Landscape Architecture Services

expired opportunity(Expired)
From: Monroe(City)

Basic Details

started - 28 Jun, 2022 (22 months ago)

Start Date

28 Jun, 2022 (22 months ago)
due - 29 Jul, 2022 (21 months ago)

Due Date

29 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Monroe

Customer / Agency

City of Monroe
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Qualifications for Landscape Architecture Services July 2022 Proposals Due: July 29, 2022 at 2:00 pm To: Landscape Architecture and Engineering Firms From City of Monroe, Downtown Office Request for Qualifications The City of Monroe seeks to obtain complete Landscape Architecture Services from qualified and interested firms. Background 334 E. Franklin Street is currently a city-owned, vacant property, which is part of the Science Center Master Plan study area. The City of Monroe would like to convert this property into an Off-Leash Dog Park Facility to complement the surrounding downtown amenities. The selected landscape architect shall be responsible for the following: 1. Landscape architectural design and specifications 2. Conform to accessibility requirements (ADA) 3. Prepare conceptual designs, preliminary budget estimates, and project schedules 4. Schematic designs, design development, construction documents, plan check, bid phase support, and construction management
5. Permit administration 6. Bid packet development 7. Certification of all contractor and subcontractor’s payment requests 8. Final inspection and project completion acceptance Submittals for the RFQ should submit the following and in the following order: 1. Cover Letter including the firm contact name, address, phone number and email 2. Description of the firm and their key personnel assigned to the project. Include each individual’s role and bio 3. Detail of the team’s experience with this type of project 4. Submit proof of North Carolina Architectural/GC and any other License required by the State. 5. Brief description of why the City of Monroe should use your firm for work specified. What sets your firm apart? 6. A list of no less than 3 references for the firm and contact information (evaluated on projects of similar size and scope) 7. Legal History – Produce a statement disclosing your firm’s history of litigation/disputes for the last 10 years including any pending litigation/arbitration disputes. 8. Hourly Rates 9. Fee Schedules 10. W-9 (please see “Insurance Qualifications” below) Screening Criteria The information submitted will provide the basis for selection. Responses will be scored on the following selection criteria and weighted as indicated: 1. Firm expertise with projects of similar size and scope as well as the technical qualifications (50) 2. Experience of assigned staff (20) 3. References (20) 4. Presentation of packet (10) Due Date and Process Proposals are due to the City of Monroe’s Downtown Office by no later than July 29, 2022 at 2:00 p.m. RFQs will be time stamped when received. Please provide two (2) copies and deliver or mail to the following address: Re: Downtown Monroe Dog Park Attn: Downtown Office 300 West Crowell Street Monroe, NC 28112 Electronically submitted proposals will not be accepted. Proposals will be reviewed and an award decision will be presented to City Council at the following City Council Meeting for consideration. All known respondents will be notified of the results of the process as soon as possible. Once a firm is selected to move forward with the project, the City of Monroe and the firm will need to sign a contract and meet with city staff for a “pre-project” meeting. Staff is hoping to have the architectural/construction plans completed by November 2022. The City reserves the right to request any further documentation that it deems appropriate and necessary for the selection process. The City shall have no obligation to any company or firm or the successful proposer(s) unless or until the City and the successful proposer(s) fully execute a final and definitive contract between the parties and meet all City contractual and insurance requirements. Insurance Requirements Contractor shall maintain insurance policies at all times with minimum limits as follows: COVERAGE MINIMUM LIMITS Workers’ Compensation Statutory Limits Employers’ Liability $500,000 General Liability $1,000,000 per occurrence/$2,000,000 aggregate Automobile Liability $1,000,000 Professional Liability (E & O) $1,000,000 per occurrence/$2,000,000 aggregate Contractor shall provide the City with a Certificate of Insurance for review prior to the issuance of any contract. All Certificates of Insurance will require thirty (30) days written notice by the insurer or contractor’s agent in the event of cancellation, reduction or other modifications of coverage. In addition to the notice requirement above, Contractor shall provide the City with immediate written notice of cancellation, reduction, or other modification of coverage of insurance. Upon failure of the Contractor to provide such notice, Contractor assumes sole responsibility for all losses incurred by the City for which insurance would have provided coverage. The insurance certificate shall be for the initial contract period of one (1) year and shall be renewed by the contractor for each subsequent renewal period of the contract. The City shall be named as an additional insured and it is required that coverage be placed with “A” rated insurance companies acceptable to the City. Statement should read “City of Monroe is to be added as an additional insured as evidenced by an endorsement attached to this certificate.” Failure to maintain the required insurance in force may be cause for contract termination. In the event that the contractor fails to maintain and keep in force the insurance herein required, the City has the right to cancel and terminate the contract without notice. Contractor shall provide proof that a Drug-Free Workplace Program is in place and that drivers meet DOT/CDL licensing requirements. Conflict of Interest The applicant must identify any conflict of interest that may arise from providing services to City of Monroe. The City reserves the right: (1) to disqualify any individual or firm or reject any submittal at any time solely on the grounds that a real or perceived legal or political conflict of interest is presented; (2) to require that individual or firm to take any action or supply information necessary to remove the conflict; or (3) to terminate any contract arising from this solicitation if any such relationship would constitute or have potential to create a real or perceived conflict of interest that cannot be resolved to the City’s satisfaction. Right of Rejection The City of Monroe reserves the right to reject any and all proposals, to award the contract to other than the lowest proposer, to award separate parts of the services required, to negotiate the terms and conditions of all and/or any part of the proposals, and, in general, to make the award in the manner as determined to be in their best interest and its sole discretion. Questions and Clarifications Please submit any and all questions to mblack@monroenc.org. Any substantive clarifications requested by one respondent will be shared with all known potential respondents. The deadline for clarifications is July 19, 2022. mailto:mblack@monroenc.org

300 W Crowell Street, Monroe, NC 28112Location

Address: 300 W Crowell Street, Monroe, NC 28112

Country : United StatesState : North Carolina

You may also like

USFWS CASCADES TO COAST LANDSCAPE COLLABORATIVE

Due: 30 Sep, 2025 (in 17 months)Agency: U.S. FISH AND WILDLIFE SERVICE

On- Call Landscape Architecture Services

Due: 06 May, 2024 (in 9 days)Agency: City Of Orinda

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.