REQUEST FOR QUOTATIONS Professional Surveying Services for the Record Plan Survey of Project Area of KWA Contracts S-4005, S-4006 S-4007 and GCDC-WWS Contract S-5004 Issuing Agency: Lapeer County Road Commission 820 Davis Lake Road Lapeer, Michigan 48446
SECTION 1: GENERAL INFORMATION I. Objective The purpose of this Request for Quotations ( RFQ ) is to provide interested and qualified consultants (herein referred to as PROPOSER or CONSULTANT ) with specific information to prepare and submit a proposal for professional surveying services for the scope of services described in Section 2. The Lapeer CRC shall use a qualifications-based selection ( QBS ) process as described in Section 4. In addition, estimated hours of staff classification along with hourly rates and grand total of cost per project is required to be included in proposal of each project. Issuing Office The RFQ is issued by the Lapeer County Road Commission ( LCRC ) Engineering Department. All correspondence, questions and submittals regarding this RFQ shall be addressed to: Destain D. Gingell, P.E. County Highway Engineer Lapeer County Road Commission 820 Davis Lake Road Lapeer, MI 48446 Phone: 810-664-6272 E-Mail: dgingell@lcrconline.com Verbal inquiries or requests for information shall not be made of Lapeer CRC staff. Any attempt on the part of a consultant or any of its employees, agents or representatives to contact Lapeer CRC staff with respect to this RFQ, other than as described above, may lead to disqualification. Proposals Two (2) copies of the proposal shall be submitted. The information included therein should be as concise as possible. The proposal must be signed in ink by an official authorized to bind the Proposer to its provisions. Each proposal must remain valid at least ninety (90) days from the due date of this RFQ. All key personnel shall be listed with their experience. The principal surveyor and project manager must be specified in the Proposal. If Sub-Consultants will be utilized, qualifications for the firm and their key personnel must be submitted. The selected firm must submit a written request to substitute key personnel or Sub-Consultants. Each proposal shall include a proposed timeline for completion of the work. The timeline should be based upon the schedule outline in the project specific scope noted later in this RFQ. IV. Changes in RFQ Should any prospective Proposer be in doubt as to the true meaning of any portion of this RFQ, or should the Proposer find any patent ambiguity, inconsistency or omission therein, the Proposer shall make a written request for an official interpretation or correction. Such requests shall be submitted to the issuing office not less than three (3) business days prior to the final date of submittal of the proposal. The person making the request shall be held responsible for its prompt delivery.
Such interpretation or correction, as well as any additional RFQ provisions that the LCRC may decide to include, will be made only as addenda, which will be emailed to each firm recorded as having received a copy of the RFQ via e-mail. Any addenda issued by the LCRC shall become a part of the RFQ and shall be taken into account by each Proposer in preparing his or her proposal. V. Proposal Receipt Sealed proposals must arrive at the Lapeer CRC, 820 Davis Lake Road, Lapeer, Michigan on or before 7:30 a.m., Monday, October 10, 2016 and be clearly marked RFQ for Professional Surveying Services KWA Record Plans. Each Proposer is responsible for the timely delivery of his or her proposal. Late proposals will not be considered. Proposals may be packaged separately or together. VI. Disclosures All information in a Proposer s proposal is subject to disclosure under the provisions of Public Act No. 442 of 1976 known as the Freedom of Information Act. This Act also provides for the complete disclosure of contracts and attachments thereto. All unsuccessful proposals will be retained for thirty (30) days after acceptance of the successful proposal. V Type of Contract A standard Professional Services Agreement will be executed between the Lapeer CRC and the Consultant. The Lapeer CRC reserves the right to award any proposals, to reject any and all proposals in whole or in part, and to waive any informality or technical defects if, in the Lapeer CRC s sole judgment, the best interests of the LCRC will be so served. V Cost Liability The Lapeer CRC assumes no responsibility or liability for costs incurred by the Consultant prior to the execution of a Professional Services Agreement. The liability of the Lapeer CRC is described in the standard Professional Services Agreement, a copy of which is available upon request. SECTION 2: GENERAL SCOPE OF WORK, SERVICES, AND DELIVERABLES I. Project Specific Scope The Lapeer CRC has determined that, in order to provide independent verification that the KWA S-4005 and S-4006, S-4007, and GCDC-WWS S-5004 projects have been built in accordance with the design plans, a record plan survey must be conducted by an independent professional surveying firm. Work will include, but is not limited to: A. Perform surveying work required to obtain the following information for all work that was performed within Lapeer County Road Commission rights-of-way: a. At a minimum, elevations at approximately 100 foot intervals for the following: i. Approximate center of roadway ii. Edge of gravel or pavement, where applicable iii. Top of curb, where applicable iv. Edge of shoulder, where applicable in paved areas
