Monroe County Water Authority

Similar documents
Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR QUALIFICATIONS PROFESSIONAL ENGINEERING SERVICES for CITY OF SHELBY, NORTH CAROLINA. Shelby Water Treatment Plant Plant Upgrades

Architectural Services

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

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

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

Request for Proposals. For RFP # 2011-OOC-KDA-00

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

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

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

REQUEST FOR PROPOSAL After Hours Answering Services

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

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

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

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

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

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

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

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

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

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

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Tourism Marketing Strategy

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

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

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Digital Copier Equipment and Service Program

Request for Proposals and Specifications for a Community Solar Project

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

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

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

All proposals must be submitted in a sealed package plainly marked:

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

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

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Request for Proposals (RFP) for Professional Design and Engineering Services

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

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

Bowen Island Municipality

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

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSALS RFP# CAFTB

Amalgamation Study Consultant

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

On-Call Traffic Engineering Services

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

This RfP is also available on the CEMCO website under the Community Tab:

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSALS

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Request for Proposal (RFP) Architectural Services for Interior Renovations

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Knights Ferry Elementary School District

City of Malibu Request for Proposal

Social Media Management System

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

May 25, Request for Proposals No Offsite Virtual Net Metering

REQUEST FOR QUALIFICATIONS. Design Professional Services

SECTION I. OVERVIEW ON REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

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

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

TOWN AUDITING SERVICES

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

City of Georgetown, SC REQUEST FOR PROPOSAL

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

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

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

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

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

REQUEST FOR QUALIFICATIONS. Water Supply Options Review

Transcription:

REQUEST FOR QUALIFICATIONS & PROPOSAL Monroe County Water Authority Scrubber Installation Engineering March 20, 2018 Monroe County Water Authority 475 Norris Drive Rochester, New York 14610 File 18-S01

SECTION 1 - INVITATION TO PARTICIPATE 1.1 Purpose Monroe County Water Authority ( MCWA ) is soliciting Statements of Qualifications and Proposal ( RFQ/P ) from consultants for professional engineering services for the Shoremont and Webster Water Treatment Plants Scrubber Installation Engineering. Prospective Proposers must offer a Statement of Qualifications that will meet the scope of services, qualifications and general description of work activities identified in Section 2 of this RFQ/P. In responding to this RFQ/P, Proposers must follow the prescribed format as outlined in Section 3. By so doing, each Proposer will be providing MCWA with comparable data submitted by other Proposers and, thus, be assured of fair and objective treatment in the MCWA review and evaluation process. Note that MCWA is requiring that your Statement of Qualifications and your Fee Proposal be submitted in separate documents and in separately sealed envelopes. 1.2 Procurement Officer Pursuant to State Finance Law 139-j and 139-k, this Request for Qualifications includes and imposes certain restrictions on communications between a Governmental Entity (the Authority) and Bidder/Offerer during the procurement process. The Procurement Officer identified below is the sole point of contact regarding this RFQ/P from the date of issuance until the selection of the successful Proposer. Richard Metzger. P.E. 475 Norris Drive Rochester, New York 14610 Email: Richard.Metzger@mcwa.com 1.3 Presentation and Clarification of MCWA s Rights and Intentions MCWA intends to enter into a contract with the selected Proposer to supply the services described in Section 2. However, this intent does not commit MCWA to award a contract to any responding Proposer, or to pay any costs incurred in the preparation of the Statement of Qualifications or a cost proposal in response to this request, or to procure or contract for any services. MCWA reserves the right, in its sole discretion, to (a) accept or reject in part or in its entirety any proposal received as a result of this RFQ/P if it is in the best interest of MCWA to do so; and (b) award one or more contracts to one or more qualified Proposers if necessary to achieve the objectives of this RFQ/P (and if it is in the best interest of MCWA to do so). 1.4 Pre-Proposal Meeting A pre-proposal meeting will be held at the Shoremont WTP on April 4, 2018 at 9:00 a.m. As this is a secure facility, anyone intending on entering the facility must be preregistered by calling Brad Smith at 442-2000, or emailing him at Brad.Smith@mcwa.com. A photo ID (driver s license or approved equal) must be presented upon arrival at the Shoremont WTP.

