Active SLED Opportunity · NEW YORK · NEW YORK
AI Summary
Seeking Construction Management services for the first phase of High Falls State Park in Rochester, NY. The project includes site reconstruction, ecological restoration, and infrastructure improvements with an estimated $13M construction cost and 12-14 month duration starting fall 2026.
Description The creation of a new State Park centered around the iconic High Falls and the Genesee River in the heart of downtown Rochester is underway. Originally announced as part of the ROC the Riverway initiative, this park will be transformative in revitalizing this historic area. The proposed 40-acre park will provide public access to the land surrounding this unique natural environment set mostly within the context of the river, gorge, waterfalls, and surrounding lively and culturally rich urban backdrop. The site's unique location and industrial history provides many storytelling and educational opportunities to enhance the visitor experience. Overall planning and high level design approaches considering ecology, heritage, connections, programming, and equity are being explored during the design of High Falls State Park. In late 2025, Parks unveiled a concept plan for the park (see attached illustrative site plan) which includes programmatic elements such as bridges, walking paths, roads, infrastructure improvements, substantial ecological restoration including native plantings, adaptive reuse of existing buildings and relics and several playgrounds. It is anticipated that the park will be constructed in multiple phases. NYS Parks expects to advance the first phase of construction in fall 2026, with subsequent phases to follow, and is seeking a Construction Manager (CM) to coordinate the first phase of construction only. It is anticipated that this phase will be contracted via single prime contractor and will be governed by a Project Labor Agreement (PLA). Request for Qualifications The New York Office of Parks, Recreation and Historic Preservation (OPRHP) is seeking proposals for CM services in support of the implementation of the first phase of construction of the forthcoming High Falls State Park. Selection will be according to Qualification Based Selection Procedures. This document summarizes the contracting opportunity, potential activities to be performed under the contract, submittal instructions, and required qualifications. Fee structure, actual fee, and task orders will be negotiated after the most qualified firm has been selected. Services to be Provided The Consultant scope of services under this Term Contract may include any or all the following: Preconstruction Services including but not limited to special emphasis on developing successful bid strategies, contract document review, constructability review, value engineering, cost estimating, supervision of exploratory site investigation, participation in an in-depth potential pull-plan schedule review, and code compliance review. The selected construction manager may also be required to review a PLA feasibility study, review a PLA and execute a PLA for a single prime contract. In the event that a PLA is not pursued, multiple prime contracts under WICKS law may be utilized, and the construction manager must be prepared to coordinate multiple trades accordingly. Additional services may include retaining an arborist firm to do work prior to construction, geotechnical engineer, and other similar services. Bid Phase Services including, but not limited to, participating in pre-bid and pre-construction meetings, attendance in producing a construction duration and milestones for inclusion in the bid package, provide outreach to potential plan-holders, assisting Owner with RFI responses and addenda. Construction Phase Services including but not limited to management of the construction project, maintaining project budgets and schedules, managing submittals, managing project safety, recordkeeping, reviewing payment applications, managing RFIs, and inspection services. A cloud-based construction management software platform shall be procured, which shall provide access to all contractors, owners, and consultants. The CM will be required to provide close coordination and quality control of the work. Close attention must be paid to the sequencing of all work to ensure meeting milestone(s) and opening date. Telecommunications: The project site currently has cellular connectivity, but no wired communications utility is available in the immediate area. If cellular connectivity lacks adequate bandwidth and/or reliability, the Consultant may need to procure a temporary communications service that shall allow internet/calling connectivity, potentially utilizing satellite data services. Post-Construction Phase Services including but not limited to project close-out, claims negotiation, and settlement. Proposed project scope is illustrated in Attachment 1 on a site plan. The services summarized above will be performed specifically in association with the construction of High Falls