2024 Drainage On Call

Agency: McHenry County
State: Illinois
Level of Government: State & Local
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD15667535906224407
Posted Date: Nov 2, 2023
Due Date: Nov 22, 2023
Solicitation No: 23-6758
Source: Members Only
2024 Drainage On Call
  • Department: Procurement and Special Services
  • Category: RFQ
  • RFP Number: 23-6758
  • Start Date: 11/02/2023 12:00 PM
  • Close Date: 11/22/2023 9:00 AM
Contact Geoffrey Bauernfeind, Procurement Specialist
E-Mail Submissions@mchenrycountyil.gov
CC E-Mail gwbauernfeind@mchenrycountyil.gov
Schedule
November 02, 2023
Solicitation Available
November 08, 2023
Vendor Questions Submitted via E-Mail Due No Later than 4:00PM CST
November 14, 2023
Vendor Questions Answered via Addendum posted no later than 4:00PM CST
November 22, 2023
Submissions Due No Later than 9:00AM CST. Submit PDFs via E-Mail
November 27, 2023 County Staff Review Begins
TBD Interviews before Selection Committee (if applicable)
March 19, 2024 County Board Approval of Selected Consultant (Anticipated)
March 25, 2024 Project Starts (Anticipated)

Document Links

Return to full list >>

Attachment Preview

McHenry County
Purchasing Department
2200 N Seminary Avenue
Woodstock IL 60098
REQUEST FOR QUALIFICATIONS
RFQ 23-6758
2024 DRAINAGE ON CALL
DESCRIPTION OF WORK AND SPECIFICATIONS
Introduction
Qualifications are requested for the purpose of contracting with a qualified firm to assist the County of
McHenry in:
Review of hydraulic reports, wetland studies, flood plain studies, and drainage ditch design for bridge
rehabilitation/replacement projects
Review of permit submittals for USACE, MLSWCD, McHenry County SMO, and IDNR-OWR for
bridge projects
Review of drainage ditch design, drain tile information, historic aerial information and wetland
studies for roadway and intersection projects.
Review of existing filed and approved CLOMR, LOMA and LOMR submittals
Preparation of CLOMR/LOMR/LOMA submittal to USACE (assume others have performed
analysis)
Review of storm sewer and drainage ditch design for roadway improvement projects associated with
major access permits
Assistance with NPDES reporting tasks (outlet elevation and documentation, identification of
minimum control measures, etc.)
Review and analysis of reported drainage problems (as necessary)
Project Description
The County of McHenry desires to contract with a qualified engineering firm to assist the McHenry County
Division of Transportation in analyzing and reviewing drainage related studies at various locations and for
various projects in McHenry County. The locations shall be determined and directed solely by the McHenry
County Division of Transportation and are based upon MCDOT staff, general public, and Local Agency
observations of existing drainage concerns and conditions.
The selected engineering firm will be required to respond to McHenry County review comments in
Bluebeam Revusoftware. Note that the software is free to download and use in View Mode.
The selected engineering firm will be required to transfer documents on the County’s Bentley ProjectWise
server, federated user access is preferred, or another approved method.
Primary electronic project communication between the consultant and County is expected to occur over
Microsoft Teams.
The length of the contract will be approximately 24-36 months.
It is the intent to solicit interest from those firms that are prequalified by the Illinois Department of
Transportation to perform this type of work:
Special Studies – Location Drainage
Hydraulic Reports – Waterways - Typical
Hydraulic Reports – Waterways - Complex
Contact Information:
Geoffrey Bauernfeind, Procurement Specialist
E-mail: purchasing@mchenrycountyil.gov; CC E-mail: gwbauernfeind@mchenrycountyil.gov
Full Specification Documents (including any Addendum) available at:
https://www.mchenrycountyil.gov/departments/purchasing/rfps-rfqs-bids
Any communication regarding this Bid or Request between the date of issue and date of award is required to go
through the Procurement Specialist listed (or the Purchasing Administrative Specialist). Unauthorized contact
with other McHenry County staff or officers is strictly forbidden. ELECTRONIC COMMUNICATIONS
REQUIRED.
Should there be a conflict between any instruction or information and the Purchasing Ordinance, the Purchasing
Ordinance will take precedence.
SCHEDULE OF EVENTS
November 1, 2023
November 8, 2023
November 14, 2023
November 22, 2023
November 27-
December 11, 2023
TBD
March 19, 2024
March 25, 2024
Bid or Request Available on County Website
Vendor Questions Submitted no later than 4:00 PM (CST)
Submit by E-Mail to purchasing@mchenrycountyil.gov;
CC E-mail: gwbauernfeind@mchenrycountyil.gov
Vendor Questions Answered no later than 4:00 PM (CST)
Posted to the County Website as an Addendum
Submissions due to purchasing no later than 9:00 AM (CST)
Submit by e-mail to purchasing@mchenrycountyil.gov;
CC E-mail: gwbauernfeind@mchenrycountyil.gov
(20mb limit/email)
