the entirety of the contract. A price
adjustment may be requested, in writing, by the Bidder at least 30 days prior to the
quarterly reimbursement schedule. If approved, the rates/fees bid will be adjusted at the
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
13 | P a g e
rate equal to the percent change in the National Consumer Price Index for all Urban
Consumers (CPIU) for the category of all items before seasonal adjustments, as published
by the United States Bureau of Labor Statistics, Washington, DC., 20212
(http://www.bls.gov/cpi/).
CPI increase will be determined by using the most recently released index as of 30 days
prior to the quarterly reimbursement schedule, compared to the same month’s index from
the prior year, as written in the “Consumer Price Index Summary.”
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
14 | P a g e
SECTION 4 – BID/PROPOSAL FORMAT
IMPORTANT NOTICE TO POTENTIAL BIDDERS: Receipt of these bid documents does
not indicate that SALT has pre-determined your company's qualifications to receive a
contract award. Such determination will be made after the bid opening and will be based
on our evaluation of your bid submission compared to the specific requirements and
qualifications contained in these bid documents.
NOTICE TO BIDDERS: SALT will receive bids pursuant to the provisions of Article XI of the
State Finance Law or the provisions of the State Printing and Public Documents Law. The
following procedures shall be used for bid submittals:
A.
BID PREPARATION
1. Prepare your proposal on the forms provided.
2. Proposals and other forms must be signed by an official of your firm authorized to
sign contracts and bind the firm.
3. The Fee Schedule Proposal should be separately bound. No references to costs are to
be included in the detailed proposal.
4. Bidders must respond to each and every specification stated in this RFP. Moreover,
Bidders must list and clearly explain any and all exceptions and/or alternatives and/or
caveats to any item contained in this RFP in the Comments and Limitations section of
their Proposal.
A proposal that does not comply with the requirements and that does not include all the
information requested – in the format required – may be negatively affected in the overall
evaluation and may be subject to rejection.
B.
BID FORMAT
1. Submission must include one (1) hard copy of the proposal, organized as outlined
below.
2. Submission must also include one (1) exact electronic copy (CD/DVD-rom, USB
flash drive) of the proposal.
3. Bids/Proposals are to be submitted with each numbered item listed below as a
separate section. Each proposal must follow the provided format, or the bid may be
deemed nonresponsive.
4. Fee Schedule Proposal should be in a separate sealed envelope and included with the
proposal.
5. Use the following format as your Table of Contents.
Fill out the Intent to Respond form, Appendix E (attached), if you intend on participating in the
RFP.
PLEASE PROVIDE THE INFORMATION IN THE SAME ORDER IN WHICH IT IS
REQUESTED.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
15 | P a g e
a. Title Page and Table of Contents
The Title Page shall identify the RFP and Region for which the proposal is being
submitted. Also include the Bidder’s name, contact name, title, address, telephone
number, and e-mail address.
Please also include the name, title, address, telephone number, and e-mail address
of the person(s) authorized to make representations for the bidder and bind the
firm, if other than the contact person identified above.
The Table of Contents should identify each major (numbered) section of the
proposal, according to this proposal format.
b. Bidder Questionnaire
Bidder must include a completed Bidder Questionnaire, Appendix C.
c. Bidder Certification
Each Bidder is required to submit the Bidder Certification, Appendix A
d. Company Background
Provide a background description of the Bidder, including, but not limited to, the
date the company was organized, and, if a corporation, when and where
incorporated.
Include the size and number of staff in the company. Briefly describe any prior
experience in performing similar assignments and your staffing capability and
competency to complete the work within established deadlines. Include the
following information for the Bidder:
•
•
•
•
•
•
Name and address of Bidder’s firm, other affiliates, and other locations.
Length of time providing services for workers' compensation insurance
companies or funds, or in meeting the additional requirements of this RFP.
Other city, state or federal government agencies previously under contract
with the Bidder within the past five years.
Other city, state or federal government agencies currently under contract
with the Bidder.
A copy of the Bidder’s and subcontractor’s certification to do business in
New York State.
