RFP ? Professional (R.P.R) Services for State Touring Routes Milling & Resurfacing (W. Main Street, S. Plymouth Avenue, Churchlea Pl.) Project No. 22126

Agency: City of Rochester
State: New York
Type of Government: State & Local
Category:
  • 34 - Metalworking Machinery
Posted: Jan 11, 2024
Due: Jan 30, 2024
Publication URL: To access bid details, please log in.

RFP – Professional (R.P.R) Services for State Touring Routes Milling & Resurfacing (W. Main Street, S. Plymouth Avenue, Churchlea Pl.) Project No. 22126

The City is seeking the services of a Consultant to perform the following services to implement the
Project. Respondent’s proposal shall address each of the following services and identified tasks. The proposal shall address each of the requested services, using the same identifying language, including any paragraph or section numbers or letters as used in the RFP.

Services will involve providing a qualified Project Representative & Construction Inspection staff for the duration of the project. Including but not limited to: providing a full time NICET level III or higher [or approved equivalent] Engineer‐in‐charge and NICET certified or equivalent inspection and support staff as needed. Experience in complex urban rehabilitation / millings & resurfacing projects with multiple cost shares & funding sources is desired.

The personnel would work under the supervision of a City project manager and perform technical duties associated with the project. These duties would include but are not limited to observation of the work, quality assurance & control, submission of daily construction reports & photographs; review of contractor invoices & change orders; and coordination between the design engineer(s), contractor, agencies having jurisdiction, utility companies, the general public and the City project manager. All other duties are as described in the Draft Professional Service Agreement for RPR Services included with this RFP.

This Project consists of the milling & resurfacing of West Main Street (between Churchlea Pl. and W. Broad Street), South Plymouth Avenue (between Ford Street and Genesee Street) and Churchlea Place (between 12 Churchlea Place and W. Main Street).

The scope of the project includes, but is not limited to, milling and resurfacing of the pavement, spot curb and hazardous sidewalk replacements, installation or upgrade of sidewalk curb ramps, adjustment and repair of manholes, receiving basins, and water valve castings, replacement of traffic pavement markings and the addition of bicycle facilities. The Add Alternate consists of the installation of sections of Free-Standing Low-profile Concrete Barrier along portions of West Main Street to provide on-street protected bicycle lanes. The project was designed by Stantec Consulting Services.

The Project Representative (RPR) and their staff will need to coordinate and oversee (QA / QC) the work (including work by others) so that it conforms to the drawings and specifications accordingly.
Drawings & specifications are available on www.bidnetdirect.com after 01/16/24 for review.

View the RFP
RFP Schedule and Delivery Information
Proposals must be received digitally by the City no later than 12:00 PM Tuesday, 01/30/2024.
Proposals shall be submitted in PDF version to:
Andy Wojewodzic, Manager of Construction
andrew.wojewodzic@cityofrochester.gov : (585) 428-6523