County Staff Review
Interviews before Selection Committee, if applicable
County Board Approval of Selected Consultant (Anticipated)
Project Starts (Anticipated)
DIRECTIONS FOR SUBMISSION:
Qualified individuals or firms are to submit one ELECTRONIC submission.
All data and documentation submitted as part of this RFQ shall become the property of McHenry
County, Illinois. After a contract is executed, all Qualifications, responses, documents, and materials
contained in the RFQ shall be considered public information and will be made available for inspection
in accordance with the Illinois Freedom of Information Act.
Absolutely no Qualifications will be accepted after the time specified. Late Qualifications shall be
rejected and returned unopened to the sender. The County of McHenry cannot be held responsible for
any delay, regardless of reason, in the transmission of Qualifications.
When preparing submittals for McHenry County, the following requirements shall be adhered to and
presented in the order listed below. Each bulleted item shall be separated by a labeled page and be
limited to one (1) page each unless otherwise noted. Standard page formatting shall include 11-point
font with 1” margins.
Cover letter transmitting the proposal on the firm’s letterhead describing the composition and
proposal contents, the primary point of contact, and that person’s contact information.
Table of Contents with page numbers, identifying the approach, resumes, etc.
Section 1: Project Understanding/Approach Summary. Demonstrate a clear vision of the
project outcome, as well as the methodologies and philosophies necessary to achieve the desired
outcome. Summary shall be limited to two (2) pages.
Section 2: Organization. Listing of Key Staff and Support Staff, presented in an overall
organizational chart format, with roles and responsibilities of each.
Section 3: Key Staff Resumes. Project Manager/Key Staff members must be clearly identified
in the proposal, and the resumes of the Project Manager and Key Staff and sub-contractor staff
must be included. Resumes shall be limited to one (1) page each. All resumes shall CLEARLY
list the Key Staff’s role on the listed project; indicate whether work was performed as a
subconsultant or prime consultant; indicate the project phase and the status of that project phase;
differentiate between work experience gained at the current firm and work experience gained
while working for other firms. Resumes should indicate the number of years of experience in
the profession and number of years of experience with the firm for each project team member.
Applicable professional registration information, awards, and training shall also be listed.
Section 4: Similar Projects. Provide a minimum of three (3) and up to four (4) ongoing or
completed projects within the last five (5) years of similar project phase, consultant role (prime
or subconsultant), scope, funding source (federal or local) and magnitude that demonstrate the
firm or team has experience in performing work requested by the County. Project resumes shall
be a half page each for a total maximum of two (2) pages.
The following shall be included with the Request for Qualification submittal:
o Certificate of Eligibility/IDOT Statement of Experience and Financial Condition
(SEFC) Acceptance Letter.
o Affidavit of Availability (Part I and Part II)
Proposal Evaluation
Proposal Review Team
All proposals will be evaluated by McHenry County Staff. After a review of the proposals, staff may elect to
conduct interviews to better understand qualifications.
Contract Negotiations
One (1) consultant will be selected for contract negotiations. This RFQ and the consultant’s proposal shall be
included in such contract. All contracts must be approved by the McHenry County Board.
Proposal Evaluation and Scoring
All submitted proposals will be evaluated and scored by the individual members of the proposal review team
in accordance with the following point system and categories:
1. Technical Approach: Proposed methodology, QA/QC procedures, innovations, etc. Demonstrated
quality assurance procedures and schedule to ensure a timely, effective and professional provision of
services. (Weighted at 20%)
2. Firm Experience: The Firm’s general experience, stability, and history of performance on projects
similar to the one under consideration. Three (3) similar projects shall be provided. Key staff and their
role on the Firm’s similar projects shall be identified. (Weighted at 15%)
3. Specialized Expertise: Staff/Firm expertise (i.e. Drainage, Structural, Traffic, etc.) as it relates to the
project under consideration. References on key staff and project resumes, technical papers authored by
key staff, and other forms of indications of specialized expertise will be considered in this category.
(Weighted at 25%)
4. Staff Capabilities: The education, experience, and expertise of the Firm’s key employees as they relate
to the proposed scope of services and to the degree to which the services meet the needs of the County.
