REQUEST FOR PROPOSALS FOR FULL DESIGN AND CONSTRUCTION PLANS FOR A MULTI-USE BRIDGE ACROSS THE FISHKILL CREEK ON SOUTH AVENUE IN THE CITY OF BEACON

Similar documents
VILLAGE OF CELORON, NEW YORK REQUEST FOR PROPOSALS

FLORIDA DEPARTMENT OF TRANSPORTATION

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Dakota County Technical College. Pod 6 AHU Replacement

PUBLIC NOTICE REQUEST FOR PROPOSALS ZONING ORDINANCE UPDATES SOMERSET COUNTY AND THE CITY OF CRISFIELD, MARYLAND

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

VILLAGE OF FOX CROSSING REQUEST FOR PROPOSAL FOR COMPREHENSIVE PLAN

Request for Proposals - Asset Management

Town of Schroon. Labor for Ice Hockey Rink Roof Construction. Michael Marnell, Town Supervisor. Town of Schroon, Essex County New York

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

Town of Orange Park, Florida. Financial Auditing Services

Etna Riverfront Park and Trail: Design and Engineering RFP

Request for Proposals Construction Services Workplace Excellence Project

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

Chester County Vision Partnership Grant Program January 2017

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

INVITATION TO BID (Request for Proposal)

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

Request for Proposals (RFP) for Planning Consultant Services Africa Town Neighborhood Revitalization Plan. Bid#NRP2015-1

REQUEST FOR PROPOSALS Development of a Master Plan for Shoelace Park on the Bronx River Greenway

Architectural Services

CRAWFORD MEMORIAL PARK

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Responses Due: Friday, August 14, 2015, 11 a.m.

REQUEST FOR PROPOSALS. for. Machine construction of mountain bike trails on Summit County landfill and adjacent Open Space

City of Malibu Request for Proposal

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

MINNESOTA STATE COLLEGES AND UNIVERSITIES

REQUEST FOR PROPOSALS Long-Term Community Recovery Strategy Town of Union, NY

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

CITY OF SAN JUAN CAPISTRANO

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

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

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

STUDY AND ARCHITECTURAL DESIGN SERVICES

REQUEST FOR QUALIFICATIONS. Design Professional Services

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

LEGAL NOTICE Request for Proposal for Services

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

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

1 Milwaukee Metropolitan Sewerage District Green Solutions Guidelines

CITY OF DUNKIRK REQUEST FOR PROPOSALS (RFP)

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

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

Londonderry Finance Department

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

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

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

Redevelopment Authority of Allegheny County

Request for Proposals

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA Issued: Friday, January 27, 2017

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

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

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Request for Proposal To Prepare a Zoning Ordinance Comprehensive Amendment

2016 Park Assessment

LAND PARTNERSHIPS GRANT PROGRAM. PROGRAM GUIDELINES April 2018

REQUEST FOR PROPOSALS Town of Brattleboro, VT

Request for Proposal for Landscape Design. Village of North Scituate Low Impact Development Retrofit and Education Project

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

January 19, To Whom It May Concern:

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Mandatory Site Visit: Thursday, July 13, :00 PM (Pierson Library, Shelburne, VT)

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

FOR PROFESSIONAL DESIGN SERVICES

PUBLIC NOTICE PROFESSIONAL CONSULTING SERVICES CITY OF OLEAN NORTHWEST BROWNFIELD OPPORTUNITY AREA STEP 2 NOMINATION STUDY

Knights Ferry Elementary School District

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

REQUEST FOR PROPOSALS

Request for Statements Qualifications(RFQ) For

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

Request for Qualifications (Architect / Engineer) State of Ohio Standard Forms and Documents

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS Intensive Level Survey of Original Town Plat

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

CITY OF LANCASTER, PENNSYLVANIA

Morgan Hill Unified School District

CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

REQUEST FOR PROPOSALS (RFP)

TOWN AUDITING SERVICES

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

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

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

Town of Frisco, Colorado Request for Proposals 2018 Community Plan Update

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

Request for Quotes (RFQ) for Quality Assurance & Quality Control Services for Photogrammetric Base Map Update

Transcription:

REQUEST FOR PROPOSALS FOR FULL DESIGN AND CONSTRUCTION PLANS FOR A MULTI-USE BRIDGE ACROSS THE FISHKILL CREEK ON SOUTH AVENUE IN THE CITY OF BEACON Notice is hereby given that City of Beacon is soliciting proposals from qualified consultants to develop design and construction documents for a multi-use bridge across the Fishkill Creek on South Avenue at the Madam Brett Park and Trail. Proposals must be received by 2:00 p.m., Monday, February 8, 2016 at the City of Beacon Municipal Center, located at One Municipal Plaza, Suite One, Beacon, New York 12508. To request a copy of the Request for Proposals document call or email: Etha Grogan Assistant to the City Administrator City of Beacon City Hall One Municipal Plaza, Suite One Beacon, New York 12508 845-838-5002 egrogan@cityofbeacon.org The City of Beacon reserves the right to reject any and all proposals and to waive any and all informalities in the best interest of the City. ** Proposals received after the designated time and date will be returned unopened **

REQUEST FOR PROPOSALS FOR FULL DESIGN AND CONSTRUCTION PLANS FOR A MULTI-USE BRIDGE ACROSS THE FISHKILL CREEK ON SOUTH AVENUE IN THE CITY OF BEACON PROJECT OVERVIEW The City of Beacon is soliciting proposals from qualified firms to develop design and construction documents, including preparation of survey and right-of-way/easement documents, for a new multi-use bridge across Fishkill Creek on South Avenue at the Madam Brett Park and Trail. The former Tioronda Bridge on South Avenue over the Fishkill Creek in the City of Beacon was dismantled several years ago due to structural and safety issues. Currently a utility bridge, which carries water and sewer lines occupies the bridge site. The City seeks to design a multi-use bridge to provide direct access to the Hudson River waterfront, Denning s Point State Park, Mount Beacon, Hudson Highlands Trail system and the Fishkill Creek Greenway which also provides access to the central business district. A New York State CFA grant has been awarded through the Department of State Local Waterfront Revitalization Program for the survey, engineering, design and construction documents for the South Avenue Bridge. A Project Advisory Committee and City staff will collaborate with the chosen consultant during the design process. The City would like to incorporate elements of the historical trusses that have been stored since the original bridge was taken down by integrating design elements of the historical bridge. The City has information of previous plan and design information of the existing utility bridge for use by the selected consultant. SCOPE OF PROJECT The scope of work consists of architectural and engineering services to conduct assessment, prepare designs and construction documents for a multi-use bridge over Fishkill Creek, including preparation of survey and right-of-way/easement documentation. The selected consultant must comply with all terms and conditions of the City s contract (Contract #C1000514) with the New York State Department of State (NYSDOS) for this work. The following tasks summarized below must be completed by the selected consultant: Task 6: Site Control Land Acquisition/Easement Task 7: Second Project Meeting Task 8: Site Reconnaissance and Schematic Designs Task 9: Public Meeting Task 10: Construction Requirement Analysis Task 11: Environmental Quality Review Task 12: Draft Final Design Task 13: Final Design and Construction Documents Task 14: Permits Note: See Attachment C for full details relating to each Scope Item to be completed by the selected consultant (attached).

The response to the RFP for professional engineering services is required to contain the following information and not to exceed thirty (30) pages. The following qualifications and experience of the proposing firm will be required: The firm must have a minimum of ten years of experience in the design and creation of construction documents for similar work. A professional engineer or architect licensed to practice in New York State is required. A list of recent and relevant experience in similar-type services and projects, including information such as project cost, size, location, owner, etc. Also provide reference information for the above including a project contact name, telephone number and address. Resumes of key individuals that will be assigned to the project. The firm must submit to the City appropriate insurance policies for Professional Liability (Errors and Omission) and General Liability for $5,000,000 each; and Workmen s Compensation, NYS Unemployment and NYS Disability shall be carried by the proposer. CONSULTANT SELECTION CRITERIA The selection of the consultant shall be based on both the proposal and interview. The following criteria will be used in evaluating consultant responses: o Quality and completeness of the response o Understanding of the proposed scope of work o Applicability of proposed alternatives or enhancements to information requested o Cost-effectiveness of the proposal o Qualifications and relevant experience with respect to the tasks to be performed o Reputation among previous clients o Ability to complete all project tasks within the allotted time and budget Incomplete proposals that do not address all of the requested components shall not be accepted for review and consideration.

