REQUEST FOR QUALIFICATIONS # Critical Intersection Analysis

Similar documents
CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Request for Qualifications (RFQ) Consulting Planning, Design and Real Estate Development Services, on an As-Needed Basis

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

January 19, To Whom It May Concern:

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR STATEMENT OF QUALIFICATIONS RFQ WATER RATE STUDY PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

On-Call Traffic Engineering Services

2016 Bridge Inspections Border Bridges

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS (RFQ) Community Center and Pool Design. City of Fircrest Department of Parks and Recreation, Fircrest, Washington

REQUEST FOR QUALIFICATIONS

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT 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 TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR QUALIFICATIONS FOR OWNER REPRESENTATIVE PROFESSIONAL SERVICES DURING PROCUREMENT AND CONSTRUCTION FOR

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

PART V PROPOSAL REQUIREMENTS

2017 Statewide On-Call Design Request for Proposal

COMPREHENSIVE TRANSPORTATION PLAN REQUEST FOR STATEMENT OF QUALIFICATIONS AND PROPOSAL

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

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

2016 Park Assessment

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Request for Proposals (RFP) #FIN201802A. For Underwriting Services (Senior Manager/Co-Manager)

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

REQUEST FOR PROPOSAL

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Disadvantaged Business Enterprise Supportive Services Program

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

REQUEST FOR QUALIFICATIONS (RFQ) DESIGN SERVICES FOR TOWN SPACE NEEDS AND FEASIBILITY STUDY FOR BELMONT TOWN FACILITY STRATEGY RFQ # MFP

CITY OF FLORENCE, SC REQUEST FOR PROPOSALS (RFP) No FLORENCE COMMUNITY BRANDING REQUEST FOR PROPOSAL

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

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

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

1 INTERNAL AUDIT SERVICES RFP

Request for Qualifications DRPA Solar Photovoltaic Systems

REQUEST FOR QUALIFICATIONS for Vancouver Life Sciences Building Pre-Design/Programming Services

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

APPENDIX A SCOPE OF WORK

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL. Conduct a Resident Satisfaction Survey. City of Hyattsville, Maryland

Request for Qualifications Wayfinding, Signage and Streetscape Design Initiative City of Mobile, AL

RFP. Professional Services (As Needed) To Whom it May Concern:

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

3-Year On-Call Contract Vibration Studies

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal #15-07 Professional Engineering Services for Milwaukee Avenue Streetscape Improvements - Monroe Street to Greenwood Avenue

REQUEST FOR PROPOSALS

CRAWFORD MEMORIAL PARK

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR LETTERS OF INTEREST

Request for Proposal. Parenting Education

BRF-009-9(73) IA 9 Black Hawk Bridge

GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING, DESIGN AND CONSULTING SERVICES

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Boulder Junction TOWN PLAZA REQUEST FOR QUALIFICATIONS RFQ # 2016-PR-001 I. Project Overview

REQUEST FOR PROPOSAL (RFP) BUILDING INFORMATION MODELING (BIM)

Transcription:

REQUEST FOR QUALIFICATIONS #2016-012 Critical Intersection Analysis Due Date: September 28, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main St, Administrative Services, Procurement Division, Suite #709, Monroe, NC 28112 Procurement Contact Person Name: Marie Gonzalez Title: Procurement Specialist E-mail: marie.gonzalez@unioncountync.gov Telephone: (704) 283-3683

In accordance with Union County (the County) guidelines, submittals for the services specified will be received by Union County at the above specified location, until the time and date cited. Submittals received by the correct time shall be considered. Submittals received after the due date and time will not be considered. Submittals shall be sealed and labeled on the outside RFQ# 2016-012, Critical Intersection Analysis along with the submitter s name and address clearly indicated on the envelope. Instructions for preparing the Statement of Qualifications (SOQs) are provided herein. SOQ s are to be received by the Union County, Procurement Division by time 2:00pm, on September 28, 2015. Any submittals received after this date and time shall be rejected without exception. Mail or hand-deliver submission packets to: Union County Government Building Administrative Services, Procurement Division ATTN: Marie Gonzalez, Procurement Specialist 500 North Main Street, Suite #709 Monroe, NC 28112 Electronic (email) or facsimile submissions will not be accepted. Questions: Submit all questions regarding this Request for Qualifications in writing to: Marie Gonzalez, Procurement Specialist at marie.gonzalez@unioncountync.gov no later than Thursday, September 17, 2015. There will be no pre-submittal conference. Selection criteria are outlined in this document. Union County reserves the right to reject any or all submittals, to waive technicalities and to make such selection deemed in its best interest. With limited response, Union County reserves the right to extend the solicitation opening date as appropriate in order to assure a competitive procurement process. Page 2 of 10

1. PURPOSE AND SCOPE Study Overview: Union County NC is requesting proposals from qualified consulting firms or teams to develop a Critical Intersection Analysis complete with Conceptual Designs. A goal of this planning effort is to identify intersections in Union County that need improvements and are good candidates for securing transportation funds. The public, Union County staff and an advisory committee will determine the locations of potential critical intersections or short corridor segments (up to 15 locations) that can be analyzed for this study. Each location will be reviewed and analyzed in terms of safety, crash statistics and causational factors, operational performance (i.e., congestion) and geometrical design. This effort will include a peak hour (AM or PM) traffic count for the subject intersection. Recommendations for each intersection will have its own mapping developed to describe geometric, pavement/signing, and other recommendations for improving traffic and safety conditions. The Consultant will conduct traffic peak hour (AM or PM) counts for the intersection locations as well as request 3-year crash data from NCDOT. The Consultant will conduct a traffic operation analysis (using SYNCHRO software) to identify LOS, V/C ratios as well as delay information for each location. The Consultant will conduct a safety analysis for each location to identify frequency, type and causational factors for each location. A technical memorandum will be developed to summarize the operational and safety analysis. Field Review (two day): The Consultant will organize, attend and conduct a two-day field review with Union County Staff, NCDOT Division representatives as well as selected stakeholders. The purpose of the field review is to inspect each location identified. Concept Designs: Some corridor improvements will necessitate a higher level of detail than a traditional corridor mapping exercise. The Consultant will develop sketch level design concepts for each location within the study area. The Union County staff will provide direction to the Consultant for technical evaluation of design concepts as well as selecting candidate projects. The Consultant will develop design criteria/assumptions for applicable elements of the Intersections which will be submitted to the Client for approval. Project location may be represented by a corridor segment (up to 1/2-mile in length), an interchange (existing modification or proposed) or intersection (streetscape or redesign). The end product will be a scaled map of the proposed improvement, conceptual in nature and providing a wide range of improvement strategies with varying physical and operational features. Each location will be represented by an approximate 15% Page 3 of 10

design level of detail. Design elements will highlight horizontal features including proposed laneage, access management, cross-access and connectivity, modal provisions, streetscape and intersection treatments. Stakeholder Outreach and Coordination: The Consultant will organize, attend and conduct one Client Kickoff Meeting, three Advisory Committee Meetings, and two Public Outreach Sessions throughout the course of the study. The Kickoff Meeting will be scheduled at the outset of the project with the client to discuss project schedule, scope, stakeholder outreach and deliverables. The three (3) Advisory Committee Meetings will be conducted to solicit candidate locations, problem areas and ideas for improvement as well as refine the Concept Designs. Two Public Outreach Sessions will be conducted. The first session will be an interactive work session to inform participants of the project purpose and goals solicit ideas for candidate locations. Study Workbook: The Consultant will develop a Study Workbook to summarize the purpose, process, traffic/safety analysis, findings and recommendations (Design Concepts) for the Critical Intersection Analysis study. This document will be concise, graphicallyfriendly and easy to read for NCDOT/Union County staff, development community as well as the general public. Probable cost estimates for construction as well as right-of-way impacts will be included in the documentation. It will include an "Action Plan" chapter dedicated to implementation of the recommendations including costs, responsible agency, grant opportunities and timeframe. Page 4 of 10

Equal Employment Opportunity: All Firms will be required to follow Federal Equal Employment Opportunity (EEO) policies. Union County will affirmatively assure that on any project constructed pursuant to this advertisement, equal employment opportunity will be offered to all persons without regard to race, color, creed, religion, national origin, sex, and marital status, status with regard to public assistance, membership or activity in a local commission, disability, sexual orientation, or age. Minority Businesses (MBE) or Disadvantaged Businesses (DBE): It is the policy of Union County that Minority Businesses (MBEs), Disadvantaged Business Enterprises (DBEs) and other small businesses shall have the opportunity to compete fairly in contracts financed in whole or in part with public funds. Consistent with this policy, Union County will not allow any person or business to be excluded from participation in, denied the benefits of, or otherwise be discriminated against in connection with the award and performance of any contract because of sex, race, religion, or national origin. Hold Harmless: The Firm shall indemnify Union County against any and all loss or damage to the extent arising out of the Firm s negligence in the performance of services under this Request and for infringement of any copyright or patent occurring in connection with or in any way incidental to or arising out of the occupancy, use, service, operations or performance of work under this Request. Drug-Free Workplace: During the performance of this Request, the Firm agrees to provide a drug-free workplace for his employees; post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the workplace and specify the actions that will be taken against employees for violations of such prohibition; and state in all solicitations or advertisements for employees placed by or on behalf of the firm that the Firm maintains a drug-free workplace. For the purposes of this section, drug-free workplace means a site for the performance of work done in connection with a specific contract awarded to a contractor/firm in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the Request. UNION COUNTY RESERVES THE RIGHT TO REJECT ANY AND/OR ALL QUALIFICATIONS AND TO WAIVE ANY AND ALL TECHNICALITIES. Page 5 of 10

2. SOQ SUBMITTAL REQUIREMENTS Submit one (1) original and four (4) copies, in a sealed envelope labeled RFQ# 2016-012 Critical Intersection Analyses along with the submitter s name and address clearly indicated on the envelope. The original proposal package must have original signatures and must be signed by a person who is authorized to bind the proposing firm. All additional proposal sets may contain photocopies of the original package. Instructions for preparing the Statement of Qualifications (SOQs) are provided herein. SOQs should be submitted in three ring binders or spiral bound, tabbed for each section outlined below. The total length of the proposal, including cover letter, should be no more than 20 pages. Font size should be no smaller than Arial Narrow 11 point. Key personnel resumes may also be provided as an appendix to the document and will not count against the page limit but should be limited to no more than two pages per employee. Section dividers will not count toward the 20 page limit. Please provide the following information in the sequence of the following major headings described below. TAB 1: COVER LETTER The cover letter shall briefly introduce your firm and any sub consultant team members, as well as: Designate your Project Manager and why they were chosen for this assignment; Specify the location of your local office from where project activities will be led; List the individual with contract signatory to enter into an agreement with Union County. Provide contact information for any follow-up questions regarding the SOQ. TAB 2: PROJECT TIMELINE Provide a general timeline that illustrates all the various stages of the project and projects expected lead times for each deliverable. TAB 3: KEY STAFF Provide a Key Staff organizational chart identifying the team members proposed for this assignment, their related experience, with the percentage of time they will be dedicated to this project. TAB 4: QUALIFICATIONS AND EXPERIENCE Briefly summarize the project teams experience with local government and State regulatory issues within the last 15-years. The qualification package should only include information about projects managed or worked on by key personnel listed in the organizational chart described Page 6 of 10

above. Provide references for each project including name, position, physical address, phone number, and email address. TAB 5: PROJECT UNDERSTANDING AND APPROACH Based upon the information presented herein, provide a description of the overall approach the firm will take to complete this project. Include the method to collaborate with municipalities and the strategy to schedule/hold public meetings. Show understanding of the project and the area. Show creativity in the approach to the project. TAB 6: WHY YOUR FIRM SHOULD BE SELECTED FOR THIS PROJECT In no more than one (1) page, please provide a summary of why your firm is the best qualified and should be selected for this project. 3. SELECTION PROCESS Maintaining the integrity of the RFQ process is of paramount importance for the County. To this end, please do not contact any members of Union County or its staff regarding the subject matter of this RFQ until selection has been made, other than the County s designated procurement contact person identified in the introduction to this RFQ. Representatives of Union County will read, review, and evaluate the qualifications independently based on the evaluation criteria. Union County reserves the right to conduct interviews with a shortlist of selected respondents. The following factors will be used in the initial evaluation process. All firms should be pre-qualified by NCDOT. REPUTATION, QUALITY, AND EXPERIENCE OF FIRM (3O POINTS POSSIBLE) Does the firm have experience working with MPO s, NCDOT and FHWA on project development and funding? Does the firm have the depth and breadth of resources necessary to achieve the county s goals in a designated timeframe in order to keep it on schedule? Has the firm demonstrated an understanding of the specific needs of Union County in this effort? Page 7 of 10

PROPOSED PROJECT TEAM (30 POINTS POSSIBLE) Does the proposed project team appear to have the appropriate experience and capabilities to perform the project? Did the SOQ provide specific examples of the team s experience with MPO s, NCDOT and FHWA on project development and funding? Does the firm s organizational structure support the project team and project objectives? Is the availability of key team members to participate adequate to support Union County? OVERALL PROJECT MANAGEMENT APPROACH (20 POINTS POSSIBLE) How successfully does the SOQ provide a clear and concise answer to the question Why should Union County select your firm for these services? Does the firm successfully demonstrate its approach to Project Management in regards to quality assurance, cost control, and schedule? PROJECT UNDERSTANDING AND APPROACH (20 POINTS POSSIBLE) Does the firm demonstrate an understanding of the critical issues associated with this project and provides the County with an approach that will address both short-term and long-term goals and objectives? 4. SCHEDULE It is anticipated that the review of qualifications are tentatively scheduled to be completed by November 01, 2015. The project completion goal is no later than June 2016. All firms submitting an SOQ will be notified of the results of the selection process. Page 8 of 10

APPENDIX A SIGNATURE PAGE Page 9 of 10

ATTEST: APPENDIX A RFQ SUBMISSION FORM RFQ #2016-012 Critical Intersection Analyses This RFQ is submitted by: Offeror/Company Name: Authorized Representative Name: Authorized Representative s Signature: Date: Address: Telephone: Email: Facsimile: It is understood by the Offeror that Union County reserves the right to reject any and all SOQ s, to waive formalities, technicalities, and to recover and re-post this RFQ. This RFQ is valid for one hundred and sixty (160) calendar days from the RFQ date. Page 10 of 10