v. Top of slope (ditch bank both sides of drainage ditch) vi. Bottom of ditch vii. Where no ditch exists, a ground shot at a similar offset to typical ditch location viii. Right-of-way b. Drainage structure cover rim elevations c. Water main appurtenance elevations: finish grade at hydrants, rim or top of structure at other appurtenances d. Culvert diameters and invert elevations e. Drain crossing invert elevations f. Location of fences adjacent to, or within, the right-of-way g. Limits of clearing on Norway Lake Road between M-24 and Flint River Road B. Use of technology, such as Lidar, to produce the required deliverable will be considered. Method of data collection must be identified in the Proposed Work Plan outlined in Section 4 below. C. The principal surveyor or project manager for the Consultant may be required to drive the roadways identified in Exhibit A with the County Highway Engineer and/or his representative to identify any critical items to be surveyed not specifically identified in subsection A above. D. Maintenance of Traffic: The Consultant is responsible for providing appropriate traffic controls, if necessary, while performing survey work. Deliverables A. Record plan survey. The selected Consultant will deliver to the LCRC a CAD file, or files, containing all data collected. The CAD file(s) shall include points, line-work and symbols formatted to have the appearance of a topographic survey, including the following at a minimum: a. Road centerline b. Edge of roadway (gravel or pavement) c. Edge of shoulder, where applicable d. Curb and gutter, where applicable e. Centerline of ditch f. Top of ditch g. Culverts and drain enclosures using appropriate line-types h. Structure covers with appropriate symbols i. Fences and other structures j. Elevation labels shown clearly at all points k. Tree line at clearing limits on Norway Lake Road SECTION 3: PROJECT ADMINISTRATION I. Project Schedule Deliverables identified in Section 2 above will be delivered to the LCRC within 30 days after execution of the Professional Services Agreement or date mutually agreed. Fee
Once the Consultant is selected based on qualifications, the LCRC will attempt to negotiate a fee for professional services that considers all work and staff required, including appropriate overhead and fixed fee (profit). Unless the scope of the project changes, this fee will be considered a Not to Exceed Amount based on hourly submitted fees by personnel classification. Estimated hours of staff classification along with hourly rates and grand total of cost is required to be submitted with proposal. Failure to provide an overall estimated cost for a project may result in rejection of proposal for that project. Payment Payment will be made to Consultant following delivery of acceptable deliverables meeting the Lapeer CRC s requirements outlined in Section 2. SECTION 4: PROPOSAL RATING METHOD I. Professional Qualifications - 5 points A. State the full name and address of the organization and, if applicable, the branch office or other subordinates that will perform, or assist in performing, the work hereunder. Indicate whether it operates as an individual, partnership or corporation. If as a corporation, include the state in which it is incorporated. If appropriate, indicate whether it is licensed to operate in the State of Michigan. B. Include the number of executive and professional staff who will be employed in the work by skill and qualification. Show where these personnel will be physically located during the time they are engaged in the work. Indicate which of these individuals are considered key to the successful completion of the project. Identify individuals who will do the work on this project by name and title. Resumes or qualifications are required for key project personnel. C. State the history of the firm in terms of length of experience, types of services provided and other relevant information. Identify the technical details that make the firm uniquely qualified for this work. Past Performance with Similar Projects - 10 points The written proposal shall include a list of specific experiences in these areas and indicate the firm s ability to have projects completed within the budgeted amounts as well as references. A summary of related projects with the original deadline and cost estimate versus the actual design completion date and final cost of the design is appropriate in this section. Proposed Work Plan - 15 points A detailed work plan is to be presented which lists all tasks determined to be necessary to accomplish the work of this project. The work plan shall define resources needed for each task (title and person hours) and the staff person completing the project element tasks. In addition, the work plan shall include a time line schedule depicting the sequence and duration of tasks and showing how the work will be organized and executed.
The work plan shall be sufficiently detailed and clear to identify the progress milestones (i.e. when project elements, measures and deliverables are to be completed). Additional project elements suggested by the Proposer are to be included in the work plan and identified as Proposer suggested elements. The Proposer shall also submit, as part of the work plan, a sheet entitled Consultant s Understanding of the Project. The Proposer shall include specific items that were omitted from the RFQ and, in particular, any gray areas of the RFQ that will need to be addressed during the project. The Consultant s Understanding of the Project shall become part of the contract and a basis for negotiating extra work. Any item sufficiently addressed in the RFQ shall supersede the Consultant s Understanding of the Project. Include any other information believed to be pertinent but not specifically requested elsewhere. IV. Authorized Negotiator Include the name and contact information of the person(s) in the organization authorized to negotiate the Professional Services Agreement with the Lapeer CRC. V. Interview The LCRC will evaluate each proposal by the above-described criteria and point system (I through III) to select the Consultant for this project. The Lapeer CRC reserves the right to reject any proposal that it determines to be unresponsive and deficient in any of the information requested for evaluation. The Lapeer CRC then may schedule interviews, if necessary, with the selected firms. The selected firms will be given the opportunity to discuss in greater detail their qualifications, experience, proposed work plan and fee proposal. The interview shall consist of a presentation of no longer than fifteen (15) minutes by no more than two (2) representatives of the firm (including the person who will be project manager on this project). The presentation will be followed by no more than one (1) hour of questions and answers. Audiovisual aids may be used during the oral interviews. The firms interviewed will be re-evaluated using the above criteria (I through V), after the interview and a final decision made.
EXHIBIT A KWA S-4005 KWA S-4006 GCDC-WWS S-5004 KWA S-4006 KWA S-4006 KWA S-4005 KWA S-4005