1.5 Time Line The schedule of events for this selection process is anticipated to proceed as follows: Pre-proposal meeting and site inspection: April 4, 2018. All requests for clarification must be submitted in writing to the Procurement Officer at the email address provided in Section 1 and received no later than 3:00 PM EST on April 6, 2018. If required, an Addendum will be issued by MCWA. Statement of Qualifications & Proposal submissions must be received by end of business (4:30 PM) on April 13, 2018 at the address shown in Section 3.1. Selection of the Consultant in May 2018. Consultant to submit proposed implementation schedule. 1.6 Overview of the Organization MCWA provides a high quality, safe and reliable water supply, in a financially responsible manner. MCWA was created by State legislation in 1950 to solve the water supply needs of this community. In 1959 MCWA took over the assets of the private New York Water Service Corporation and had 27,000 retail customers, serving just portions of the County s inner ring towns and portions of the City. As surrounding towns and villages faced new water supply challenges, the MCWA service area has steadily grown. Today, MCWA serves over 185,000 customers in every town and village in Monroe County) plus towns, villages and other water authorities in each of the five adjacent counties. The MCWA system infrastructure includes its main operations center, meter shop, three water treatment plants, 40 remote pumping station, 53 tanks and 2 storage reservoirs, and over 3,200 miles of transmission and distribution water mains. For additional information on MCWA, go to www.mcwa.com The Shoremont Water Treatment Plant (SWTP) consists of three parallel process trains, each with a capacity of approximately 50 mgd. The three plant sections are referred to as East Plant (circa 1960), West 1 Plant (circa 1970) and West 2 Plant (circa 1980). The East and West 1 Plant originally were a conventional treatment process and were converted to direct filtration around 1980. The Webster Water Treatment Plant (WWTP) was placed in service in 2013. Its rated capacity is 50 mgd and was design to eventually be doubled in size. Both plants water source is Lake Ontario. The plants utilize direct filtration with granular activated carbon and sand media. Carbon dioxide is used for raw water ph adjustment and seasonal combinations of coagulants including aluminum sulfate,

poly-aluminum chloride and cationic polymer. Disinfection is achieved with either gas chlorine or sodium hypochlorite. The finished water is also fluoridated. 1.7 SWTP Scrubber Replacement Following the conversion of the SWTP s one-ton container based chlorine feed system to a nine cylinder -150 lbs. system, the existing SWTP scrubber is to be removed and replaced with a dry (GAC) scrubber rated for a 300 lbs. chlorine release. The chlorine gas scrubber at the Shoremont Water Treatment Plant (SWTP) was installed in 1996. It is a RJ Environmental RJ -2000 (currently offered by Siemens Water Technologies). 1.8 WWTP Scrubber Addition There currently is no scrubber at the WWTP. The WWTP has a nine cylinder- 150 lbs. system in place. The new scrubber is to be identical to the new SWTP unit.

SECTION 2 SCOPE OF WORK 2.1 Scope of Work Below is a preliminary outline of the required tasks and deliverables to be completed under this contract. Additional tasks may be required. The Proposer is encouraged to expand upon this outline and present additional detail delineating its proposed approach to the project. This design is to include a detailed evaluation and selection of the new dry scrubber equipment. Process, mechanical, electrical, instrumentation and control and all subsystems associated with the process are to be included in the design and construction contract. The Authority will coordinate and implement the required SCADA system modifications. 2.2 Design Phase 2.2.1 Survey & Mapping The Consultant shall make maximum utilization of existing record drawings, planimetric, topographic and utility maps and surveys, as available. The Consultant shall conduct additional on-site field verification as necessary to prepare complete base drawings and mapping. 2.2.2 Soils & Subsurface Investigations The Consultant shall accumulate and review readily available information about the site including bore logs and associated reports which the Owner possesses, geological references, and visits to the sites to observe soil, rock and water features exposed at the ground surface. Based on the available information, assess preliminary foundation design and earthwork related construction requirements for the project, if sufficient information exists to make such assessments. If sufficient data is not available, the Consultant shall recommend and administer a program of subsurface investigations and laboratory testing to obtain the required data. The Authority has an annual Geotechnical Investigation Services contract to perform subsurface investigations and to perform soil identification testing. If additional borings and testing are required, the services to obtain additional samples will be provided through the Authority's contract. The Authority will bear all costs associated with the obtaining and testing of the additional samples. The Consultant shall coordinate with the Authority for the making of arrangements for the investigations and obtaining additional samples. The Consultant shall be present when the investigations to obtain additional samples are made. Inspection of the additional subsurface work shall be included in the Consultant's Not-to-Exceed Amount. 2.2.3 Permits Included in this phase is the drafting and preparation of Permits, including all requisite supporting documentation for the Project. Permits shall include those