If a NYS certified MWBE, provide a copy of your firm’s certification. If
subcontracting some portion of this RFP to another company, a letter of
agreement must be included from each subcontractor indicating that the
subcontractor has received and read the RFP, agrees to subcontract with
the Bidder if the contract is awarded to the Bidder and agrees to RFP
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
16 | P a g e
requirements. Failure to include this information may result in rejection of
the bid.
•
•
•
•
Provide a list of at least three (3) clients (not-for-profit) for whom you
have performed similar services to those required in this RFP in the last
five years.
Describe and submit the company’s documentation of its management and
supervision policies as well as its internal controls.
Describe the Bidder’s procedures with respect to chain of custody for
original audio and video recordings. Include procedures for making copies
of recordings.
Within the past five years has the firm, any affiliate, any predecessor
company or entity or any persons with any form of ownership (past and
present) been the subject of any of the following: (respond to each
question and describe in detail the circumstances of each affirmative
answer):
o a judgment of conviction for any business-related conduct
constituting a crime under state or federal law?
o a criminal investigation or indictment for any business-related
conduct constituting a crime under state or federal law?
o a grant of immunity for any business-related conduct constituting a
crime under state or federal law?
o any suspension or revocation of any business or professional
license
o any federal or state citations, Notices, violation orders, pending
administrative hearings or proceedings?
o any bankruptcy proceeding
o any claims or judgments over $10,000.00
o any pending lawsuits
e. Work Plan – Technical Experience / Description of Proposed Services
While it is understandable that Bidders cannot submit a work plan detailing how
services as required in this RFP would be performed, it is possible for the Bidders
to describe their past experience providing generally similar services.
The work plan should address all items in the Scope of Services section of this
RFP. The work plan should be formatted to follow the numbering and lettering of
Appendix B, as stated in the Scope of Services. Each item should be addressed,
even if the answer is assumed to be known to SALT, "Not Applicable," a
duplicate answer, or that the "Bidder does not have the capacity to perform this
function."
Bidders must clearly demonstrate that it meets or exceeds each of the mandatory
requirements listed in the Scope of Services
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
17 | P a g e
f. Statement of Competing Commitments
Each Bidder must provide a Statement of Competing Commitments, a list of any
contractual obligations they have entered into which requires effort on the part of
their key personnel during the period in which these personnel will be working on
the contract resulting from this RFP.
g. Comments and Limitations
Any exceptions, caveats or additional information to the Bidder’s responses to
specifications in this RFP must be listed, cross referenced to the response to
which it applies and clearly explained.
C.
BID DELIVERY
Bidders assume all risks for timely, properly submitted deliveries. Bidders are strongly
encouraged to arrange for delivery of bids to SALT prior to the date of the bid opening.
LATE BIDS may be rejected.
Hand Deliveries / US Postal Service / Courier:
An envelope and/or package containing a bid should be clearly marked as follows, and
shall be delivered to:
Schoharie Area Long Term, Inc
Contract # C1000553
PO Box 777
258 Main St
Schoharie, NY 12157
Bidders assume all risks for timely, properly submitted deliveries.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
18 | P a g e
SECTION 5 – METHOD OF EVALUATION & CRITERIA
As required by New York State Finance Law §163, the award will be made on the basis of best
value (the proposal which optimizes quality, cost and efficiency) to responsive and responsible
Bidders, as determined in the evaluation process. The contract will not be awarded solely on the
basis of low bid. However, the Bidder with the low bid may be awarded the contract if it
provides the best value, as defined above.
All proposals received will be reviewed and evaluated by the Project Advisory Committee. The
Committee will recommend the award be made to the Bidder(s) whose proposal receives the
highest overall evaluation score based on the criteria stated herein. Bidder may be requested by
the Committee to clarify the contents of their proposals.
When it is narrowed down to 3 Bidders, each Bidder will be subject to an interview by the
Committee. Other than to provide such information as may be requested by Committee, no
Bidder will be allowed to alter its proposal or add new information after the final filing date and
time. The ability to perform the services is most important in evaluating proposals. The
evaluation criteria are listed below in order of importance to SALT.
A.
EVALUATION CRITERIA
Vendors shall be evaluated on a weighted scale that considers the following criteria:
1.
