RFQ for Engineering Services - Taylor Bayou Drainage Improvements

expired opportunity(Expired)
From: Walker(City)
49362515

Basic Details

started - 07 Mar, 2024 (1 month ago)

Start Date

07 Mar, 2024 (1 month ago)
due - 18 Apr, 2024 (11 days ago)

Due Date

18 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
49362515

Identifier

49362515
City of Walker

Customer / Agency

City of Walker

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFQ for Engineering Services - Taylor Bayou Drainage Improvements postdate:- 07-Mar-2024 12:00:00 AM CST responsedate:- 18-Apr-2024 11:00:00 AM CDT ( 5d, 17h+ ) description:- REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES The City of Walker is seeking assistance for engineering services and implementation of the City of Walker Taylor Bayou Drainage Improvements Project funded through the Louisiana Division of Administration, Office of Community Development (OCD) utilizing Community Development Block Grant-Disaster Recover (CBDG-DR) and Mitigation Funds for mitigation projects under the Louisiana Watershed Initiative (LWI) program. This project is a drainage improvements focused project that includes the design and study of a culvert crossing replacement at Pleasant Ridge Drive, design and development of two medium scale detention ponds in the watershed, and channel improvements from I-12 to approximately Buddy Ellis along Taylor Bayou. PART ONE: SCOPE OF SERVICES The City
of Walker is soliciting qualification statements for engineering services to assist the City of Walker design engineering and inspections of this project in compliance with CDBG-DR Program requirements. The agreement will be on a lump sum, fixed price basis (or cost reimbursement "not to exceed" basis), with payment terms to be negotiated with the selected offeror. Reimbursement for services will be contingent on the City of Walker receiving funding from the Louisiana Division of Administration – Office of Community Development (OCD). The maximum amount of engineering fees that can be with Disaster Recovery CDBG funds will be determined by the OCD/DRU and may require adjustments in the proposed contract amount. The services to be provided will include, but may not be limited to: Topographical Survey – necessary topographical survey to facilitate the design and hydraulic modeling efforts for this project. Hydrologic & Hydraulic Study – Necessary modeling efforts to meet all OCD/LWI Design requirements and show positive benefits for the associated proposed improvements. Geotechnical Assessment – either through the selected firm or their sub-consultant, Geotechnical Engineering reporting and evaluation necessary for proposed improvements. Environmental Services –Environmental investigation efforts and necessary wetlands permitting as well as all other requirements to follow NEPA process, as required by OCD. Engineering Design – Engineering design of proposed improvements to conform to all required applicable design standards. This should include final plans and specifications incorporating all changes and necessary approvals including any agency permit stipulations. This shall also include estimates of probable construction costs at both the preliminary and final plan stages. ROW/Servitude (Mapping, Legal, Abstracting, Appraising and Acquisition) – Consultant to self perform or team with sub-consultant to provide the necessary ROW/servitude mapping, title abstracting, appraising, and negotiation and acquisition services following USPAP standards, or as required by OCD, for the project. Bid Phase Services - Assisting the administrative staff with the construction bid package in conformance with applicable federal requirements and supervising the bid advertising, tabulation, and award process, including preparing the advertisements for bid solicitation, conducting the bid opening, and issuing the notice to proceed. Construction Observation and Administration - Assist in conducting the preconstruction conference. Field staking (if requested), on-site supervision of construction work, and preparing inspection reports. Reviewing and approving all contractor requests for payment and submitting approved requests to the governing body. Providing reproducible ‘as-built’ plan drawings to the City of Walker upon project completion. Conducting final inspection and coordinating associated testing efforts. Construction Administration services also include any necessary Davis Bacon or Davis Bacon Related Act compliance work such as conducting employee payroll interviews and review of payrolls to ensure compliance. Other project engineering or support services requested by City of Walker or as required by OCD.PART TWO: REQUEST FOR QUALIFICATION STATEMENTS The following information should be included under the title “RFQ for Engineering Services - Taylor Bayou Drainage Improvements”: Name of Respondent Respondent address Respondent telephone number Respondent federal tax identification number Name, title address, telephone number, fax number, and email address of contact person authorized to contractually obligate the Respondent on behalf of the Respondent. Contents of RFQ Respondents should letter and number responses exactly as the questions are presented herein. Interested Respondents are invited to submit RFQs that contain the following information: Introduction (transmittal letter) Background and Experience Specialized Knowledge Personnel/Professional Qualifications Introduction (transmittal letter)By signing the letter, the Respondent certifies that the signatory is authorized to bind the Respondent. The RFQ response should include: A brief statement of the Respondent’s understanding of the scope of the work to be performed; A confirmation that the Respondent meets the appropriate state licensing requirements to practice in the State of Louisiana; A confirmation that the Respondent has not had a record of substandard work within the last five years; A confirmation that the Respondent has not engaged in any unethical practices within the last five years; A confirmation that, if awarded the contract, the Respondent acknowledges its complete responsibility for the entire contract, including payment of any and all charges