required by Federal, State and Local regulations. Final plans shall be submitted to NYS DOH for review and approval. Prior to contacting any administrative regulatory agency or entity, the Consultant will obtain Authority approval. Consultant shall provide the Authority with the required number of copies of submittal documents for all Permits. Submittals for Permits shall be made by the Authority. The Authority will pay all fees and charges associated with obtaining Permits. 2.2.4 Final Design Final Design will provide the preparation of bidding documents (drawings and project manual) suitable for competitively bidding the project. Design drawings and specifications will be included in the bidding documents with sufficient detail to establish the technical requirements of the project. Consultant shall provide Authority a minimum of two weeks following each submittal for preparation of its review comments. Meetings Conduct monthly progress conference calls or on-site meetings 60% Design review workshop 90% Design review workshop Prepare construction specifications. Front-end documents including advertisement, instruction to bidders, agreement, general condition, and standard MCWA materials and performance specifications (as applicable) will be Authority s standard format. Authority will provide to Consultant in Word.doc format. Technical specifications and bid items shall follow Authority s standard format. Provide review set files in PDF format at 60%, 90% and 100%. Preliminary (60%) Design Submittal shall consist of a set of well-coordinated documents that clearly communicate the design approach/intent for all disciplines. The 60% Submittal shall include the following: Draft Specifications and Supplemental Conditions Design drawings Opinion of probable costs and project schedule 60% Design review workshop 90% Design Submittal shall include Complete set of draft Contract Documents Updated opinion of probable costs and project schedule 90% Design review workshop Final (100%) Bid Ready Contract consists of 100% complete Contract Documents suitable for advertisement for bids.

2.3 Bid Phase Services After written authorization to proceed with the Bidding Phase, the Consultant shall furnish the Authority with up to twenty (20) sets of full-size plans, six (6) sets of half-size plans, and twenty-six (26) specification books for each Contract for the purpose of issuing to prospective bidders. The Consultant shall prepare and distribute addenda to all holders of bid documents for interpretation and clarification of the bidding documents as required. The Authority shall advertise for proposals from bidders, distribute the appropriate bid documents to the bidders, open proposals at the appointed time and place, and pay all costs incidental thereto. The Consultant shall attend bid openings, evaluate bids, proposals and bidder's qualifications in accordance with Authority procedures, and prepare a formal recommendation for award. 2.4 Construction Phase The Construction Phase shall be considered to have begun immediately after the Contract(s) has been awarded by the Authority and the Authority has provided the Contractor and Consultant with written authorization to proceed with the Construction Phase. During this phase the Consultant shall act as the construction contract manager/administrator, shall advise the Authority, act as the Authority's representative at the Project site, issue all instructions of the Authority to the Contractor and perform the tasks listed in this section. The Consultant s detailed scope of services will be determined prior to initiating the Construction Phase. For the purposes of preparing the Fee Proposal, the Consultant is requested to provide hourly rates (2019) for this phase.

