Carson City Maxwell Basin Scoping -Design Services Project

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD18750450219679256
Posted Date: Apr 4, 2024
Due Date: Apr 25, 2024
Solicitation No: 24300384
Source: Members Only

Bid Information



Type
Statement of Qualification
Status
Issued
Number
24300384 (Carson City Maxwell Basin Scoping – Design Services Project)
Issue Date & Time
4/4/2024 02:00:03 PM (PT)
Close Date & Time
4/25/2024 02:00:00 PM (PT)
Time Left
20 days 18 hours 39 minutes 26 seconds
Notes

Carson City invites qualified firms to submit Statements of Qualifications (SOQ) for (Carson City Maxwell Basin Scoping Project). This is a Federally Funded Project. Proposals shall be submitted in accordance with the Documents and Requirements as set forth in the formal "Request for Qualifications."


Contact Information
Name
Carol Akers, Purchasing & Contracts Administator
Address
City Hall - Executive Office
201 North Carson Street, Suite 2
Carson City, NV 89701 USA
Phone
1 (775) 283-7362
Fax
Email
cakers@carson.org





Bid Attachments









File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



3 items in 1 pages

24300384 RFQ Final Doc .pdf
24300384 RFQ Final Doc 205 KB

Attachment A - Sample Contract (Federal-BOS).pdf
Attachment A - Sample Contract (Federal-BOS) 452 KB

Attachment B - FEMA Required Language and Forms.pdf
Attachment B - FEMA Required Language and Forms 626 KB