2.
3.
4.
5.
Adequacy of the proposed methodology
Skill and experience of key personnel
Demonstrated experience
Other technical specifications designated by department requesting proposals
Compliance with administrative requirements of the request for proposal (format,
due date, etc.)
6. Vendor’s financial stability
7. Vendor’s demonstrated commitment to the nonprofit sector
8. Results of communications with references supplied by vendor
9. Ability/commitment to meeting time deadlines
10. Cost
11. Minority- or women-owned business status of vendor
12. Other criteria (to be specified by department requesting proposal)
Not all of the preceding criteria may apply in each purchasing scenario. However, the department
responsible for the purchase shall establish the relative importance of the appropriate criteria
prior to requesting proposals and shall evaluate each proposal on the basis of the criteria and
weighting that have been determined.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
19 | P a g e
After a vendor has been selected and approved by the Committee, the final selection shall be
approved by the Department of State prior to entering into a contract.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
20 | P a g e
Appendices
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
21 | P a g e
Appendix A
BIDDER CERTIFICATION
Please initial where indicated for each item. Failure to complete and return this form will result
in your bid being deemed non-responsive.
Certifications:
_______The person or persons signing below are duly authorized to sign the proposal and the
contract, and is (are) identified on the Title Page.
_______Bidder is willing to enter into a contractual agreement containing, at a minimum, those
terms and provisions identified in this RFP. Any exceptions to these terms and conditions must
be explicitly stated in a separate section of the proposal.
_______The Bidder agrees to comply with all terms of Appendix A, Standard Clauses for All
NYS Contracts.
_______The fee(s) quoted in the Fee Proposal Schedule is a firm and irrevocable offer for 180
days.
_______The Bidder meets or exceeds all mandatory requirements.
_______The Bidder understands the work to be done, and is committed to performing the work
as expeditiously as possible.
_______The Bidder certifies that, if awarded a contract, its employees and/or subcontractors are
restricted from divulging any knowledge or information, data, documents, and/or other matter of
a confidential nature obtained in the course of any assignment. This agreement applies to any
form of disclosure (verbal, electronic or paper).
Non-collusion:
_______I hereby attest that I am the person responsible within my firm for the final decision as
to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed
herewith, from that person to make the statements set out below on his or her behalf and on
behalf of my firm:
_______ 1. The price(s) and amount of this bid have been arrived at independently,
without consultation, communication or agreement for the purpose of restricting
competition with any other contractor, bidder or potential bidder.
_______ 2. Neither the price(s) nor the amount of this bid have been disclosed to any
other firm or person who is a bidder or potential bidder on this project, and will not be
disclosed prior to bid opening.
_______ 3. No attempt has been made nor will be made to solicit, cause or induce any
firm or person to refrain from bidding on this project, or to submit a bid higher than the
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
22 | P a g e
bid of this firm, or any intentionally high or non-competitive bid, or other form of
complementary bid.
_______ 4. The bid of my firm is made in good faith and not pursuant to any agreement
or discussion with, or inducement from, any firm or person to submit a complementary
bid.
_______ 5. My firm has not offered nor entered into a subcontract or agreement
regarding the purchase of materials or services from any firm or person, or offered,
promised or paid cash or anything of value to any firm or person, whether in connection
with this or any other project, in consideration for an agreement or promise by any firm
or person to refrain from bidding or to submit a complementary bid on this project.
_______ 6. My firm has not accepted nor been promised any subcontract or agreement
regarding the sale of materials or services to any firm or person, and has not been
promised or paid cash or anything of value by any firm or person, whether in connection
with this or any other project, in consideration for my firm’s submitting a complementary
bid, or agreeing to do so, on this project.
_______ 7. I have made a diligent inquiry of all members, officers, employees and agents
of my firm with responsibilities relating to the preparation, approval or submission of my
firm’s bid on this project and have been advised by each of them that he or she has not
participated in any communication, consultation, discussion, agreement, collusion, act or
other conduct inconsistent with any of the statements and representations made in this
affidavit.
