CEI Services for Lake Boone Trail Improvements Project (HL-0032)

expired opportunity(Expired)
From: Raleigh(City)
274-ES2022-0706-CEI

Basic Details

started - 06 Jul, 2022 (22 months ago)

Start Date

06 Jul, 2022 (22 months ago)
due - 04 Aug, 2022 (21 months ago)

Due Date

04 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
274-ES2022-0706-CEI

Identifier

274-ES2022-0706-CEI
City of Raleigh

Customer / Agency

City of Raleigh
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.

ADVERTISEMENT CITY OF RALEIGH REQUEST FOR QUALIFICATIONS The City of Raleigh Engineering Services Department, Design/Construction Division invites qualified civil engineering firms to submit their Statement of Qualification for providing Professional Design services for Construction Engineering and Inspection Services for City of Raleigh LAPP Funded Project – Lake Boone Trail Improvements Project. Copies of the detailed Request for Qualification letter are available for pickup in the office of the Roadway Design and Construction Division, Room 400, 222 W. Hargett Street, Raleigh, North Carolina. Proposals must be received no later than 2:00 pm on August 4, 2022 in order to be considered. Questions may be directed to the office of the Design/Construction Division Manager at 919-996-4173. To be published in the City of Raleigh on Wednesday, July 6, 2022. Richard Kelly, PE Engineering Services Director City of Raleigh 919-996-5575 1 Advertised: July 6, 2022 CITY of RALEIGH REQUEST for
LETTERS of INTEREST (RFLOI) Construction Engineering and Inspection (CEI) Services for Lake Boone Trail Improvements Project (HL-0032) TITLE: CEI Services for Lake Boone Trail Improvements Project (HL-0032) ISSUE DATE: July 6, 2022 SUBMITTAL DEADLINE: August 4, 2022 ISSUING AGENCY: City of Raleigh SYNOPSIS SUBCONSULTANTS ARE PERMITTED UNDER THIS CONTRACT. This contract shall be partially reimbursed with Federal-aid funding through the North Carolina Department of Transportation (hereinafter referred to as the Department). The solicitation, selection, and negotiation of a contract shall be conducted in accordance with all Department requirements and guidelines. The primary and/or subconsultant firm(s) shall be pre-qualified by the Department to perform ALL of the Discipline Codes listed below for the City of Raleigh. Discipline Codes required are: • 00195 Roadway Construction Engineering and Inspection WORK CODES for each primary and/or subconsultant firm(s) SHALL be listed on the respective RS-2 FORMS (see section ‘SUBMISSION ORGANIZATION AND INFORMATION REQUIREMENTS’). This RFLOI is to solicit responses (LETTERS of INTEREST, or LOIs) from qualified firms to provide professional consulting services to: PROPOSED CONTRACT SCOPE SUMMARY The City of Raleigh is seeking Construction Administration/Construction Engineering Inspections (CA/CEI) services for the following project: Lake Boone Trail Improvements (NCDOT TIP # HL-0032). The scope of these construction projects includes pavement maintenance such as asphalt repairs and 2 resurfacing, concrete curb ramps and flat work, pavement markings, signal modifications, and a road diet east of the I-440 EB Ramps. Electronic LOIs should be submitted in .pdf format using software such as Adobe, BlueBeam PDF, CutePDF PDF Writer, Docudesk deskPDF, etc. LOIs SHALL be received ELECTRONICALLY no later than 2:00 PM, August 4, 2022. The address for electronic deliveries is: DC.Proposals@raleighnc.gov LOIs received after this deadline will not be considered. 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. SCOPE OF WORK The City of Raleigh is soliciting proposals for the services of a firm/team for the following contract scope of work: PROPOSED CONTRACT SCOPE The scope below covers one federally funded project being separately bid by the City. The City will select (1) one firm to provide Construction Administration/Construction Engineering Inspections (CA/CEI) services for this project. All work performed by the selected firm will include contract administration, project management, and all required project documentation in accordance with NCDOT Standard Specifications and NCDOT Construction Manual. The HL-0032 Lake Boone Trail Safety Improvements Project is a Complete Streets project from I-440 to Ridge Road. The project includes pavement maintenance such as asphalt repairs and resurfacing of 0.5 miles of existing 4 lane roadway, concrete curb ramps and flat work, pavement markings, signal modifications, and a road diet east of the I-440 EB Ramps. The road diet will convert a 4-lane section of roadway to a 3-lane facility with on street bike lanes. Additional information and roll maps can be found on the Project Website. The tentative construction start date is Spring 2023, and the tentative construction completion date is Fall 2023. https://raleighnc.gov/projects/lake-boone-trail-safety-improvements 3 PROPOSED CONTRACT TIME: FIVE MONTHS; and EXTENSION(S) if NEEDED PROPOSED CONTRACT PAYMENT TYPE: COST-PLUS a SUBMITTAL REQUIREMENTS All LOIs are limited to FIFTEEN (15) pages including the cover sheet and shall be typed on 8-1/2” x 11” sheets, single-spaced, one-sided (RS-2 forms are not included in the page count). LOIs containing more than FIFTEEN (15) pages will not be considered. ONE (1) electronic copies of the LOI should be submitted. Firms submitting LOIs are encouraged to carefully check them for conformance to the requirements stated above. If LOIs do not meet ALL of these requirements they will be disqualified. No exception will be granted. SELECTION PROCESS Following is a general description of the selection process: • The LGA’s Selection Committee will review all qualifying LOI submittals. • For Limited Services Contracts (On-Call type contracts), the LGA’s Selection Committee MAY, at the LGA’s discretion, choose