REQUEST FOR LETTERS OF INTEREST

Similar documents
NOTICE OF REQUEST FOR LETTER OF INTEREST FOR ON-CALL CONSTRUCTION ENGINEERING AND INSPECTION SERVICES

CITY OF WINSTON-SALEM, NORTH CAROLINA REQUEST FOR LETTER OF INTEREST

Notice of Request for Letter of Interest For Planning and Design Services for the Tanyard Branch Greenway Trail

CITY OF GASTONIA REQUEST FOR LETTER OF INTEREST (LOI)

TIM S FARM AND FORESTRY REQUEST FOR LETTERS OF INTEREST US 421 INTERCHANGE AND ACCESS ROAD

Town of Apex U 5118 AF, Operational Improvements & Sidewalk on Kelly Road

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

PIEDMONT TRIAD AIRPORT AUTHORITY

Request for Proposal (RFP)

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

January 19, To Whom It May Concern:

On-call Geotechnical Consultant

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

NDOT Civil Rights DBE Program Small Business Element

3-Year On-Call Contract Vibration Studies

PENNSYLVANIA TURNPIKE COMMISSION

Fort Bend Independent School District. Small Business Enterprise Program Procedures

2016 Bridge Inspections Border Bridges

Contract No Project No C

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

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

3 Year On-Call Contract Vibration Services

PENNSYLVANIA TURNPIKE COMMISSION

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

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Grant Seeking Grant Writing And Lobbying Services

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

PENNSYLVANIA TURNPIKE COMMISSION

2017 Statewide On-Call Design Request for Proposal

REQUEST FOR PROPOSAL

PENNSYLVANIA TURNPIKE COMMISSION

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

QUALIFICATIONS BASED SELECTION (QBS)

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

City of Arlington, Texas LOCAL & MWBE POLICY

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

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

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

Informational Workshop How to do Business with the City of Irvine March 31, 2011

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

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Request for Proposals

VDOT. Virginia Department of Transportation REQUEST FOR QUALIFICATIONS A DESIGN-BUILD PROJECT

3 Year On-Call Contract - Threatened and Endangered Species Services

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

REQUEST FOR PROPOSALS

Request for Qualifications

Request for Qualifications

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposal. Parenting Education

Town of Middlebury Request for Qualifications

2016 I-74 General Engineering Consultant Services

COMPREHENSIVE TRANSPORTATION PLAN REQUEST FOR STATEMENT OF QUALIFICATIONS AND PROPOSAL

Request for Proposal. Independent Living

Florida Department of Transportation (FDOT) Business Participation Plan FY 13/14

Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects. Federal Fiscal Years

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

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

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

Request for Qualifications Construction Manager

PENNSYLVANIA TURNPIKE COMMISSION

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

SILER CITY MUNICIPAL AIRPORT AIRPORT PLANNING/ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

Request for Proposal. Interpretation/Translation Services

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

SFY 2019 NATIONAL FAMILY CAREGIVER SUPPORT PROGRAM REQUEST FOR PROPOSAL UNDER THE OLDER AMERICANS ACT OF 1965, AS AMENDED TO BE AWARDED BY:

CRAWFORD MEMORIAL PARK

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

Request for Qualifications DRPA Solar Photovoltaic Systems

City of Arlington, Texas

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Small Business Enterprise Program Participation Plan

Request for Qualifications For

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS Town of Brattleboro, VT

STATE of IOWA CRUDE and BIOFUEL RAIL TRANSPORTATION STUDY

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

CONDITIONS OF AGREEMENT

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

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

Request for Proposal. Housing Opportunity Program Development Services

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

CITY/COUNTY UTILITY COMMISSION FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR PROPOSAL FOR PROFESSIONAL ENGINEER SERVICES

Request For Qualifications (RFQ) for Rural Economic Opportunities Professional

HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

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

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Qualifications due May 30, 2018 by 4:00 PM

The Division expects to let the following FTA/ USDOT-assisted projects in FFYs :

Agency of Record for Marketing and Advertising

Transcription:

REQUEST FOR LETTERS OF INTEREST THE MUNICIPALITY OF WADESBORO DESIRES TO ENGAGE A QUALIFIED PRIVATE ENGINEERING FIRM (PEF) FOR CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES FOR THE FOLLOWING PROJECT.. STIP PROJECT NUMBER: B-5009 REPLACEMENT OF BRIDGE NO: 030090 EAST WADESTREET OVER MOSS BRANCH ANSON COUNTY, NORTH CAROLINA 24 x 8 PRECAST REINFORCED CONCRETE THREE SIDED CULVERT EST. CONTRACT COST = $400,000 E & C 15% = $75,000 EST. CONSTRUCTION COST = $475,000 The primary and/or sub consultant firm(s) shall be Pre-qualified by the North Carolina Department of Transportation (NCDOT) to perform Roadway Construction Engineering and Inspection services (Work Code: 00195) and Structure Construction Engineering and Inspection services (Work Code:00233). The scope of the project includes, but is not limited to, demolition and removal of the existing bridge and construction of a new precast reinforced three-sided culvert over Moss Branch, associated roadway approaches, water and sewer line utility work. The selected firm will report directly to the Municipality. The firm is to administer the contract and to ensure that all work and materials used are in compliance with contract requirements. TENTATIVE SCHEDULE: Bid Opening May 2015 Availability Date August 2015 Completion Date November 2015 The PEF shall be directly responsible for providing engineers and technicians with the appropriate skills and qualifications to ensure contract compliance. The PEF shall indemnify and save harmless the municipality for claims and liabilities resulting from negligence, errors or omissions of the PEF; including, but not limited to, the engineers, technicians or sub-consultants. The PEF must demonstrate the ability to provide Construction Technicians with the appropriate skills and qualifications to perform inspection, materials sampling, materials testing, surveying grade verification, documentation of pay quantities, erosion control and permit compliance, safety compliance and claims avoidance. The technicians performing the inspection work must be trained, qualified, and certified by the National Institute for Certification in Engineering Technologies (NICET) or have an approved Institute for Certification in Engineering Technologies (NICET) or have an approved combination of education, experience, and training. The technicians performing the inspection work must be NCDOT certified to perform materials sampling and testing or be able to obtain provisional certifications based on their combination of education, training and experience.

amount. The method of payment for this project will be COST PLUS with a maximum The selection of a private engineering firm to provide CEI services on this project will be handled in accordance with the following process: 1. Submission by the private consulting firm of a Letter of Interest (LOI). 2. Municipality will short list private consulting firms to a minimum of three Firms. 3. Pre-interview meeting and oral interview at the option of the Municipality. 4. Municipality will recommend a private consulting firm to provide the CEI services. 5. NCDOT will review and approve the consultants selected. Except as provided below any firm wishing to be considered must be properly registered with the Office of the Secretary of State and with the North Carolina Board of Examiners for Engineers and Surveyors. Any firm proposing to use corporate subsidiaries or subcontractors must include a statement that these companies are properly registered with the North Carolina Board of Examiners for Engineers and Surveyors and/or the NC Board for Licensing of Geologists. The Engineers performing the work and in responsible charge of the work must be registered Professional Engineers in the State of North Carolina and must have a good ethical and professional standing. It will be the responsibility of the selected private firm to verify the registration of any corporate subsidiary or subcontractor prior to submitting a Letter of Interest. Firms which are not providing engineering services need not be registered with the North Carolina Board of Examiners for Engineers and Surveyors. Some of the services being solicited may not require a license. It is the responsibility of each firm to adhere to all laws of the State of North Carolina. The firm must have the financial ability to undertake the work and assume the liability. The selected firm(s) will be required to furnish proof of Professional Liability insurance coverage in the minimum amount of $1,000,000.00. The firm(s) must have an adequate accounting system to identify costs chargeable to the project. SMALL PROFESSIONAL SERVICE FIRM (SPSF) PARTICIPATION The Department encourages the use of Small Professional Services Firms (SPSF). Small businesses determined to be eligible for participation in the SPSF program are those meeting size standards defined by Small Business Administration (SBA) regulations, 13 CFR Part 121 in Sector 54 under the North American Industrial Classification System (NAICS). The SPSF program is a race, ethnicity, and gender neutral program designed to increase the availability of contracting opportunities for small businesses on federal, state or locally funded contracts. SPSF participation is not contingent upon the funding source. The Firm, at the time the Letter of Interest is submitted, shall submit a listing of all known SPSF firms that will participate in the performance of the identified work. The participation shall be submitted on the Department s Subconsultant Form RS-2. RS-2 forms may be accessed on the Department s website at NCDOT Electronic Forms. The SPSF must be qualified with the Department to perform the work for which they are listed. Real-time information about firms doing business with the Department and firms that are SPSF certified through the Contractual Services Unit is available in the Directory of Transportation

Firms. The Directory can be accessed on the Department s website at Directory of Firms- - Complete listing of certified and prequalified firms. The listing of an individual firm in the Department s directory shall not be construed as an endorsement of the firm. PREQUALIFICATION The Department maintains on file the qualifications and key personnel for each approved discipline, as well as any required samples of work. Each year on the anniversary date of the company, the firm shall renew their prequalified disciplines. If your firm has not renewed its application as required by your anniversary date or if your firm is not currently prequalified, Please submit an application to the Department prior to submittal of your LOI. An application may be accessed on the Department s website at Prequalifying Private Consulting Firms Learn how to become Prequalified as a Private Consulting Firm with NCDOT. Having this data on file with the Department eliminates the need to resubmit this data with each letter of interest. Even though specific DBE/MBE/WBE goals are not required for this project, the Department of Transportation is committed to providing opportunity for small and disadvantaged businesses to perform on its contracts through established Department goals. The Firm, subconsultant and subfirm shall not discriminate on the basis of race, religion, color, national origin, age, disability or sex in the performance of this contract. EVALUATION All qualified firms who submit responsive letters of interest will be considered. The evaluation of firms submitting letters of interest for this project will be based on the following considerations and their respective weights: 1. Firm's experience, knowledge, familiarity and past performance with highway construction and CEI services - 30% 2. The experience of the firm's proposed staff to perform the type of work required - 40% 3. Firm s understanding of the project specific issues and their responsibility in delivering CEI services for the advertised project(s) 30% After reviewing qualifications, if firms are equal on the evaluation review, then those qualified firms with proposed SPSF participation will be given priority consideration.