resulting from the contract; Any other information that the Respondent feels appropriate; The signature of an individual who is authorized to provide information of this nature in the name of the Respondent submitting the RFQ Background and ExperienceRespondents should: Describe Respondent’s firm by providing its full legal name, date of establishment, type of entity and business expertise, short history, current ownership structure and any recent or materially significant proposed change in ownership. Describe any prior engagements in which Respondent’s firm assisted a governmental entity in dealings with Disaster Recovery projects and any other projects relating to CDBG. Respondent should include all examples of work in the past ten (10) years on similar projects as described in Part One. Respondent should provide a list of completed Disaster Recovery or projects, and/or similar CDBG projects. Preference is for the types of projects similar to those described in Part One. Respondent should provide the names, phone numbers, and emails of contact persons in the organizations for whom any projects referenced in this section were conducted. Respondent should include written references (letters or forms are acceptable) from previous clients attesting to the quality of work and compliance with performance schedules Respondent cites in this section. Describe the firm’s workload and current capacity to accomplish the work in the required time Describe any issue the characteristics of which would be uniquely relevant in evaluating the experience of Respondent’s firm to handle the proposed project(s). Describe Respondent’s firm’s presence in and commitment to Louisiana. Provide current information on professional errors and omissions coverage carried by Respondent’s firm, including amount of coverage. Provide evidence of adequate financial stability through certified financial statements, including a balance sheet and income statement. The state reserves the right to request any additional information to assure itself of a Respondent’s financial status. Specialized KnowledgeRespondents should: Describe their knowledge and experience in the particular types of projects described in Part One. Describe their knowledge of HUD’s requirements for the Community Development Block Grant Program. Describe their knowledge of OCD/DRU Disaster Recovery program. Personnel/Professional QualificationsRespondents should: Identify staff members (as applicable), in the job classifications of (1) Principal in Charge, (2) Project Engineer, (3) Senior Engineer, (4) Mid-level Engineer, (5) Junior Engineer (6) Surveyor, (7) Engineer interns (8) Senior CAD technician, (9)CAD technician, and (10) Engineering technician; who would be assigned to act for Respondent’s firm in key management and field positions providing the services described in Part One: Scope of Services, and the functions to be performed by each. Include resumes or curriculum vitae of each such staff member designated above, including name, position, telephone number, fax number, email address, education, and years and type of experience. Describe, for each such person, the projects relevant to CDBG and/or Disaster Recovery on which they have worked. Provide the names, telephone numbers, and email addresses of contact persons with the firms or organizations with whom these staff members worked on CDBG, Federal Grant, and/or Disaster Recovery projects. Estimate the number of persons to be assigned to this project, indicating the number working in Louisiana and the number working elsewhere. PART THREE: SELECTION CRITERIA The City of Walker shall evaluate each potential contractor in terms of its: Professional qualifications necessary for satisfactory performance of required services; Specialized experience and technical competence in the type of work required, Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; Respondents will be evaluated on the basis of the written materials submitted and according to the following factors: Background and experience of the firm with this type of project 30 pts. Personnel/professional qualifications and professional knowledge 20 pts. Current capacity to accomplish the work in the required time 15 pts. Past performance in contracts 15 pts. Firm’s Understanding of the project and City needs 20 pts. The procedures for the selection of a firm will be in accordance with the procurement requirements of the 2 Code of Federal Regulations (C.F.R.) Part 200. All responses received will be evaluated in accordance with the selection criteria and corresponding point system. In the event of a tie, oral interviews will be held with those firms. As a result of the interviews, the City of Walker will determine which firm will be selected to enter into contract negotiations. Unsuccessful firms will be notified as soon as possible. Official Bid Documents are available at Central Bidding (www.centralbidding.com). Electronic Bids may be submitted at Central Bidding (www.centralbidding.com). For questions related to the electronic bidding process, please call Central Bidding at 225-810-4814. Questions should be addressed to Kelsey Murray at (225)-665-4356 or by email at kelsey.murray@walker-la.gov. Responses to this RFQ should be hand-delivered to Kelsey Murray, at the City of Walker at 13600 Aydell Lane Walker, LA 70785 or mailed to Kelsey Murray at the City of Walker at P.O. Box 217, Walker, LA 70785. Responses to this RFQ must be received no later than 11:00 a.m. on April 18, 2024. Please state "RFQ for Engineering Services - Taylor Bayou Drainage Improvements" on the cover.

4243 Remembrance Road NW Walker, MI 49534Location

Address: 4243 Remembrance Road NW Walker, MI 49534

Country : United StatesState : Michigan

You may also like

Professional Engineering Services for Minor Storm Drainage

Due: 02 May, 2024 (in 2 days)Agency: City of Charlotte, NC ( Part of Demandstar Extended Network )

Christopher Shores Drainage Improvements

Due: 14 May, 2024 (in 14 days)Agency: Newport News

Construction Engineering and Inspection (Rails) Services for Project No

Due: 31 Dec, 2030 (in about 6 years)Agency: State of Connecticut

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.