any number of firms to provide the services being solicited. • For Project-Specific Contracts (non On-Call type contracts), the LGA’s Selection Committee MAY, at the LGA’s discretion, shortlist a minimum of three (3) firms to be interviewed. IF APPLICABLE, dates of shortlisting and dates for interviews are shown in the section SUBMISSION SCHEDULE AND KEY DATES at the end of this RFLOI. • In order to be considered for selection, consultants must submit a complete response to this RFLOI prior to the specified deadlines. Failure to submit all information in a timely manner will result in disqualification. TITLE VI NONDISCRIMINATION NOTIFICATION The LGA in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all RESPONDENTS that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit LETTERS of INTEREST (LOIs) in response to this ADVERTISEMENT and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. SMALL PROFESSIONAL SERVICE FIRM (SPSF) PARTICIPATION 4 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 Connect Guidelines & Forms. The SPSF must be qualified with the Department to perform the work for which they are listed. 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, sub-consultant and sub-firm shall not discriminate on the basis of race, religion, color, national origin, age, disability or sex in the performance of this contract. DIRECTORY OF FIRMS AND DEPARTMENT ENDORSEMENT Real-time information about firms doing business with the Department, and information regarding their prequalifications and certifications, 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. SELECTION CRITERIA All prequalified firms who submit responsive letters of interest will be considered. In selecting a firm/team, the selection committee will take into consideration qualification information including such factors as: 1. CRITERIA NUMBER 1 25% = TEAM QUALIFICATIONS: This criterion evaluates a firm's experience, knowledge, familiarity and past performance with street construction and CEI services. Firm resources, references, and descriptions of work performed on similar projects within the last seven (7) years will be considered. https://connect.ncdot.gov/business/consultants/Pages/Guidelines-Forms.aspx https://connect.ncdot.gov/business/Prequal/Pages/Private-Consulting-Firm.aspx https://www.ebs.nc.gov/VendorDirectory/default.html 5 2. CRITERIA NUMBER 2 25% = TEAM EXPERIENCE: This criterion evaluates the experience of the firm's proposed staff to perform the type of work required. Team member availability and past project experiences will be considered. 3. CRITERIA NUMBER 3 40% = TECHNICAL APPROACH: This criterion evaluates a firm’s understanding of the project specific issues and their responsibility in delivering services for the advertised project and their responsibility with regard to safety, contract administration, environmental responsibility, claims, and project delivery. The project-specific narrative of the firm’s approach to this project will be considered as well as any innovative approaches being used. 4. CRITERIA NUMBER 4 10% = OTHER RELEVANT FACTORS: This criterion evaluates the overall quality of the proposal, the level of participation from Small Professional Services Firms (SPSF), and other relevant information not covered in the other criteria may be considered. After reviewing qualifications, if firms are equal on the evaluation review, then those qualified firms with proposed SPSF participation will be given priority consideration. SUBMISSION ORGANIZATION AND INFORMATION REQUIREMENTS The LOI should be addressed to Brian Roth-Roffy, Senior Engineer and must include the name, address, telephone number, and e-mail address of the prime consultant’s contact person for this RFLOI. The LOI must also include the information outlined below: Chapter 1 - Introduction The Introduction should demonstrate the consultant's overall qualifications to fulfill the requirements of the scope of work and should contain the following elements of information: ▪ Expression of firm’s interest in the work; ▪ Statement of whether firm is on register; ▪ Date of most recent private engineering firm qualification; ▪ Statement regarding firm‘s(’) possible conflict of interest for the work; and ▪ Summation of information contained in the letter of interest. Chapter 2 - Team Qualifications This chapter should elaborate on the general information presented in the introduction, to establish the credentials and experience of the consultant to undertake this type of effort. The following must be included: 1. Identify recent, similar projects the firm, acting as the prime contractor, has conducted which demonstrates its ability to conduct and manage the project. Provide a synopsis of each project and include the date completed, and contact person. 2. If subconsultants are involved, provide corresponding information describing their qualifications as requested in bullet number 1 above. Chapter 3 - Team Experience This chapter must provide the names, classifications, and location of the firm’s North Carolina employees and resources to be assigned to the advertised work; and the professional credentials and experience of the persons assigned to the project, along with any unique qualifications of key personnel. Although standard personnel resumes may be

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Great Lakes Secondary School - Concrete, Fencing and Bleacher Installation

Due: 30 Apr, 2024 (Tomorrow)Agency: Lambton Kent District School Board

P--Request for Quote-Demolition, Lake Vermilion

Due: 13 May, 2024 (in 14 days)Agency: INTERIOR, DEPARTMENT OF THE

2024 Trail Paving Improvements

Due: 14 May, 2024 (in 15 days)Agency: Fox Valley Park District

Please Sign In to see more like these.

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