Key staff resumes shall be provided for review of qualifications, competence, and past performance.
(Weighted at 20%)
5. Work Load Capacity: Present workload with attention to current and future commitments of firm and
available personnel, particularly those key persons expected to be assigned to the project. (Weighted
at 10%)
6. Past Performance: The firm must have demonstrated history of professional, reliable, and dependable
service to governmental entities. Firms will be evaluated on the recommendations and opinions of the
Firm’s previous clients as to its ability to meet deadlines and remain within budget. Staff sense of
responsibility, attitudes, concern for economy, efficiency, environment, quality of service, etc. will be
taken into consideration. Awards received by the firm or staff will also be taken into consideration.
(Weighted at 10%)
7. In-state/Local Presence: Proximity to project. This will not be a factor in every project. (Weighted at
0%)
GENERAL INFORMATION:
Definition: Request for Qualifications (RFQ) is a method of procurement permitting discussions with
responsible Professionals prior to negotiation of a contract. Qualifications will be opened and evaluated in
private. Selection will be based on the criteria set forth herein.
Receipt and Handling of Qualifications: Qualifications shall be opened in private by the Evaluation
Committee to avoid disclosure of contents to competing Professionals.
The Evaluation Committee may conduct interviews with and/or require presentations, as set forth above in the
Schedule of Events, of the Professionals who submit acceptable or potentially acceptable Qualifications. Such
Professionals shall be accorded fair and equal treatment with respect to any opportunity for interviews. During
the course of such interviews, the Evaluation Committee shall not disclose any information derived from one
submittal to any other Professional. The County shall evaluate the Professionals submitting Qualifications,
taking into account qualifications, ability of professional personnel, past record and experience, performance
data on file, willingness to meet time requirements, location, workload of the Professional, approach to the
project, ability to furnish the required services, and such other qualification-based factors as the County may
determine in writing are applicable.
Notice of Unacceptable Submittal: When the Evaluation Committee determines a Professional’s
Qualifications to be unacceptable, such Professional shall not be afforded an additional opportunity to
supplement its Qualifications.
Selection: On the basis of the evaluations, interviews, and presentations, the County shall select no fewer
than three Professionals which it determines to be the most qualified to provide services regarding the specific
project. The County shall then contact the Professional ranked most preferred and attempt to negotiate a
contract at a fair and reasonable compensation, taking into account the estimated value, scope, complexity,
and professional nature of the services to be rendered. If fewer than three Professionals submit Qualifications
and the County determines that one or both of those Professionals are so qualified, the County may proceed to
negotiate a contract as set forth herein.
Selection shall be made of the Professional deemed to be fully qualified and best suited among those submitting
Qualifications, on the basis of the factors involved in the RFQ.
It is the intent of the County of McHenry to select the Professional whose Qualifications meet or exceed the
requirements as outlined herein. Information and/or factors gathered during interviews, presentations,
negotiations and any reference checks, in addition to the evaluation criteria stated in the RFQ, and other
information or factors deemed relevant by the County, shall be used in the final selection decision.
Negotiations: The County shall prepare a written description of the scope of the proposed services to be used
as a basis for negotiations and shall negotiate a contract with the highest qualified Professional at compensation
that the County determines in writing to be fair and reasonable. In making this decision the County shall take
into account the estimated value, scope, complexity and professional nature of the services to be rendered.
If the County is unable to negotiate a satisfactory contract with the Professional which is most preferred,
negotiations with that Professional shall be terminated. The County shall then begin negotiations with the firm
which is next preferred. If the County is unable to negotiate a satisfactory contract with any of the selected
Professionals, the County shall re-advertise the project based on a re-evaluation of the architectural,
engineering, or land surveying services requested, including the estimated value, scope, complexity, and fee
requirements.
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.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >