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

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

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

REQUEST FOR LETTERS OF INTEREST

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

CITY OF GASTONIA REQUEST FOR LETTER OF INTEREST (LOI)

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR QUALIFICATIONS

PIEDMONT TRIAD AIRPORT AUTHORITY

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

Request for Proposal (RFP)

Contract No Project No C

REQUEST FOR QUALIFICATIONS

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

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

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

BASIN CITY WATER AND SEWER DISTRICT Request for Qualifications

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

January 19, To Whom It May Concern:

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

Grant Seeking Grant Writing And Lobbying Services

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

On-call Geotechnical Consultant

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

Agency of Record for Marketing and Advertising

3-Year On-Call Contract Vibration Studies

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

Request for Proposals

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

2016 Bridge Inspections Border Bridges

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

Request for Qualifications

3 Year On-Call Contract Vibration Services

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Request for Proposals

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

Whatcom County Request for Qualifications RFQ #15-01

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR PROPOSALS

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

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

REQUEST FOR QUALIFICATIONS HONDO, TEXAS CITY ENGINEERING SERVICES

REQUEST FOR PROPOSAL

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

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

REQUEST FOR PROPOSALS

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

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

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

Request for Qualifications Construction Manager

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

CRAWFORD MEMORIAL PARK

2017 Statewide On-Call Design Request for Proposal

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL Comprehensive Disaster Recovery, Financial and Grant Management Support, and Pre-Disaster Cost Recovery Planning Services

CITY OF FEDERAL WAY REQUEST FOR QUOTE POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING SERVICES

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

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

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Time is of the essence, and any proposal received after the announced time and date for submittal will not be considered.

APPENDIX A SCOPE OF WORK

Request for Qualifications

Clinical Dental Education Innovations Grants

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

REQUEST FOR PROPOSALS TOWN OF HARTFORD HISTORIC PRESERVATION COMMISSION HARTFORD BUSINESS ORAL HISTORY PROJECT JANUARY, 2014

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

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Small Business Enterprise Program Participation Plan

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

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

LOAD RATING OF IN-SERVICE BRIDGES REQUEST FOR PROPOSALS (RFP)

MARYLAND DEPARTMENT OF TRANSPORTATION ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES

Florida School for the Deaf & the Blind

LIFT STATION 41 SCADA UPGRADE RTU REPLACEMENT DESIGN SERVICES

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

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

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

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

UNITED TOWNSHIP HIGH SCHOOL DISTRICT #30. - Yearbook Services - REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Request for Qualifications DRPA Solar Photovoltaic Systems

CECIL COUNTY MARYLAND REQUEST FOR PROPOSALS. ENGINEERING SERVICES On-call Comprehensive Engineering Contracts Water and Wastewater

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

ENVIRONMENTAL SERVICES REQUEST FOR QUALIFICATIONS FOR THE FOLLOWING PROJECT. Nicholson Drive (LA 30) Segment #1 Lee/Brightside to South Gourrier

The District is looking for the architectural firm to provide the following (not listed in order of preference):

REQUEST FOR PROPOSALS

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

QUALIFICATIONS BASED SELECTION (QBS)

Application for Pre-Qualification as a Professional Consultant CCNA

GOODWILL YOUTHBUILD GED/High School Education Instruction

Transcription:

CITY OF WINSTON-SALEM, NORTH CAROLINA REQUEST FOR LETTER OF INTEREST THE CITY OF WINSTON-SALEM DESIRES TO ENGAGE A QUALIFIED PRIVATE ENGINEERING FIRM (PEF) TO PROVIDE ENVIRONMENTAL SERVICES AND TO PREPARE A FLOOD STUDY AND OBTAIN SUBSEQUENT APPROVALS NECESSARY TO SATISFY THE CITY S ENVIRONMENTAL ORDINANCE RELATED TO MODIFICATIONS TO AN EXISTING CULVERT ON KERNERS MILL CREEK The primary and/or subconsultant firm(s) shall be pre-qualified by NCDOT to perform the requested work. The work codes required are 00434 Tier II- Complete Hydrologic & Hydraulic Design and 00287 Wetland and Stream Delineation. The City of Winston-Salem is proposing to construct a greenway along Kerners Mill Creek (see attached map for proposed location). The greenway will pass through an existing culvert under US-421 (Business 40). Preliminary work has been done to obtain approval from NCDOT to construct the greenway within their culvert. The preliminary evaluation indicated that a CLOMR and subsequent LOMR would be required. The selected firm will be responsible for performing a flood study, obtaining approval from NCDOT of the flood study, all work necessary to obtain the necessary CLOMR and subsequent LOMR and any work necessary to satisfy the City s Environmental Ordinance as it relates to the floodway and floodway fringe regulations. The City will provide the selected firm with the existing effective FEMA model, the preliminary evaluations results and survey data necessary to perform the study. The selected firm will also be responsible for providing environmental services to assist the City with completion of a Categorical Exclusion (CE) document. Environmental services primarily being requested include any work necessary for the delineation of wetland boundaries within the project boundaries and obtaining regulatory agency verification of identified boundaries. The selected firm will report directly to the City of Winston-Salem. The selected firm is to administer the contract and to ensure that all work is performed in accordance with the contract requirements. The PEF will be responsible for providing engineers and technicians with the appropriate skills and qualifications to ensure contract compliance. The PEF will be directly responsible for oversight of the project for the City of Winston-Salem. The PEF shall indemnify and save harmless the City of Winston-Salem for claims and liabilities

resulting from negligence, errors or omissions of the PEF; including, but not limited to, the engineers, technicians or subconsultants. 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 Registration for Professional Engineers and Land Surveyors. Any firm proposing to use corporate subsidiaries or subcontractors must include a statement that these companies are properly registered with the NC Board of Registration for Professional Engineers and Land Surveyors. 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. The firm must have the financial ability to undertake the work and assume the liability. The selected firm will be required to furnish proof of Professional Liability insurance coverage in the minimum amount of $1,000,000. The firm must have an adequate accounting system to identify costs chargeable to the project. The proposed method of payment for this contract is lump sum. The selection of a private consulting firm to provide engineering services on these specific projects will be handled in accordance with the following process: 1. Submission by the private consulting firm of a Letter of Interest (LOI). 2. City will short list private consulting firms to a minimum of three firms. 3. Pre-interview meeting and oral interview at the option of the City. 4. City will select a private consulting firm to provide the engineering services. SMALL PROFESSIONAL SERVICE FIRM (SPSF) PARTICIPATION The NCDOT 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 Page 2

participation shall be submitted on the NCDOT s Prime Form RS-2 and/or Subconsultant Form RS-2. Form RS-2 forms may be accessed on the NCDOT website at https://apps.dot.state.nc.us/quickfind/forms/default.aspx. The SPSF must be qualified with the NCDOT to perform the work for which they are listed. Real-time information about firms doing business with the NCDOT and firms that are SPSF certified through North Carolina s Unified Certification Program is available in the Directory of Transportation Firms. The Directory can be accessed by the link on the NCDOT s homepage or by entering https://apps.dot.state.nc.us/vendor/directory/ in the address bar of your web browser. The listing of an individual firm in the NCDOT s directory shall not be construed as an endorsement of the firm. PREQUALIFICATION The NCDOT 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 NCDOT prior to submittal of your letter of interest. An application may be accessed at https://connect.ncdot.gov/business/prequal/pages/private-consulting-firm.aspx. Having this data on file with the NCDOT 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 NCDOT is committed to providing opportunity for small and disadvantaged businesses to perform on its contracts through established NCDOT 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. The City of Winston-Salem in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all firms that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to provide services in response to this invitation and will Page 3

not be discriminated against on the grounds of race, color, or national origin in consideration for an award. EVALUATION Firms submitting LOIs will be evaluated based upon certain considerations. The following considerations, with the weighted importance, will be utilized to select a firm from those submitting an LOI: 1. Firm's experience, knowledge, familiarity and past performance with flood study and environmental services 25% 2. The experience of the firm's proposed staff to perform the type of work required 50% 3. Firm s understanding of the project specific issues and their responsibility in delivering services for the advertised project 25% After reviewing qualifications, if firms are equal on the evaluation review, then those qualified firms with proposed SPSF participation will be given priority consideration. Page 4

FORMAT FOR SUBMISSION OF A CITY OF WINSTON-SALEM LETTER OF INTEREST All letters of interest are limited to 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, singlespaced, one-sided. Fold out pages are not allowed. In order to reduce costs and to facilitate recycling; binders, dividers, tabs, etc. are prohibited. One staple in the upper left-hand corner is preferred. Letters of interest containing more than 15 pages will not be considered. Three (3) printed copies should be provided by mail or hand delivery prior to the deadline. In addition, a PDF copy is also required in order to minimize the number of printed copies being requested. The PDF copy should be e-mailed to: andreak@cityofws.org. Section I - Cover/Introductory Letter The introductory letter should be addressed to Andrea Keyser, P.E., Engineering Design Manager. Said letter is limited to 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(s) of interest for the work; and Summation of information contained in the letter of interest. Section II - Evaluation Factors This section is limited to 5 pages and should contain information regarding evaluation and other factors listed in the advertisement such as: A brief synopsis of the firm's previous flood study and environmental experience that is focused to the type of project advertised for services [performed within last three (3) years]; The number of employees within the firm; A brief description of the firm's approach to performing the requested services, including the firm s understanding of their responsibility with regard to safety, contract administration, environmental responsibility, claims, and project delivery; Page 5

The proposed personnel to be assigned to the work by discipline, their availability date on the project. Identify project personnel/subconsultants qualifications and experience as related to this work; Unique qualifications of key team members; and Any innovative approaches to be used. Section III - Supportive Information This section is limited to 8 pages and should contain the following information: Capacity Chart/Graph (available work force); Organizational chart indicating personnel to be assigned by discipline; The resumes of key personnel Engineers, Transportation Technician III and IV levels only that are proposed to be assigned to the work; Names, classifications, and location(s) of the firms North Carolina employees and resources to be assigned to the advertised work; 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 (Subconsultant Form RS-2 Rev 1/15/08) to be or anticipated to be utilized by your firm. Complete and sign each Form RS-2 (instructions are listed on the form) 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. Page 6

The required forms are available at: https://apps.dot.state.nc.us/quickfind/forms/default.aspx. SUBMISSION OF LETTER OF INTEREST Private engineering firms are invited to have letters of interest for furnishing the abovementioned services to the City of Winston-Salem by 5 p.m. on March 13, 2015. Letters of interest received after this deadline will not be considered. Firms submitting letters of interest are encouraged to carefully check them for conformance to the requirements stated above. If Letters of Interest (LOIs) do not meet ALL of these requirements, or are sent to any address other than shown below, they will be disqualified. No exception will be granted. The mailing address is: The delivery address is: Ms. Andrea Keyser, P.E. Engineering Design Manager City of Winston-Salem P.O. Box 2511 Winston-Salem, NC 27102 Ms. Andrea Keyser, P.E. Engineering Design Manager City of Winston-Salem Bryce A. Stuart Municipal Building, Suite 235 100 East First Street Winston-Salem, NC 27101 Any questions concerning the advertisement should be directed to Andrea Keyser, P.E. at andreak@cityofws.org or by telephone at 336-747-6825. If you feel information provided is inadequate to submit a letter of interest, please contact Andrea Keyser. The private consulting firm selected will be notified by March 27, 2015. Notification will not be sent to firms not selected. The selected firm will be posted on the City s website on March 27, 2015 at the following web address: http://cityofws.org/home/departments/engineering/articles/engineering The City of Winston-Salem reserves the right to reject any and all Letters of Interest. Page 7