Signature
Sworn to before me this
Typed Name
___________Day of ________, 20____
Company Position
Notary Public
Company Name
Date Signed
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
23 | P a g e
Appendix B
WORK PLAN
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
24 | P a g e
ATTACHMENT C - WORK PLAN
Contractor:
Schoharie County
Contract Number:
C1000553
Program Contact Person:
Shane Nickle
Phone:
518 295 8770
Fax:
518 295 8788
Email:
[email protected]
Schoharie Creek Multi-use Trail
1. Project Description
Schoharie County (Contractor) will produce a feasibility study that will examine possible alignments, costs, and
development of a multi-use recreational trail beginning at the Blenheim Town Hall in North Blenheim and
ending approximately 38 miles further north, in the Village of Esperance. The study will also analyze the
combination of greenways, road side trails, and blueways that will be part of the multi-use recreational trail, and
the area's demand for enhanced recreational activities and their potential impact on the local economy. The
Schoharie Creek Multi-Use Trail Feasibility Study will include municipalities located along the Schoharie
Creek: Towns of Blenheim, Esperance, Middleburgh and Schoharie; Villages of Esperance, Middleburgh and
Schoharie; and the hamlets of Breakabeen, Blenheim and Central Bridge.
The Study implements recommendations from the Schoharie County New York Rising Community
Reconstruction Plan to improve community resilience and to promote tourism and recreation. In addition to
identifying the best physical alignment of the proposed multi-use trail, and the sequence of its development, the
study will also identify the demand and potential uses for different segments of the trail, as well as potential
impact on the local economy.
Schoharie County will enter into an agreement with Schoharie Area Long Term, Inc. (SALT) to develop the
project. In-kind local match will be provided through volunteer services donated by college students and
faculty, local professionals, park staff, advisory committee members and other volunteers. Cash match will be
provided by individual donations and private grants, including ArcGIS, O'Connor Foundation, Dr. Scholl's
Foundation and Norcross Wildlife Foundation.
2. Project Attribution and Number of Copies
Schoharie County must ensure that all materials printed, constructed, and/or produced acknowledge the
contributions of the Department to the project. The materials must include the Department of State logo and the
following acknowledgment:
"This (document, report, map, etc.) was prepared with funding provided by the New York State
Department of State under Title 11 of the Environmental Protection Fund. "
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
25 | P a g e
The Contractor must submit to the Department all required products, clearly labeled with the NYS
Comptroller's Contract #C1000553 as indicated on the Face Page of this contract and where applicable, the
related Task# from this Work Plan. The Contractor shall submit:
•
•
•
•
•
Draft products: two paper copies of each product. In addition, all draft products must be submitted as an
electronic copy in Word or Word Perfect and Adobe Acrobat Portable Document Format-PDF (created
using 300 dpi scanning resolution).
Final products: two paper copies of each product. In addition, all final products (including reports,
designs, maps, drawings, and plans) must be submitted as an electronic copy in Word Perfect or
Microsoft Word and Adobe® Acrobat® Portable Document Format - PDF (created using 300 dpi
scanning resolution) and be submitted on a labeled CD-R type CD. The CD must be labeled with the
contractor name, the Departments contract# C1000553, and project title.
Electronic data for all Geographic Information System-based mapping products must be included in
either ArcGIS format, or similar product acceptable to the Department, and comply with the
requirements for Contract GIS Products.
Electronic data for all designs, drawings, and plans must be submitted in the original software that they
were created (such as CAD format or other similar product acceptable to the Department) as well as in
JPEG or GIF format.
Pictures and photographs must be dated and captioned with the location and a brief description of the
activity being documented. Electronic data for all pictures and photographs must be submitted in JPG or
GIF format or other similar product acceptable to the Department.
The contributions of the Department must also be acknowledged in community press releases and other notices
issued for the project, including web site postings and other forms of digital distribution. Project press releases
and other notices shall be submitted to the Department for review and approval prior to release, to ensure
appropriate attribution.
3. Compliance with Procurement Requirements
The municipal attorney, chief legal officer or financial administrator of the municipality shall certify in writing
to the Department that applicable provisions of General Municipal Law were fully complied with.