FEE SCHEDULE The fee shall be in two parts; one for professional architectural and engineering services to conduct assessment, prepare designs and construction documents AND one for professional services for preparation of survey and right-of-way/easement documentation. The fee method and amount shall be placed in a separate sealed envelope. A contract and fee shall be negotiated with the first chosen responder. If not successful the City will negotiate with the second choice responder. The selected consultant shall provide a timeline for completeness of tasks as part of the RFP submission. Bid documents shall be ready for contractors within an agreed upon timeframe between the City of Beacon and the selected consultant after acceptance of completed design. The City of Beacon reserves the right and at its sole discretion to exercise, the following rights and options with respect to this Request for Proposals: 1) To reject any and all proposals; 2) To issue additional solicitations for proposals and/or amendments to this Request for Proposals; 3) To waive any irregularities in proposals received after notification to proposers affected; 4) To select any proposal as the basis for negotiations of a contract, including fees, and to negotiate with proposers for amendments or other modifications to their proposals; 5) To conduct investigations with respect to the qualifications of each proposer; 6) To exercise at its discretion and apply its judgment with respect to any aspect of this Request for Proposals, the evaluation of proposals and the negotiation and award of any contract; 7) To select the proposal that best satisfies the interests of the City and not necessarily on the basis of price or any other single factor. 8) The City of Beacon will not be liable for any costs incurred by any respondent in the preparation, submittal, presentation, submittal, presentation or revision of its submission; the City will not be obligated to pay and will not pay any costs in connection with the preparation of such submissions. All submissions shall become the property of the City of Beacon and will not be returned. PROPOSAL SUBMISSION Respondents are required to submit one (1) electronic, one (1) original and ten (10) copies of their proposal. Proposals and attachments must be received no later than 2:00 p.m. on Monday, February 8, 2016 and should be addressed as follows: Anthony J. Ruggiero, M.P.A. RE: South Avenue Bridge Design RFP City of Beacon One Municipal Plaza Suite One Beacon, New York 12508 All inquiries should be addressed via email to the City Administrator Anthony J. Ruggiero, at aruggiero@cityofbeacon.org and received no later than January 22, 2016.

Submissions shall include the following: 1. The consultant s understanding of the project, and a description of your approach to the Scope of Work 2. Documentation on the firm and sub-consultants (if any), including qualifications to prepare scope of work. 3. Samples of work demonstrating the ability to complete the type of work as required in the Scope of Work, particularly samples of those managed by the project manager assigned to this project. The City is interested in design and construction documents, permits and cost estimates that the consultant has prepared for similar projects. Project name, phone number, and email address of client contact for the sample projects. 4. Demonstration of the consultant (or sub-consultant s) estimating accuracy by providing project cost estimate, low bid, and final construction cost for at least six projects that have been constructed. 5. A description of each staff member and sub-consultant who will be involved with this project and a description of their role in the project. This description should identify the person who will be designated as the day-to-day Project Manager. 6. A schedule detailing when each task will be completed, with a cost for each task. 7. Budget and expense information that details all costs, including: i. Personnel expenses which state the name and title of each individual assigned to the project ii. Their hourly rate and the number of estimated hours the individual will be working on the project iii. The same information shall be submitted in detail for sub-consultants, if any. 8. MWBE Requirements: Pursuant to New York State Executive Law Article 15-A and 5 NYCRR Parts 142-144, for the purposes of this procurement, the New York State Department of State establishes an overall goal of 20% for Minority and Women-Owned Business Enterprises ( MWBE ) participation, 10% for Minority-Owned Business Enterprises ( MBE ) participation and 10% for Women-Owned Business Enterprises (WBE) participation. For the purposes of meeting these participation goals, please identify whether the M/WBE will be the consultant, sub-consultant, or if a waiver will be requested. The City of Beacon is an equal opportunity employer. Any consultants and/or sub-consultants qualified and certified as Minority/Women Business Enterprises are encouraged to submit proposals. The awarded consultant and/or sub-consultants shall make a good faith effort to ensure that M/MBE are given the maximum opportunity to compete for any sub-contracts. 9. Indicate any additional assistance expected from the City.

SCOPE OF WORK (must be submitted with Proposal): TASK Task 6, Site Control Land Acquisition/Easement $ Task 7, Second Project Meeting $ Task 8, Site Reconnaissance and Schematic Design $ Task 9, Public Meeting $ Task 10, Construction Requirement Analysis $ Task 11, Environmental Quality Review $ Task 12, Draft Final Design $ Task 13, Final Design and Construction Documents $ Task 14, Permits $ Total Cost $ PROPOSED COST