Attachment Preview

City of Rochester, N.Y.
Request for Proposals
2024 STATE TOURING ROUTES
(W. MAIN STREET, S. PLYMOUTH AVENUE
& CHURCHLEA PLACE)
MILLING & RESURFACING PROJECT #22126
RESIDENT PROJECT REPRESENTATIVE (R.P.R)
PROFESSIONAL SERVICES
Department of Environmental Services
Bureau of Architecture and Engineering
Holly E. Barrett, P.E. / City Engineer
Issued: January 10, 2024
Proposals to be received by 12:00 PM
On Tuesday, January 30, 2024
Submit Electronic Proposals in PDF to:
Andy Wojewodzic, Manager of Construction
andrew.wojewodzic@cityofrochester.gov
1 of 47
REQUEST FOR PROPOSAL
The City of Rochester is seeking proposals from qualified Consultants (“Consultant(s)”) to provide Resident Project
Representation (RPR) services for the 2024 State Touring Routes Milling & Resurfacing Project (the “Project”) as
described herein.
Project Description
This Project consists of the milling & resurfacing of West Main Street (between Churchlea Pl. and W. Broad Street),
South Plymouth Avenue (between Ford Street and Genesee Street) and Churchlea Place (between 12 Churchlea Place
and W. Main Street).
The scope of the project includes, but is not limited to, milling and resurfacing of the pavement, spot curb and
hazardous sidewalk replacements, installation or upgrade of sidewalk curb ramps, adjustment and repair of manholes,
receiving basins, and water valve castings, replacement of traffic pavement markings and the addition of bicycle
facilities. The Add Alternate consists of the installation of sections of FreeStanding Lowprofile Concrete Barrier along
portions of West Main Street to provide onstreet protected bicycle lanes. The project was designed by Stantec
Consulting Services.
This Project includes City M/WBE and Workforce Goals. Plans for both M/WBE Utilization and Workforce Staffing must
be submitted by all Consultants who propose to perform the work in this RFP and approved by the City’s M/WBE Officer
prior to an agreement being executed.
Bid specifications & drawings are available for review immediately by contacting
andrew.wojewodzic@cityofrochester.gov or online via https://www.bidnetdirect.com on or after January 16, 2024.
Construction duration is 500 calendar days anticipated from June 2024 with substantial completion by fall 2025.
Timeline
Activity
Time
Date
RFP Release
01/10/2024
Deadline for questions
12:00 (Noon))
01/19/2024
Response for questions submitted
01/24/2024
Proposals due
12:00 PM (Noon)
01/30/2024
Consultant Selection and Award
Notification
City Council Approval of agreement
with Consultant
~February/March 2024
April 24, 2024
Agreement Start Date
~May 2024
The dates shown above may be subject to change within the City of Rochester’s sole discretion and upon written notification as set forth herein.
2 of 47
Communications
All communications by parties who have indicated an intent to submit or have submitted a proposal in response to this RFP
(“Respondents”), including any questions or requests for clarifications, submission of the proposal, requests for status
updates about the proposal selection process and any other inquiries whatsoever concerning this RFP shall be sent, in
writing, to the following City staff person (“City Contact”):
Andrew Wojewodzic, Manager of Construction
andrew.wojewodzic@cityofrochester.gov (585) 4286523
No contact is permitted with any other City staff member with regard to this RFP during the RFP process unless
specifically authorized in writing. Prohibited contact may be grounds for disqualification.
To ensure that all Respondents have a clear understanding of the scope and requirements of this RFP, the City will
respond to all timely questions submitted via email to the City Contact by the question deadline stated above. Questions
and the responding answers will be sent via email to all Respondents who have provided an email address to the City
Contact and will be posted on the City’s web page for this RFP. The City’s failure to timely respond or provide responses
to any questions shall not delay or invalidate the City’s right to make a decision to award an agreement pursuant to this
RFP.
The City will make every reasonable effort to keep Respondents informed about the RFP process. Notifications about
Timeline date changes, amendments to the RFP and other information about the RFP will be sent by email to
Respondents who have provided an email address to the City Contact and will be posted on the City’s website for this
RFP. The City’s failure to provide such information shall not delay or invalidate the City’s right to make a decision to
award an agreement pursuant to this RFP.
SCOPE OF SERVICES
The City is seeking the services of a Consultant to perform the following services to implement the Project. Respondent’s
proposal shall address each of the following services, with a separate cost and timeline for each identified task. The
proposal shall address each of the requested services, using the same identifying language, including any paragraph or
section numbers or letters as used in the RFP.
Services will involve providing a qualified Project Representative for the duration of project. Staffing typically would
include providing a full time NICET level III or IV (equivalent) EngineerInCharge with a NICET level II or III (equivalent)
inspector(s) and support staff (Office Engineering) as needed. Trainees such as (interns or NICET Level I) can be
proposed as an alternate if the budget permits. If project personnel are to serve in multiple roles such as RE / OE be
sure to clearly indicate this in your staffing table. Please include a project specific organizational flowchart that
clearly indicates assigned project staff and their role(s) with your proposal. The personnel would work under the
supervision of a City project manager and perform technical duties associated with the project. These duties would
include but are not limited to observation of the work, quality assurance & control, submission of daily construction
reports & photographs; review of contractor invoices & change orders; and coordination between the contractor, facility
representatives, utility agencies, the public and the City project manager. Experience in complicated urban roadway
milling & resurfacing / rehabilitation projects with multiple shares & funding sources is desired.
3 of 47
All other duties are as described in the sample Professional Service Agreement for RPR Services included with this RFP.
The Professional Services Agreement that would be used for services performed under this request is located on this
web site labeled as: Sample Professional Services Agreement. The agreement contains a detailed listing of required
RPR Services / deliverables.
PROPOSAL PREPARATION AND SUBMISSION PROCESS
Proposals must be received digitally by the City no later than 12:00 PM Tuesday, 01/30/2024. Proposals shall be
submitted in PDF version to:
Andrew Wojewodzic, Manager of Construction
andrew.wojewodzic@cityofrochester.gov : (585) 4286523