4. Project Components
Task 1:
Project Kick-off Meeting
The Contractor, Schoharie Area Long Term, Inc. (SALT), the Department, project partners and any other
appropriate entities shall hold an initial meeting to review the project scope, project requirements, roles and
responsibilities of project partners, the selection process for procuring consultants, State Environmental
Quality Review Act (SEQ RA) compliance requirements, the number of public meetings and techniques for
public involvement proposed for the project, and any other information which would assist in project
completion. In addition, the composition of a project advisory committee shall be discussed during the
project kick-off meeting. The Contractor, or a designated project partner, shall prepare and distribute to all
project partners a brief meeting summary clearly indicating the agreements/understandings reached at the
meeting. Work on subsequent tasks shall not proceed prior to Department approval of the proposed
approach as outlined in the meeting summary.
Products: Project kick-off meeting held with appropriate parties. Written meeting summary outlining
agreements/understandings reached.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
26 | P a g e
Task 2:
Project Advisory Committee
The Contractor in collaboration with Schoharie Area Long Term, Inc. (SALT) shall establish a project
advisory committee to oversee all aspects of the project in cooperation with municipal officials and the
project consultant(s), if applicable. The committee shall be representative of project stakeholders, including
representatives of State and municipal agencies with jurisdiction over project activities or the project area,
and non-governmental and community based organizations. A draft list of proposed members shall be
circulated to the Department for review and approval prior to establishment of the committee.
Products: Draft and final list of proposed members of project advisory committee. Project advisory
committee established.
Task 3:
Request for Proposals (if applicable)
The Contractor in collaboration with Schoharie Area Long Term, Inc. (SALT) shall draft a Request for
Proposals (RFP) including a complete project description with site conditions, expected final results, a
schedule for completion, and criteria for selecting a preferred proposal. The Contractor shall submit the RFP
to the Department for review and approval prior to release for solicitation of proposals.
Products: Approved RFP released through advertisement in local papers, the New York State Contract
Reporter, and other appropriate means.
Task 4:
Consultant Selection and Compliance with Procurement Requirements (if applicable)
In consultation with the Department, the Contractor and an appropriate review committee shall review all
proposals received as a result of the RFP. At a minimum, the following criteria are suggested for use in
evaluating consultant responses:
•
•
•
•
•
•
•
Quality and completeness of the response.
Understanding of the proposed scope of work.
Applicability of proposed alternatives or enhancements to information requested.
Cost-effectiveness of the proposal.
Qualifications and relevant experience with respect to the tasks to be performed.
Reputation among previous clients.
Ability to complete all project tasks within the allotted time and budget.
Incomplete proposals that do not address all of the requested components should not be accepted for review
and consideration.
For preparation/certification of final designs and construction documents, and for supervision of
construction, a licensed professional engineer, architect or landscape architect licensed to practice in New
York State is required.
The municipal attorney, chief legal officer or financial administrator of the municipality shall certify in
writing to the Department that applicable provisions of General Municipal Law were fully complied with.
The Contractor's procurement record and consultant selection is subject to approval by the Department.
Products: Consultant(s) selected and approved by the Department. Written certification of compliance with
procurement procedures.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
27 | P a g e
Task 5:
Subcontract Preparation and Execution
The Contractor shall prepare a draft subcontract or subcontracts to conduct project work with the
consultant(s) selected. The subcontract(s) shall contain a detailed work plan with adequate opportunity for
review at appropriate stages of project completion, a payment schedule (payments should be tied to receipt
of products), and a project cost. The subcontract(s) shall specify the composition of the entire consultant
team, including firm name and area of responsibility/expertise, and those professionals from the consultant
team or consulting firm that will be directly involved in specific project tasks. The Contractor shall submit
the draft subcontract(s) to the Department for review and approval, and shall incorporate the Department's
comments in the final subcontract(s). A copy of the final, executed subcontract shall be submitted to the
Department.
Products: Draft and final, executed consultant subcontracts.
Task 6:
Second Project Meeting
In consultation with the Department, the Contractor shall hold a second project meeting with the
consultant(s), and other project partners as appropriate, to review project requirements, site conditions, and
roles and responsibilities; identify new information needs and next steps; and transfer any information to the
consultant(s) which would assist in completion of the project. The consultant(s) shall prepare and distribute
a brief meeting summary clearly indicating the agreements/understandings reached at the meeting. Work on
subsequent tasks shall not proceed prior to Department approval of the proposed approach as outlined in the
meeting summary.
Products: Second project meeting held with appropriate parties. Written meeting summary outlining
agreements/understandings reached.
Task 7:
Site Reconnaissance
The Contractor or its consultant(s) shall conduct site-specific reconnaissance, in preparation for design.
Work shall include, at·a minimum, identification and mapping of the following:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Site survey showing extent of project boundary
Ownership/grant/lease status of all lands to be incorporated into the design
Manmade structures, buildings, or facilities on or adjacent to the site
Adjacent land and water uses
Historic and archeological resources
Recreational uses and sites, current demand for enhanced recreational activities,
Navigable waters and boating resources
Agricultural landmarks
Cultural landmarks
Overnight accommodations and restaurants
Recreation-related local businesses
Above and below ground infrastructure, including stormwater treatment structures
Transportation/circulation systems (truck, car, bus, ferry, train, pedestrian, bicycle, etc.) that serve or are
located near the site
Soil and, as appropriate, core sampling to determine site stability
Topography and hydrology
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
28 | P a g e
•
•
•
•
Natural resources, including location of mature trees
View corridors
Zoning and other applicable designations
Analysis of site constraints, needs and opportunities
Products: Map(s) and written summary describing the above information and any other appropriate
information identified during the project kick-off meeting.
Schematic Designs of Proposed Trail Alignments and cost estimates
Task 8:
The Contractor or its consultant(s) shall prepare schematic designs for each of the proposed trail alignments
considering and including a summary of the following:
•
Best management practices to be employed to avoid or reduce water quality impairments from upland
runoff or in-water activities (e.g. utilization of green infrastructure technology to improve storm water
management within the floodplain), and
•
Impacts, if any, to State designated Significant Coastal Fish and Wildlife Habitat areas, Scenic Areas of
Statewide Significance, other Coastal Management Program special management areas, or other
sensitive resources, and how those impacts should be avoided or mitigated.
•
Demand and potential uses for different areas of the trail and potential impact on businesses along the
trail, involving: boat launches and boating, boat and bicycle rentals and tours, winter sports equipment
rental and lessons, nature-based and historical tours; camping facilities etc. .
•
Identification of greenway, blueway, and roadside sections of proposed alignments.
•
Identification of agricultural, historic, conservation, and education trail features
For review by the project advisory committee and the Department, the Contractor or its consultant(s) shall
prepare schematic designs and cost estimates for each proposed trail alignment.
Products: Schematic designs of proposed trail alignments and cost estimates
Task 9:
Construction Requirement Analysis for the Proposed Trail Alignments
The Contractor or its consultant(s) shall prepare an analysis of all federal, state and.local requirements for
each of the proposed trail alignments, including necessary permits and approvals, and a description of how
these requirements will be satisfied by the design. This analysis shall be submitted to appropriate project
partners and the Department for review. A pre-permitting meeting with the Department and the identified
federal, state and local entities may be required to discuss any revisions needed to satisfy regulatory
requirements. Work on the draft final design shall not proceed prior to the Department approval of the
construction requirement analysis and the pre-permitting meeting, if necessary.
Products: Written construction requirement analysis. Pre-permitting meeting with identified entities.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
29 | P a g e
Task 10:
First Public Meeting
In consultation with the Department, a public information meeting shall be conducted to solicit public input
on the schematic designs for each of the proposed trail alignments to assist in selecting a preferred
alternative, and on the potential demand for a trail to ensure a comprehensive range of proposed uses and
demand. A written summary of public input obtained at this meeting shall be prepared and provided to the
Department for review and comment.
Products: Public information meeting held. Minutes/Summary of meeting prepared and submitted to the
Department.
Task 11:
Draft Feasibility Study and Final Design
The Contractor or its consultant(s) shall prepare a draft feasibility study including: the site reconnaissance
findings; the proposed trail alignments and associated construction analysis, cost estimates, and estimated
demand and potential uses; the draft final design of the preferred trail alignment; the segments of the
preferred trail alignment and engineering/construction plans and specifications for each segment; cost
estimated, funding sources, and potential public and private partners for the development of each trail
segment; proposed marketing initiatives to attract investors, the proposed sequence for the development of
the trail; the estimated costs, funding sources, and organizational structure for maintaining each developed
trail segment.
The preferred trail alignment must be selected based on the public feedback from the public meeting and in
consultation with the project advisory committee and the Department. The draft feasibility study shall
include all required maps, tables, data, written discussions, and other information identified in the contract
and subcontract work plans and during the project kick-off meeting. The draft feasibility study including the
draft final design and construction specifications for each trail segment shall be provided to the Department
and the project advisory committee for review at least two weeks prior to the due date for comments.
Department comments must be addressed to the satisfaction of the Department in subsequent revisions of
the products and the final documents.
Products: Draft feasibility study and supporting materials.
Task 12:
Environmental Quality Review
The Contractor or its consultant(s) shall prepare all documents necessary to comply with the State
Environmental Quality Review Act (SEQ RA) through determination of significance. If a positive
declaration is made, a Draft Environmental Impact Statement shall be prepared.
Products: SEQ RA documents and, if necessary, a Draft Environmental Impact Statement.
Task 13:
Second Public Meeting
In consultation with the Department, a public information meeting shall be conducted to solicit public input
on the draft feasibility study and final design to assist in identifying the sequence of developing the trail and
the local capacity to ensure maintenance of each of the proposed trail segments. A written summary of
public input obtained at this meeting shall be prepared and provided to the Department for review and
comment.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
30 | P a g e
Products: Public information meeting held. Minutes/Summary of meeting prepared and submitted to the
Department.
Task 14:
Final Feasibility Study
The Contractor or its consultant(s) shall prepare the final feasibility study and final design. The final
feasibility study and designs shall be provided to the Department and the project advisory committee for
review at least two weeks prior to the due date for comments. Final design documents are subject to
approval by the Department.
Products: Final feasibility study and final designs submitted to and approved by the Department.
Task 15:
MWBE Quarterly Reports
The contractor and its consultants and/or contractors shall submit MWBE Quarterly Reports (every March
31, June 30, September 30, and December 31) on the form provided, including a breakdown of payments
issued to state-certified MWBE firms during the quarter.
Products: MWBE reports submitted to DOS during the life of the contract
Task 16:
Project Status Reports
The Contractor or its consultant(s) shall submit project status reports semi-annually (every June 30 and
December 31) on the form provided, including a description of the work accomplished, the status of all
tasks in this work plan, schedule of completion of remaining tasks, and an explanation of any problems
encountered.
Products: Completed project status reports submitted to DOS during the life of the contract.
Task 17:
Final Project Summary Report and Measurable Results forms
The Contractor or its consultant(s) shall work with the Department project manager to complete the Final
Project Summary Report and Measurable Results forms. Final payment shall not be authorized until these
forms have been completed and filed with project deliverables.
Products: Completed Final Project Summary Report and Measurable Results forms submitted to DOS.
5. Project Management Responsibilities
The Contractor shall administer the grant, execute a contract with the Department, and ensure the completion of
work in accordance with the approved Work Plan. Unless otherwise specified in the Project Description or
under Project Components, the Contractor and/or its approved consultant(s) or subcontractor(s) shall conduct all
work as described in the component tasks.
The Contractor:
•
•
will be responsible for conducting all project work in conformance with the Work Plan included in the
executed contract with the Department.
will be responsible for all project activities including drafting request for proposals and managing
subcontracts with consultants and subconsultants.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
31 | P a g e
•
•
•
•
•
•
•
•
•
•
•
•
will certify to the Department that the procurement record for project consultants and subcontractors
complies with the applicable provisions of General Municipal Law.
will receive approval from the Department for any and all consultant subcontracts before beginning
project work.
will be responsible for submission of all products and payment requests.
will be responsible for coordinating participation and soliciting comments from local government
personnel, project volunteers, and the public.
will keep the Department informed of all important.meetings for the duration of this contract.
