← Back to Missou, LA

Document Missoula_doc_216e8f7a1b

Full Text

CONSULTANT SERVICES REQUEST FOR PROPOSAL The City of Missoula has received notice from MDT to develop a Federal-aid CTEP project titled North Higgins Bike/Ped-MSLA, MDT Control Number 6998. The City of Missoula is requesting proposals from firms interested in performing design and construction engineering services. The work performed on CTEP projects must comply with all applicable requirements under the CTEP Section. The project is generally described as streetscape modifications to enhance pedestrian and bicycle accommodations on Higgins Avenue from Railroad Street to Broadway. The Scope of Work and Technical Requirements of services include the following: This project is part of the first phase of implementation of the Missoula Greater Downtown Master Plan which was developed through a year of public meetings involving over 2,000 citizens. It will consist of sidewalk curb extensions (bulbouts), enhanced street crossings, bike lanes, improved period street lighting, street furniture, and landscaping on both sides of three blocks of Higgins Avenue. The project will be funded through the American Recovery and Reinvestment Act (ARRA) and, as such, will have tracking requirements that are more thorough than typical federally funded projects. The timeline for design and bidding of this project is compressed as a result of the requirements of ARRA funding. As a result of the ARRA deadlines and CTEP requirements, the time available for environmental documentation, final design and preparation of construction documents will be approximately 8 - 10 weeks, depending on MDT review times. The Scope of Work will consist of Project Design and Construction Engineering Services to complete the work as described above and the following: Scope of Consultant Services: 1. Review and confirm existing survey 2. Complete environmental documentation 3. Complete engineering drawings and specifications 4. Prepare construction specifications, drawings and bid packages. 5. Analyze bids and prepare recommendations for award 6. Observe and approve quality control testing 7. Perform construction testing 8. Monitor and complete all Federal and State tracking requirements associated with ARRA funding, including review of employment and wage reports for any consultants, contractors and subcontractors 9. Inspect and approve work in progress and completed 10. Close out project ---PAGE BREAK--- Legal Compliance: The consultant performing work under the proposed contract is subject to the MCA 49-3, Governmental Code of Fair Practices; 49 CFR 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation – Effectuation of Title VI of the Civil Rights Act of 1964 and 49 CFR 23, Participation of Disadvantaged Business Enterprise in Airport Concessions. In accordance with MCA 49-3-207, Nondiscrimination Provision in All Public Contracts, the consultant will ensure that hiring is made based on merit and qualifications and that there will be no discrimination based on race, color, religion, creed, political ideas, sex, age, marital status, physical or mental handicap or national origin by the persons performing the contract. In addition, the consultant will not discriminate on the grounds of race, color, sex or national origin in selecting and retaining subconsultants, including procuring materials and leasing equipment. The consultant will not participate, directly or indirectly, in discrimination prohibited by 49 CFR 21, including employment practices, when the agreement covers a program set forth in Appendix A of the regulations. Disadvantaged Business Enterprise (DBE) Goals Consultant DBE goals have been established for this project. A current list of MDT certified consultants is available from the MDT website. Each firm invited to submit a proposal is required to address this issue. In accordance with DBE goal setting procedures for the CTEP Section, the following DBE goals have been set for this request: GOAL: 0% The percentage listed relates to a percentage of the overall contract amount. The proposal must clearly identify: • The DBE firm who will perform the work, and • The specific work to be performed by the DBE. Completing the attached forms may accomplish these tasks. Method of Payment The method of payment that will be considered for these contracted services includes cost plus a fixed fee, for profit or fixed price. The fee for these contracted services will be paid with CTEP funds. Federal Acquisition Regulations An overhead rate for the current fiscal year audited in accordance with the Federal Acquisition Regulations (FAR) may be required for the contract. Proposal Submittal and Content Five copies of the proposals must be submitted to the City Clerk's Office, Missoula City Hall, 435 Ryman Missoula, Montana 59802 by 3:00 p.m. July 15, and the submittal must include the following: ---PAGE BREAK--- Sample Format for RFP In