ATTACHMENT C - WORK PLAN Contractor: Contract Number: City of Beacon C1000514 Program Contact Person: Anthony J. Ruggiero, M.P.A. Phone: 845-838-5009 Fax: 845-838-5012 Email: aruggiero@cityofbeacon.org 2. Project Attribution and Number of Copies The Contractor 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." The Contractor must submit to the Department all required products, clearly labeled with the NYS Comptroller's Contract # 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 #, 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, 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 (SEQRA) 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. Task 2: Project Advisory Committee The Contractor 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 The Contractor 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 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. 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: Site Control Land Acquisition/Easement The Contractor will ensure that adequate site control (deed, easement or other legal instrument) for public access is in place for the areas designed with this grant. Draft documents shall be submitted to the Department for review and approval before it is executed. The Contractor will provide the Department with verification of site control. Products: Draft and final documents related to site control. Task 7: 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 8: Site Reconnaissance and Schematic Designs A. 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 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 Adjacent land and water uses Historic and archeological resources Soil and, as appropriate, core sampling to determine site stability Topography and hydrology 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. B. Schematic Designs The Contractor or its consultant(s) shall prepare alternative schematic designs of the facility or facilities, 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, 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. Unless otherwise specified during the project kick-off meeting, the Contractor or its consultant(s) shall prepare a minimum of three alternative schematic designs for review by the project advisory committee and the Department. In consultation with the Department and the project advisory committee, the Contractor shall select one of the alternative schematic designs as the basis for final design and engineering/construction plans and specifications, or shall work with the consultant(s) to develop a final schematic design incorporating elements of or building upon the alternative schematic designs. Final design and engineering/construction plans and specifications shall be prepared based on the selected schematic design. Products: Alternative schematic designs. Schematic design alternative selected.

Task 9: Public Meeting In consultation with the Department, a public information meeting shall be conducted to solicit public input on the schematic designs to assist in selecting a preferred alternative. 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 10: Construction Requirement Analysis The Contractor or its consultant(s) shall prepare an analysis of all federal, state and local requirements for the selected schematic design alternative, 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 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. Task 11: Environmental Quality Review The Contractor or its consultant(s) shall prepare all documents necessary to comply with the State Environmental Quality Review Act (SEQRA) through determination of significance. If a positive declaration is made, a Draft Environmental Impact Statement shall be prepared. Products: SEQRA documents and, if necessary, a Draft Environmental Impact Statement. Task 12: Draft Final Design The Contractor or its consultant(s) shall prepare a draft final design based on the selected schematic design alternative. The draft final design 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 final design 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 design. Products: Draft final design and supporting materials. Task 13: Final Design and Construction Documents The Contractor or its consultant(s) shall prepare the final design and construction drawings, plans, specifications, and cost estimates. The final design and construction documents 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 and construction documents are subject to approval by the Department. These documents must be certified by a licensed professional engineer, architect, or landscape architect and the appropriate seal must be affixed to these documents. Products: Final design and construction documents, certified by a licensed professional engineer, architect or landscape architect.

Task 14: Permits After the final design and construction documents have been approved by the Department, the Contractor or its consultant(s) shall prepare the necessary permit or other approval applications and obtain the required permits or approvals. A pre-application meeting with the Department and the appropriate federal, state and local regulatory authorities may be required to discuss the necessary permit or other approval applications. Prior to filing, the Contractor or its consultant(s) shall submit all applications to the Department for review and comment. Potential permitting and approval agencies include but are not limited to: federal agencies such as the United States Army Corps of Engineers; the Department, pursuant to the consistency provisions of the federal Coastal Zone Management Act; other New York State agencies such as the Department of Environmental Conservation; the Office of General Services pursuant to the Public Lands Law, or similar authorization from the Power Authority (in certain areas of the St. Lawrence Seaway) or Canal Authority (in the State Canal System), in order to use or occupy certain State-owned lands or waters overlying those lands; and the Office of Parks, Recreation, and Historic Preservation or the State Historic Preservation Officer; and agencies of a county, city, town, village, or special purpose district, including but not limited to: town boards, boards of trustees, or city councils; planning commissions, boards or departments; and/or building or health officials. Prior to construction the Contractor or its consultant(s) shall also demonstrate that the project is in compliance with 6 NYCRR Part 502, "Floodplain Management Criteria For State Projects" by obtaining a floodplain development permit, if local regulations establish such requirements, or by submitting a signed certification, by an official authorized to enforce local floodplain management regulations, that the project complies with the requirements of the statute. Copies of all required permits and approvals shall be submitted to the Department upon receipt. Products: All required permits and approvals received. Written certification of compliance with floodplain management regulations, if applicable. 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. 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.