Attachment Preview

REQUEST FOR QUALIFICATIONS
THIS IS NOT AN ORDER
ADVERTISED RFQ 24300384 Title: Carson City Maxwell Basin Scoping – Design Services
Project
RELEASE DATE: April 4, 2024
Carson City invites qualified firms to submit Statements of Qualifications (SOQ) for (Carson
City Maxwell Basin Scoping Project). This is a Federally Funded Project. Proposals shall be
submitted in accordance with the Documents and Requirements as set forth in the formal
"Request for Qualifications."
RFQ DOCUMENTS may be obtained through the Carson City website http://carson.org/Bids
ADDENDA: All addenda are posted through the link on the City’s website. It is each firm’s
responsibility to ensure that they have received all addenda prior to submission of their
proposal.
SOQ must be submitted electronically through the NGEM online portal by no later than 2:00
p.m. on April 25, 2024.
RECOMMENDATION FOR AWARD will be made by the Carson City Public Works, based on
the evaluation results of the City Review and Selection Committee. Once the committee has
made a recommendation, the results will be posted on the City’s website www.carson.org/bids.
FINAL SELECTION will be made by the Carson City Board of Supervisors and is anticipated to
be considered at their June 6, 2024 meeting. Should it become necessary to reschedule the
date set for award, notice will be provided to those finalists selected. In all instances, a decision
rendered by Carson City shall be deemed final.
1
INTRODUCTION (General Information)
1.1 Carson City invites qualified firms to submit SOQ for Carson City Maxwell
Basin Scoping – Design Services Project. Proposals shall be submitted in
accordance with the Documents and Requirements as set forth in the formal
"Request for Qualifications." The Contract that will result from this “Request for
Qualifications” will include what is indicated in Section 4 of this RFQ.
1.2 A City Review and Selection Committee will evaluate the SOQs submitted.
1.3 During evaluation, the City Review and Selection Committee reserve the right,
where it may serve the City's best interest, to request additional information or
clarification from the Consulting Firm, or to allow corrections of errors or
omissions. Oral interviews may be conducted by the City Review and Selection
Committee for the Consultants who submit a Proposal and were short listed.
Carson City Purchasing Department • 201 N. Carson Street, Suite 2 • Carson City, Nevada 89701 • (775) 887-2100
1.4 Submission of a proposal indicates acceptance by the Consulting Firm of the
conditions contained in this Request for Qualifications, unless clearly and
specifically noted in the proposal submitted and confirmed in the resultant
contract between Carson City and the Firm selected.
1.5 This will be funded with Federal Funds; the Consultant Firm will need to have a
UEI number and be registered in the US Government System for Award
Management (www.sam.gov).
Debarment, Suspension and Other Responsibility Matters
As required by Executive Order 12549, Debarment & Suspension, and
implemented at 34 CFR Part 85, Bidder must certify that it and its principals are
not presently debarred, suspended, proposed for debarment, declared ineligible
or voluntarily excluded from transactions with any federal department or agency.
Submission of a signed Bid in response to this solicitation is certification that
Bidder’s firm (or any Contractor/Subcontractor) is not currently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any state or federal department or
agency. Submission is also agreement that CARSON CITY will be notified of any
change in this status.
1.6 The use of the term "firm" refers to Consultant Firms with certified personnel,
doing business in the United States and duly registered in the State of Nevada
with business license paid to the City and County of Carson City after selection of
the firm. With this type of project, the City may accept one or more firms teaming
up for joint venture with a Nevada-based firm to prepare the required services,
but the City will recognize such a consortium as a single entity only with one
juridical personality.
1.7 There is no expressed or implied intent or obligation for Carson City to reimburse
responding firms for any expenses incurred in preparing proposals, as well as
travel expenses during interviews in response to this Request for Qualifications.
2
CARSON CITY CONTACT PERSON:
2.1 Until the receipt and opening of SOQs, the proposers’ principal contact with
Carson City will be as listed below. All questions are to be submitted in writing
and potential Proposers will receive copies of all questions and answers except
for the questions that are considered proprietary. Questions will only be received
through 2:00 p.m. on Thursday April 18, 2024, submitted through the NGEM
Online Portal, under the “Questions” tab.
For any other issues please contact:
Carol Akers, Purchasing and Contracts Administrator
Carson City Purchasing and Contracts
201 N. Carson Street, Suite 2
Carson City, NV 89701
775-283-7362
E-mail: CAkers@carson.org
2.2 All contacts regarding the proposal should be with the above-named individual
only. Firms contacting other City staff or City officials may be disqualified for
doing so.
3
BACKGROUND INFORMATION:
Introduction:
The Carson City Public Works is soliciting for professional services for Carson City Maxwell
Basin Scoping Project. The budget for the entire project is $266,070. The project is funded by
the Hazard Mitigation Grant Program (HMGP) by the Federal Emergency Management Agency
(FEMA).
Anticipated Schedule
Release RFQ
Questions submitted
Addendum for Q & A Posted
RFQ Submittal Deadline
Recommendation and Negotiations
Final Award Approval by Board of Supervisors
April 4, 2024
April 18, 2024 by 2 p.m.
April 22, 2024
April 25, 2024 at 2 p.m.
April - May
June 6, 2024
4 SCOPE OF WORK:
4.1 The scope of work for the (Project) will cover the following as a minimum:
Boundary and Topographic Survey, Utility Base Map Data Collection
($29,920) – This task will complete Field Survey to support construction
documents as well as collect utility as-builts and blue stake data to generate a
utility base map.
Geotechnical Analyses ($17,650) – This task will perform geotechnical
analyses to support design and construction.
Existing and Proposed Hydrology and Hydraulic Analyses ($23,400) - This
task consists of refinement of the hydrology and hydraulic analyses conducted
previously as part of the North Carson Area Drainage Plan completed by Carson
City, the Carson Water Subconservancy District, and FEMA in June 2020.
Outreach/Public Meeting ($6,540) – This task will conduct a public meeting to
solicit input on basin design and aesthetics.
Civil Design, Landscape Design, Stormwater Pollution Prevention Plan
($123,860) – This task will complete plan production with milestones at 30%,
60%, 95%, and final. The final deliverable will be plans, specifications, and a cost
estimate for construction of the basin. A complete design of landscape features
and revegetation plan to support the basin construction. Develop a Stormwater
Pollution Prevention Plan for inclusion in the final plan set.
Environmental Permitting ($30,300) – This task will complete environmental
assessments and permitting required prior to construction.
FEMA CLOMR/LOMR Application ($34,400) – This task will complete
preparation, submittal, and approval by FEMA of a Conditional Letter of Map
Revision and Letter of Map Revision per the basin design and downstream
impacts to the Special Flood Hazard Area(s). The Letter of Map Revision will be
based on survey as-built data.
Summary: The above tasks constitute the preconstruction portion of the mitigation
project, from pre-award activities to developing construction documents.
To see the design concept, view the North Carson Area Drainage Plan at
http://carsonsw.org/carson-city-area-drainage-plans/
4.2 Guaranteed payment: The City shall pay the Consultant a guaranteed minimum
payment to be specified in the contract.
5
RFQ REQUIREMENTS:
5.1 Submission of SOQ:
5.1.1
SOQ shall be submitted as one electronic PDF format document
uploaded through the NGEM online portal. SOQ must include a title page
showing the RFQ subject, the firm's name, address, telephone number,
email of a contact person and current active UEI number. Title page
shall not be included in page count. The SOQ must be received on or
before the date and time set for receipt of SOQs.
5.1.2 The SOQ shall be clear, straightforward, and not exceed 36 or 18
double sided pages in length, excluding cover page, title page,
table of content or company brochures. The SOQ must be 1.5-line
spacing (excluding tables and figures). Text must use no smaller
than 11-point font, including when used for tables and figures. Any
use of 11” x 17” pages will be counted as two (2) pages. Company
brochures can be provided as attachments.
5.1.3 SOQ shall include completed forms in Attachment B of this document.
(These pages will not be included in total page count)
5.2 Proposals shall contain the following information:
A one-page cover letter signed by the proposed project manager.
A Statement of Project Understanding.
Project Approach
Schedule / Time Lines for Completion of project
Key Personnel Information:
Key Staff, including Project Manager information.
Relevant Experience
Demonstrated Commitment and availability to the project.
Accessibility to Carson City Staff
Project Experience:
A detailed experience history of similar projects that were completed on
time and within budget. Examples should include a brief project overview,
budget, and location.
A minimum of 3 professional references and associated contact
information.
6
EVALUATION OF SOQ:
6.1 SOQs submitted will be evaluated by the City Review and Selection Committee.
The Committee will be comprised of City staff. There is no guarantee that City
will select any of the SOQ and any SOQ shall be submitted at a proposer’s sole
risk and cost.
6.2 The Committee may call for oral interviews for top scoring proposals. The City
reserves the right to retain all proposals submitted and use any idea in a
proposal regardless of whether or not said proposal is selected.
6.3 Evaluation Criteria:
Having determined that the SOQ meets the basic requirements, the Evaluation
Committee will then evaluate it with respect to each of the following elements,
totaling 100 points:
A. Qualifications (Maximum 30 points). The evaluation committee will consider;
length of time in business, past performances, apparent capabilities to perform
well in the execution of its obligations under a contract as evidenced by its
leadership and management personnel, size of organization, etc.
B. Staffing (Maximum 20 points). The evaluation committee will consider;
proposer’s staffing method of providing coverage in this contract with the different
levels of staff proposed. Also taken into account will be the level of capabilities of
technical staff and applicable experience.
C. Technical Approach (Maximum 40 points). The evaluation committee will review
the proposal for its completeness, evaluate how the proposer will approach the
task of initiating and fully implementing its program and demonstration of
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 >