response to the initial RFP, the consultant's proposal will follow the outline below and provide the following information: I. Describe the specific service the firm will provide (2 page maximum). II. Provide qualifications of the project team and technical personnel assigned to work on project. A. Provide an organization chart depicting the personnel to be used on this project, their area of expertise, registration, special training, chain of command and office location(s). Identify how much of each person’s time will be spent on the project. If personnel from more than one office will be used, indicate each office (2 page maximum). B. Provide résumés of above personnel, including specific related project experience; identify when applicable experience for each person was obtained (Include in Appendix C. Provide a specific outline and description of the support services proposed to complete the entire project from start to finish, including subcontractors, drilling, aerial photography, labs, etc. (2 page maximum). D. Discuss physical plant and in-house facilities computers, labs) (1 page maximum). III. Provide a brief (but specific) outline of firm’s previous projects highway, bridge, EIS, interchange, enhancement) and other projects relating to the specific project RFP, and any special abilities or experience suiting the firm for work on the particular project. Identify the timeframe (beginning and completion dates) in which projects were completed and experience gained (4 page maximum). IV. Provide a brief description of the firm’s familiarity with and understanding of the project that is the subject of the RFP. V. Describe how the firm proposes to perform the project as defined in the scope of work. Demonstrate the firm’s competence to do the work with available manpower and resources taking into account present and projected workload and the compressed timeframe for completion of the project (2 page maximum). VI. List as references all of the firm’s clients from the past 3 years for projects that were similar in scope and work (Include in Appendix A. Include client name, contact person, phone number. B. Provide a contract value range. Evaluation of Proposal Submittals All submittals will be evaluated in accordance with the following factors: I. 5% – Location: This criterion may be assigned 0% to 5% weight depending upon necessity of firm’s geographical locations and/or job expertise requirements. Local Entities will determine proper weight to this category for each project. ---PAGE BREAK--- II. 40% – Quality of Firm and Personnel: A. Related experience on similar projects. B. Qualifications, experience and training of staff assigned to project. III. 40% – Capability and Capacity of Firm: A. Ability to meet all technical requirements. B. Capability of firm to meet project time requirements. C. Capability to respond to project and Local Entity and MDT requirements. D. Compatibility of systems, equipment CADD and public visualization capabilities). IV. 15% – Record of Past Performance of Firm in Previous Projects. Rating on the past performance will be done by the Local Entity. A. Measure of previous record with the Local Entity will be based on the in-house documentation of quality of work, on schedule performance, cost performance and cooperation with the Local Entity Engineer and staff. B. A limited or no previous record with the Local Entity will require reference checks. Local Entity will devise an equitable measure for this rating criterion. V. If necessary, other pertinent factors may be considered and weights adjusted accordingly. General Include the following on the outside of the response package, “Proposal for North Higgins Bike/Ped - MSLA, CTEP Control Number 6998, City Project Number 2009-028 Following the review and evaluation of all RFP submittals, the list of interested firms will be narrowed to an appropriate short list. Those selected will then be reviewed. An interview may also be requested to aid in the selection of a consultant. The award will be made to the qualified proposer whose proposal is deemed most advantageous to the all factors considered. Unsuccessful proposers will be notified in writing as soon as possible. Respondents may review the MDT CTEP Project Application which includes a description of the proposed project including scope of work, location, schedule and other pertinent information by visiting the Missoula City Engineering Division office during regular office hours. This solicitation is being offered in accordance with Federal and State requirements governing procurement of consultant services. Accordingly, the reserves the right to negotiate an agreement based on fair and reasonable compensation for the scope of work and services proposed, as well as the right to reject any and all responses deemed unqualified, unsatisfactory or inappropriate. For questions, please contact Doug Harby at [PHONE REDACTED]. ---PAGE BREAK---