FORMAT FOR SUBMISSION OF A LETTER OF INTEREST All letters of interest are limited to fifteen (15) pages (RS-2 forms are not included in the page count) inclusive of the cover sheet, and shall be typed on 8 1/2 x 11 sheets, single spaced, one sided. Fold out pages, binders, dividers, tabs, etc are prohibited. One staple in the upper left- hand corner is preferred. Letters of interest containing more than fifteen (15) pages will not be considered. Section I - Cover/Introductory Letter The introductory letter should be addressed to Alex Sewell, Town Manager. Said letter is limited to two (2) pages and should contain the following elements of information: Expression of firm s interest in the work; Statement of whether firm is on register or submitting information with letter of interest:; Date of most recent private engineering firm qualification; Statement regarding firms possible conflict of interest; and Summation of information contained in the letter of interest. Section II - Evaluation Factors This section is limited to five (5) pages and should contain information regarding evaluation and other factors listed in the advertisement such as: Identify project personnel/sub-consultants qualifications and experience as related to this project; Unique qualifications of key team members; Identify type and location of similar work performed within last seven (7) years; Understanding of project approach to performing CEI services for this work, including the firm s understanding of their responsibility with regard to safety, contract administration, environmental responsibility, claims, and project delivery. Any innovative approaches to be used. Section III - Supportive Information This section is limited to eight (8) pages and should contain the following information: Capacity Chart/Graph (available work force); Organizational chart indicating personnel to be assigned by discipline; Resumes of key personnel Names, classifications, and location of the firm s North Carolina employees; and Other information. APPENDICES- CONSULTANT CERTIFICATION Form RS-2

Completed Form RS-2 forms SHALL be submitted with the firm s letter of interest. This section is limited to the number of pages required to provide the requested information. Submit Form RS-2 forms for the following: Prime Consultant firm Prime Consultant Form RS-2 Rev 1/14/08; and ANY/ALL Subconsultant firms (If Subconsultants are allowed under this RFLOI) to be, or anticipated to be, utilized by your firm. Subconsultant Form RS-2 Rev. 1/15/08, In the event the firm has no subconsultant, it is required that this be indicated on the Subconsultant Form RS-2 by entering the word None or the number ZERO and signing the form. Complete and sign each Form RS-2 (instructions are listed on the form). The required forms are available on the Department s website at: https://apps.dot.state.nc.us/quickfind/forms/default.a spx. Prime Consultant Form RS-2 Subconsultant Form RS-2 Private engineering firms are invited to submit Letters of Interest for furnishing CEI services to the Town of Wadesboro by 2:00 p.m. on May 27, 2015. Letters of Interest received after this deadline will not be considered. Four (4) total letters of interest are required. Firms submitting fewer copies will not be considered. Firms submitting Letters of Interest are encouraged to carefully check them for conformance to the requirements stated above. Letters of Interest will be disqualified if they do not meet ALL of these requirements, or if they are sent/delivered to any other location. No exceptions will be granted.

The mailing address is: P.O. Box 697 Wadesboro, NC 28170 The delivery address is: 124 E. Wade St., Wadesboro, NC 28170 Any questions concerning the scope of work, the advertisement or if you feel that the information provided is inadequate please contact Alex Sewell by telephone at 704-694-5171. The firm(s) selected will be notified by First Class Mail. Notification will not be sent to firms that are not selected. The Municipality reserves the right to reject any and all Letters of Interest. PROHIBITIONS / EXEMPTIONS Joint Ventures will not be considered. The selected firm to perform CEI services for this project will not be allowed to subcontract the construction surveying from the Contractor for this construction project. Firms that have provided design services for this construction project are prohibited from submitting Letters of Interest for this advertisement as a prime consultant or sub consultant unless an exemption is granted by the NCDOT State Construction Engineer as follows: Firms that have provided any design services for this project and still desire to submit a Letter of Interest or be included in a Letter of Interest as a sub consultant must request an exception to this policy, in writing, from the State Construction Engineer prior to submission of the Letter of Interest for this advertisement. The exception should clearly state the desire of the firm to submit as a prime or sub consultant, or both; the scope of design services completed; the anticipated construction costs of that portion of the work; the fees received for the design services; and any steps that will be taken by the firm to eliminate or minimize any potential conflicts.