SECTION 3 - SPECIFIC REQUIREMENTS 3.1 Submission of Proposer's Statement of Qualifications & Proposals A. Separate Submittals: There are to be two separate and distinct submittals: a) Statement of Qualifications and b) Fee Proposal. They are to be submitted in two separately sealed envelopes. B. Acceptance Period and Location: To be considered, Proposers must submit a complete response to this RFQ/P. Proposers not responding to all information requested in this RFQ or indicating exceptions to those items not responded to may be rejected. The submittals must be received at the address below before the time listed in Section 1. US Postal Service mail delivery is NOT an acceptable means for delivery to this location. Delivery services, such as FedEX, must deliver the package to the receptionist at the main entrance (Door #1) at 475 Norris Drive, Rochester, NY. (Proposers submitting via delivery service are encouraged to call a Procurement Officer and confirm receipt of the document). Attn: Richard Metzger, P.E. Scrubber Installation Engineering -Qualifications 475 Norris Drive Rochester, New York 14610 There will be no public opening of the submittals. C. Required Copies: Proposers must submit: one signed original, three copies, and one copy in electronic format (.pdf preferred) on flash drive or CD. The Proposer will make no other distribution of these submittals. 3.2 Clarification of RFQ/P and Questions Questions that arise prior to or during preparation of the Statements of Qualification must be submitted in writing or via email pursuant to instructions in Section 1 of this RFQ/P. As per NYS Finance Law, no contact will be allowed between the Proposer and any other member of MCWA with regard to this RFQ/P during the procurement process unless specifically authorized in writing by the Procurement Officer. Prohibited contact may be grounds for Proposer disqualification. 3.3 Addenda to the RFQ/P In the event it becomes necessary to revise any part of this RFQ, addenda will be issued by MCWA. An acknowledgment of such addenda, if any, must be submitted with the RFQ response.

3.4 Organization of Statement of Qualifications This section outlines the information that must be included in your Qualifications Statement. Please respond with your information in the same order as the items in the section. A. Company Information: Provide a brief history of your company including the number of years in business, identification of company ownership, and the number of employees. Describe a minimum of three engagements of similar scope that best demonstrate the company s (and sub-consultants as appropriate) qualifications to undertake all aspects of the work. B. Project Team: Provide a description of the project team s organization and roles. List the specific project team members, including resumes. Please note MCWA places great importance on the individual team members. Those proposed should be available if selected. If in doubt, listing alternatives is acceptable. C. Management Approach to the Project. Describe in detail your approach to management of the project, including how your corporate philosophy is translated into planning, implementation, coordination and control mechanisms. D. Project Schedule. Provide the proposed schedule for undertaking the Consultant s work through completion of the Bid Phase. E. Value Added Services/Benefits: Describe any value added services your company will provide as part of this contract and any specific benefits to MCWA as a result of this partnership. F. References: Provide a minimum of three clients for whom your company has provided similar services. Include the following information for each client: a. Name and address of the client; b. Name and telephone number of contact person; c. Summary of the services provided. G. Procurement Form: Include the procurement disclosure form contained in Section 4. 3.5 Fee Proposal Your Fee Proposal is to include a full description of your proposed method of compensation and the proposed charges. This should provide a clear delineation of what is included in each billable component of the proposal. 3.6 Method of Evaluation and Selection A. Evaluation Committee: Selected personnel from MCWA will form the evaluation committee for this RFQ/P. It will be the responsibility of this

committee to evaluate all properly prepared and submitted Statements of Qualifications and make a recommendation for award. B. Evaluation and Selection Criteria: All properly prepared and submitted Statements of Qualifications shall be subject to evaluation deemed appropriate for the purpose of selecting the Proposer with whom a contract may be signed. Evaluation of the Statements of Qualifications will consider several factors, each of which has an impact on the relative success of the Proposer to provide the services as outlined in Section 2. Responses to this RFQ will be evaluated according to the following criteria: Project Team and its experience Approach to managing and executing the Project Value Added Services/Benefits References C. Oral Presentation: At the evaluation committee s option, Proposers who submit a Statement of Qualifications may also be required to make an oral presentation and interview with the evaluation committee. MCWA is under no obligation to offer any Proposer the opportunity to make such a presentation. D. Fee Proposal: Following its review of the Statement of Qualifications, MCWA will review the proposal for fee compensation from the firm, or firms, that MCWA, in its sole discretion, determines to be the best qualified.