will receive approval from the Department before purchase of any equipment.
will secure all necessary permits and perform all required environmental reviews.
will ensure that all materials printed, constructed, and/or produced reflect the Department logo, feature
the Secretary of State and the Governor, and acknowledge the contributions of the Department to the
project.
will ensure that all products prepared as a part of this contract shall include the NYS Comptroller's
contract# as indicated on the Face Page of this contract.
will ensure the project objectives are being achieved.
will ensure that comments received from the Department and the project advisory committee, or other
advisory group, are satisfactorily responded to and reflected in subsequent work.
will recognize that payments made to consultants or subcontractors covering work carried out or
products produced prior to receiving approval from the Department will not be reimbursed unless and
until the Department finds the work or products to be acceptable.
The Department:
•
•
•
•
will review and approve or disapprove of subcontracts between the Contractor and consultant(s) and any
other subcontractor( s).
will participate in initial project kick-off meeting and subsequent meetings that are important to the
project.
will review all draft and final products and provide comments as necessary to meet the objectives.
must approve or disapprove any and all design, site plan, and preconstruction documents before
construction may begin.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
32 | P a g e
Appendix C
BIDDER QUESTIONNAIRE SALT
Company Name: _______________________________________________________________
Is your firm a New York resident business?
 Yes
 No
Total number of people employed by your firm: _______________________________________
company-wide: _____________________________________________________
in New York City: __________________________________________________
Is your firm a New York State certified MINORITY ENTERPRISE?
 Yes
 No
(If yes, attach a copy of your current New York State certification letter.)
Is your firm a New York State certified WOMEN-OWNED ENTERPRISE?
 Yes
 No
(If yes, attach a copy of your current New York State certification letter.)
Does your firm purchase goods or services or subcontract with any New York State certified
minority or women-owned enterprises?
 Yes
 No
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
33 | P a g e
Appendix D
SUNY ALBANY SCHOHARIE CREEK TRAIL CONCEPT PLAN
Available at:
http://www.saltrecovery.org/schoharie-creek-trail-feasibility-study/suny-albany-concept-plan/
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
34 | P a g e
Appendix E
INTENT TO RESPOND FORM
RFP: Schoharie Creek Multi-Use Trail Feasibility Study – Contract # C1000553
Dated___________________
Email the following Intent to Respond form to Jerrine Corallo, Project Director at
[email protected] within two (2) days of RFP date even if your company chooses NOT
to participate in the RFP.
To: Schoharie Area Long Term, Inc
Attn: Jerrine Corallo, Project Director
Re: RFP Bid Contract # C1000553
From:
Contact Name _________________________________________________________________
Company Name________________________________________________________________
Company Address______________________________________________________________
_____________________________________________________________________________
Phone Number_________________________________________________________________
Fax Number___________________________________________________________________
Email Address_________________________________________________________________
We intend to respond to this RFP by the specified due date:
Yes ________ No _______
Company Name_________________________________________ Date__________________
Contact Name (please print)_______________________________________________________
Title____________________________________________________
Signature of Contact Person_______________________________________________________
By signing the above, I certify that I am authorized by the Company named above to respond to this request.
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
35 | P a g e
Appendix F
BUDGET TABLE
Bidder Budget Table
Task Description
Indirect Costs
Direct Costs
Subtotal Costs
Task 6: Second Project Meeting
Task 7: Site Reconnaissance
Task 8: Schematic designs of
Proposed Trail Alignments and Cost
Estimates
Task 9: Construction Requirement
Analysis for the Proposed Trail
Alignment
Task 10: First Public Meeting
Task 11: Draft Feasibility Study and
Final Design
Task 13: Second Public Meeting
Task 14: Final Feasibility Study
Total Estimated Costs:
Company Name________________________________________________________________
Company Address______________________________________________________________
_____________________________________________________________________________
Phone Number_________________________________________________________________
Email Address_________________________________________________________________
Contact Name _________________________________________________________________
Title____________________________________________________
Signature___________________________________
Date_________________________
This Feasibility Study will be prepared with funding provided to Schoharie County by the New York State
Department of State under Title 11 of the Environmental Protection Fund.
36 | P a g e