This RFP is designed to facilitate the evaluation and selection of a Consultant that is best able to achieve the City’s
objectives. The proposal shall contain a table of contents. All pages shall be numbered and major sections and all
attachments shall be referenced in the table of contents. In order to enable the City to effectively review the
information contained in the proposals, proposals shall reference the numbered and lettered sections of the RFP. The
response to each section shall be clearly indicated and addressed or an explanation provided for why the Respondent is
not submitting a proposal for a specific section or requirement of the RFP. If desired, the proposal may include an
executive summary of no more than two pages.
Each proposal shall be signed by an individual authorized to enter into and execute contracts on the Respondent’s
behalf. Unless otherwise specified in its proposal, Respondent represents that it is capable of meeting or exceeding all
requirements specified in this RFP.
Submission of a proposal shall be deemed authorization for the City to contact Respondent’s references. Evaluation of
proposals will be conducted by the City based on information provided in the Respondent’s proposals and on such other
available information that the City determines to be relevant. The evaluation of proposals may include an onsite
assessment, meetings with authorized personnel, and may involve the use of a thirdparty consultant.
The Respondent selected by the City will be required to enter into a Professional Services Agreement (PSA) with the City
(see Attachment A, the City’s standard PSA form). The establishment of a PSA is contingent upon approval by City
Council for all Agreements in excess of $10,000 or for a period of more than one year and upon the availability of funds
for such an agreement. Unless otherwise stated in the proposal, the Respondent’s response to this RFP shall be deemed
its acceptance of the terms of this PSA.
Note: Attention is directed to the City’s Living Wage requirements and M/WBE and Workforce Utilization Goals.
Utilization plans must be submitted and regular online reporting using B2G Now & LCP Tracker is required. Training is
available upon request by contacting compliance@cityofrochester.gov
Respondents shall provide sufficient information in their written proposals to enable the City review team to make a
recommendation to the Mayor. The City reserves the right to invite any or all Respondents to an interview to discuss
their proposal. Any expenses resulting from such an interview will be the sole responsibility of the Respondent. The
4 of 47
City is under no obligation to select any of the responding Respondents or to conduct the Project described herein. The
City may amend or withdraw the RFP at any time, within its sole discretion. The City shall have no liability for any costs
incurred in preparing a proposal or responding to the City’s requests with respect to the proposal.
PROPOSAL CONTENT
The proposal should include the following information in the order specified:
A. Project statement: A Project narrative that describes the Respondent’s understanding of the City’s needs and
the unique value the Respondent will bring to the process. Forty (40%) of the proposal evaluation is based on
the technical proposal & understanding of the work.
B. Description of Services: Methodology the Respondent will use to perform the services required in this RFP. The
proposal should address, in detail, the tasks as described in the Scope of Services, identified by numbered or
lettered sections. Forty (40%) of the proposal evaluation is based on the technical proposal & understanding of
the work.
C. Respondent’s Qualifications: Information about the Respondent and its qualifications for this Project. Include
information about prior engagements similar to that being solicited herein by the City. Documented evidence of
the Respondent’s capacity to perform the work, including references, contact names, and phone numbers. Ten
(10%) of the proposal evaluation is based on the overall firms qualifications to provide support to the project.
D. Staffing Schedule: An itemized timeline with staff hours which address each of the tasks identified in the Scope
of Services. Clearly indicate the proposed OH&P multiplier & estimated direct reimbursable expenses by item
including the cost of any required Special Inspections & Material Testing. This is a State Touring Routes locally
funded project and does not require use of APPIA and the City does not directly reimburse for its use although it
is allowed at the Consultants discretion. Staffing schedule needs to clearly show hours for ALL PROPOSED STAFF
including any M/WBE personnel. Include a project specific organizational flowchart of proposed personnel. A
not to exceed fee will be negotiated after initial selection of a consultant and will not be considered in the
evaluation process. Fifty (50%) of the proposal evaluation is based on proposed staffing.
E. Project personnel: The name and resume of the Respondent’s lead project representative. Also include names
& resumes, and identify specific roles of all staff who will be involved in the Project. Provide data on the
diversity of Respondent’s workforce, including total number of employees, and percentages of minorities and
females employed. Fifty (50%) of the proposal evaluation is based on proposed staffing.
F.
Subcontractors: Names & resumes, and roles (construction inspection, office engineering, etc.) of sub
contractors, associates, or any nonemployees who will be involved in the Project. Material testing services will
be required as a direct reimbursable subcontract. Clearly indicate current M/W/DBE status of subcontractors.
G. Rochester presence: Information about Respondent’s presence in the City of Rochester and/or any collaborative
relationships with local firms that are to be formed for this Project. You must indicate your local office within
the City of Rochester limits to receive bonus points for this category.
H. M/WBE: Statement as to whether or not the Respondent is a bona fide MWBE firm, will use bona fide MWBE
subcontractors and the percentage of the workforce utilized to perform the work of this contract who will be
5 of 47
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Issue Date: 03/13/2024 Contract Number: TBD Capital for New Psychiatric Residential Treatment Facilities

The New York State Contract Reporter

Bid Due: 4/30/2024

Title: 05624B0003-Renovation of Coney Island Range Procurement Section Police Department (NYPD) Agency Name

The City of New York

Bid Due: 5/22/2024

B5768 - Musical Instruments Bid Due Date and Time: May 15, 2024, by

New York City Board of Education

Bid Due: 5/15/2024

Flexible Assertive Community Treatment Adult Teams RFP# OMH110 The Office of Mental Health

State Government of New York

Bid Due: 5/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.