SECTION 4 - GENERAL INFORMATION FOR THE PROPOSER 4.1 Reservation of Rights MCWA reserves the right to refuse any and all submittals, in part, or in their entirety, or select certain products from various Proposer proposals, or to waive any informality or defect in any proposal should it be deemed to be in the best interest of MCWA. MCWA is not committed, by virtue of this RFQ/P, to award a contract or to procure or contract for services. The proposals submitted in response to this request become the property of MCWA. If it is in its best interest to do so, MCWA reserves the right to: A. Make selections based solely on the proposals or negotiate further with one or more Proposers. The Proposer selected will be chosen on the basis of greatest benefit to MCWA as determined by an evaluation committee. B. Negotiate contracts with the selected Proposers. C. Award a contract to more than one Proposer. 4.2 Investigations MCWA reserves the right to conduct any investigations necessary to verify information submitted by the Proposer and/or to determine the Proposer s capability to fulfill the terms and conditions of the bidding documents and the anticipated contract. MCWA will not consider Proposers that are in bankruptcy or in the hands of a receiver at this time of tendering a proposal or at the time of entering into a contract. 4.3 Incurring Costs MCWA is not liable for any costs incurred by Proposer prior to the effective date of the contract. 4.4 Material Submitted All right, title and interest in the material submitted by the Proposer shall vest in MCWA upon submission to MCWA without any obligation or liability by MCWA to the Proposer. MCWA has the right to use any or all ideas presented by a Proposer. MCWA reserves the right to ownership, without limitation, of all materials submitted. However, because MCWA could be required to disclose documents received under the New York Freedom of Information Law, MCWA will, to the extent permitted by law, seek to protect the Proposer s interests with respect to any trade secret information submitted as follows: Pursuant to Public Officers Law 87, MCWA will deny public access to Proposer s proposal to the extent the information constitutes a trade secret, which if disclosed would cause substantial harm to the Proposer s competitive position, provided the Proposer identified the information it considers to be a trade secret and explains how disclosure would cause harm to the Proposer s competitive position.

4.5 Procurement Policy Pursuant to State Finance Law 139-j and 139-k, this Request for Qualifications includes and imposes certain restrictions on communications between a Governmental Entity (including the Authority) and Bidder/Offerer during the procurement process. A Bidder/Offerer is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Process by the Authority to other than the Authority s Procurement Officers unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law 139-j(3)(a). The Authority s Procurement Officers for this Governmental Procurement, as of the date hereof, are identified herein. Authority employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the Bidder/Offerer pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four (4) year period, the Bidder/Offerer is debarred from obtaining government Procurement Contracts. Further information about these requirements may be obtained from the Procurement Officers. The Authority reserves the right to terminate this contract in the event it is found that the certification filed by the Bidder/Offerer in accordance with State Finance Law 139-k(5) was intentionally false or intentionally incomplete. Upon such finding, the Authority may exercise its termination right by providing written notification to the Bidder/Offerer in accordance with the written notice terms of this contract.

OFFERER/BIDDER DISCLOSURE OF PRIOR NON-RESPONSIBILITY DETERMINATION AND AFFIRMATION/CERTIFICATION IN ACCORDANCE WITH NYS FINANCE LAW 139-J AND 139-K Name of Individual or Entity Seeking to Enter into the Procurement Contract: Address: Name and Title of Person Submitting this Form: Date: 1. Has any Government Entity made a finding of non-responsibility regarding the individual or entity seeking to enter into the Procurement Contract in the previous four years? (Circle one): Yes No If yes, answer the next questions: 2. Was the basis for the finding of non-responsibility due to a violation of State Finance Law 139-j? (Circle one): Yes No 3. Was the basis for the finding of non-responsibility due to the intentional provision of false or incomplete information to a Governmental Entity? (Circle one): Yes No 4. If you answered yes to any of the above questions, provide details regarding the finding of nonresponsibility below. Governmental Entity: Date of Finding of Non-Responsibility: Basis of Finding of Non-Responsibility: (Add additional pages as necessary.) 5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement Contract with the above-named individual or entity due to the intentional provision of false or incomplete information? (Circle one): Yes No 6. If yes, provide details below: Governmental Entity: Date of Termination: Basis of Determination or Withholding: (Add additional pages as necessary.)

By signing below, Bidder/Offerer affirms that it understands and agrees to comply with the MCWA Water Authority s Procurement Disclosure Policy, Code of Ethics Policy and Conflict of Interest Policy as required by State Finance Law 139-j(3) and 139-j(6)(b) and certifies that all information provided to the Monroe County Water Authority with respect to State Finance Law 139-k and 139-j is complete, true and accurate. By: Date: (Signature of Person Certifying) Print Name: Print Title: Bidder/Offerer Name: Bidder/Offerer Address: Bidder/Offerer Phone Number: (Company Name)