State Park. Project information and sample activities are provided in more detail below. Project Information Current High Falls Terrace Park Site Applicable Contracts: General Construction Contract (estimated bid advertisement date – July 2026) Construction Duration: 12-14 Months (approximately) Construction Cost: $13,000,000 (approximately) Approximate Site Area: 3.2 acres This initial phase of the project will include reconstruction of the existing High Falls Terrace Park. This project will include reconstruction of various park elements to eventually integrate into the larger plan for High Falls State Park. It is anticipated that the parcel in its entirety will be closed to the public for the duration of construction. The CM will be required to coordinate and supervise the project scope which includes, but is not limited to: Construction Phase: Selective demolition Site Protection: Installation of construction fencing, soil erosion control, review tree protection, historic feature protection. Landscape: Tree & plantings care, cutting, trimming, and planting. Earthwork: Grading & excavation for landscape features, roads, trails, utilities, and underground infrastructure. Site utility infrastructure (storm water management, electric, force main sanitary system, water and electrical connection). Construct new entrance and parking lot, trails, ADA walkways. Installation of new landscape plantings, site furnishings, lighting and accessible routes and related pathways. Permits for project will be secured by OPRHP CM shall secure and administer all third-party inspections including but not limited to concrete strength testing, steel and rebar inspection, subgrade compaction testing, mortar cube sampling etc. Ensure compliance with soil management plan CM shall Provide job office on site & related temporary utility connections Tracking EC3 carbon reporting requirement SWPPP inspections and document management CM shall be responsible for PLA administration Anticipated Activities & Scope of Work (see attachment) Site Visit Interested firms are strongly encouraged to visit this location on May 7th at 10:00am local time. RSVP to Sara Gilbert (Sara.Gilbert@parks.ny.gov) by 4:00pm May 4th. The sign-in location will be High Falls Terrace Park. Contract Value Upon completion of the qualifications-based selection process, Parks will enter fee negotiations with the most highly qualified bidder whereby the bidder will be required to provide a proposed fee inclusive of all services outlined in the “Services to be Provided” section for review and approval by Parks. It is the expectation of Parks that the bidder will use best faith efforts to negotiate a fair and reasonable fee for the work outlined in this RFQ. However, if a fair and reasonable fee cannot be reached with the most highly qualified bidder, Parks may, at its sole discretion, end negotiations with the most highly qualified bidder and begin fee negotiations with the second most highly qualified bidder, and subsequently the third, and so on if deemed necessary. Construction Cost Estimate Subject to the availability of funding, the estimated construction cost is expected to be approximately $13,000,000. Proposal Format and Submission Instructions Interested firms shall submit qualifications consisting of a short portfolio that includes: A Letter of Interest Not more than 20 additional single-side pages describing the following: o Firm’s qualifications and relevant experience, including specific project information and photos. o Proposed staffing and present workload for prime and sub-consultants. If subconsultants are proposed, the role of each should be discussed. The submission should describe the organization of proposed project staff indicating the role of each key individual. Include an organization chart. o A brief description of a proposed project approach. o An organization chart of entire team One- or two-page resumes of key personnel including: a.) education; b.) professional registrations and/or industry certifications; c.) experience and previous assignments; d.) current assignments (including project locations and duties); and e.) estimated completion date of current assignments. Proofs of professional registration and/or licensure for licensed professionals and proof of firm authorization. All proposing firms (and subconsultants) must be legally authorized by the New York State Education Department (NYSED) to practice their respective professions within the State of New York at the time of proposal submission. Individual lead professionals must hold a current New York State professional license and registration. Provide proof of the firm’s Certificate of Authorization or valid professional entity status with the proposal. Client Reference List: Provide the names and contact information for five different Client representatives worked with in the last 3 years. Include: client (company) name, primary contact, and contact information. Contractor Reference List: Provide the names and contact information for five different Contractors worked with in the last 3 years. Include: contractor (company) name, primary contact, and contact information. By the due date listed, a PDF version of the submission shall be e-mailed as an attachment to capitalsubmissions@parks.ny.gov. The subject line of the e-mail shall contain the contract number and title of the offering for which the submission is being provided. E-mails containing a link to a PDF submission will not be accepted. Submissions e-mailed to the authorized contacts will not be accepted, nor will they constitute timely responses if submitted only to the authorized contacts before the due date and time. Professional firms, including Minority, Women, and Service- Disabled Veteran-Owned firms are encouraged to reply. CM Scoring Criteria Selection of the firm(s) deemed to be “the most highly qualified” shall be in accordance with Qualification Based Selection Procedures. For this proposed Professional Construction Management Services Contract, the resumes of key personnel must include a) current assignments (project location and duties), b) estimated completion date of current assignments and c) client, client contact person and telephone number. If subconsultants are proposed, the role of each sub-consultant should be detailed. The submission should describe the organization of proposed project staff indicating the role of each key individual. A brief description of a proposed project approach may be included. Firms should demonstrate how they apply each of the following criteria by providing specific examples of how they achieved each metric in three previously completed projects: Demonstrated Innovation and Problem-Solving Ability: Consideration will be given to firms whose overall presentation demonstrates a unique and/or superior understanding of the project’s needs. Qualifications / Experience of Key Personnel o Consideration will be given to the team’s combined mix of education, experience, and professional qualifications. Core team members’ overall years and quality of experience in construction management. Level of education, experience, and professional qualifications will be judged relative to the field of applicants. Project Portfolio & Firm Experience: Consideration will be given to firms who have previous construction management experience on a range of relevant/similar projects. Similar projects include, but are not limited to visitor centers, museums, landscaping projects, municipal/government work, and projects of similar complexity and construction cost. Additional Selection Criteria: In addition, firms should demonstrate how they apply each of the following criteria by providing specific examples of how they achieved each metric in three previously completed projects: • Management of complex, multidiscipline, high profile projects. • Ability to maintain project harmony and resolve conflicts which commonly arise on construction sites • Demonstrable leadership in atypical/unforeseen challenging situations The above criteria will be scored, and firms will be ranked accordingly, resulting in a “short list” of top-ranked firms. Top-ranked firms will also be required to participate in an in-person interview in Rochester, NY with the OPRHP selection committee. Parks anticipates these interviews to take place the week of June 8, 2026. The content of this interview will be used to confirm, or re-evaluate the scores assigned to the above selection criteria. Short list candidates will be re-ranked based upon the final/re-evaluated scores and the most qualified firms will be selected. State's Rights to Proposals By submitting a bid, the Bidder agrees not to make any claim for, or have any right to, damages because of any misinterpretation or misunderstanding of the specifications, or because of any misinformation or lack of information. OPRHP reserves the right to exercise the following: Change any of the scheduled dates herein; Amend RFQ Requirement(s) after their release to correct errors or oversights, or to supply additional information as it becomes available; Withdraw the RFQ, at its sole discretion without any obligation or liability to any vendor; Eliminate any mandatory, non-material requirement that cannot be complied with by all of the prospective Bidders; Evaluate, accept and/or reject any and all bids, in whole or in part, and to waive technicalities, irregularities, and omissions if, in OPRHP’s judgement, the best interests of OPRHP will be served. In the event compliant bids are not received, OPRHP reserves the right to consider late or nonconforming bids as offers; Require the Bidder to demonstrate, to the satisfaction of OPRHP, any information presented as part of their proposal; Require clarification at any time during the procurement process and/or require correction of arithmetic or other apparent errors for the purpose of assuring a full and complete understanding of an Offeror’s proposal and/or to determine an Offeror’s compliance with the requirements of this solicitation; Disqualify any Bidder whose conduct and/or bid fails to conform to the requirements of the solicitation; Use proposal information obtained through OPRHP investigation of a Bidder’s qualifications, experience, ability or financial standing, and any material or information submitted by the Bidder in response to OPRHP’s request for clarifying information in the course of evaluation and selection under this RFQ; Prior to the award, determine a tie breaking mechanism for award of the Contract to serve the best interests of OPRHP and the State of New York; Negotiate with the successful Bidder within the scope of the RFQ to serve the best interests of OPRHP and the State of New York; Conduct Contract negotiations with the next ranked responsible Bidder, should OPRHP be unsuccessful in negotiating an Agreement with the selected Bidders; Conduct negotiations with the next ranked responsible Bidder should any of the selected professional design teams fail to implement these Services upon approval of the Contract; If OPRHP terminates the Contract for non-performance, OPRHP reserves the right, with the approval of the Attorney General and the Office of the State Comptroller, to award a contract to the next highest ranked Bidder of the original bid submission within the first twelve months of the award; Utilize any and all ideas submitted in the bids received; Make an award under the RFQ in whole or in part; and Seek revisions of bids. Bids containing false or misleading statements, or which provide project contacts that do not support an attribute or condition claimed by a Bidder, may be disqualified from consideration. If, in the opinion of the Agency, a statement is intended to mislead the Agency in its evaluation of the bid, and the attribute, condition, or capability is a requirement of the RFQ, the bid shall be disqualified from consideration. Response to Bidder Questions and Requests for Clarification The Agency will provide a written response to all substantive questions and requests for clarification. Tie Bids In the event there is a tie in the final scoring, final determination will be made by the OPRHP Deputy Commissioner for Capital. Modification or Withdrawal of Bids Bid modifications that are submitted in writing and signed by an authorized representative of the bidding firm will be considered for award if received by OPRHP prior to the scheduled proposal due date. Bids may be withdrawn or cancelled prior to the scheduled proposal due date. A bid may be rejected by OPRHP: if it shows any alteration of terms, conditions, or requirements; for any other irregularities; if it is incomplete, or if it offers an alternate bid not invited by the specifications. Freedom of Information Law Your bid to OPRHP, including accompanying documents, is subject to the Freedom of Information Law (FOIL) found in Article 6 of the N.Y. Public Officer Law. FOIL provides that certain records are exempt from disclosure, including those that contain (1) trade secrets, (2) information that, if disclosed, would cause substantial injury to the competitive position of your organization, or (3) critical infrastructure information. Records may be redacted to protect only the portions of documents that fall within a FOIL exemption. An entire document may not be withheld if only a portion of the document is exempt from disclosure. Blanket assertions that information is a trade secret, confidential, or proprietary are insufficient to justify withholding information under FOIL. If you identify information seeking an exemption from public disclosure due to the above-mentioned reasons such request will be reviewed, and a determination will be made as to whether the information is exempt from disclosure under FOIL. However, such submissions seeking non-disclosure will not be considered unless it is accompanied with an explanation justifying the privilege. The State’s determination may be appealed pursuant to POL §89(5)(c). Pursuant to POL §87(2)(b), the State, without having to request it, will redact information that “if disclosed would constitute an unwarranted invasion of personal privacy.” Timely Submission The Bidders are solely responsible for timely delivery of their bid to the location set forth by the stated bid due date/time and are solely responsible for delays in receipt. Bidder Proposal Clarification Prior to award, OPRHP reserves the right to seek clarifications, request proposal revisions, or to request any information deemed necessary for proper evaluation of proposals from all Bidders deemed to be eligible for Contract award. Failure of a bidder to cooperate with OPRHP’s effort to clarify a proposal may result in the proposal being labeled as non-responsive and be given no further consideration. Additionally, OPRHP reserves the right to use information submitted by the Bidder in response to OPRHP’s request for clarifying information in the course of evaluation and selection under this RFQ. Bid Review and Contract Approval The Contract resulting from this RFQ will not be effective until approved by the Office of the Attorney General and the Office of the State Comptroller. Debriefing Sessions A debriefing is available to any entity that submitted a proposal or bid in response to a solicitation (“Bidder”). A Bidder will be accorded fair and equal treatment with respect to its opportunity for debriefing. Debriefing must be requested in writing by any bidder within fifteen (15) calendar days of OPRHP notifying the unsuccessful bidders that another vendor was selected. A bidder’s written request for a debriefing must be submitted to the designated contact listed on the cover of this RFQ. The debriefing will be scheduled within ten (10) business days of receipt of written request by OPRHP or as soon after that time as practicable under the circumstances. Bid Protest Procedure OPRHP procedures for handling protests of bid awards are set forth in the Bid Protest Procedures which can be found at the end of this document. Indemnification The Contractor agrees to indemnify, defend, save, and hold harmless the State of New York, OPRHP, and their officers, employees, and agents of and from any claims, demands, actions, or causes of action of any kind arising out of the services of the Contractor provided for in this agreement. Solicitation This RFQ is a solicitation to bid, not an offer of a contract. Licensing Requirements Designated professional firms must submit proof of authority to practice in New York State immediately upon designation. Proposed subconsultants shall also submit proof of authority to practice architecture, landscape architecture, engineering, and land surveying in New York State, if applicable. Gender-Based Violence and the Workplace Certification Effective November 5, 2025, Pursuant to New York State Finance Law §139-M, all proposers on competitive state procurements are required to certify that they maintain a written policy addressing gender-based violence in the workplace. (Please review the form for details regarding minimum requirements.) Each proposal submission must include a signed and completed copy of the certification form. If an organization is unable to make the certification, a signed statement explaining the reason must be submitted with the proposal. Failure to include the completed form or explanatory statement with the proposal submission will result in disqualification. This form has been included as Attachment A. EO 177 Certification Selected firms will be required to provide a completed EO 177 certification prior to contract award. Executive Order No. 16 Certification The successful bidder will be required to provide an executed Executive Order No. 16 certification form prior to contract award. The Executive Order can be found here: https://www.governor.ny.gov/executive-order/no-16-prohibiting-stateagencies- and-authorities-contracting-businesses-conducting The Executive Order Certification Form can be found here: https://ogs.ny.gov/system/files/documents/2022/04/eo16_certification.pdf Procurement Lobbying 139-j and 139-k Interested firms must comply with the OPRHP agency policy statement related to §139-j and §139-k of the State Finance Law. The OPRHP agency policy statement can be accessed on the OPRHP website at: https://parks.ny.gov/documents/business/ImplementationGuidelines.pdf A signed “Certification of Permissible Contacts” form should be included with each submission. Failure to provide a signed “Certification of Permissible Contacts” form may lead to disqualification. The “Certification of Permissible Contacts” form can be accessed on the OPRHP website at: https://parks.ny.gov/documents/business/CertificationOfPermissibleContacts.pdf Attention: In accordance with State Finance Law Section 139-j, the following agency staff has been designated as contacts for this contract: Tyler Hoerz: tyler.hoerz@parks.ny.gov Tammy Murray: tammy.murray@parks.ny.gov Carissa Hartson: carissa.hartson@parks.ny.gov Sara Gilbert: Sara.Gilbert@parks.ny.gov John Honan: John.Honan@parks.ny.gov Please note that contacting any other agency staff regarding this contract may be a violation of State Finance Law Section 139-j resulting in a determination of contractor non-responsibility. Other Applicable Forms Other forms that might be required prior to awarding this contract can be found here: https://parks.ny.gov/business/capital-programs.aspx MBE, WBE, and SDVOB Goals Good faith efforts apply to Minority-Owned Business, Women-Owned Business, and Service-Disabled Veteran-Owned Business subcontracting. Minority Owned Sub-Contracting Goal: 15% Women Owned Sub-Contracting Goal: 15% Service-Disabled Veteran-Owned Business Contracting Goal: 6% Disadvantaged Owned Sub-Contracting Goal: 0% Business enterprises awarded an identical or substantially similar procurement contract within the past five years: none Service-Disabled Veteran-Owned Business (SDVOB) SDVOB Goal: 6.00% Minority / Women Business Enterprise contracting goals (MWBE) MBE Goal: 15.00% WBE Goal: 15.00% Disadvantaged Business Enterprise contracting goals (DBE) DBE Goal: 0.00%
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.